ADDENDUM NO. 1 TRAFFIC SIGNAL CONTROL SOFTWARE AND FIRMWARE REQUEST FOR PROPOSALS

Similar documents
SELECTION CRITERIA AND PROCESS

REQUEST FOR PROPOSAL PROFESSIONAL SERVICES AUTOMATION SOLUTION. Submittal Date: April 22, 11:00 AM (PST)

Request for Proposal

Illinois Valley Regional Dispatch RFP Disclaimer Logging Recorder

Request for Proposal (RFP) Reference No: AUAF-RFP Issue Date: November 17, Deadline: November 24, :00 PM.

NAMPA PUBLIC LIBRARY REQUEST FOR PROPOSAL FOR SELF CHECKOUTS. May 21,

Eaton Intermediate School District REQUEST FOR PROPOSAL FOR. Proposal Due Date: Monday March 4th, 2013 at 1:00 p.m.

FLORIDA DEPARTMENT OF TRANSPORTATION

Denver Public Schools Strategic Sourcing Department 780 Grant Street Denver, Colorado Request for Proposal BD1785 Chromebooks

Village of Lynbrook. Request for Proposal Engineering Services. Police License Plate Reader/Intersection Camera System

ERP SOFTWARE PERISHABLE PRODUCTS EXPORT CONTROL BOARD (PPECB) OFFICES

Addendum 1 Close Circuit Television Services (RFQ) Request for Qualification - Solicitation No June 30, 2016

REQUEST FOR PROPOSALS. Request for Proposals for Classification Pay and Benefits Study (A )

Design and Development of the ASEAN Secretariat s Enterprise Resource Planning (ERP) System ASEAN SECRETARIAT. Request for Proposal

North American Development Bank. Engagement of Consultants

Enterprise Asset Management Software

Christy Wegener, Director of Planning and Operations

City of Lincoln, Nebraska Request for Proposal (RFP) Consulting Services for JD Edwards World Software A7.3 Migration to World Software A9.3.

CITY OF MOORE Outdoor Fitness Equipment for Little River Park (Not to Exceed $65,000) RFP #

Procuring the Advanced Transportation Controller (ATC) for the Oregon Department of Transportation and the State of the National Standards

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

Rental Property Registration and Crime Free Housing Software. Request for Proposal

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4'h Floor, Room S Government St Mobile, Alabama 36644

REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS

REQUEST FOR PROPOSAL. e-procurement System Implementation Project. New Development Bank

Request for Proposals: Multi-function Copiers / Printers RFP:

Attachment D: Cost Proposal, RFP Section 3.4

Peoples Steel Mills Ltd.

ROCHESTER SCHOOLS MODERNIZATION PROGRAM PHASE 2 PROFESSIONAL SERVICES FOR PHASE 3 STRATEGIC PLANNING ADDENDUM #1

TENDER DOCUMENT FOR The Renewal of Oracle ATS (CSI: ) Licenses. RFP Reference Number:REF:GICHF: /06, Dt

Township of Severn REQUEST FOR PROPOSAL. Architectural & Professional Services Fire Station Replacement

TONGA POWER LIMITED REQUEST FOR PROPOSALS INDEPENDENT POWER PRODUCERS. for SOLAR PHOTOVOLTAIC GENERATION 5 APRIL, 2018 RFP - TPL SOLAR IPP

1 Revision History Revision 1 11/2/2017 Original Version

REQUEST FOR PROPOSAL Automated Meter Reading System for Culinary and/or Secondary Service Connections

Request for Quotation (RFQ) for IT Support Services for India Brand Equity Foundation (IBEF)

Aiden and Glover Limited

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

OUTAGAMIE COUNTY REQUEST FOR BID FOR CISCO & AXIOM HARDWARE FOR IT DEPARTMENT

Request for Quotation (RFQ) No. 550

State of North Carolina Department of Health and Human Services

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

REQUEST FOR PROPOSALS GPS/AVL/VAN COMPONENT SOLUTION BID NO: ADDENDUM 2

Special Education Sexual Health Education Training Fall 2017

REQUEST FOR PROPOSALS: LED VIDEO WALL SYSTEM AND RELATED PROFESSIONAL AND TECHNICAL SERVICES (A )

Ohio Public Employees Retirement System. Request for Proposal

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL PROFESSIONALS

PUNJAB SKILLS DEVELOPMENT FUND TENDER DOCUMENT FOR THE PROVISION OF SAP BUSINESS ONE SUPPORT

Florida Department of Transportation 719 S. Woodland Boulevard DeLand, Florida Addendum 2

CITY AND COUNTY OF SAN FRANCISCO Office of Treasurer and Tax Collector

REQUEST FOR PROPOSAL

Denver Public Schools Strategic Sourcing Department 780 Grant Street Denver, Colorado Request for Proposal BD1719 Mobile Device Management

Agenda Item. Issue under Consideration: Contract #12-037, Technology Assessment Master Agreement

Service Provider Criteria and Contract Requirements

REQUEST FOR QUALIFICATIONS

Quaid-e-Azam Solar Power (Pvt.) Ltd

UAF Combined Heat & Power Replacement (CPHR)

STAFF REPORT ACTION REQUIRED

City of Fountain, Colorado. Request for Information (RFI) # For an Integrated Governmental Accounting Software System

Date: November 30, Company: THE UNIVERSITY OF SOUTHERN MISSISSIPPI is considering the purchase of the following item(s). We ask that you submit

Request for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ]

Elmhurst Community Unit School District 205 Invitation to Bid

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

Appendix B - Minimum Qualification Form #96295 SaaS Training and Onboarding Tool GENERAL

City and County of San Francisco City Hall Events Office (CHEO)

Request for Proposals

The North Suburban Emergency Communications Center (NSECC) Managed Information Technology Services. Request For Proposal

Chapter 15. Competitive Negotiation: Evaluating Proposals

Montclair, NJ ADDENDUM NO. 2. Request for Proposal # 987 Access and Revenue Control System

October 25, 2018 RFP # REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS. (Safety Management Database) BID NO: Addendum 1

Terms and Definitions Commonly Used in Technical Proposals

Simplified Request for Proposals for: Program Evaluation for School-Based HIV/STD Prevention

CITY OF KOTZEBUE REQUEST FOR PROPOSAL ADMINISTRATION IT SERVICES FOR FY18 REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SUPPORT SERVICES

REQUEST FOR PROPOSAL COMMISSIONING AGENT SERVICES GARRISON ELEMENTARY SCHOOL RENOVATIONS PHASE I

REQUEST FOR PROPOSALS YORK COUNTY, PENNSYLVANIA TABLE OF CONTENTS

Ohio Public Employees Retirement System. Request for Proposal

Document Management System Request for Proposals

REQUEST FOR PROPOSALS. City of Wilkes-Barre Web Based Parking Ticket Issuance Hardware, Software and Payment Solutions

Request for Proposal for Annual Financial Audit Services

ADDENDUM #1 TO REQUEST FOR PROPOSALS FOR SCADA SYSTEM DESIGN/INSTALL

1. Are there plans and specs for this project? Yes, the plans and specs are within the RFP and can also be found at the RFP website.

Technology Services RFP Town of Hooksett. Administration Department Dr. Dean Shankle May 2, 2019

REQUEST FOR PROPOSAL FOR THE CITY OF CONWAY'S ADAPTIVE SIGNAL CONTROL T ECHNOLOGY (ASCT) VENDOR SERVICES CITY OF CONWAY CONTRACT NO.

BUTLER COUNTY EDUCATIONAL SERVICE CENTER GOVERNING BOARD NOTICE TO BIDDERS

RFP IP-Based Surveillance Camera System

Supply and Delivery. Chromebase All-in-One Computers

Request for Quotation (RFQ) for Updation of Best of India in Pharmaceuticals for India Brand Equity Foundation (IBEF)

REQUEST FOR PROPOSALS: Pelham City Schools Charlie Maison

MARYLAND STATE TREASURER S OFFICE Louis L. Goldstein Treasury Building 80 Calvert Street, Room 109 Annapolis, Maryland 21401

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

RFQ Drainage Ditching and Culvert Replacement

The following services are to be provided to Highland City in the area of IT:

Clinton Area Transit System

GROUND RULES AND PRICING INSTRUCTIONS:

Request for Quotation (RFQ) for E-book conversion of Booklet on Achievements of Department of Commerce

Request for Quote (RFQ) Information Technology Department Review

City of Tacoma Department of Public Utilities - Tacoma Power

CITY OF CORVALLIS REQUEST FOR QUOTATION (RFQ) #FIN QUOTATION FOR THE REPLACEMENT OF THE CITY FINANCIAL SYSTEMS QUOTATION DUE: APRIL 6 TH, 2015

Addendum 3 publishes and answers questions related to the Request for Qualifications ( RFQ ) issued on November 24, 2014:

Transcription:

March 22, 2018 ADDENDUM NO. 1 TRAFFIC SIGNAL CONTROL SOFTWARE AND FIRMWARE REQUEST FOR PROPOSALS In response to requests from several prospective proposers, the deadline for submitting proposals for this Request for Proposals (RFP) has been changed to 4:00 pm on April 9, 2018. However, all other dates in the selection process for this RFP remain the same, including the deadline to submit questions (March 21, 2018). The following questions about this RFP were received from some prospective proposers. Responses from the City follow each question. 1. Can the City provide the exact model of 2070 ATC controller, including all modules, that they wish to have included in proposals. Per Section c of Attachment B of the RFP, the traffic signal controllers must be compliant with the latest Advanced Transportation Controller (ATC) standards. Module configuration may vary. Per the description of Items 9 through 16 in Attachment A (Proposed Fee Schedule) of the RFP, proposers are to provide an itemized list of available modules and costs. 2. Will the City consider an alternative controller (non-2070), that provides advanced functionality (touch screen, more I/O, etc.) and considers ATC specifications? Place non-2070 traffic signal controller alternatives in the Company s Statement of Add-On s (Section e of Attachment B of the RFP). In the Statement of Add On s, describe the alternative controller and list the price of the controller as one line item and the sales tax as a separate line item. Please also see questions 7 and 9 below. 3. Is the vendor allowed to provide narrative responses in the Functional Capabilities Matrix and explanations of how requirements are satisfied? You may provide narrative responses on anything you wish under Proposal Requirements (second page of RFP) Item number 3 (A discussion of the Company s and system qualifications) or Item number 4 (A discussion of the approach or methodology to addressing the project objectives). 4. Requirement 13 on page 13 of the RFP states that the vendor is to seamlessly integrate into Vista s physical TMC network environment. Can the City provide a document showing the network environment? The proposal shall be based on Ethernet communications architecture.

5. Requirement 3 states, No third-party utilities. Can the agency define what is considered a third party utility? Third party refers to components that are developed by companies besides the original controller manufacturer. It is the City s preference for hardware and software components to be developed by the same manufacturer. 6. Can the City provide specifications on the Radar Speed Feedback System, Video Management System and the City s crash database? It is desired that the vendor integrate with these systems. Preferably, can an interface control document be provided for these systems? Radar Feedback Sign: Traffic Logix Safe Pace 600. CCTV Cameras: Ruggedized HD (MIC-7230-W5). Video Management System: Live feed from the CCTV cameras comes in to modems/digi/dvr in the server room and directly to monitors controlled by a Pelco joy stick controller. Per the description of Items 9 through 16 in Attachment A (Proposed Fee Schedule) of the RFP, the City would like proposers to identify a CCTV Management System they offer, if available. Crash Database: Crossroads. 7. Is the City of Vista exempt from any taxes (state, federal, etc.), and what taxes should be included in prices? The sales tax rate in the City of Vista is 8.25%. Please see attached amended Proposed Fee Schedule, which includes separate line items for sales tax. Please use the attached Proposed Fee Schedule Addendum No. 1 in your proposal. 8. Are servers for operating the Central Management System to be provided by the vendor, or the City? Per the description of Item 1 in Attachment A (Proposed Fee Schedule) of the RFP, the ATMS is to include all hardware and software including the server. 9. Functionality such as asset management, and the ability to disseminate information to a public website are included in the requirements matrix. Are items such as these (if they are modules), to be included in the base bid, value-added items, or add-ons Per the description of Items 9 through 16 in Attachment A (Proposed Fee Schedule) of the RFP, these items should be listed as separate modules in the Proposed Fee Schedule (equivalent to what is termed base bid in the question above). Per Section d of Attachment B of the RFP, Value Added Offerings refers to items or services you are offering in addition to those in the attached specifications or scope of work offered as part of your proposal and included in Proposed Fee Schedule pricing.

Per Section e of Attachment B of the RFP, Add On s refers to items or services you offer that have an additional cost that are not specified in the Proposed Fee Schedule or in the Value Added Offerings. 10. On page 5 it is stated, this is not a low bid solicitation. Can you explain how cost will be weighed in selection process? This procurement follows the Request for Proposals, not Request for Bids process. Therefore, the proposed fee will not be considered in the selection process. Please see the fourth and fifth pages of the RFP for the proposal scoring criteria and description of the selection process. 11. Item 1 of Proposed Fee Schedule includes ATMS software licensing. How many intersections would the city like to have included on the ATMS software license? Per the description of Item 1 in Attachment A (Proposed Fee Schedule), Item 1 only refers to the ATMS and the initial ATMS license cost, if any. The City currently owns and operates 105 traffic signals. Please also see Item 4 for annual, recurring ATMS costs, if any. Item 3 describes the cost for traffic signal controllers. As provided in the item description, the traffic signal controller cost is on a per unit basis and needs to include the hardware and software. 12. Item 1 of Proposed Fee Schedule requests inclusion of training. Does that city have a minimum number of days of classroom training required? Please include training for up to six individuals. The individuals needing training will all attend the same training session or sessions at the same time. Training session or sessions are to be held at City offices. The training is intended to equip individuals to be able to operate the ATMS and traffic signal controllers. Proposers are to assess the amount of training needed based on this information. I estimate that one training session should be sufficient. The length of the session (half day, one day, etc.) is to be assessed by the proposer. 13. Controller: Can the City please modify the list to provide provision to cost post-warranty maintenance Per the description of Item 4 in Attachment A (Proposed Fee Schedule) of the RFP, place all support cots for the five-year life of the contract in this item. 14. The software component of this is a duplicate of Item 2. Can the City please remove the software component from item 7? Per the descriptions of Items 2 and 7 in Attachment A (Proposed Fee Schedule) of the RFP, Item 2 is for the Adaptive module as part of the ATMS system on the server and Item 7 is for implementation at intersections expressed as the cost per unit intersection.

15. Will the City please define the items which would constitute an Annual Support for Adaptive Operations. That is up to the prospective proposers to define and determine any Adaptive system support needs. 16. Item 6 of the Functional Capabilities table in the RFP is outdated. Can it be changed to the spec below? Item 6 of the Functional Capabilities table (Section c of Attachment B of the RFP) is changed to the following: Shall be compliant with Model 2070LX controller unit per Caltrans Transportation Electrical Equipment Specifications (TEES) 2009 and Errata 2, 2018 Qualified Products List, and as consistent with ATC 5201 Standard v06.24 and AB3418. 17. For Item 51 of the Functional Capabilities table, Will the City please provide examples of system issues. Issues may include failing detection, drifting controller clocks, lost communications, timing mismatches between controllers and database, signals not following Time of Day coordination schedules, etc. 18. Please provide clarification on the difference between requirement #38 and #39 in the Functional Capabilities table. These two requirements may not be different unless the prospective proposer s system distinguishes between them. Hi Res data may include things, in addition to signal timing parameters, performance measures such as loop occupancy, arrival on green, etc. Sincerely, Husam Y. Hasenin Husam Hasenin, P.E., T.E. Principal Engineer 760.643.5411 hhasenin@cityofvista.com Attachment: PROPOSED FEE SCHEDULE (In a Separate Sealed Envelope) ADDENDUM NO. 1

PROPOSED FEE SCHEDULE (In a Separate Sealed Envelope) ADDENDUM NO. 1 The table below describes 16 items, which are likely to compose the various components of a complete System. The table below is only intended to be a guide and it is the Company s responsibility to include all components for a fully operational System. If there are more than one pricing structures available, please develop a separate Proposed Fee Schedule for each pricing structure option and label as Option 1, Option 2 and so on. Include ALL System components in the Proposed Fee Schedule for each pricing structure so that a Proposed Fee Schedule can be selected as a standalone schedule without having to refer to other schedules. If a pricing structure cannot be clearly delineated from the Proposed Fee Schedule alone, please provide a brief narrative explanation. Following is a brief explanation of each item in the Proposed Fee Schedule. Item 1: This is the price to purchase and set up an Advanced Traffic Management System (ATMS) and shall include hardware, software, licenses, implementation, testing, training, documentation, warranty, and all other appurtenances necessary for a fully functional ATMS per the specifications. Item 2: This is the price to purchase and set up an Adaptive Signal Control Module in the ATMS, if not already included in the ATMS item above. Item 3: Unit price per 2070 ATC Controller Unit and shall include all hardware and software modules that meet all requirements per the 2070 ATC controller specifications. This unit price may be reasonably escalated every two years. However, the City has the right to negotiate or reject the increase. Item 4: Annual Fee for ATMS and Adaptive software license, upgrades & updates and for support for all System components. This price should be good for the maximum life of the contract of five years. Items 5 & 6: Additional support cost on an hourly basis, if not already included in Item 4. Item 7: This is the cost (software, fees, set up, support, etc.) to implement Adaptive Operations expressed per unit of signalized intersection. This price should be good for the maximum life of the contract of five years. Item 8: Any additional support costs for an operational Adaptive Signal Control System expressed per unit of signalized intersection, if not already included in the support items above. This price should be good for the maximum life of the contract of five years. Items 9 through 16: ATMS Technology Modules shall include any independent software and/or hardware that is provided in a self-contained manner and offered as a separate modular component of the ATMS with distinct pricing. The ATMS technology modules perform functionality and operations as required per the specification and may include CCTV management, High Resolution Data Reporting, Asset Management and Maintenance, Analysis Tools, Connected Vehicle and Infrastructure or other ATMS modules. Modules that are not required per the specification and are recommended by the Company should be included in the Statement of Add-Ons section.

Item No. Description Unit Unit Price 1a. Advanced Traffic Management System (ATMS) Lump Sum 1b. Sales Tax Lump Sum 2a. Adaptive Signal Control Module, if not part of the ATMS Lump Sum 2b. Sales Tax Lump Sum 3a. Controller EA 3b. Sales Tax Lump Sum 4. 5. 6. 7a. Annual fee for ATMS and Adaptive software license, upgrades & updates and for support for all System components Technical support (phone) if separate from the annual fee in Item 4 Technical support (on-site) if separate from the annual fee in Item 4 Cost (software, fees, set up, support, etc.) for Adaptive Operations per signalized intersection $/Year $/Hour $/Hour $/Intersection 7b. Sales Tax Lump Sum 8. Annual Support Fee for Adaptive Operations per Signalized Intersection, if not covered by other items above $/Year/Intersection 9a. ATMS Technology Module 1 Lump Sum 9b. Sales Tax Lump Sum 10a. ATMS Technology Module 2 Lump Sum 10b. Sales Tax Lump Sum

11a. ATMS Technology Module 3 Lump Sum 11b. Sales Tax Lump Sum 12a. ATMS Technology Module 4 Lump Sum 12b. Sales Tax Lump Sum 13a. ATMS Technology Module 5 Lump Sum 13b. Sales Tax Lump Sum 14a. ATMS Technology Module 6 Lump Sum 14b. Sales Tax Lump Sum 15a. ATMS Technology Module 7 Lump Sum 15b. Sales Tax Lump Sum 16a. ATMS Technology Module 8 Lump Sum 16b. Sales Tax Lump Sum TOTAL