Loading...
HomeMy WebLinkAbout4.02 - 1900 Situational Awareness Cameras Contract with Page 1 of 5 STAFF REPORT CITY COUNCIL DATE: May 15, 2018 TO: Honorable Mayor and City Councilmembers FROM: Christopher L. Foss, City Manager SUBJECT: Approve a Contract Services Agreement with Consiliant Technologies LLC for Procurement and Implementation of Situational Awareness Cameras and Related Costs Prepared by: Victor Fox, Lieutenant, Dublin Police Services EXECUTIVE SUMMARY: The City Council will consider entering into a contract with Consiliant Technologies LLC to procure and implement situational awareness Hitachi cameras throughout the City. Consiliant would be the City’s sole provider of high definition situational cameras to supplement crime investigation activities. STAFF RECOMMENDATION: Adopt the Resolution Approving the Contract Services Agreement with Consiliant; and approve the budget change for the contract and related costs. FINANCIAL IMPACT: The initial capital costs of the Situational Awareness Cameras (Sitcams), including hardware, software, licensing, training, and installation is $633,975.64. The initial purchase includes the first 36 months of hardware maintenance, training, licensing fees, and cellular data. This will provide for 53 Sitcams installed across 16 intersections in the City of Dublin. Staff is also requesting to a 10% contingency budget ($63,397.56) on the contract amount, and $31,680 to cover 36 months of separate data transmission costs. This brings this the total initial budgeted cost to $729,053.20. Following the initial 36-month period, annual operating expenses are estimated at $57,539. This includes, licensing fees, software subscriptions, hardware maintenance and support and cellular data. With the City Council’s approval, funds for these costs will be appropriated from the General Fund Reserve for Innovations and New Opportunities (current balance $1.8 million). Page 2 of 5 DESCRIPTION: On November 21, 2017, Dublin Police Services (DPS) staff provided the City Council with an update to the current Automated License Plate Recognition (ALPR) program which was completed in March 2017. Staff also provided an overview of other potential technological resources, such as Sitcams, which DPS could use to enhance crime prevention and investigations capability. Although the current ALPR cameras have been successful in numerous criminal cases, DPS has found the system has certain limitations, including cost and efficacy. On the issue of cost, (for example) deploying ALPR cameras to capture all lanes at Dublin Boulevard and Dougherty Road would cost upwards of $70 0,000, excluding ongoing annual maintenance of that intersection. Furthermore, DPS has seen an increase in crimes being committed in vehicles with either dealership paper plates or no plates at all. The ALPR systems do not recognize dealership paper plate s, and although they will recognize rental vehicles, often times these vehicles are rented under fraudulent means and the renter cannot be identified. Although California law requires license plates to be displayed on the front of the vehicle, not all vehicle owners adhere to the law. At the direction of the City Council, DPS staff worked with vendors to explore the use of high-resolution Sitcams to supplement the existing ALPR infrastructure. Sitcams have the ability to capture real-time footage of an entire area, such as a major intersection, where the cameras are installed. This will allow an intersection to be reviewed for investigative leads when a vehicle is not detected by an ALPR camera or when a vehicle does not have license plates. Sitcams also have the ability to capture criminal activity and suspect descriptions in situations when a vehicle is not involved. Depending on location and angle, Sitcams also have the ability to detect vehicle license plates, description of vehicle occupants, as well as rotate and zoom to monitor live situations. Staff identified Consiliant as the vendor which can provide unique Sitcam technology, made by Hitachi, to best carry out the goals of the agency. Specifically, the Sitcam video system provides onboard archiving and on-demand live monitoring of activity for public safety without the need for a centralized server. Based on the ability of Sitcams to monitor entire intersections, Staff believes it would be advantageous to install this technology at most of the major intersections, including key ingress and egress points to the city. Preliminary intersections have been identified as follows: • Schaefer Ranch & Dublin Boulevard • Dublin Boulevard & San Ramon Road • San Ramon Road & Amador Valley Boulevard • San Ramon Road & Westside Drive • Village Parkway & Davona Drive • Village Parkway & Amador Valley Boulevard • Village Parkway & Dublin Boulevard • Dublin Boulevard & Dougherty Road • Dougherty Road & Amador Valley Boulevard Page 3 of 5 • Dublin Boulevard & Hacienda Drive • Tassajara Road & Gleason Drive • Tassajara Road & Dublin Boulevard • Fallon Road & Dublin Boulevard • Fallon Road & Positano Parkway • Fallon Road & Bent Tree Drive • Fallon Road & Tassajara Road If approved, it is anticipated this project will be impl emented and fully operational in approximately three months after approval. Costs The initial capital costs of this project include the purchase and installation of all equipment and the first 36 months of hardware maintenance, training, and licensing fees. The initial costs will also include the acquisition and monthly fees for transmitting data over cellular service (SIM Cards), which will be procured by the City separately from the contract with Consiliant. The initial system purchase of all hardware, software, licensing, and training for 53 Sitcams at 16 intersections is $633,975.64. This price includes installation costs from Hitachi’s sub-contractor Continental Electric ($167,146) to mount and access power to the cameras at the selected locations. What is not included from the contract proposal is the cost associated with transmitting data through cellular service. This project will require a total of 22 SIM Cards, each costing $40 per month to operate. This translates to a yearly cost of $10,560. Staff is requesting funding for the SIM Cards to operate for the first 36 months ($31,680) of the project. After this period, the SIM Cards will become an annual operating expense which will be budgeted through the normal budgeting process. Finally, Staff is also requesting to add a 10% contingency ($63,397.56) for unseen or unexpected complications that can be executed by the City Manager. This brings the total cost to $729,053.20. Following the initial 36-month period, annual operating expenses are esti mated to be $57,539. This includes licensing fees, software subscriptions, hardware maintenance and support and cellular data. Funding is available in the General Fund Reserve for Innovations and New Opportunities to make the initial purchase of this video camera technology. Funding for the annual operating cost after the first 36 months will be budgeted through the normal budgeting process. Adoption of the attached resolution (Attachment 1) and approval of the budget change (Attachment 3) will allow DPS to move forward with this project. Exception to Formal Bidding The City Municipal Code establishes the procedures for making purchases and requires that major purchases in excess of $45,000 be awarded by the City Council. The award is to be made based on formal sealed bids unless one of the allowed exceptions is Page 4 of 5 utilized. The Municipal Code contains a specific exception to the formal bid process when a contract or purchase involves goods of a technical nature, where it would be difficult for a vendor to bid on a standard set of specifications, and the Purchasing Agent undertakes a thorough review of known products and a comparison of features which would most closely meet the city’s needs at the lowest cost. (Section 2.36.100 (B)(4) Dublin Municipal Code). Consiliant is Hitachi’s premier partner and the only provider of Hitachi Visualization Suite (HVS) software from Hitachi Vantara. Consiliant is also unique its engagement model and ability manage all aspects of hardware, software, services, construct ion and support for the City. While there are other camera systems that provide similar functionality, most require custom acquisition and manual configuration of solution components to provide the same level of functionality that is offered through Consiliant. Accordingly, Staff believes the nature of the contract and purchase exempts it from the competitive bidding process outlined in Municipal Code Section 2.36. Furthermore, competitive bidding requirements may also be waived for public works contracts when it would not be in the public interest, such that no competitive advance would be gained, by soliciting bids for the work. (Graydon v. Pasadena Redev. Agency (1980) 104 CA.3d 631). Note, however, that public works requirements, including but not limited to payment of prevailing wage and Department of Industrial Relations registration, are made mandatory in the contract services agreement. Internal Police Department Policy for Use In conjunction with implementation of this program, the Police Department will adopt and abide by a policy governing use of the cameras. The policy will limit authorized use of Sitcams to police investigation purposes, including the investigation of stolen vehicles, AMBER alerts, and in-progress crimes. The policy will set out parameters for authorized users, data collection, data access, data protection, public access, third party data sharing, user training, and internal auditing. The policy will also designate a system administrator for the Sitcam system, who will ensure selected Sitcam system operators are trained, data collection and retention policies are adhered to, and the overall Sitcam system is maintained. California Environmental Quality Act The project is Categorically Exempt from the provisions of the Califo rnia Environmental Quality Act (CEQA) pursuant to section 15303: New Construction and Conversion of Small Structures which allows the construction of new structures. NOTICING REQUIREMENTS/PUBLIC OUTREACH: Page 5 of 5 None. ATTACHMENTS: 1. Resolution Approving a Contract Services Agreement with Consiliant Technologies LLC 2. Exhibit A to the Resolution - Contract Services Agreement with Consiliant Technologies 3. Budget Change Form ATTACHMENT 1 RESOLUTION NO. xx - 18 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN * * * * * * * * * APPROVING A CONTRACT SERVICES AGREEMENT WITH CONSILIANT TECHNOLOGIES LLC, WHEREAS, the use of technology in law enforcement in the form of Situational Awareness Cameras (Sitcams) is on the rise and has shown to enhance enforcement and investigation capabilities; and WHEREAS, on November 21, 2017, Staff received direction from the City Council to determine the type of Sitcam technology that would best meet the needs of the agency; and WHEREAS, Staff thoroughly researched the capability of various Sitcam systems, concluded that the Hitachi Visualization Suite platform was superior to the other available Sitcam systems in terms of meeting the needs for the department and the City, and identified Consiliant as the sole provider of the platform; and WHEREAS , Staff determined the installation and use of 53 Sitcams covering 16 intersections would maximize the enforcement and investigative capabilities of this technology; and WHEREAS, Staff has obtained a quote of $633,975.64 from Consiliant, a video technology vendor to provide 53 Sitcams and associated software, hardware, installation, and maintenance, including the Hitachi Visualization Suite, a price that is favorable to prices offered by vendors of similar products; and WHEREAS, funding is available in the General Fund Reserve for Innovations and New Opportunities for this technology; and WHEREAS, Section 2.36.100(B)(4) of the Dublin Municipal Code allows for exceptions to the typical public bidding process when a purchase involves goods of a technical nature, where it would be difficult for a vendor to bid on a standard set of specifications, and staff undertakes a thorough review of known products and a comparison of features which would most closely meet the ci ty’s needs at the lowest cost; and WHEREAS, the City also has the authority to waive competitive bidding pursuant to the established common-law doctrine articulated in the case of Graydon v. Pasadena Redevelopment Agency (1980) 104 Cal.App. 3d 631, because it would not be in the public interest, such that no competitive advance would be gained, by soliciting bids for the work. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin hereby approves the procurement of goods and se rvices without a public bidding process, in light of the fact that the Hitachi Visualization Suite was determined to be the product that best met the City’s needs, is only available from Consiliant, and the price offered by Consiliant is comparable to other comparable systems that would not meet the City’s needs as well as Consiliant’s system. BE IT FURTHER RESOLVED that that no competitive advantage would be gained by soliciting bids for the work in that the product that best met the City’s needs is only available from Consiliant ATTACHMENT 1 and the price offered by Con siliant is comparable to other comparable systems that would not meet the City’s needs as well as Consiliant’s system. BE IT FURTHER RESOLVED that the City Council authorizes a Contract Services Agreement with Consiliant Technologies LLC for a term ending three years after installation of the cameras is complete. BE IT FURTHER RESOLVED that the City Manager is authorized to procure 22 SIM cards, each costing $40.00 per month to operate for three years at a total cost not to exceed $31,680. BE IT FURTHER RESOLVED that the City Manager is authorized to execute this Agreement, and to take such other and further action, as necessary and appropriate to carry out t he intention of this Resolution, incuding using up to the 10% contract contingency amount of $63,397 to execute contract change orders or to pay for unforseen related costs including but not limited to Traffic Control work, or executing change orders that do not increase the compensation set forth in the agreement. BE IT FURTHER RESOLVED that the project is Categorically Exempt from the provisions of the California Environmental Quality Act (CEQA) pursuant to section 15303: New Construction and Conversion of Small Structures which allows the construction of new structures. PASSED, APPROVED AND ADOPTED this 15th day of May 2018, by the following vote: AYES: NOES: ABSENT: ABSTAIN: ______________________________________ Mayor ATTEST: _______________________________________ City Clerk 2961896.1 CONTRACT SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND CONSILIANT TECHNOLOGIES LLC THIS AGREEMENT for contract services is made by and between the City of Dublin (“City”) and Consiliant Technologies LLC (“Contractor”) as of May 15, 2018. Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Contractor shall provide to City the materials and services described in the Statement of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 Term of Services. The term of this Agreement shall begin on the date first noted above and shall end three (3) years after the date the Updated Camera/Device Spreadsheet at the completion of the Final Acceptance Test Plan is delivered to the City (“Initial Term”), and Contractor shall complete the work and perform the services described in Exhibit A until that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Contractor to complete the work and perform the services required by this Agreement shall not affect the City’s right to terminate the Agreement, as provided for in Section 8. 1.2 Standard of Performance. Contractor shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Contractor is engaged in the geographical area in which Contractor practices its profession and in conformance with the stated use of the materials and services by the City detailed in Exhibit A. Contractor shall prepare all work products required by this Agreement in a substantial, first-class manner and shall conform to the standards of quality normally observed by a person practicing in Contractor’s profession. 1.3 Assignment of Personnel. Contractor shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Contractor shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. 1.4 Time. Contractor shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Section 1.2 above and to satisfy Contractor’s obligations hereunder. 1.5 Public Works Requirements. Because the services described in Exhibit A include construction, alteration, demolition, installation, or repair work done under contract and paid for in whole or in part out of public funds. the services constitute a public works within the definition of Section 1720(a)(1) of the California Labor Code. As a result, Consultant is required to comply with the provisions of the California Labor Code applicable to public works, to the extent set forth in Exhibit D. 1.6 Public Works Contractor Registration. Contractor agrees, in accordance with Section 1771.1 of the California Labor Code, that Contractor or any subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in Chapter 1 of Part 7 of Division 2 of the California Labor Code, unless currently registered and qualified to perform public work pursuant to California Labor Code section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to California Labor Code section 1725.5. Contractor agrees, in accordance with Section 1771.4 of the California Labor Code, that if the work under this Agreement qualifies as public work, it is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 1.7 Delivery of City Conduit. This Agreement is premised on the City’s ability to deliver adequate conduit to Contractor for electrical connections. Based on Contractor and City’s preliminary investigation, the infrastructure at thirteen (13) of the sixteen (16) sites listed in Exhibit A appear satisfactory. In the event that a particular location is not within the City of Dublin boundaries, or does not contain adequate infrastructure and would require additional work, materials, or compensation (including but not limited to the three (3) sites which, upon investigation were identified to have potentially unsatisfactory conditions), the City and Contractor agree to meet in good faith to determine if 1) an alternate location may be suitable for installation or 2) the City wishes to contract for the additional work required to make the originally planned location suitable for installation. Should the City wish to choose an alternate location, Contractor agrees to install hardware equipment at an alternative location, at no additional cost. If no alternate location can be located to the satisfaction of both parties, the City shall be entitled to reimbursement for licensing, maintenance and support fees, as allocated to that location, but shall not be entitled to reimbursement for hardware costs. 1.8 Encroachment Permit. Contractor shall obtain an encroachment permit for the work contemplated under this agreement and shall follow the procedures outlined in the permit including the inspection of all work completed. The City shall waive the permit fees. 1.9 City Signal Specifications. Contractor shall abide by the City of Dublin Traffic Signal and Roadway Lighting Specifications, including but not limited to Section 10-2.08—Conductors and Wiring, which is attached as Exhibit B and incorporated by this reference as if fully set forth herein. 1.10 As-Built Plans. Prior to acceptance of the work, Contractor shall update the signal as-built plans by updating the camera locations on the poles and the conductor schedule. 1.11 Maintenance. Contractor shall ensure the hardware and software are maintained in accordance with Exhibit A and the Hitachi Vantara Legal Terms and Conditions. The most current Hitachi Vantara Legal Terms and Conditions can be found at https://www.hitachivantara.com/en- us/company/legal.html and a copy of Hitachi Vantara Support Services is attached as Exhibit C and incorporated by this reference as if fully set forth herein. Section 2. COMPENSATION. City hereby agrees to pay Contractor a sum not to exceed $633,975.64 notwithstanding any contrary indications that may be contained in Contractor’s proposal, for services to be performed under this Agreement. In the event of a conflict between this Agreement and Contractor’s proposal, attached as Exhibit A, regarding the amount of compensation, the Agreement shall prevail. City shall pay Contractor for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Contractor for services rendered pursuant to this Agreement. Contractor shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City, Contractor shall not bill City for duplicate services performed by more than one person. Contractor and City acknowledge and agree that compensation paid by City to Contractor under this Agreement is based upon Contractor’s costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Contractor. Consequently, the parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Contractor and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 [RESERVED] 2.2 [RESERVED] 2.3 Total Payment. City shall pay for the services to be rendered by Contractor pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Contractor in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Contractor submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. An itemized quote and payment schedule are attached as Exhibit A-1 and incorporated by this reference as if fully set forth herein 2.4 [RESERVED] 2.5 Payment of Taxes. Contractor is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.6 [RESERVED] 2.7 Authorization to Perform Services. The Contractor is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. 2.8. Acceptance of Work. Upon notice of completion of all installation work and delivery of a set of final as-built plans as set forth in Section 1.10, the Police Department and Public Works Department shall examine the work without delay. If the work is found to be in accordance with this Agreement, City shall make its final payment to Contractor. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Contractor shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. Section 4. INSURANCE REQUIREMENTS. Before beginning any work under this Agreement, Contractor, at its own cost and expense, shall procure "occurrence coverage" insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Contractor and its agents, representatives, employees, and subcontractors. Contractor shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects to the City. Contractor shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Contractor’s bid. Contractor shall not allow any subcontractor to commence work on any subcontract until Contractor has obtained all insurance required herein for the subcontractor(s) and provided evidence thereof to City. Verification of the required insurance shall be submitted and made part of this Agreement prior to execution. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to City as an additional insured. Furthermore, the requirements for coverage and limits shall be (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. The additional insured coverage under the Contractor’s policy shall be “primary and non-contributory” and will not seek contribution from City’s insurance or self- insurance and shall be at least as broad as CG 20 01 04 12. In the event Contractor fails to maintain coverage as required by this Agreement, City at its sole discretion may purchase the coverage required and the cost will be paid by Contractor. Failure to exercise this right shall not constitute a waiver of right to exercise later. Each insurance policy shall include an endorsement providing that it shall not be cancelled, changed, or allowed to lapse without at least thirty (30) days’ prior written notice to City of such cancellation, change, or lapse. 4.1 Workers’ Compensation. Contractor shall, at its sole cost and expense, maintain Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance for any and all persons employed directly or indirectly by Contractor. The Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance shall be provided with limits of not less than ONE MILLION DOLLARS ($1,000,000.00) per accident. In the alternative, Contractor may rely on a self- insurance program to meet those requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the Labor Code shall be solely in the discretion of the Contract Administrator. The insurer, if insurance is provided, or the Contractor, if a program of self-insurance is provided, shall waive all rights of subrogation against the City and its officers, officials, employees, and volunteers for loss arising from work performed under this Agreement. An endorsement shall state that coverage shall not be canceled except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Contractor shall notify City within 14 days of notification from Contractor’s insurer if such coverage is suspended, voided or reduced in coverage or in limits. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General requirements. Contractor, at its own cost and expense, shall maintain commercial general and automobile liability insurance for the term of this Agreement in an amount not less than ONE MILLION DOLLARS ($1,000,000.00) per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including the use of owned and non- owned automobiles. 4.2.2 Minimum scope of coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001 Code 1 (“any auto”). 4.2.3 Additional requirements. Each of the following shall be included in the insurance coverage or added as an endorsement to the policy: a. City and its officers, employees, agents, and volunteers shall be covered as additional insureds with respect to each of the following: liability arising out of activities performed by or on behalf of Contractor, including the insured’s general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied, or used by Contractor; and automobiles owned, leased, or used by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City or its officers, employees, agents, or volunteers. b. The insurance shall cover on an occurrence or an accident basis, and not on a claims-made basis. c. An endorsement must state that coverage is primary insurance with respect to the City and its officers, officials, employees and volunteers, and that no insurance or self-insurance maintained by the City shall be called upon to contribute to a loss under the coverage. d. Any failure of Contractor to comply with reporting provisions of the policy shall not affect coverage provided to City and its officers, employees, agents, and volunteers. e. An endorsement shall state that coverage shall not be canceled except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Contractor shall notify City within 14 days of notification from Contractor’s insurer if such coverage is suspended, voided or reduced in coverage or in limits. 4.4 All Policies Requirements. 4.4.1 Acceptability of insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of coverage. Prior to beginning any work under this Agreement, Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required herein. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The City reserves the right to require complete, certified copies of all required insurance policies and endorsements. Failure to exercise this right shall not constitute a waiver of right to exercise later. 4.4.3 Subcontractors. Contractor agrees to include with all subcontractors in their subcontract the same requirements and provisions of this Agreement including the Indemnification and Insurance requirements to the extent they apply to the scope of the Subcontractor’s work. Subcontractors hired by Contractor agree to be bound to Contractor and the City in the same manner and to the same extent as Contractor is bound to the City under the Contract Documents. Subcontractor further agrees to include these same provisions with any Sub-subcontractor. A copy of the Owner Contract Document Indemnity and Insurance provisions will be furnished to the Subcontractor upon request. Contractor shall require all subcontractors to provide a valid certificate of insurance and the required endorsements included in the agreement prior to commencement of any work and will provide proof of compliance to the City. 4.4.4 Variation. The City may approve a variation in the foregoing insurance requirements, upon a determination that the coverages, scope, limits, and forms of such insurance are either not commercially available, or that the City’s interests are otherwise fully protected. 4.4.5 Deductibles and Self-Insured Retentions. All self-insured retentions (SIR) and/or deductibles must be disclosed to the City for approval and shall not reduce the limits of liability. Policies containing any self-insured retention provision and/or deductibles shall provide or be endorsed to provide that the SIR and/or deductibles may be satisfied by either the named insured or the City. 4.4.6 Excess Insurance. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of City (if agreed to in a written contract or agreement) before City’s own insurance or self-insurance shall be called upon to protect City as a named insured. 4.4.7 Notice of Reduction in Coverage. In the event that any coverage required by this section is reduced, limited, or materially affected in any other manner, Contractor shall provide written notice to City at Contractor’s earliest possible opportunity and in no case later than five days after Contractor is notified of the change in coverage. 4.5 Remedies. In addition to any other remedies City may have if Contractor fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Contractor’s breach: ▪ Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; ▪ Order Contractor to stop work under this Agreement or withhold any payment that becomes due to Contractor hereunder, or both stop work and withhold any payment, until Contractor demonstrates compliance with the requirements hereof; and/or ▪ Terminate this Agreement. Section 5. INDEMNIFICATION AND CONTRACTOR’S RESPONSIBILITIES. To the maximum extent allowed by law, Contractor shall indemnify, keep and save harmless the City, and City Councilmembers, officers, agents and employees against any and all suits, claims or actions arising out of any injury to persons or property, including death, that may occur, or that may be alleged to have occurred, in the course of the performance of this Agreement by a negligent act or omission or wrongful misconduct of the Contractor or its employees, subcontractors or agents. Contractor further agrees to defend any and all such actions, suits or claims and pay all charges of attorneys and all other costs and expenses arising therefrom or incurred in connection therewith; and if any judgment be rendered against the City or any of the other individuals enumerated above in any such action, Contractor shall, at its expense, satisfy and discharge the same. Contractor’s responsibility for such defense and indemnity obligations shall survive the termination or completion of this Agreement for the full period of time allowed by law. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement. In the event that Contractor or any employee, agent, or subcontractor of Contractor providing services under this Agreement is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of City, Contractor shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PERS benefits on behalf of Contractor or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. Contractor/Subcontractor’s responsibility for such defense and indemnity obligations shall survive the termination or completion of this Agreement for the full period of time allowed by law. Section 6. STATUS OF CONTRACTOR. 6.1 Independent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and shall not be an employee of City. City shall have the right to control Contractor only insofar as the results of Contractor’s services rendered pursuant to this Agreement and assignment of personnel pursuant to Subparagraph 1.3; however, otherwise City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Notwithstanding any other City, state, or federal policy, rule, regulation, law, or ordinance to the contrary, Contractor and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Contractor No Agent. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Contractor and any subcontractors shall comply with all laws applicable to the performance of the work hereunder. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Contractor and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Contractor represents and warrants to City that Contractor and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Contractor represents and warrants to City that Contractor and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Contractor and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Contractor shall not discriminate, on the basis of a person’s race, religion, color, national origin, age, physical or mental handicap or disability, medical condition, marital status, sex, or sexual orientation, against any employee, applicant for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Contractor under this Agreement. Contractor shall comply with all applicable federal, state, and local laws, policies, rules, and requirements related to equal opportunity and nondiscrimination in employment, contracting, and the provision of any services that are the subject of this Agreement, including but not limited to the satisfaction of any positive obligations required of Contractor thereby. Contractor shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Contractor. Upon termination by City, City shall request in writing and be granted a refund of a pro rata portion of annual recurring costs including subscription licensing fees, and maintenance and support fees. Contractor may cancel this Agreement upon 30 days’ written notice to City upon breach of City and after City fails to remedy the breach within thirty (30) days after the date of written notice. 8.2 Extension. At the end of the Initial Term, the City shall have the option to continue the services described in this contract for an additional, renewable term of at least twelve (12) months. Any such extension shall require a written amendment to this Agreement, as provided for herein. 8.3 Amendments. The parties may amend this Agreement only by a writing signed by all the parties. 8.4 Assignment and Subcontracting. City and Contractor recognize and agree that this Agreement contemplates personal performance by Contractor and is based upon a determination of Contractor’s unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Contractor. Contractor may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Contractor represents and warrants that all subcontractors performing work under this Agreement are qualified to do so at or above the standard of performance described in section 1.2 of this Agreement. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Contractor shall survive the termination of this Agreement. 8.6 Options upon Breach by Contractor. If Contractor materially breaches any of the terms of this Agreement, City’s remedies shall include, but not be limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Contractor pursuant to this Agreement; 8.6.3 Retain a different contractor to complete the work and/or services described in Exhibit A not finished by Contractor; or 8.6.4 Charge Contractor the difference between the cost to complete the work and/or services described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Contractor pursuant to Section 2 if Contractor had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 License to Access Records Created as Part of Contractor’s Performance. All reports, data, maps, models, charts, studies, surveys, photographs, videos, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Contractor prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the Contractor. The City shall have an exclusive license to access, download or receive upon request any records or content identified by this provision. Contractor hereby agrees to deliver or make available such records or content to the City pursuant to the contract services described in the Statement of Work or upon written request by the City. Any such records or content received, deemed useful, and stored by the City shall become property of the City. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Contractor agree that all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of the City. 9.2 Contractor’s Books and Records. Contractor shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of three (3) years, or for any longer period required by law, from the date of final payment to the Contractor to this Agreement. Section 10. MISCELLANEOUS PROVISIONS. 10.1 Attorneys’ Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys’ fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the parties. 10.6 Use of Recycled Products. Contractor shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Contractor may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Contractor in a “conflict of interest,” as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Contractor shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Sections 1090 et seq. Contractor hereby warrants that it is not now, nor has it been in the previous twelve (12) months, an employee, agent, appointee, or official of the City. If Contractor was an employee, agent, appointee, or official of the City in the previous twelve months, Contractor warrants that it did not participate in any manner in the forming of this Agreement. Contractor understands that, if this Agreement is made in violation of Government Code §1090 et. seq., the entire Agreement is void and Contractor will not be entitled to any compensation for services performed pursuant to this Agreement, and Contractor will be required to reimburse the City for any sums paid to the Contractor. Contractor understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of Government Code § 1090 and, if applicable, will be disqualified from holding public office in the State of California. Principals and those performing work for City of Dublin may be required to submit a California Fair Political Practices Commission (FPPC) Form 700: Statement of Economic Interests documenting potential financial conflicts of interest. For additional information, proposers should refer to the FPPC website at http://www.fppc.ca.gov/Form700.html. 10.8 Solicitation. Contractor agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.10 Notices. Any written notice to Contractor shall be sent to: Consiliant Technologies LLC Attn: Jon Garcia 15375 Barranca Parkway, A-108 Irvine, CA 92618 Any written notice to City shall be sent to: The City of Dublin Dublin Police Attention Lt: Victor Fox 100 Civic Plaza Dublin, CA 94568 9.11 Integration. This Agreement, including Exhibit A, Exhibit A-1, Exhibit B, Exhibit C and Exhibit D represent the entire and integrated agreement between City and Contractor and supersedes all prior negotiations, representations, or agreements, either written or oral. IN WITNESS HEREOF, the parties have caused their authorized representatives to execute this Agreement on the 15th day of May 2018. CITY OF DUBLIN CONTRACTOR ____________________________ ______________________________ Christopher L. Foss, City Manager [NAME, TITLE] Attest: ____________________________ Caroline Soto, City Clerk Approved as to Form: ____________________________ John Bakker, City Attorney       Page | 1  FINAL PROJECT PROPOSAL Version 3.0 Project: City of Dublin Hitachi Security Architecture and Aggregation Platform Presented To: Lieutenant Victor Fox Date Prepared: 12/19/17 Prepared by: Steve Katz Master Engineer, Hitachi Paul Rivet Account Manager, Hitachi Jon Garcia Senior Account Executive       Page | 2  Contents Introduction ................................................................................................................................. 4  Solution Overview ....................................................................................................................... 4  On-board Archiving .................................................................................................................... 5  Hitachi Visualization Suite (HVS) .............................................................................................. 7  Hitachi Visualization Platform ................................................................................................. 13  Architectural Decisions ............................................................................................................ 16  INTERSECTION CONDUIT WIRING DIAGRAMS ........................................................................................ 19  INTERSECTION POLE WIRING OPTIONS FOR WIRED & WIRELESS ARCHITECTURES ............................... 20  HITACHI VISUALIZATION SUITE ARCHITECTURE ..................................................................................... 21  SCOPE OF WORK ..................................................................................................................... 22  Design and Deployment Approach ......................................................................................................... 22  Requirements Definition ......................................................................................................................... 23  Discovery Site Survey .............................................................................................................................. 23  Solution Architecture and Design ........................................................................................................... 24  High‐Level Project Schedule .................................................................................................................... 25  User Training Process .............................................................................................................................. 25  GENERAL ASSUMPTIONS AND RESPONSIBILITIES ............................................................ 26  Coordinators ........................................................................................................................................... 26  Project Management .............................................................................................................................. 26  Project Initiation ..................................................................................................................................... 27  Planning Session ...................................................................................................................................... 27  Power Assumptions and Responsibilities ............................................................................................... 28  AC Power........................................................................................................................................... 28        Page | 3  Camera Location Assumptions and Responsibilities............................................................................... 29  Networking & Integration Assumptions and Responsibilities ................................................................ 29  FINAL ACCEPTANCE TEST PLAN .......................................................................................... 30  Infrastructure Device Staging and Configuration Testing ....................................................................... 31  Dublin HVP600 and HVP200 Device Integration Tests ........................................................................... 32  Video Hardware Infrastructure Deployment Tests ................................................................................. 32  Video Infrastructure Device Connectivity Tests ...................................................................................... 33  Post‐Installation Testing ......................................................................................................................... 34  Dublin Police Department Final Acceptance Test Plan Responsibilities ................................................. 34  Quality Assurance Inspection .................................................................................................................. 35  ADDITIONAL SYSTEM CAPABILITIES AND OPERATIONAL INITIATIVES .......................... 35  Process Improvement ............................................................................................................................. 36  Hitachi Video Platform – Additional Capabilities .................................................................................... 37  STATEMENT OF WORK TERMS AND CONDITIONS .................... Error! Bookmark not defined.  Contact Information ................................................................................................................................ 38  Change Control Process .......................................................................................................................... 38  Contract Extension .................................................................................................................................. 38  Annual Recurring Costs Summary ........................................................................................................... 39  Acceptance of Statement of Work ............................................................. Error! Bookmark not defined.          Page | 4  This Statement of Work (this “SOW”) is presented to the City of Dublin, a California government municipality with an office at 100 Civic Plaza, Dublin, California 94568 (“Client”, “The City”), by Consiliant Technologies LLC, a California limited liability company with an office at 15375 Barranca Parkway, Suite A-108, Irvine CA 92618 (“Consultant or Consiliant”). Introduction The City of Dublin is evaluating solutions to provide situational awareness in priority areas throughout the city with a specific focus on vehicle traffic ingress and egress locations. The city has defined sixteen (16) intersection locations where video infrastructure would serve as a force multiplier supporting law enforcement. Situational awareness provided by video infrastructure is proving highly valuable to government municipalities and law enforcement agencies, especially when complementing other technologies such as license plate reading (LPR) systems. Benefits realized from situational awareness initiatives include real-time assessment capabilities, and numerous investigative capabilities that streamline evidence collection and incident resolution. The City has selected Hitachi and Consiliant to provide a technology strategy based on Hitachi’s track record delivering video infrastructure and data management solutions to clients internationally, including many cities and law enforcement agencies. Hitachi and Consiliant differentiate their approach to situational awareness initiatives using the Hitachi Video Platform and Hitachi Visualization Suite. These solution components have been validated in public safety use cases by many law enforcement entities, but serve as a foundation to address the growing influence of technology in all aspects of city life and operations. The open and adaptable nature of Hitachi’s solution platform allow investments in video infrastructure to carry far beyond a single use case when complemented with analytics software, aggregated with other City data sources (e.g. CAD/RMS, LPR, etc.), and/or paired with current/future IoT edge device environments. Hitachi and Consiliant’s goal is to ensure a wholistic approach to technology investment that provides situational awareness, business intelligence and operational outcomes. Solution Overview Hitachi and Consiliant have completed initial site visits to the following defined intersection locations throughout the City of Dublin: 1. Dougherty Rd & Amador Valley Rd- (Not ready – under construction. Depending on the project time line this may need to be pushed back 6 months so the Dougherty Road Widening project is complete) 2. Dublin Blvd. & Village Parkway 3. Dublin Blvd. & San Ramon Rd 4. Dublin Blvd. & Schaefer Ranch Rd 5. Dublin Blvd. & Dougherty Rd       Page | 5  6. Dublin Blvd. & Fallon Rd 7. Fallon Rd & Bent Tree 8. Fallon Rd & Tassajara Rd 9. Dublin Blvd. & Hacienda Dr 10. Fallon Rd & Positano Rd 11. San Ramon Rd & Amador Valley Rd 12. San Ramon Valley Blvd & Westside Dr / Alcosta Blvd (Needs to be relocated—not in the City of Dublin) 13. Dublin Blvd. & Tassajara Rd 14. Tassajara Rd & Gleason Rd 15. Village Pkwy & Amador Valley Blvd (Needs to be relocated—not sufficient electrical access) 16. Village Pkwy & Davona Dr In Phase One, the City of Dublin has requested a cost estimate for a total of fifty-three (53) new cameras that include sixteen (16) HVP600 cameras, six (6) HVP200 cameras, and twenty-nine (31) AXIS P1435-LE cameras with the following variables: 1. Sixteen (16) HVP600 2MP PTZ cameras with 360 degrees range and 20x min. optical zoom for active monitoring capabilities. Each HVP camera is equipped with a (1) 1TB Solid State Drive for video retention capabilities and a slot to accept (1) City-supplied 4G LTE cellular network card for connectivity. 2. Six (6) HVP200 2MP cameras with standard 4mm lens for 70 degrees of horizontal coverage. Each HVP camera is equipped with a (1) 1TB Solid State Drive for video retention capabilities and a slot to accept (1) City-supplied 4G LTE cellular network card for connectivity. 3. Twenty (22) AXIS P1435-LE 2MP cameras with 3-10.5mm lens 4. Nine (9) AXIS P1435-LE 2MP cameras with 10-22mm lens The HVP600 and HVP200 video systems provide onboard recording and on-demand live monitoring of activity for public safety without any centralized server or storage requirements, and include a (3) year warranty and maintenance program for the video platform. Additional AXIS P1435-LE cameras are provided to complete video capture requirements at each intersection, and will record to local HVP600 and HVP200 systems respectively. This proposed solution includes Hitachi Visualization Suite (HVS) as the single interface for on-demand live viewing, accessing archives and the integration of additional data sources (e.g. social media intelligence, CAD/RMS, ALPR, etc.). Features and components not included in Phase 1 can be implemented as required at any time. On-board Archiving       Page | 6  Synchronous security video recording is based on several key factors that can vary the quantity and length of the archiving process. The H.264 compression standard uses the MPEG4 v10 algorithm to conserve bandwidth based on the motion and activity within the area-of-coverage. By comparison, even while recording continuously, a heavily used traffic intersection will use more storage capacity than an intersection less travelled as the algorithm creates more newly generated frames to capture the activity. The HVP200 and HVP600 video systems provide the ability to schedule different recording attributes. For example, one configuration can record on alerts based on analytics to avoid using storage space for video when there is no activity. Another configuration, pre-record and post-record, can be leveraged to record activity seconds prior to the alert and seconds after the alert to conserve storage. The video retention rates for the City of Dublin video infrastructure architecture proposed by Hitachi and Consiliant leveraging HVP600, HVP200 and AXIS P1435-LE cameras recording at 2MP and 1280 x 720 resolution with a 1TB recording capacity for each HVP system are estimated as follows: Camera Architecture Video Retention Period Estimate Single HVP600 or HVP200 50 to 60 Days HVP600/HVP200 + 1 Additional Fixed Camera 20 to 30 Days HVP600/HVP200 + 2 Additional Fixed Cameras 10 to 15 Days Estimated retention is based on 1, 2 and 3 camera architectures, as there are never more than 3 cameras recording to a single recorder in this solution. Intersections where there are more than 3 cameras deployed will have more than one recorder installed. Intersection Total Cameras Estimated Retention Per Intersection Total 4G Cards Tassajara & Gleason 4 20 – 30 Days 2 Village Pkway & Dublin Blvd 5 20 – 30 Days (2 Cameras, Recorder 1) 10 – 15 Days (3 Cameras, Recorder 2) 2 Fallon Rd & Dublin Blvd 4 20 – 30 Days 2 Dougherty Rd & Dublin Blvd 5 20 – 30 Days (2 Cameras, Recorder 1) 10 – 15 Days (3 Cameras, Recorder 2) 2 Intersection Total Cameras Estimated Retention Per Intersection Total 4G       Page | 7  Cards Hacienda Dr & Dublin Blvd 5 20 – 30 Days (2 Cameras, Recorder 1) 10 – 15 Days (3 Cameras, Recorder 2) 2 Tassajara Rd & Dublin Blvd 5 20 – 30 Days (2 Cameras, Recorder 1) 10 – 15 Days (3 Cameras, Recorder 2) 2 Fallon Rd & Positano 2 20 – 30 Days 1 Tassajara Rd & Fallon Rd 2 20 – 30 Days 1 Fallon Rd & Bent Tree Dr 2 20 – 30 Days 1 Dougherty Rd & Amador Valley Rd 3 10 – 15 Days 1 Schaefer Ranch & Dublin Blvd 2 20 – 30 Days 1 San Ramon Rd & Dublin Blvd 3 10 – 15 Days 1 San Ramon Rd & Amador Valley Rd 3 10 – 15 Days 1 San Ramon Valley Blvd & Westside Dr 2 20 – 30 Days 1 Village Pkway & Davona Dr 3 10 – 15 Days 1 Village Pkwy & Amador Valley Blvd 3 10 – 15 Days 1 These figures vary based on image complexity, lens and image processor quality, resolution, applied analytics, frame rate, and recording configuration. The 1TB SSD provided in each HVP system is designed to leverage about 85% of storage capacity for actual video storage while the remainder is leveraged for system software, operating system and performance overhead requirements. Hitachi Visualization Suite (HVS) Hitachi Visualization Suite (HVS) empowers comprehensive situational awareness strategies. HVS provides a single web-based interface that integrates and aggregates information from disparate solutions including CCTV, CAD/RMS, Social Media, and edge sensors with correlation analytics to provide more intelligent information in real-time. The dynamic mapping interface is accessible anywhere from any device with network connectivity and a web browser.       Page | 8  Hitachi Visualization Suite Overview             Page | 9      There are five main capabilities of the HVS solution (some features require additional licensing/services costs): 1. Real-Time Visualization for Geospatial Visibility The aggregate map enables the correlation of disparate video and data systems, sensors, and other smart city, operational, and public safety systems in a user- friendly, award-winning web interface. 2. Integration for Third-Party Technology Systems Current and custom integrations for many law enforcement systems include: a. Video Management Systems b. Computer Aided Dispatch (CAD)/911 c. Gunshot Detection d. License Plate Recognition (LPR) e. Drone Detection f. Mobile Phone Integration g. Access Control h. Live Weather Radar i. AIS Alerts j. Social Media Feeds k. Traffic Systems l. Crime/Incident Data       Page | 10  3. Scalable and Adaptable Solution for Cost Efficiency and Investment Value The Hitachi platform can scale from a single device recording on an SSD accessed over a cellular network to thousands of devices connected to a high-bandwidth network recording to a centralized high-capacity computing environment. The platform will support a single viewer accessing a video stream via a web browser, or an implementation supporting the simultaneous viewing of video by teams of people. A combination of new and existing cameras can be leveraged to only pay for what is needed to reach the desired project outcomes. 4. Public/Private Partnerships for a Wider Scope of Surveillance The Hitachi platform can provide for fast and easy public/private partnership capabilities, including non-invasive hardware strategies and custom portals for sharing information between law enforcement agencies and their community partners. 5. Intelligent Analytics and the Internet of Things (IoT) The Hitachi platform can apply advanced video analytics to provide force multiplying capabilities to law enforcement agencies. New analytics and IoT edge device use cases are being developed constantly and Hitachi’s open standards environment means law enforcement agencies have the confidence that applying new features to their existing Hitachi environment will not require full replacement of their video platform. The Hitachi Visualization Suite (HVS) software price model is comprised of a base license, video management system connector license, and device connector license model in a multi- year-term subscription. The HVS Gateway device is a fixed price hardware item with no additional license or subscription requirements outside maintenance and support. As HVS is a cloud-based software solution, the cost of HVS is based on specific requirements with various options from an ala carte menu of software features and functionality. The only hardware that may be required for the cloud-based solution is the HVS Gateway, which is a transmittal, transcoding and security device that bypasses the local firewall configuration to deliver local integrated correlation data to the HVS cloud. This section is a narrative explanation of the pricing quote delivered to the City of Dublin that follows. The licensing model is an annual subscription based on select features and functionality. In addition to the base license fee, there is an annual subscription for each connected device/camera of $90 USD and video management system of $2,500.00. For example, the proposed scope requires the integration of fifty-three (53) IP cameras at $90 per camera per year ($4,770 USD), the HVS base license is $4,950 USD per year, and the base       Page | 11  license for video management system (recording/accessing archived footage at the edge) for one year is $2,500 USD (includes support). The total for the HVS solution proposed is $12,237 USD per year (includes support). HVS is designed to: 1. Capture all sensors and event data. Collect vital security information with intelligent edge capture devices. Edge communication devices come in several form factors, including pole-mounted enclosures (pods) with high-definition cameras, edge recording, and analytics. These Hitachi Visualization Platform camera pods are integrated camera and communication devices, which are easily deployed on city poles and building infrastructure. Each pod includes high-definition, high-megapixel cameras with superior capabilities, even in low-light conditions. The HVP gateway is used to integrate 3rd party video systems, and it acts as a data ingest for any external sensor data. 2. Transmit relevant data via 4G/LTE, GPS, and optional wireless and fiber/copper connections. The pods have built-in Wi-Fi, GPS, and 4G/LTE communications, making remote video surveillance available just about anywhere. The pods also support alternative connectivity options, including fiber, copper, and wireless mesh, and point-to-point. 3. Correlate and Visualize on a single map. The Hitachi Visualization Suite (HVS) software enables the correlation of disparate data and video systems in an award-winning user interface. HVS software allows users to visualize and interact with multiple sources of information geospatially. The software provides a common operating picture for full situational awareness. 4. Process via an integrated workflow. The Hitachi Visualization Suite workflow module allows customers to set up actions based on discrete events, such as gunshot, 911 call, LPR read, etc. For example, when a gunshot is detected, the workflow engine determines the closest cameras and allows them to be identified to viewers in HVS quickly. 5. Store data where it can be accessed quickly. Hitachi Visualization Suite captures all event data and stores and presents it in an intuitive timeline format for investigative purposes. In addition, the Video Management Platform (VMP) is a turnkey hardware platform that is optimized for video management system processing and storage. All media is digitally signed when it is uploaded to ensure chain of custody. HVS enables data access from the field, on the way to an incident, or in a traditional command and control room. 6. Analyze data and video associated with incidents. HVS analytic modules work as a data mining engine to gather and even predict where and when crime can occur by ingesting real-time feeds from open sources, crime       Page | 12  databases, and online social media applications. Automated camera selection and notifications allow you to monitor by exception, while searchable data databases and point-and-click viewing allow you to proactively navigate the system with ease. 7. Share information. All that is required to access this information is a web browser, a user account, and an Internet connection. HVS provides real-time access to all data via selectable layers, such as gunshot detection, CAD, etc. Additionally, gateways enable private-entity video integration, which can enhance law enforcement’s visibility for key areas of the city without large investments in additional fixed-camera assets. The general public and public safety officers work together as a team to share information with each other. Hitachi Visualization Suite has multiple ways to integrate assets, each one with a different set of accessible functions and features. For cameras and video feeds, there are three methods: 1) RTSP/RTP direct to an IP camera, audio device or sensor 2) Using the HVS Gateway device (see below) a. Direct to cameras, or other IP devices (on the LAN) b. Through Integration into a Video Management System Software (VMS) or security application on the LAN Each one of these options provides the ability to access live video within HVS. A direct RTSP/RTP camera connection requires firewall configuration, depending on if using HTTP or ONVIF. HTTP limits accessibility to live video streaming, while ONVIF connection may include additional camera features and functionality (e.g. local storage, alerts and alarms). The swift integration into HVS using this method provides for rapid deployment for emergency incidents or scheduled events. HVS provides automatic events ingestion through FTP server (provided by Hitachi or by the customer). Simply configuring an FTP Uri, HVS can transform and ingest events from source format to Hitachi specific format. Usually the CAD Events are provided by the customer as xml files but HVS can support other formats (such as JSON).       Page | 13  CAD Alert in Hitachi Visualization Suite (HVS) [EXAMPLE] Hitachi Visualization Platform The advent of megapixel security camera resolution dramatically improves the quality of video archived footage, improving its efficiency and effectiveness for video forensics. The ever- growing camera resolution outshines information and communications technology, making it difficult for wide area deployments that preserve the highest possible quality video archives for any extended length of time. Hitachi HVP 600 SmartCam Hitachi HVP 200 SmartCam       Page | 14  The stability and size of a built-in MicroSD limits full 1080P resolution recordings to just a few days. What happens when you need to review footage from last week, or two weeks ago? What if 1080P is just not enough to identify that face fifty feet away? The Hitachi HVP200 and HVP600 provides great resolution in a compact design, and these Smart Cloud Cameras keeps your 4G LTE connection on standby until the built-in video analytics identifies a configurable event to send a snapshot alert within Hitachi Visualization Suite (HVS) for further risk assessment. No enormous data usage fees, network latency or throttling of bandwidth to reduce the quality of your archived footage. The HVP200 and HVP600 Smart Cloud Cameras let you know when you should pay attention, while archiving full 2MP (1280x720 pixels) footage for later review. Designed for 100-240VAC 50/60Hz input, the HVP200 and HVP 600 also include redundant archiving to further protect those archived assets. Features and Benefits:  Compact Design  Cost Effective Intelligence  2MP Video Quality  Smart IR for night-time viewing  Large Edge Storage Capacity  On-Demand Connectivity for Alerting or Remote Viewing  Built-in Intelligence & Video Analytics  Remote Reboot  Requires 100-240VAC 50/60Hz, or  VMS is Optional - Designed for HVS Integration  Redundant Edge Storage  Connectivity & Security 4G LTE WAN over WiFi GPS Integration into HVS Live and Archived Video       Page | 15  Smart & Analytics Alerts & Alarms Data Usage Management/Quota/Alerts Multilayered Zoned Layer 2 & 3 Firewall VPN Connectivity Remote Access Restrictions Illegal Login Alerts Access Logs  Intelligence & Video Analytics Automated Alerts  FTP/Email  HDD Error  HDD Full  Illegal Login  Line Crossing  Intrusion Detection  Motion Detection The HVP600 provides further capability in its in customizable industrial design. The casing is high-strength, vandal-resistant and temperature controlled (without significant power requirements). Camera configurations provide for a wide selection of PTZ and fixed camera variances, including a bring-your-own-device (BYOD) configuration.      Pa g e  | 16   Ar c h i t e c t u r a l D e c i s i o n s Th e f o l l o w i n g t a b l e p r o v i d e s a s u m m a r y o f d e f i n e d c o v e ra g e l o c a t i o n s a n d e q u i p m e n t p r o p o s e d f o r i m p l e m e n t a t i o n . Si t e s   Ca m To t a l   4G   To t a l   Po l e  1 De v i c e s   Po l e  2 De v i c e s   Po l e  3 De v i c e s  Pole 4 Devices  Ta s s a j a r a  Rd  & Gl e a s o n  Rd    Pu r p o s e :   1.  Si t u a t i o n a l  Aw a r e n e s s   4  2  HV P 6 0 0  PT Z   P1 4 3 5 ‐LE  (3 ‐10 . 5 m m )  AX I S  T8 1 2 3 ‐E  P1 4 3 5 ‐LE  (1 0 ‐22 m m )  NE T W A Y 1 D W P H   NB E ‐SA C ‐16   HV P 2 0 0  (4 m m )    NE T W A Y 1 D W P H   NB E ‐SA C ‐16      Vi l l a g e  Pk w y  & Du b l i n  Bl v d    Pu r p o s e :   1.  Si t u a t i o n a l  Aw a r e n e s s   5  2  HV P 6 0 0  PT Z   P1 4 3 5 ‐LE  (3 ‐10 . 5 m m )  AX I S  T8 1 2 3 ‐E  NB E ‐SA C ‐16   P1 4 3 5 ‐LE  (3 ‐10 . 5 m m )  NE T W A Y 1 D W P H   NB E ‐SA C ‐16   HV P 2 0 0  (4 m m )    NE T W A Y 1 D W P H   NB E ‐SA C ‐16   P1435‐LE (10‐22mm) NETWAY1DWPH NBE‐SAC‐16  Fa l l o n  Rd  & Du b l i n  Bl v d    Pu r p o s e :   1.  Si t u a t i o n a l  Aw a r e n e s s   4  2  HV P 6 0 0  PT Z   P1 4 3 5 ‐LE  (1 0 ‐22 m m )  AX I S  T8 1 2 3 ‐E  HV P 2 0 0  (4 m m )    NE T W A Y 1 D W P H   NB E ‐SA C ‐16   P1 4 3 5 ‐LE  (3 ‐10 . 5 m m )  NE T W A Y 1 D W P H   NB E ‐SA C ‐16      Do u g h e r t y  Rd  & Du b l i n  Bl v d    Pu r p o s e :   1.  Si t u a t i o n a l  Aw a r e n e s s   5  2  HV P 6 0 0  PT Z   P1 4 3 5 ‐LE  (3 ‐10 . 5 m m )  AX I S  T8 1 2 3 ‐E  NB E ‐SA C ‐16   P1 4 3 5 ‐LE  (3 ‐10 . 5 m m )  NE T W A Y 1 D W P H   NB E ‐SA C ‐16   HV P 2 0 0  (4 m m )    NE T W A Y 1 D W P H   NB E ‐SA C ‐16   P1435‐LE (3‐10.5mm) NETWAY1DWPH NBE‐SAC‐16  Ha c i e n d a  Dr  & Du b l i n  Bl v d    Pu r p o s e :   1.  Si t u a t i o n a l  Aw a r e n e s s   5  2  HV P 6 0 0  PT Z   P1 4 3 5 ‐LE  (3 ‐10 . 5 m m )  AX I S  T8 1 2 3 ‐E  NB E ‐SA C ‐16   P1 4 3 5 ‐LE  (3 ‐10 . 5 m m )  NE T W A Y 1 D W P H   NB E ‐SA C ‐16   HV P 2 0 0  (4 m m )    NE T W A Y 1 D W P H   NB E ‐SA C ‐16   P1435‐LE (3‐10.5mm) NETWAY1DWPH NBE‐SAC‐16       Pa g e  | 17   Si t e s   Ca m To t a l   4G   To t a l   Po l e  1 De v i c e s   Po l e  2 De v i c e s   Po l e  3 De v i c e s  Pole 4 Devices  Ta s s a j a r a  Rd  & Du b l i n  Bl v d    Pu r p o s e :   1.  Si t u a t i o n a l  Aw a r e n e s s   5  2  HV P 6 0 0  PT Z   P1 4 3 5 ‐LE  (3 ‐10 . 5 m m )  AX I S  T8 1 2 3 ‐E  NB E ‐SA C ‐16   P1 4 3 5 ‐LE  (1 0 ‐22 m m )  NE T W A Y 1 D W P H   NB E ‐SA C ‐16   HV P 2 0 0  (4 m m )    NE T W A Y 1 D W P H   NB E ‐SA C ‐16   P1435‐LE (3‐10.5mm) NETWAY1DWPH NBE‐SAC‐16  Fa l l o n  Rd  & Po s i t a n o  Rd    Pu r p o s e :   1.  Si t u a t i o n a l  Aw a r e n e s s   2  1  HV P 6 0 0  PT Z    NB E ‐SA C ‐16   P1 4 3 5 ‐LE  (1 0 ‐22 m m )    NE T W A Y 1 D W P H   NB E ‐SA C ‐16         Ta s s a j a r a  Rd  & Fa l l o n  Rd    Pu r p o s e :   1.  Si t u a t i o n a l  Aw a r e n e s s   2  1  HV P 6 0 0  PT Z    NB E ‐SA C ‐16   P1 4 3 5 ‐LE  (3 ‐10 . 5 m m )  NE T W A Y 1 D W P H   NB E ‐SA C ‐16         Fa l l o n  Rd  & Be n t  Tr e e  Dr    Pu r p o s e :   1.  Si t u a t i o n a l  Aw a r e n e s s   2  1  HV P 6 0 0  PT Z    NB E ‐SA C ‐16   P1 4 3 5 ‐LE  (1 0 ‐22 m m )  NE T W A Y 1 D W P H   NB E ‐SA C ‐16         Do u g h e r t y  Rd  & Am a d o r  Vl y  Rd    Pu r p o s e :   1.  Si t u a t i o n a l  Aw a r e n e s s   3  1  HV P 6 0 0  PT Z   P1 4 3 5 ‐LE  (1 0 ‐22 m m )  AX I S  T8 1 2 3 ‐E  NB E ‐SA C ‐16   P1 4 3 5 ‐LE  (1 0 ‐22 m m )  NE T W A Y 1 D W P H   NB E ‐SA C ‐16         Sc h a e f e r  Ra n c h  & Du b l i n  Bl v d    Pu r p o s e :   1.  Si t u a t i o n a l  Aw a r e n e s s   2  1  HV P 6 0 0  PT Z   P1 4 3 5 ‐LE  (1 0 ‐22 m m )  AX I S  T8 1 2 3 ‐E                Pa g e  | 18   Si t e s   Ca m To t a l   4G   To t a l   Po l e  1 De v i c e s   Po l e  2 De v i c e s   Po l e  3 De v i c e s  Pole 4 Devices  Sa n  Ra m o n  Rd  & Du b l i n  Bl v d    Pu r p o s e :   1.  Si t u a t i o n a l  Aw a r e n e s s   3  1  HV P 6 0 0  PT Z    NB E ‐SA C ‐16   P1 4 3 5 ‐LE  (3 ‐10 . 5 m m )  NE T W A Y 1 D W P H   NB E ‐SA C ‐16   P1 4 3 5 ‐LE  (3 ‐10 . 5 m m )  NE T W A Y 1 D W P H   NB E ‐SA C ‐16      Sa n  Ra m o n  Rd  & Am a d o r  Vl y  Rd    Pu r p o s e :   1.  Si t u a t i o n a l  Aw a r e n e s s   3  1  HV P 6 0 0  PT Z    AX I S  T8 1 2 3 ‐E  NB E ‐SA C ‐16   P1 4 3 5 ‐LE  (3 ‐10 . 5 m m )  NE T W A Y 1 D W P H   NB E ‐SA C ‐16         Sa n  Ra m o n  Vl y  Bl v d  & We s t s i d e  Dr    Pu r p o s e :   1.  Si t u a t i o n a l  Aw a r e n e s s   2  1  HV P 6 0 0  PT Z   P1 4 3 5 ‐LE  (3 ‐10 . 5 m m )  AX I S  T8 1 2 3 ‐E           Vi l l a g e  Pk w y  & Da v o n a  Dr    Pu r p o s e :   1.  Si t u a t i o n a l  Aw a r e n e s s   3  1  HV P 6 0 0  PT Z     NB E ‐SA C ‐16   NB E ‐SA C ‐16   P1 4 3 5 ‐LE  (3 ‐10 . 5 m m )  NE T W A Y 1 D W P H   NB E ‐SA C ‐16   P1 4 3 5 ‐LE  (3 ‐10 . 5 m m )  NE T W A Y 1 D W P H   NB E ‐SA C ‐16      Vi l l a g e  Pk w y  & Am a d o r  Vl y  Bl v d    Pu r p o s e :   1.  Si t u a t i o n a l  Aw a r e n e s s   3  1  HV P 6 0 0  PT Z    NB E ‐SA C ‐16   NB E ‐SA C ‐16   P1 4 3 5 ‐LE  (3 ‐10 . 5 m m )  NE T W A Y 1 D W P H   NB E ‐SA C ‐16   P1 4 3 5 ‐LE  (3 ‐10 . 5 m m )  NE T W A Y 1 D W P H   NB E ‐SA C ‐16           Pa g e  | 19   IN T E R S E C T I O N C O N D U I T W I R I N G D I A G R A M S      Pa g e  | 20   IN T E R S E C T I O N P O L E W I R I N G O P T I O N S FO R W I R E D & W I R E L E S S A R C H I T E C T U R E S      Pa g e  | 21   HI T A C H I V I S U A L I Z A T I O N S U I T E A R C H I T E C T U R E Re m o t e S i t e A c c e s s , C l o u d S e r v i c e s , VM S , U s e r E n g a g e m e n t , N e t w o r k O v e r v i e w       Page | 22  SCOPE OF WORK Design and Deployment Approach Hitachi and Consiliant’s approach is an iterative collaboration between the City of Dublin and all its various project stakeholders. We understand that these projects can involve many different departments, agencies, consultants, property owners, and government representatives throughout the planning and deployment process. Our goal is to design, develop, procure and implement a citywide intelligent public safety system that is scalable, adaptable, and maintainable while remaining cost effective. Hitachi, Consiliant and their ecosystem of industry partners have the experience in architectural design and deployment of complete wide-area physical security solutions, including projects specifically for government municipalities. Our experience has proven that developing a functional and dynamic situational awareness interface requires a structured, collaborative, innovative approach contrary to linear and segregated strategies. It is this perspective that facilitated the development of the Hitachi Visualization Suite (HVS), a fluid GIS mapping interface that integrates many disparate systems and aggregates this information to provide correlated intelligence supporting operational decision making and outcomes. The constant advancement of technology inspires opportunities for the improvement of organizational capabilities, but typically require significant planning time and expense to implement successfully. Hitachi and Consiliant recognize the importance of having a technology lifecycle strategy that strives to make the most of existing technical investments, provide a long- term depreciation plan for new investments, and weigh the organizational benefits of new technologies appropriately.       Page | 23  Requirements Definition This phase of the methodology includes the detailed discovery of all existing assets, their functions, reusability and effectiveness in meeting the organization’s project goals and objectives while evaluating compliance with applicable regulatory requirements, and interoperability with the proposed solution components. The first step in documenting requirements is identifying the team and team leads at Hitachi, Consiliant, project subcontractors and client organization. This may include personnel from various divisions and/or departments and may include architects, subject matter experts, and engineers. This team may be part of a project management office, depending on the size or number of concurrent projects managed by the team for a single customer. This select team would create and/or review project requirements, any existing procedural details (Use Cases), evaluate the usability of existing assets and their integration capabilities through both hardware and software, discover improvement criteria, and develop the key goals and objectives. Tasks and Activities:  Identify Team (Customer, Consultants)  Review Project Methodology  Prepare Proposed Schedule and Project Plan  Interview Key Stakeholders  Review Operational Goals & Business Drivers  Review Implementation and Integration Criteria  Coordinate Schedule and Communicate to Customer, Architects, & Engineers  Review Findings (Customer, Developers, Architects, Consultants)  Gather Information to Clearly Define Project Requirements  Deliverable: Document Results in Requirements Definition Document Discovery Site Survey There may be a need for a high-level discovery phase to identify and evaluate the existing physical security subsystems, their existing hardware, software, electrical infrastructure, cabling pathways, supporting processes, and procedures in order to establish a baseline for process improvement and requirements validation. This discovery site survey may be required for each location and would be a collaborative effort including personnel from various divisions and/or departments and may include architects, subject matter experts and engineers. This task involves the identification and coordination of all parties required to perform the discovery site survey to insure the right people are available to answer the right questions, including the identification of relevant physical security subsystems, their functionality and type of existing equipment, their potential integration capabilities and physical integration (if necessary) and a cursory review of supporting infrastructure (data, network and power). The discovery site survey results will be included in the overall Requirements Definition Document.       Page | 24  Tasks and Activities:  Assemble Survey Teams (Architects, Engineers, Subcontractors & Customer Personnel)  Identify Relevant Physical Security Subsystems  Gather Existing Documentation on Subsystems  Coordinate Survey Team  Perform Site Survey  Deliverable: Document Site Survey Results in Requirements Definition Document Solution Architecture and Design Although this phase of our approach began in the pre-sales process, an iterative process includes change and the final details may not have been identified until later. This phase determines how to best design the final solution, with any new requirements and additions, choosing the depth of the project, the schedule, budget, hardware and software to best satisfy both project and business requirements as they relate to the overall strategic plan. This phase is also where the team determines how the integration (hardware and/or software) of any required physical security subsystem into a single interface shall improve efficiencies, decisions, reduce cost, and lower risk. An architectural team is assigned to include all necessary architects, subject matter experts, engineers from various disciplines, hardware/software vendors, and customer stakeholders. This team works iteratively to determine success criteria, objectives, budget restraints, project updates, and new procedural details. In addition, the project team documents the conceptual design and develops a presentation detailing the viability and benefits of the project for review by key executives responsible for project cost approval. A custom Training Plan will be developed during this phase to ensure proper handoff of technical solution components to customer administrators and stakeholders. Tasks and Activities:  Review and Define Project Procedural Details  Finalize Project Options, Integrations, and Costs  Coordinate All Aspects of Final Project Requirements with Project Team  Present and Approve Final Project Plan  Develop and Present Custom Training Plan       Page | 25  High-Level Project Schedule The proposed timetable below incudes the acceptance of a Statement of Work, acquisition of all required infrastructure components, scheduling of resources, installation preparation work, component/software installation, component/software configuration, solution testing period, solution fine-tuning, and training. High‐Level Project Schedule                       Weeks ‐> 01 02 03 04 05 06 07 08 09 10 11 12  Project Proposal Signed                      Purchase Order (PO) Signed                      Process Statement of Work (SOW)                      Order and Receive Equipment                      Requirements Definition Process                      Process Improvement Process                      Final Acceptance Test Criteria              Document, Review and Present Detailed Solution              Equipment Assembly and Installation Preparation                      Equipment Installation at Intersections              Network and Equipment Hardware Testing              Software Configuration and Testing                      Edge Recording Configuration per Requirements                      Substantial Completion              Final Acceptance Punch List                      As‐built Drawings Submitted                      Training              Final Acceptance Signed              User Training Process The training process typically includes Train-the-Trainers, End-User Training and System Administrative Training for administrators and maintenance personnel. A Training Plan outlining required experience, course materials, references, lesson plan, enabling objective, instructor specific procedures and recommended additional training can be developed as specified by customer stakeholders. Training plans are customized for each customer’s desired outcomes and can entail end user system administration through maintenance and support of the technical infrastructure environment.       Page | 26  GENERAL ASSUMPTIONS AND RESPONSIBILITIES The City of Dublin and Consiliant acknowledge and agree that this conceptual design is proposed based on the information provided by the City of Dublin with responsibilities and assumptions stated in this section. The City of Dublin agrees that to the extent deviations have a direct impact to the Goods, Software and Services or as otherwise provided in this specific scope of work, they will negotiate in good faith any adjustments to the cost of the Goods, Software and Services. The City of Dublin and Consiliant agree that if an assumption is not true, Consiliant will promptly notify the City of Dublin in writing and use commercially reasonable efforts to mitigate any adverse impact on the Goods, Software and Services and any potential increase in costs. Consiliant agrees that these assumptions are the only assumptions regarding the Services under this scope of work to provide a more clearly defined conceptual design. Coordinators City of Dublin: Victor Fox (email: vfox@acgov.org) Consiliant: Jon Garcia (email: jgarcia@consiliant.com) Hitachi: Chuck Reeves (email: chuck.reeves@hitachivantara.com) Project Management The assigned Consiliant project manager, as a project team member with timely project communications and reporting, will provide direction, monitoring and control of Consiliant, Hitachi, subcontractor, and customer project personnel. Consiliant project management responsibilities include:  Maintain project communications with the Dublin Police Department and City of Dublin Point of Contacts.  Adhere to documentation and procedural standards for this project.  Participate in online project status meetings.  Prepare and submit timely Status Reports.  Review and administer Project Change Control with the Dublin Police Department and City of Dublin Project Managers and/or Point of Contacts. The Consiliant project manager will:  Review the SOW, and associated documents, with the Dublin Police Department and City of Dublin Point of Contacts.  Coordinate and manage the technical activities associated with this scope of work.  Track and monitor delivery of equipment.  Establish and maintain communications through the Dublin Police Department and City of Dublin Point of Contacts.       Page | 27   Measure, track and evaluate progress against the project plan.  Help resolve deviations from the project plan with the Dublin Police Department and City of Dublin Point of Contacts.  Conduct scheduled meetings, as required, with the project team to review project status; and prepare Status Reports (if applicable). Completion Criteria: This is an ongoing activity until project implementation is completed. Document Deliverables: Status reports. Project Initiation Hitachi and Consiliant will work with the Dublin Police Department and the City of Dublin to initiate the project by confirming that the participants are briefed and that all agree on project objectives, roles/responsibilities, work breakdown structure (WBS), confirming basic project management principles, and communications protocols. Completion Criteria: Project Initiation will be complete when Consiliant receives a list of Dublin Police Department and City of Dublin team members, stakeholder names, contact information, and roles/responsibilities. Consiliant will then develop the Initial Project Plan for delivery to the Dublin Police Department and City of Dublin Point of Contacts. Document Deliverable: Initial Project Plan Planning Session The purpose of a high-level planning session or "kick-off meeting" on a mutually agreed date and time at a Dublin Police Department facility is to introduce the project participants, discuss project team roles and responsibilities and review the project objectives including providing an overview of the project methodology; review of the addressable environment and organization, including: 1. Existing environment 2. Architectural decisions, conclusions and limitations 3. Additional power and/or data (network) infrastructure, software development, and configurations requirements 4. Implementation plans and activities; review the completed data collection; identify any missing information 5. Review the Initial project plan and update as appropriate Dublin Police Department project initiation responsibilities include:       Page | 28  1. Work with Consiliant to schedule the meeting identified as the “Planning Session” or "Kick-off Meeting" activity such that all participants have enough notice to attend and provide information for the key requirements provided 2. Invite and confirm attendance of all intended participants of the meeting and provide appropriate facilities (if applicable) for such meeting. 3. Ensure possible participation by various decision-making levels with representative skills and participation levels in security, information technology, and operations management. 4. Assist in the gathering of dependent information from stakeholders. Completion Criteria: The planning session or kick-off meeting has been conducted. Document Deliverables: Updated Project Plan (if applicable). Power Assumptions and Responsibilities   AC Power All persistent 120VAC power sources will be the responsibility of the Dublin Police Department and the City of Dublin, CA. Consiliant will: Review electrical drawings Review placement and types of circuit breakers Review safety procedures Provide an assessment of power allocation Update as-built information Dublin Police Department power responsibilities include: Provide persistent power at each installation location (If power is not available, additional charges may apply) Provide electrical drawings and/or information Provide power load assessment and concerns Provide safety procedures Provide required power allocation Update as-built information Completion Criteria: This task will be complete when power related information is added to the device location spreadsheet. Deliverable Material: Updated device location spreadsheet       Page | 29  Camera Location Assumptions and Responsibilities Each defined traffic intersection location shall include one Hitachi HVP600 PTZ SmartCam and a combination of one to four additional fixed cameras leveraging the Hitachi HVP200 SmartCam or AXIS P1435-LE in varied configurations on a dedicated Local Area Network that can accommodate the required video streaming and analytical data. These two to five camera configurations shall share a single or dual 4G LTE WAN connection for viewing live video, and searching, reviewing and downloading archived video. The Dublin Police Department and the City of Dublin, CA. understand that the 4G LTE network is a publicly shared network that impacts bandwidth and performance based on network capacity and the limitations of LTE network technology. Hitachi and Consiliant responsibilities include: 1. Stage, test, install, and configure each HVP600, HVP200 and/or AXIS P1435-LE at each intersection as defined during the requirements definition and site survey stages 2. Stage and install the DPD provided 4G LTE SIM Card then configure and test each 4G LTE HVP600 and HVP200 portal for each intersection. 3. Hitachi and Consiliant is not responsible for the performance of the 4G LTE wide area public network Dublin Police Department responsibilities include: 1. Dublin Police Department shall provide feedback on identifying the area-of-coverage, required height and position of installation location 2. Dublin Police Department shall provide the 4G LTE SIM Cards and service for each location as per requirements 3. Dublin Police Department shall provide the necessary power at each intersection, with quick disconnects for camera attachment. These are as discussed with Continental Electric. 4. Continental Electric will install all cameras per the costs and scope included. Completion Criteria: This activity will be complete when the cameras have been staged, tested, configured and installed at each location to meet requirements. Document Deliverable: Updated device location spreadsheet Networking & Integration Assumptions and Responsibilities Consiliant responsibilities include:  Gather and review network topology information/as-builts and intelligence from DPD I.T. Personnel  Assemble Survey Teams (Customer, Architects, and Engineers)  Communicate Site Survey Schedule  Deploy Survey Team  Perform Site Survey of networking system locations       Page | 30  Dublin Police Department Network responsibilities include:  Dublin Police Department shall provide feedback on identifying power, rack space, climate control, port assignments, and cable management restrictions  Dublin Police Department shall collaborate in the development of the network architecture  Dublin Police Department shall be responsible for the management of the existing local area and wide area network, network security, and multicast traffic management Completion Criteria: This activity will be complete when the Network Site Survey report has been submitted and reviewed as a baseline for a gap analysis to meet the new requirements Document Deliverable: Document survey results (updated network topology, rack diagrams) FINAL ACCEPTANCE TEST PLAN Equipment and system testing is done during the entire process of deployment from manufacturing to assembly to installation. This is a description of the final acceptance test plan, which includes the following verification tests: 1. Modular Testing 2. Manufacture Quality Assurance Testing and Approval 3. Device Staging and Configuration Testing 4. Deployment Testing 5. Device Connectivity Testing 6. Post-Implementation Testing 7. System-Wide Testing Each integrated unit will be powered on and run normally for a minimum “burn-in” time to establish baseline reliability. Integrated units to be tested for operational integrity may include but are not limited to the following operations depending on system configurations: 1. Camera Function – Power, IP Network, 4G LTE, Frame Rate, Resolution, Area of Coverage 2. Day/Night Function – Smart Infrared LED Activation, Wide Dynamic Range (WDR) Calibration 3. Video Capture – Storage Device(s), Live Viewing, Archiving and Retrieval, Data Redundancy, HVS Software Control and Function 4. Video Analytics - Motion Detection, Line Crossing, Intrusion Detection, Object Left Behind       Page | 31  A Final Acceptance Test Plan will be provided based on the final architecture and design with responsibilities including: Infrastructure Device Staging and Configuration Testing Objective: Verify a series of basic functionality tests before deploying devices in the field. A device is defined as any TCP/IP connected device that requires network configuration and setup. Staging also includes, with the assistance of the customer, the pre-configuration of IP addresses, including Subnet, and assigned Gateway; changing the default password to a more secure alpha-numeric password, and additional security steps such as encryption, disabling device access via Telnet and/or SSH (if applicable), configuring specific customer perimeter specifications and labelling for proposed installation location. Test Criteria Expected Result Unpack and visually inspect the device and accessories for any damage during shipping The device will be free from physical defects and damage Verify all associated hardware (screws, nuts, bolts, lock-washers, etc.) to be used are included with device packaging All hardware (screws, nuts, bolts, lock- washers, etc.) are included with device packaging Power on the unit and let it run, power off the unit, and re-power on the unit The unit will power all components every time it is powered on and powered off Connect to the device via Ethernet cable (when applicable) and verify that the default IP address(es) is/are accessible via the web interface The device will be accessible via the web interface and designated software successfully Apply the initial configuration to the device per defined project requirements The device will accept the configuration and be accessible via the new IP address with full functionality Apply the initial configuration to a wireless router device The wireless unit will accept the configuration and be wirelessly accessible via the new IP address Verify the IP camera produces a video image that meets the requirements of its defined use case, resolution, and area of coverage The camera will produce an image with no significant artifacts or interference Verify the camera controls are functional Camera controls will function successfully Camera function and features including power, IP network, 4G LTE, frame rate, day/night function, video capture and analytics Camera functions and features meet operational requirements The Printed Circuit Board Assembly (PCBA) provides seamless operations during primary power failure The PCBA successfully boots up as expected when power is applied and is accessible with Layer 2 application       Page | 32  Dublin HVP600 and HVP200 Device Integration Tests Objective: Verify each unit performs as expected as they come online as configured in their network clusters Assumption: All modular devices are installed into HVP600 and HVP200 pods, with power applied for testing Method: Log into interfaces to view statistics and perform tests, document results in Final Acceptance Test Plan Test Criteria Expected Result All devices are able to communicate and interact with each other as designed per project requirements All devices can be pinged and configured within onboard LAN environment – Router, Camera and PCBA Non-publicly broadcast (hidden) wireless network SSID can be reached via active wireless link Wireless network can be accessed and devices can be accessed reliably for remote administration capabilities IP Network bandwidth throughput is tested Measure actual throughput between wireless and wired link by sending series of large TCP/IP packets Received Signal Strength Indication (RSSI) levels are tested Document the RSSI seen on each wireless radio device Connect video infrastructure nodes to 4G LTE portal and test network signal quality Compare wireless network performance based on other wireless mesh network configurations and document the results Test and document bandwidth between video infrastructure nodes and 4G LTE portal to determine quality of signal Verify optimal bandwidth with minimal interference and document as baseline for deployment at intersection Video Hardware Infrastructure Deployment Tests Objective: Verify as units come online, post installation, that they are performing per project requirement as expected Assumption: Device is installed in final location with power applied and antennae aligned Method: Log into device interface to view statistics and perform applicable tests, then document results in table at end of Final Acceptance Test Plan       Page | 33  Test Criteria Expected Result Test 4G LTE HVP600 and HVP200 portal(s) (network aggregation) is(are) online with reliable WAN connectivity 4G LTE Router is active within enterprise cloud manager (ECM) Radio nodes can be reached through wireless link Node shows details can be accessed 4G LTE Network bandwidth throughput is tested Measure actual throughput between wireless and wired link by sending series of large TCP/IP packets (should have 2 Mbps available per camera on the 4G LTE network link) Received Signal Strength Indication (RSSI) levels are tested Document the RSSI seen on each wireless radio device Test wireless network signal quality at each intersection and determine level of interference Compare wireless network performance based on other intersections and document results (if applicable) Test and document bandwidth between video infrastructure nodes and 4G LTE portal and determine quality of signal Verify optimal bandwidth with minimal interference Video Infrastructure Device Connectivity Tests Objective: Verify connectivity and basic functionality when device is brought online. Assumption: Access is available to each camera and the camera is recording as per project requirements. Method: Logon to a computer with access to the Internet. Test Criteria Expected Result Device is online Camera appears in Hitachi Visualization Suite (HVS) Wireless device settings verified Settings confirmed via ECM as per project requirements Camera video archives are accessible and viewable Verify access to camera recordings via HVS operation Download video footage and snapshot image to local computer Download of video clip and snapshot available on local computer       Page | 34  Post-Installation Testing Objective: Verify that when a video infrastructure node loses connectivity to the 4G LTE network that the camera continues recording to the local hard drive. Assumption: The video infrastructure node does not lose power when network connectivity is lost. Method: Remove a video infrastructure node from the 4G LTE cellular network, use software interface accessed via wireless network or via hardwired Ethernet cable plugged directly into camera to determine whether local recording function remains operational. Test Criteria Expected Result Video infrastructure node loses connectivity to the 4G LTE network and continues to record video and alert snapshots Camera disappears from 4G LTE network and HVS interface. Local login via wireless network confirms continued video recording operations per project requirements. 4G LTE network link is re- established Camera re-appears in ECM as connected to 4G LTE network and the HVS interface Camera data is reliably maintained and intact Login to the camera, verify no loss of camera data Dublin Police Department Final Acceptance Test Plan Responsibilities Dublin Police Department (DPD) Final Acceptance Test Plan responsibilities include: 1. DPD shall provide access to the facilities where the hardware and software will be evaluated and tested. 2. DPD shall secure any required approvals, permits and licenses for onsite support effort. 3. DPD shall provide remote network VPN access during the maintenance period to Hitachi and Consiliant support personnel. 4. DPD shall be responsible for the management of the existing local area and wide area network, network security, and multicast traffic management. 5. DPD shall accept delivery of an updated Camera/Device spreadsheet which will serve as completion of the Final Acceptance Test Plan and mark the project transition to a post-implementation support engagement. Completion Criteria: This task will be complete when the equipment at each installation location has been tested by observing live video, receiving a response to a ping test and the updated Camera/Device spreadsheet has been delivered to project Point of Contacts. Document Deliverable: Updated Camera/Device spreadsheet       Page | 35  Quality Assurance Inspection A quality assurance inspection shall be performed per the following: Test Case Expected Test Results Customer provided persistent power load Power circuit provides expected voltage and amperage. Power breakers and fuses are properly installed and of the proper value and size. Wires are properly color coded and sized for current draw and components. Verification of proposed power supplies Verified the proper operation, voltage and amperage of device power supplies Reaffirmation of camera operations including functions and features Verified the proper operation of camera including ping test, video streaming and network connectivity Validation of proper installation All hardware (screws, nuts, bolts, lock- washers, etc.) are installed properly and tightened Verify cable management follows indoor and outdoor best practices Cable ties and adhesive clips are secured and clipped. Harness assemblies are neatly dressed, identified and properly routed Validate camera mounting meets requirementsCamera bracket assembly is properly mounted and secured as per requirements Review cable terminations for proper installation and weatherization Terminal connections are properly identified, and seated securely into connector. Surge Suppressor is properly installed and plugged in securely for wireless antenna and/or PoE radio. All sockets and connectors properly fastened and locked. Verify labelling of devices and connections All devices and cables are labelled to customer requested nomenclature ADDITIONAL SYSTEM CAPABILITIES AND OPERATIONAL INITIATIVES The following sections define additional solution capabilities that support further use cases for the Hitachi intelligent video infrastructure platform currently proposed for the City of Dublin and Dublin Police Department. While not applicable to the current project proposal, it is important to understand the versatility of the Hitachi solution and the City of Dublin’s future opportunities for maximizing the return on investment (ROI) of the proposed project. The following capabilities and initiatives are NOT included in any Statement of Work, Sales Order, Quote or related project document.       Page | 36  Process Improvement This phase analyzes procedural details for each security system and existing organization data sources. Analysis to determine how these assets can be integrated to create a more intelligent security surveillance system to improve efficiencies, decisions and reduce cost and risk. Process improvement may be something as simple as acknowledging an automated alarm by clicking an automated acknowledgement alert within the dynamic GIS interface, integrated from a video management system for accountability. Another example is the automation of previously manual processes and procedures complemented by dynamic real-time reporting and dashboards. Process improvement is meant to aggregate and streamline information and organizational procedures currently addressed by disparate subsystems (see Figure 1) into a common interface for all stakeholders to receive relevant and up-to-date information: Documentation is developed to support new procedural details (Use Cases) along with an executive presentation explaining the improvements, streamlined objectives and how they will satisfy new objectives and requirements. Tasks and Activities: Identify Team (Customer, Architects, Engineers) Identify Team Leads (Customer, Architects, Engineers) Define Current Physical Security Systems, Requirements, Objectives Define Procedural Details Document Results in Process Document Coordinate Schedule to Review (Customer, Architects, & Engineers)       Page | 37  Define New Procedural Details Deliverable: Document Results in updated Requirements Document Deliverable: Document Results in Presentation (also used for training) Present New Processes Hitachi Video Platform – Additional Capabilities 1. Social Media Analytics 2. Live Face Match / Facial Recognition 3. Gateway Appliance 4. Centralized Video Storage 5. Centralized/Multiple Location Video Access/Viewing 6. Video Analytics a. Intrusion Detector b. Face Collector c. Object Detector d. Video Enhancer (Rain/Fog/Lighting/Wind/Ground Vibration) e. Camera Health Monitor f. Privacy Protector (Blurs Faces Until Video Under Investigation Evidence) g. Activity Visualizer h. People Counter i. Queue Detector j. Traffic Direction Controller k. License Plate Recognition l. Parking Space Analyzer m. Traffic Analyzer (Pedestrian/Bicycle/Auto/Commercial n. Vehicle Counter 7. Third Party Infrastructure Aggregation 8. Data Source Integration and Correlation 9. Custom Reporting and Dashboards 10. Network Architecture – Fibre and Wireless IP 11. Public WiFi Access       Page | 38  The following provisions are a part of this Statement of Work:  Contact Information The persons identified in the following table are the primary points of contact for this Project. Consiliant Account Manager Consiliant Engineering Director Name Jon Garcia Sean Balas Title Senior Account Executive Systems Engineer, Solutions Architect Address 15375 Barranca Pkwy, Ste A-108 Irvine, CA 92618 15375 Barranca Pkwy, Ste A-108 Irvine, CA 92618 Office Phone No. (949) 861-8800 Ext. 213 (310) 710-4946 Mobile Phone No. (949) 291-4962 (949) 625-8958 FAX Phone No. (949) 625-8958 E-mail Address jgarcia@consiliant.com sbalas@consiliant.com Hitachi Account Manager Consiliant Project Manager Name Chuck Reeves To Be Assigned Title Sales Director Lead Project Manager Address 15375 Barranca Pkwy, Ste A-108 Irvine, CA 92618 Office Phone No. Mobile Phone No. (469) 343‐3521  FAX Phone No. E-mail Address chuck.reeves@hitachivantara.com   Change Control Process City of Dublin or Consiliant may initiate changes to this Statement of Work by providing a written request to the other party. The parties will review any change requests and advise the other party if the request can be accepted and if so, the price and schedule impact. Changes will be added as an Amendment to this Statement of Work only when both parties agree and have signed an Amendment that reflects the nature of the change, the price and schedule impacts. Contract Extension The City of Dublin will have the option to continue this contract beyond the 3-year initial term on an annual basis beginning at the expiration of this contract, and at a minimum of 12-month term contract extensions. Equal Opportunity Employer Consiliant is an equal opportunity employer and refers Contract Employees, regardless of race, sex, color, religion, creed, ancestry, national origin, disability, age, marital status or other protected class status pursuant to applicable law. Client agrees and warrants that it will not reject Contract Employees, or otherwise deem Contract Employees unacceptable, or take any other action for any reason prohibited by federal, state or local laws including, but not limited to, laws pertaining to employment discrimination or employee safety. In addition, Client agrees to require all Contract Employees to record all hours worked and will not allow “off the clock” time or other similar arrangements.       Page | 39  Annual Recurring Costs Summary ANNUAL RECURRING COST SUMMARY (Year 4+)  Solution Component Quantity Per Item Cost Total Annual Recurring Cost  Hitachi Visualization Suite Software  Base License Subscription 1 $4,950.00 $4,950.00  Hitachi Visualization Suite Software  VMS Connector Subscription 1 $2,500.00 $2,500.00  Hitachi Visualization Suite Software  Device Connector Subscription 53 $90.33 $4,787.49  Video Management Software  Maintenance and Support 1 $4,397.00 $4,397.00  Hitachi Hardware Infrastructure  Maintenance and Support 1 $30,345.00 $30,345.00  4G LTE Cellular Network Card 22 $480.00 $10,560.00    TOTAL ANNUAL RECURRING COST: $57,539.59   2960236.1   Payment Schedule Amount Description Due $425,165.82 Hardware, Software, Professional Services and 50% of Installation Upon Contract Execution $208,809.82 50% of Installation, Hardware/Software Maintenance and Support, Project management and Training Upon City’s Final Acceptance of Installation Work 2960183.1 Quote Date: Consiliant Technologies LLC Account Executive:Jon Garcia 15375 Barranca Parkway, A-108, Irvine, CA 92618 jgarcia@consiliant.com Tel: (949) 861-8800 | E-mail: info@consiliant.com Tel:(949) 291-4962 www.consiliant.com OrderFax:(949) 625-8958 Company:City of Dublin Address:100 Civic Plaza Dublin, CA 94568 Contact:Victor Fox Title:Lieutenant Tel:(925) 833-6650 Fax: Web: E-Mail:vfox@ci.dublin.ca.us Quantity Product $ / UnitNet Price HITACHI VIDEO ARCHITECTURE: BUDGETARY QUOTE ASSUMPTIONS: - 36 Month Term for Software and Hardware - (53) Cameras Connected to Hitachi Visualization Suite Software SOLUTION COMPONENTS: Hitachi Visualization Suite Software Base Licensing Hitachi Visualization Suite Software Camera/Device Connector Licensing Hitachi Video Management Software Installation and Configuration Services 3 Hitachi Visualization Suite Software Base Subscription Licensing, One Year Term 4,950.00$ 14,850.00$ + Three year term quoted for entire solution. 3 Hitachi Visualization Suite Software Connector Subscription Licensing, One Year Term 2,500.00$ 7,500.00$ + Three year term quoted for entire solution. 53 Hitachi Visualization Suite Software Camera/Device Connector Subscription Licensing, Three Year Term 271.00$ 14,363.00$ + (51) cameras connected to Hitachi software for three-year term; ~$90.33 per camera per year 1 Hardware Infrastructure for (16) Defined Intersections 252,868.00$ 252,868.00$ + (16) HVP 600 PTZ Cameras + (6) HVP 200 Fixed Cameras + (22) AXIS P1435-LE Cameras with 3-10.5mm Lens + (9) AXIS P1435-LE Cameras with 10-22mm Lens + (36) Wireless Point-to-Point Radios 1 Hardware Infrastructure Maintenance and Support for (16) Defined Intersections 91,033.00$ 91,033.00$ + Three year term quoted for entire solution. See Hitachi Support Service Descriptions and Deliverables Document. 1 Video Management Software Base Licensing 10,694.00$ 10,694.00$ 1 Video Management Software Maintenance and Support 13,190.00$ 13,190.00$ + Three year term quoted for entire solution. 1 Professional Services for Software and Camera Configuration 35,918.00$ 35,918.00$ + Hitachi Professional Services Delivery for Configured HVS and HVP Solution 2 Hitachi Training 3,000.00$ 6,000.00$ + One Day of Hitachi Professional Instruction for HVS and HVP Systems 1 Consiliant Project Management Fee: 5% of Total Project 15,014.00$ 15,014.00$ + Whoelsale management of solution implementation including hardware, software, construction and professional services engagements. + Total Project Cost for Project Management Fee = $300,275.00 + Project Cost for Project Management fee is only based on solution components. Maintenance, Support, Construction, Training and Professional Services are not weighted in this total project cost. 1 Consiliant Professional Services for Additional Site Survey, As-Built Diagram Revisons and T&E 5,400.00$ 5,400.00$ Technical contact - email / phone:: SITUATIONAL INTELLIGENCE Quote ID: CoD_CT_FINAL_HVS_HVP_v5 May 2, 2018 CUSTOMER INFORMATION Same AddressSame Address CONTACT INVOICE TO SHIP TO SITUATIONAL INTELLIGENCE PO #: Notes: Final Quote: Expires June 30, 2018 City of Dublin City of Dublin Same ContactAccounts Payable CONSTRUCTION & ELECTRICAL IMPLEMENTATION: WIRELESS ARCHITECTURE 1 Dougherty/Amador 9,221.88$ 9,221.88$ 1 Dublin Blvd/Village Parkway 13,119.76$ 13,119.76$ 1 Dublin Blvd/San Ramon Rd 12,068.94$ 12,068.94$ 1 Dublin Blvd/Schaefer Ranch Rd 9,020.00$ 9,020.00$ 1 Dublin/Dougherty 12,618.94$ 12,618.94$ 1 Fallon/Bent Tree 8,057.18$ 8,057.18$ 1 Fallon/Dublin Blvd 11,518.94$ 11,518.94$ 1 Fallon/Tassajara 8,607.18$ 8,607.18$ 1 Hacienda/Dublin Blvd 12,521.88$ 12,521.88$ 1 Positano/Fallon 8,299.18$ 8,299.18$ 1 San Ramon Rd/Amador Valley Blvd 9,577.76$ 9,577.76$ 1 San Ramon Valley/Westside/Alcosta 7,927.76$ 7,927.76$ 1 Tassajara/Dublin 12,828.59$ 12,828.59$ 1 Tassajara/Gleason 11,486.59$ 11,486.59$ 1 Village Parkway/Amador Valley Blvd 10,516.00$ 10,516.00$ 1 Village Parkway/Davona 9,755.06$ 9,755.06$ Product, Maintenance & Support Sub-Total:633,975.64$ TOTAL HARDWARE: TOTAL SOFTWARE: TOTAL HARDWARE MAINTENANCE/SUPPORT: TOTAL SOFTWARE MAINTENANCE/SUPPORT: TOTAL PROFESSIONAL SERVICES: TOTAL CONSTRUCTION/ELECTRICAL: TOTAL PROJECT MANAGEMENT: TOTAL TRAINING: IMPORTANT NOTES: A firm price quote for this project cannot be delivered due to unknown factors including: + Condition of existing conduit at each intersection required for wiring video infrastructure + Extent of service pedestal modifications that will be required to support video infrastructure + Final equipment locations have not been confirmed by the City of Dublin + Final connectivity has not been confirmed per intersection (Hard Wired or Wireless) + Traffic control requirements have not been finalized including lane closures and allowable working hours + Required permits, fees and insurance have not been finalized 4G LTE cellular network cards required for connectivity to video infrastructure will be supplied by the City of Dublin. + (22) 4G LTE Cards at $40 per card per month = $880.00 per month / $10,560.00 per year recurring costs License plate capture utilizing specialized cameras and software is not provided in this project. All license plate image capture is best effort and significantly impacted by time of day and lighting conditions. SUBTOTAL:$633,975.64 TBD TAX:TBD TBD SHIPPING:TBD TOTAL:$633,975.64 TERMS:Net 30 days 15,014.00$ 6,000.00$ 41,318.00$ 252,868.00$ 167,145.64$ SOLUTION SUMMARY 47,407.00$ 91,033.00$ 13,190.00$ Payment Schedule Amount Description Due $425,165.82 Hardware, Software, Professional Services and 50% of Installation Upon Contract Execution $208,809.82 50% of Installation, Hardware/Software Maintenance and Support, Project management and Training Upon City’s Final Acceptance of Installation Work 2960183.1 Quote Date: Consiliant Technologies LLC Account Executive:Jon Garcia 15375 Barranca Parkway, A-108, Irvine, CA 92618 jgarcia@consiliant.com Tel: (949) 861-8800 | E-mail: info@consiliant.com Tel:(949) 291-4962 www.consiliant.com OrderFax:(949) 625-8958 Company:City of Dublin Address:100 Civic Plaza Dublin, CA 94568 Contact:Victor Fox Title:Lieutenant Tel:(925) 833-6650 Fax: Web: E-Mail:vfox@ci.dublin.ca.us Quantity Product $ / UnitNet Price HITACHI VIDEO ARCHITECTURE: BUDGETARY QUOTE ASSUMPTIONS: - 36 Month Term for Software and Hardware - (53) Cameras Connected to Hitachi Visualization Suite Software SOLUTION COMPONENTS: Hitachi Visualization Suite Software Base Licensing Hitachi Visualization Suite Software Camera/Device Connector Licensing Hitachi Video Management Software Installation and Configuration Services 3 Hitachi Visualization Suite Software Base Subscription Licensing, One Year Term 4,950.00$ 14,850.00$ + Three year term quoted for entire solution. 3 Hitachi Visualization Suite Software Connector Subscription Licensing, One Year Term 2,500.00$ 7,500.00$ + Three year term quoted for entire solution. 53 Hitachi Visualization Suite Software Camera/Device Connector Subscription Licensing, Three Year Term 271.00$ 14,363.00$ + (51) cameras connected to Hitachi software for three-year term; ~$90.33 per camera per year 1 Hardware Infrastructure for (16) Defined Intersections 252,868.00$ 252,868.00$ + (16) HVP 600 PTZ Cameras + (6) HVP 200 Fixed Cameras + (22) AXIS P1435-LE Cameras with 3-10.5mm Lens + (9) AXIS P1435-LE Cameras with 10-22mm Lens + (36) Wireless Point-to-Point Radios 1 Hardware Infrastructure Maintenance and Support for (16) Defined Intersections 91,033.00$ 91,033.00$ + Three year term quoted for entire solution. See Hitachi Support Service Descriptions and Deliverables Document. 1 Video Management Software Base Licensing 10,694.00$ 10,694.00$ 1 Video Management Software Maintenance and Support 13,190.00$ 13,190.00$ + Three year term quoted for entire solution. 1 Professional Services for Software and Camera Configuration 35,918.00$ 35,918.00$ + Hitachi Professional Services Delivery for Configured HVS and HVP Solution 2 Hitachi Training 3,000.00$ 6,000.00$ + One Day of Hitachi Professional Instruction for HVS and HVP Systems 1 Consiliant Project Management Fee: 5% of Total Project 15,014.00$ 15,014.00$ + Whoelsale management of solution implementation including hardware, software, construction and professional services engagements. + Total Project Cost for Project Management Fee = $300,275.00 + Project Cost for Project Management fee is only based on solution components. Maintenance, Support, Construction, Training and Professional Services are not weighted in this total project cost. 1 Consiliant Professional Services for Additional Site Survey, As-Built Diagram Revisons and T&E 5,400.00$ 5,400.00$ Technical contact - email / phone:: SITUATIONAL INTELLIGENCE Quote ID: CoD_CT_FINAL_HVS_HVP_v5 May 2, 2018 CUSTOMER INFORMATION Same AddressSame Address CONTACT INVOICE TO SHIP TO SITUATIONAL INTELLIGENCE PO #: Notes: Final Quote: Expires June 30, 2018 City of Dublin City of Dublin Same ContactAccounts Payable CONSTRUCTION & ELECTRICAL IMPLEMENTATION: WIRELESS ARCHITECTURE 1 Dougherty/Amador 9,221.88$ 9,221.88$ 1 Dublin Blvd/Village Parkway 13,119.76$ 13,119.76$ 1 Dublin Blvd/San Ramon Rd 12,068.94$ 12,068.94$ 1 Dublin Blvd/Schaefer Ranch Rd 9,020.00$ 9,020.00$ 1 Dublin/Dougherty 12,618.94$ 12,618.94$ 1 Fallon/Bent Tree 8,057.18$ 8,057.18$ 1 Fallon/Dublin Blvd 11,518.94$ 11,518.94$ 1 Fallon/Tassajara 8,607.18$ 8,607.18$ 1 Hacienda/Dublin Blvd 12,521.88$ 12,521.88$ 1 Positano/Fallon 8,299.18$ 8,299.18$ 1 San Ramon Rd/Amador Valley Blvd 9,577.76$ 9,577.76$ 1 San Ramon Valley/Westside/Alcosta 7,927.76$ 7,927.76$ 1 Tassajara/Dublin 12,828.59$ 12,828.59$ 1 Tassajara/Gleason 11,486.59$ 11,486.59$ 1 Village Parkway/Amador Valley Blvd 10,516.00$ 10,516.00$ 1 Village Parkway/Davona 9,755.06$ 9,755.06$ Product, Maintenance & Support Sub-Total:633,975.64$ TOTAL HARDWARE: TOTAL SOFTWARE: TOTAL HARDWARE MAINTENANCE/SUPPORT: TOTAL SOFTWARE MAINTENANCE/SUPPORT: TOTAL PROFESSIONAL SERVICES: TOTAL CONSTRUCTION/ELECTRICAL: TOTAL PROJECT MANAGEMENT: TOTAL TRAINING: IMPORTANT NOTES: A firm price quote for this project cannot be delivered due to unknown factors including: + Condition of existing conduit at each intersection required for wiring video infrastructure + Extent of service pedestal modifications that will be required to support video infrastructure + Final equipment locations have not been confirmed by the City of Dublin + Final connectivity has not been confirmed per intersection (Hard Wired or Wireless) + Traffic control requirements have not been finalized including lane closures and allowable working hours + Required permits, fees and insurance have not been finalized 4G LTE cellular network cards required for connectivity to video infrastructure will be supplied by the City of Dublin. + (22) 4G LTE Cards at $40 per card per month = $880.00 per month / $10,560.00 per year recurring costs License plate capture utilizing specialized cameras and software is not provided in this project. All license plate image capture is best effort and significantly impacted by time of day and lighting conditions. SUBTOTAL:$633,975.64 TBD TAX:TBD TBD SHIPPING:TBD TOTAL:$633,975.64 TERMS:Net 30 days 15,014.00$ 6,000.00$ 41,318.00$ 252,868.00$ 167,145.64$ SOLUTION SUMMARY 47,407.00$ 91,033.00$ 13,190.00$ Payment Schedule Amount Description Due $425,165.82 Hardware, Software, Professional Services and 50% of Installation Upon Contract Execution $208,809.82 50% of Installation, Hardware/Software Maintenance and Support, Project management and Training Upon City’s Final Acceptance of Installation Work 2960183.1 Quote Date: Consiliant Technologies LLC Account Executive:Jon Garcia 15375 Barranca Parkway, A-108, Irvine, CA 92618 jgarcia@consiliant.com Tel: (949) 861-8800 | E-mail: info@consiliant.com Tel:(949) 291-4962 www.consiliant.com OrderFax:(949) 625-8958 Company:City of Dublin Address:100 Civic Plaza Dublin, CA 94568 Contact:Victor Fox Title:Lieutenant Tel:(925) 833-6650 Fax: Web: E-Mail:vfox@ci.dublin.ca.us Quantity Product $ / UnitNet Price HITACHI VIDEO ARCHITECTURE: BUDGETARY QUOTE ASSUMPTIONS: - 36 Month Term for Software and Hardware - (53) Cameras Connected to Hitachi Visualization Suite Software SOLUTION COMPONENTS: Hitachi Visualization Suite Software Base Licensing Hitachi Visualization Suite Software Camera/Device Connector Licensing Hitachi Video Management Software Installation and Configuration Services 3 Hitachi Visualization Suite Software Base Subscription Licensing, One Year Term 4,950.00$ 14,850.00$ + Three year term quoted for entire solution. 3 Hitachi Visualization Suite Software Connector Subscription Licensing, One Year Term 2,500.00$ 7,500.00$ + Three year term quoted for entire solution. 53 Hitachi Visualization Suite Software Camera/Device Connector Subscription Licensing, Three Year Term 271.00$ 14,363.00$ + (51) cameras connected to Hitachi software for three-year term; ~$90.33 per camera per year 1 Hardware Infrastructure for (16) Defined Intersections 252,868.00$ 252,868.00$ + (16) HVP 600 PTZ Cameras + (6) HVP 200 Fixed Cameras + (22) AXIS P1435-LE Cameras with 3-10.5mm Lens + (9) AXIS P1435-LE Cameras with 10-22mm Lens + (36) Wireless Point-to-Point Radios 1 Hardware Infrastructure Maintenance and Support for (16) Defined Intersections 91,033.00$ 91,033.00$ + Three year term quoted for entire solution. See Hitachi Support Service Descriptions and Deliverables Document. 1 Video Management Software Base Licensing 10,694.00$ 10,694.00$ 1 Video Management Software Maintenance and Support 13,190.00$ 13,190.00$ + Three year term quoted for entire solution. 1 Professional Services for Software and Camera Configuration 35,918.00$ 35,918.00$ + Hitachi Professional Services Delivery for Configured HVS and HVP Solution 2 Hitachi Training 3,000.00$ 6,000.00$ + One Day of Hitachi Professional Instruction for HVS and HVP Systems 1 Consiliant Project Management Fee: 5% of Total Project 15,014.00$ 15,014.00$ + Whoelsale management of solution implementation including hardware, software, construction and professional services engagements. + Total Project Cost for Project Management Fee = $300,275.00 + Project Cost for Project Management fee is only based on solution components. Maintenance, Support, Construction, Training and Professional Services are not weighted in this total project cost. 1 Consiliant Professional Services for Additional Site Survey, As-Built Diagram Revisons and T&E 5,400.00$ 5,400.00$ Technical contact - email / phone:: SITUATIONAL INTELLIGENCE Quote ID: CoD_CT_FINAL_HVS_HVP_v5 May 2, 2018 CUSTOMER INFORMATION Same AddressSame Address CONTACT INVOICE TO SHIP TO SITUATIONAL INTELLIGENCE PO #: Notes: Final Quote: Expires June 30, 2018 City of Dublin City of Dublin Same ContactAccounts Payable CONSTRUCTION & ELECTRICAL IMPLEMENTATION: WIRELESS ARCHITECTURE 1 Dougherty/Amador 9,221.88$ 9,221.88$ 1 Dublin Blvd/Village Parkway 13,119.76$ 13,119.76$ 1 Dublin Blvd/San Ramon Rd 12,068.94$ 12,068.94$ 1 Dublin Blvd/Schaefer Ranch Rd 9,020.00$ 9,020.00$ 1 Dublin/Dougherty 12,618.94$ 12,618.94$ 1 Fallon/Bent Tree 8,057.18$ 8,057.18$ 1 Fallon/Dublin Blvd 11,518.94$ 11,518.94$ 1 Fallon/Tassajara 8,607.18$ 8,607.18$ 1 Hacienda/Dublin Blvd 12,521.88$ 12,521.88$ 1 Positano/Fallon 8,299.18$ 8,299.18$ 1 San Ramon Rd/Amador Valley Blvd 9,577.76$ 9,577.76$ 1 San Ramon Valley/Westside/Alcosta 7,927.76$ 7,927.76$ 1 Tassajara/Dublin 12,828.59$ 12,828.59$ 1 Tassajara/Gleason 11,486.59$ 11,486.59$ 1 Village Parkway/Amador Valley Blvd 10,516.00$ 10,516.00$ 1 Village Parkway/Davona 9,755.06$ 9,755.06$ Product, Maintenance & Support Sub-Total:633,975.64$ TOTAL HARDWARE: TOTAL SOFTWARE: TOTAL HARDWARE MAINTENANCE/SUPPORT: TOTAL SOFTWARE MAINTENANCE/SUPPORT: TOTAL PROFESSIONAL SERVICES: TOTAL CONSTRUCTION/ELECTRICAL: TOTAL PROJECT MANAGEMENT: TOTAL TRAINING: IMPORTANT NOTES: A firm price quote for this project cannot be delivered due to unknown factors including: + Condition of existing conduit at each intersection required for wiring video infrastructure + Extent of service pedestal modifications that will be required to support video infrastructure + Final equipment locations have not been confirmed by the City of Dublin + Final connectivity has not been confirmed per intersection (Hard Wired or Wireless) + Traffic control requirements have not been finalized including lane closures and allowable working hours + Required permits, fees and insurance have not been finalized 4G LTE cellular network cards required for connectivity to video infrastructure will be supplied by the City of Dublin. + (22) 4G LTE Cards at $40 per card per month = $880.00 per month / $10,560.00 per year recurring costs License plate capture utilizing specialized cameras and software is not provided in this project. All license plate image capture is best effort and significantly impacted by time of day and lighting conditions. SUBTOTAL:$633,975.64 TBD TAX:TBD TBD SHIPPING:TBD TOTAL:$633,975.64 TERMS:Net 30 days 15,014.00$ 6,000.00$ 41,318.00$ 252,868.00$ 167,145.64$ SOLUTION SUMMARY 47,407.00$ 91,033.00$ 13,190.00$ 10-1.045 PRECONSTRUCTION MEETING: Prior to the actual beginning of work on the traffic signal system, an on-site preconstruction meeting shall be held to familiarize all parties with the work to be done and the City’s inspection procedures. Contractor shall, at his convenience, but not less than 48 hours in advance, shall notify the Engineer of the proposed meeting date, time (between 8:30 a.m. and 3:00 p.m.) and location. 10-1.05 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS: Maintaining existing and temporary electrical systems shall conform to Section 86-1.05, “Maintaining Existing and Temporary Electrical Systems” of the Standard Specifications and these special provisions. Contractor shall be responsible for keeping all or any part of an existing or temporary system in effective operation. No payment shall be made for this item. Traffic signal system shutdowns shall be limited to periods between the hours of 8:30 a.m. and 3:30 p.m. unless otherwise approved in writing by the City. Contractor shall place “Stop Ahead” and “Stop” signs to direct vehicle and pedestrian traffic through the intersection during traffic signal system shutdowns. (During peak traffic periods, City may require a flagperson to direct traffic.) Temporary “Stop Ahead” and “Stop” signs shall be either covered or removed when the system is turned on. All signal faces shall be covered when the system is shut down. “Stop Ahead” and “Stop” signs shall be furnished by Contractor and shall conform to the provisions in Section 12-3.06 “Construction Area Signs” of the Standard Specifications except that the base material for the signs shall not be plywood. Minimum size of “Stop” signs shall be 36 inches / 915 millimeters. One “Stop Ahead” sign and one “Stop” sign shall be placed for each direction of traffic. For two-lane approaches, two “Stop” signs shall be placed. Location of the signs shall be as directed by the Engineer. Once the traffic signal system is shut down, the Contractor shall continuously provide traffic control until the signal modification work is completed (on the same day) and the traffic signal system is turned on again. The traffic signal system may not be shut down overnight. Full compensation for complying with these special provisions for furnishing, installing, maintaining, and removing temporary “Stop Ahead” and “Stop” signs and for covering signs not in use shall be considered as included in the contract lump sum price paid for the signal item involved and no additional compensation shall be allowed therefor. 10-1.06 SCHEDULING OF WORK: Scheduling of work shall conform to Section 86-1.06, “Scheduling of Work” of the Standard Specifications and these special provisions. Unless otherwise arranged in advance, working hours shall be from 7:30 a.m. to 5:30 p.m., Monday through Friday, except that lane closures on major arterials and in downtown areas shall be limited to 9:00 a.m. to 3:30 p.m. Work outside of these hours, or on weekends or observed City holidays shall not be allowed except by special written permission of the Engineer. 10-2 MATERIALS AND INSTALLATION 10-2.01 EXCAVATING AND BACKFILLING: Excavating and backfilling shall conform to the provisions in Section 86-2.01 “Excavating and Backfilling” of the Standard Specifications. Excavation of any sidewalk or roadway structural section material shall be replaced in kind unless otherwise indicated on the plans. Page 2 No separate payment will be made for structure excavation and backfill or disposal of materials. 10-2.03 FOUNDATIONS: Portland cement concrete shall conform to Section 90-10 “Minor Concrete” of the Standard Specifications (2010 version) and shall contain not less than 470 pounds of cement per cubic yard, except that concrete for reinforced pile foundations shall contain not less than 564 pounds of cement per cubic yard. Where signal standards are removed and abandoned or salvaged from existing foundations and will not be replaced, the top of the foundation including bolts shall be removed to a depth of not less than 12 inches, or 12 inches below the grading plane, whichever is greater, and backfilled with material to match the surrounding areas. In lieu of the “P” cabinet foundation height (H) shown on Sheet ES-4B of the Standard Plans, “P” cabinet foundation height (H) shall be 42” and shall extend 18” above adjacent finished grade. 10-2.04 STANDARDS, STEEL PEDESTALS, AND POSTS: Traffic signal standards and mast arm assemblies shall conform to the Standard Specifications and these special provisions. The dead load safety factor shall be greater than: 4.0 for mast arms under 55 feet 3.2 for mast arms 55 feet or greater The dead load safety factor is the material yield stress divided by dead load stress (signals, signs, etc.). Dead load shall be based on the loading configuration shown on project plans. There shall be no apparent corners or angle points in the profile of the mast arm. The mast arms shall have a rising straight section from the mast arm base plate at the pole, a constant radius curbed section, followed by a straight horizontal section projected to the required length. The two straight sections shall connect to the ends of the constant radius section as a smooth and tangential extension of the constant radius section. The length of these three mast arm sections shall not vary more than two inches for identical arms, regardless of tenon spacing. The mast arm rise (vertical distance from pole base plate to outboard end of straight horizontal section) shall not vary more than three inches for identical arms when loaded in accordance with project plans. All arms (regardless of tenon spacing) at the outboard end of horizontal section, when standing and loaded, with the pole completely vertical in all side planes (not raked or leaning) shall be zero degrees of negative horizontal (down) and shall be no more than two degrees of positive horizontal (up), and this shall be achieved without the use of wedges or shims. All mast arms shall be tip tenon on end and include sign rails and fasteners when signs are indicated. Street name signs shall be bolted to the mast arm and standard unless otherwise indicated on the plans. All holes shall be retapped after galvanizing. Anchor bolts shall be hot dipped galvanized over the entire length. There shall be no interference in seating and tightening of cap screws in securing arm to pole. All cap screws shall be galvanized. Pedestrian poles shall be 2.5 inches in diameter, with a 2.5 inch threaded companion flange. Pedestrian poles shall be covered with a threaded pipe cap when side mounted pedestrian push buttons are used. 10-2.05 CONDUIT: Conduit shall conform to the provisions in Section 86-2.05 “Conduit” of the Standard Specifications and these special provisions. Page 3 Conduit in foundations and between foundations and the first pull box shall be Type 1. The ends of conduit entering or ending at a pull box, controller cabinet, or service cabinet shall be sealed with an approved duct sealing compound after conductors have been installed. All conduit shall be cleaned with a mandrel and wire brush and blown out with compressed air prior to installation of any conductors. Insulated metal threaded bonding bushings will be required on metal conduit. Slip or compression couplings or bushings are not allowed. In addition to the requirements of Section 86-2.05 of the Standard Specifications, conduit shall be installed in accordance with State of California Electrical Safety Orders (ESO). Conduit joints shall be watertight and rustproof by an application of an approved noninsulating thread compound. The City of Dublin does not allow trenches to be unfilled or left open overnight – no exceptions. All excavated areas in pavement shall be backfilled, except for the top 0.10 foot, by the end of each work period. Conduit shall be placed under existing pavement in a trench approximately 2 inches wider than the outside diameter of the conduit to be installed. Trench width shall not exceed 6 inches. The outline of all areas of pavement to be removed shall be cut to a minimum depth of 3 inches with an abrasive type saw or with a rock cutting excavator specifically designed for this purpose. Cuts shall be neat and true with no shatter outside the removal area. Trenches shall be either parallel to or perpendicular to the curbline. Trench shall be backfilled with commercial quality pea gravel concrete containing not less than 564 pounds of cement per cubic yard. The conduit shall be placed in the bottom of the trench, not less than 1.5 foot below the pavement surface for asphalt surfaced roadways and one foot below the pavement surface for portland cement concrete surfaced roadways. The top 0.10 foot of asphalt surfaced roadways shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates. Calcium chloride shall not be used in concrete which will be in contact with metal conduit. Conduit to be installed under sidewalks shall be placed at a minimum depth of 24”; conduit under traffic areas (streets, parking lots, or driveways) shall be placed at a depth of not less than 36 inches, except that rockwheel trenches, if approved, may be as noted above. Prior to spreading asphalt concrete, paint binder shall be applied as specified in Section 39-4.02, “Prime Coat and Paint Binder” of the Standard Specifications. Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surfacing of uniform smoothness, texture, and density. With the Engineer’s approval, conduit runs shown in sidewalk areas on the plans may be placed in the street adjacent to the front edge of the curb with pull boxes located behind the curb in paved sidewalk areas. Conduit for signal interconnect shall be a minimum 3” conduit. Radius bends shall be three feet regardless of angle. The signal interconnect conduit shall be entirely separate from all other conduit, including the conduit entering the controller cabinet. Page 4 Conduit in foundations and between a foundation and nearest pull box shall be Type 1, rigid metallic. 10-2.06 PULL BOXES. Pull boxes shall conform to the provisions in Section 86-2.06 “Pull Boxes” of the Standard Specifications and these special provisions. Drain rock shall be 1-1/2” flat river run “Noiye” rock. It shall be debris and dirt free before placement in pull boxes. Recesses for suspension of ballasts shall not be required. Pull box lids shall have a non-slip diamond texture with I.D. specifying use. Spacing between pull boxes shall not exceed 100 feet unless otherwise indicated on the plans or directed by the Engineer. Grout and roofing paper in the bottom of pull boxes will not be required. All pull boxes shall be of precast reinforced concrete and have covers with polyurethane caps with brass hold downs. Where the sump of an existing pull box is disturbed by Contractor’s operation, the sump shall be reconstructed. If the sump was grouted, the old grout shall be removed and new grout placed. Pull boxes are not to be installed outside of State, County, or City right of way. All pull boxes shall be placed either next to the back of curb or at the rear of walkways. Pull boxes shall not be placed in the center of walkways. Pull boxes shall not be placed within or in front of any proposed or existing driveway or within or in front of the pedestrian ramps for the handicapped unless otherwise directed by the Engineer. Pull boxes located within a driveway, or as directed by the Engineer, shall conform to Caltrans Standard Drawing ES-8 for Traffic Pull Box. The maximum spacing between pull boxes shall be 100 feet. Pull boxes for signal interconnect shall be #6E (extended depth). The maximum spacing between SIC pull boxes shall be 200 feet. 10-2.08 CONDUCTORS AND WIRING: Conductors and wiring shall conform to the provisions of Section 86-2.08 “Conductors” and Section 86-2.09 “Wiring” of the Standard Specification and these special provisions. Aluminum conductors shall not be substituted for copper conductors. Conductors shall be spliced by the use of “C” shaped compression connectors as shown on Standard Plan ES-13. Splices shall be insulated by “Method B” as shown on Standard Plan ES-13. Terminal strips in pole-mounted signal terminal compartments shall be 12-terminal barrier type with two #10 screws per terminal, which will accommodate not less than three spade-type lugs on each screw. Page 5 Conductors No. 8 AWG and larger shall be stranded. The first paragraph in Section 86-2.08A “Traffic Signal and Multiple Lighting Conductors” of the Standard Specifications is amended to read: Conductors for traffic signal, flashing beacon, and multiple lighting installations shall be UL listed and rated for 600-volt operation. The insulation for No. 16 AWG or smaller conductors shall be Type TF. The insulation for No. 14 AWG and larger conductors shall be one of the following: Type TW polyvinyl chloride conforming to the requirements of ASTM Designation D2219 Type THW polyvinyl chloride Type USE, Type RHH, or Type RHW cross-linked polyethylene Minimum thickness of any of the above insulations shall be 40 mils for conductor sizes No. 14 to No. 10 AWG, inclusive, and 54 mils for No. 8 to No. 2 AWG, inclusive. Conductors shall be permanently identified as to function. Identification shall be placed on each conductor, or each group of conductors comprising a signal phase, in each pull box and near the end of terminated conductors. Identification shall be by direct labeling, tags, or bands fastened to the conductors in such a manner that they will not move along the conductors. Labeling shall be by mechanical methods; e.g., “Dymo”. No conductors shall be installed until all pull boxes are set to grade and drain rock installed. Mast arm signal equipment shall be wired and spliced to the nearest pull box. 10-2.08(E) SIGNAL INTERCONNECT CABLE: Signal interconnect cable shall consist of either twenty-four twisted pair No. 19 gauge (as indicated on the Plans), shielded minimum, stranded tinned copper conductors. Each conductor shall be insulated with 0.013 inch minimum nominal thickness color coded polypropylene material. Conductors shall be in twisted pairs. Color coding shall distinguish each pair. Each pair shall be wrapped with an aluminum polyester shield and shall have a No. 22 or larger stranded tinned copper drain wire outside the shielded pair. The cable jacket shall be black, high density polyethylene, rated for a minimum of 300 volts and 60 degrees Celsius, and shall have a nominal wall thickness of 40 mils, minimum. The cable jacket shall be marked with the manufacturer’s name, insulation type designation, number of conductors and conductor size, and voltage and temperature ratings. Splices shall be made only where shown on the plans or in controller cabinets. A minimum of six feet of slack shall be provided at each pull box and ten feet in the controller cabinet. Splices of conductors and drain wires shall be soldered. Splices of conductors shall be insulated with heat-shrink tubing of the appropriate size and shall overlap and conductor insulation with at least 0.5 inch. The over cable splice shall be covered with heat-shrink tubing, with at least 1-1/2 inches of overlap of the cable jacket. Color coding shall be, left to right, Brown/Black, Red/Black, Yellow/Black, Green/Black, Blue/Black, White/Black. Page 6 FUSED SPLICE CONNECTORS: Fused splice connector fuse current ratings shall be as shown on State Standard Plan ES-13 except that the minimum current rating shall be 10 amperes. 10-2.09 FIBER OPTIC CABLE The fiber optic cable shall be single mode with loose tube type construction, non-armored, all dielectric with a central dielectric strength member consisting of gel-free buffer tubes, with each buffer tube carrying 12 fibers and a fiber count as shown on the Plans. The cable shall meet the requirements of the United States Department of Agriculture Rural Utilities Service (RUS) 7 CFR 1755.900 and the ANSI/ICEA Standard for Fiber Optic Outside Plant Communications Cable, ANSI/ICEA S-87-640-2006. All fiber optic cable glass shall be supplied by the same manufacturer and shall be part of a fiber optic cable utilizing loose tube construction with the following properties: Parameters Single Mode Core Diameter 8.3 µm (nominal) Cladding Diameter 125 + 0.7 µm Core to Cladding Offset <0.5 µm Coating Diameter 245 + 10 µm Cladding Non-Circularity <1.0% Proof Tensile Test 0.7 GPa Attenuation at Water Peak @ 1385 + 3 nm < 0.31 dB/km Attenuation Uniformity No point discontinuity greater than 0.10 dB at either 1310 nm or 1550 nm Chromatic Dispersion Zero Dispersion 1310 + nm (centered on a nominal operating wavelength of 1310) Zero Dispersion Slope < 0.090 ps/nm²/km Maximum Dispersion < 3.5 ps/nm/km at 1285 – 1330 nm Cut-Off Wavelength 1260 nm Mode-Field Diameter 9.3 + 0.50 µm at 1310 nm Page 7 10.50 + 1.00 µm at 1550 nm The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the manufacturer’s specifications, and prescribed industry standards and practices. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing. The coating shall be a dual layered, UV-cured acrylate applied by the fiber manufacturer and shall be mechanically strippable. The nominal outer diameter of the buffer tube shall be 2.5 mm or 3.0 mm. All cabled optical fibers >1000 meters in length shall be 100% attenuation tested. The attenuation of each fiber shall be provided with each cable reel. The cable manufacturer shall be TL 9000 registered or equivalent. The Contractor shall install the fiber optic cable in strict adherence to the manufacturer's recommended procedures. Care shall be taken to avoid cable damage during handling and placing. Fiber optic cable is sensitive to excessive pulling, bending and crush forces. The minimum bending and maximum tension requirements for installing the fiber optic cables shall be according to the manufacturer's specifications. Cable lubricant shall be used for all fiber optic pulls and shall be compatible with the fiber optic cable outer sheath and existing cable where fiber cable is installed in a communication conduit with other existing cable. Lubricant shall be applied according to the manufacturer's recommendations. Field installed pulling grips with a rotating type swivel shall be used to pull the fiber optic cable. All pulling equipment and hardware that will be used by the Contractor during the cable installation must maintain the manufacturer specified minimum bend radius of the cable. Such equipment includes sheaves, capstans, bending shoes and quadrant blocks designed for use with fiber optic cable. SPLICING 10.209 (A): Fiber optic cable splicing shall not be permitted in cable runs or pull boxes. Splicing shall be done only in splice vaults and at locations indicated on the Plans. All single mode splices shall be of the fusion type and made with equipment certified for a typical loss of less than 0.03 dB (single mode). The Contractor shall test each splice and any splice greater than 0.03 dB loss shall be rejected and re- spliced until the acceptable dB loss is obtained. TERMINATION 10.209 (B): The Contractor shall install a fan-out kit that connects the fiber optic jumper cable to the fiber optic transmission equipment. The fan-out shall be equipped to terminate fiber optic (loose tube) cable and shall provide protection for the bare fibers. The fan-out kit shall have a 12-fiber fan-out insert and twelve 1-meter lengths of fan-out tubing with twelve single mode fibers that are ready for field installable ST or sc connectors as required. Tubing shall be the color of the tube buffer Page 8 connecting from the jacketed fiber cable with identification of cable number and shall be made of woven (kevlar) inner layer and plastic outer cover. Fan-out tubing shall be firmly joined to the fan-out head at one end and to the connector body at the other end. Stress on the fiber members shall be prevented by suitably clamping the tensile members and kevlar inner layers. The fan-out cable kit shall also meet the following specifications: Housing Fan-Out Tubing Length: Length: 132 mm (5.2 31 mm (1.22 in.) in.) Length: Diameter: Environmental: 1 m (39.4 in.) 2.9 mm (0.11 in.) -40°C to 70°C The fan-out kit shall be securely anchored to the side wall of the cabinet by suitable ties. The Contractor shall furnish and install fan-out kits at locations shown on the plans. The Contractor shall provide the City with a cable route diagram indicating the actual cable route and foot marks, for all intersections, directional change points in the cable routing, and all termination points. The Contractor shall record these points during cable installation. The Contractor shall provide to the City Cable system As-Built drawings showing the exact cable route. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. Records should include all splice points and the amount of slack at each vault and hub. The contractor shall furnish three references for projects completed similar in size and scope as this project. Information for each reference shall include client name, client representative, phone number, e- mail address, construction cost of project, and brief description of work performed. 10-2.10 BONDING AND GROUNDING: Bonding and grounding shall conform to the provisions in Section 86-2.10 “Bonding and Grounding” of the Standard Specifications and these special provisions. Grounding to existing water systems will not be permitted. Grounding jumper shall be attached by a 3/16 inch or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod, or bonding wire in adjacent pull box. The grounding jumper shall be visible after the cap has been poured on the foundation. All bonding wire shall be #6 solid. 10-2.11 SERVICE: Electrical service installation and materials shall conform to the provisions in Section 86-2.11 “Service” of the Standard Specifications and these special provisions. Contractor shall furnish and install a Type II-A service equipment enclosure as shown on Caltrans Standard Plan ES-2B. The service enclosure shall be 120/240 volt AC with a 4-jaw meter socket, test block, landing lug, lug neutral and solid neutral containing 100/3 main breaker, 30/2 lighting breaker, 40/1 signal breaker, 15/1 IISNS breaker. Cabinet of service enclosure shall be painted steel; paint color shall be “Seafoam Green” unless otherwise directed by the engineer. Continuous welding of exterior seams in service equipment enclosures is not required. Page 9 The enclosure shall meet the requirements of PG&E and shall conform to Section 86-1.02 “Regulations and Code” of the Standard Specifications. All overlapping and exterior seams and doors shall meet the requirements for Type 3R enclosures specified in the NEMA Enclosure Standards. All multiple pole circuit breakers shall be the internal trip type. Contractor shall coordinate with PG&E for any necessary service connection. Any fees and costs required by the utility company shall be paid by Contractor. Contractor shall contact all serving utilities prior to performing any service work and shall do all work and furnish all materials necessary to conform to the requirements of the utility companies. Contractor shall install a conduit coupler on the service conduit approximately 3” above finish grade to act as a breakaway point in case of knockdowns. 10-2.14C FUNCTIONAL TESTING: Testing shall conform to the provisions in Section 86-2.14 “Testing” of the Standard Specifications and these special provisions. Where inductive loop detectors are installed in an area that is to be resurfaced with asphalt concrete, the loop detector conductors shall be placed in slots cut in the existing pavement. The conductors shall be installed/replaced as shown on the plans. Testing of detector loops shall conform to the requirements of Section 86-2.14B “Field Testing” of the Standard Specifications. A functional test shall be made in which it is demonstrated that each and every part of the system functions as specified or intended herein prior to actual signal turn-on. Field wiring and signal phases shall be tested by individual color display, phase by phase, prior to full connection of all field wiring and system operation. The functional test for each lighting system shall be not less than 14 days. If unsatisfactory performance of the system develops, the conditions shall be corrected and the test shall be repeated until 14 days of continuous satisfactory operation is obtained. The functional test shall not begin until the entire installation is complete and in place, to include signal face alignment, in accordance with all requirements of the plans, these special provisions, the Standard Plans, and the Standard Specifications, to the satisfaction of the Engineer. Contractor shall give five (5) days notice to the Engineer prior to any equipment turn-on. Contractor shall insure that a qualified service representative and/or representative of the manufacturer(s) familiar with the equipment installed shall be present at the time of turning on the equipment and shall remain at the controller until it has been demonstrated that his/her portion of the control equipment functions as intended in the plans, as required in the Specifications, and to the satisfaction of the Engineer. If an authorized manufacturer’s representative of any portion of the control equipment is not available at the time indicated by Contractor or fails to show that his equipment operates as intended, the functional test will be discontinued and postponed until such time as the above stipulations can be met. Tests shall start prior to 10:00 a.m. but shall not start on a Thursday, Friday, or on any second or first day preceding a holiday. A shutdown of the electrical system resulting from damage caused by public, traffic, or from a power interruption or from unsatisfactory performance of City-furnished materials shall not constitute discontinuance of the functional test. Page 10 Upon successful completion of the 14-day field test, and throughout the remainder of the construction period and during the guarantee period, the Contractor shall replace or repair defective parts or equipment within 72 hours of being notified of such defective condition and provide such maintenance or repair assistance to City as may be reasonably necessary. 10-3 CONTROLLER ASSEMBLIES Controller assemblies shall conform to Section 86-3 “Controller Assemblies” of the Standard Specification and these special provisions. The controller shall be Naztec Model 980 ATC Traffic Controller or approved equal and shall have the latest version NTCIP based Naztec intersection control software. The controller shall be equipped with Ethernet and USB hardware. The controller shall be licensed with a Transit Signal Priority (TSP) module. System Communication The contractor shall furnish to the City (2) Actelis ML684D Ethernet Switches, or approved equal, for EACH TRAFFIC SIGNAL CABINET CONSTRUCTED OR MODIFIED .Each unit shall include (4) 10/100 Managed Ethernet Ports, (1) AC power supply, (1) DSL Octal cable, (2) 3' ethernet cables, power supply, 8-RJ485 to open end, solid wire, 10'. The ML684D switch shall support G.SHDSL.bis line encoding and decoding with signal processing capabilities to extend the rate and reach of the transmitted signals in the presence of external interference. Line rates per pair must be able to operate at a rate of up to 8.0 Mb/s symmetrical over distances of up to 5200 feet on 22 AWG telephone grade copper wires. Cabinet The controller cabinet shall be a Type P “stretch” (62” height), TS-2 Type 1 cabinet wired for 8 vehicle phases, 4 pedestrian phases, 4 overlaps, and 64 channels of detection, with detector test switches. The cabinet shall be equipped with three mounting shelves, four (4) BIU cards/racks for detection, 32 two- channel detectors, and two (2) BIU cards for input/output functions. The cabinet base shall have a separate 3-inch conduit for signal interconnect cable. The cabinet shall have two dedicated auxiliary power outlets separate from any GFI outlets. The Malfunction Management Unit shall be Naztec TS2, 16 channel, with menu driven LCD display. The Contractor shall construct the controller cabinet foundation, including furnishing and installing anchor bolts, install the controller cabinet on said foundation, and shall make all field wiring connections to the terminal blocks in the controller cabinet. The foundation shall be as specified in Section 10-2.03 Foundations. When installed on the foundation, the door of the cabinet shall face away from traffic so that a technician servicing the cabinet is able to simultaneously observe the operation of the intersection. Testing of traffic signal equipment, including controller units, fully-wired cabinets and auxiliary equipment as specified in Section 86-3 will be performed by Alameda County at its Corporation Yard, 951 Turner Court, Hayward, CA 94545. Prior arrangements for delivery shall be made by calling 510/670-5537. The Contractor shall deliver the equipment to be tested to said Corporation Yard at his/her expense. In the event that the traffic signal equipment submitted for testing does not comply with the specifications, Contractor shall remove said equipment for repair or replacement within five working days after notification that the equipment is rejected. In the event the equipment is not removed within five days, it may be shipped to Contractor at his/her expense. Page 11 When notified by the Engineer, Contractor shall pick up the controller and cabinet and haul same to the site of work at his/her expense. Modulated Signal Detection System: Detectors shall be furnished and installed at each signal mast arm and shall be GTT Opticom Model 721 or approved equal, unless otherwise indicated on the plans. Lead- in cable shall be Opticom model 138 or approved equal. The controller cabinet shall include Opticom Model 762 phase selectors or discriminators or approved equal. The phase selectors or discriminators shall be wired to provide emergency vehicle preemption for EVP phases as shown on the plans. Installation shall conform with manufacturer’s guidelines. All EVP detection equipment shall be mounted on the pole arm and set level by use of a conduit no longer than six inches. EVP detectors shall not be blocked by signs or signal heads. A four conductor cable approved by the EVP manufacturer shall be used. 10-4 TRAFFIC SIGNAL FACES AND FITTINGS: Signal faces, signal heads, and auxiliary equipment, as shown on the plans, and the installation thereof, shall conform to the provisions in Section 86-4 “Traffic Signal Faces and Fittings” of the Standard Specifications and these special provisions. Mast arm mounted signal faces shall be so mounted and oriented as to be visible to approaching traffic 1,000 feet in advance of the intersection. Only side-mount (MAS) heads shall be allowed. Far-side right signal faces shall be mounted and adjusted to face the center of approaching traffic at the limit line. Near-side right and far-side left signal faces shall be mounted and adjusted to face the center of approaching traffic 200 feet in advance of the limit line. Location and orientation of signal faces shall be approved by the Engineer prior to drilling of standards. All vehicle signal heads shall be 12”. Visors shall be the full-circle type. Signal heads shall be Caltrans approved and shall be metal and made for old Automatic Signal and Econolite Signal “dog-ear” style visors. All signal head lenses shall be glass. The heads shall be capable of reversible doors. Only non-gassing gaskets shall be used. The lamp socket shall be bail mounted and double riveted in sockets. The signal heads shall be electrostatically painted dark green; backplates and visors shall be electrostatically painted black. A 12” signal head cell shall be 14” in length. Red, green, and yellow signal indications shall be Type 1 LED and shall conform to the specification that follows. If applicable, Contractor shall arrange to have a signal technician qualified to program the Programmed Visibility type signal heads present at the time the signal heads are installed. Signal head framework shall be Caltrans approved. Thru-bolt assemblies shall have two washers (one lockwasher and one bronze saddle washer) and one steel nut. Framework set screws shall be hex-head steel bolts. Allen bolt or slot-head screws will not be allowed. Framework shall be electrostatically painted dark green. Mast arm slipfitters and plumbizers shall be bronze. Top gland nut shall have one rubber and steel washer installed inside the signal head. Page 12 Terminal strips in pole-mounted signal terminal compartments shall be the 12-terminal barrier type with 2-#10 screws per terminal which will accommodate not less than three spade-type lugs on each screw. The terminal compartment shall be bronze and the terminal strips shall be mounted on an aluminum mounting pad. Assembly hardware shall be brass. Terminal compartment doors shall be flat with no company logos. When ordered as “parts,” assemblies shall come assembled in a box (1 framework per box) and marked as to what it is and the location where it goes. (Information should be identifiable from intersection traffic signal drawing.) Pedestrian signals shall conform to Section 86-4.05 of the Standard Specification, shall be the metal type, and shall be Type A. Pedestrian signal message symbols shall be the international type as shown on State Standard Plan ES- 3B and shall be tempered glass. “Walk” and “Don’t Walk” sections shall be Type 2 LED conforming to the specification that follows. LIGHT EMITTING DIODE (LED) SIGNAL MODULES: The LED signal modules shall have prominent and permanent directional marking(s), that have an “up arrow” for correct indexing and orientation within the signal housing. The manufacturer’s name, trademark, serial number, and other necessary identification shall be permanently marked on the back side of the LED signal module. A label shall be placed on the LED signal module certifying compliance with this specification. The LED signal module shall be a single, self-contained device, not requiring on-site assembly for installation into an existing traffic signal housing. The assembly and manufacturing process for the LED signal assembly shall be such as to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. All light emitting diode (LED) indications shall comply with the Institute of Transportation Engineers (ITE) interim LED Purchase Specification Part 2 Standards for LED Signals, including color, intensity candlepower distribution and beam spread, and the Caltrans LED Signal Procurement Specifications. The manufacturer shall have previously supplied indications to other cities and shall supply a list of those cities. The installation of all indications shall require no physical modification of the existing fixture other than the possible removal of the reflector, lens, or socket. The number of LEDs per signal head shall be sufficient to achieve the intensity of Table 1 of ITE. Arrows shall be 3 rows of LEDs on all parts of the arrow signal. Outline arrows are not permitted. The operating voltage shall be between 92 and 135 VAC 60 Hz +/- 3 Hz. The operating temperature shall be between -40 degrees F and +165 degrees F. The LEDs shall be circuited in series/parallel so a failure of any single circuit or diode shall not result in more than 1% reduction in total luminous intensity. Failure of an individual LED in a string shall not cause the loss of more than 1 LED. The enclosure shall conform to NEMA - 250 Section 4.7.2.0 and 4.7.3.2 for type 4 enclosure. Page 13 All lenses shall be replaceable and withstand a 3-1/2 foot drop test. They are to be UV stabilized, a minimum of 1/8 inch thick, free of bubbles and imperfections. Chromaticity, intensity, and distribution shall be measured in accordance with ITE standards at 44 points, meeting specifications after a 60 minute warm-up. Lead wires of 18 AWG (min.) and 105 degrees C insulation shall be a minimum of 36 inches long with NEMA (spade) terminals for connection to existing terminal block. Existing indication kit shall include all the necessary components to complete the LED conversion. Included, but not limited to, is the lens, LEDs, circuit board, wire leads with strain relief, electronics, rigid housing, installed neoprene one piece gasket to form a sealed housing, and shall use existing mounting hardware. The electronics/power supply shall be integrated inside the module. The lens shall be field replaceable and shall be smooth on the outside with no external facets. A damaged lens shall not necessitate the replacement of the entire unit. The lens shall require no special tools or sealant for field replacement. Electrical components shall meet all applicable codes and specifications, including ITE. Independent testing laboratory certificates to demonstrate complete ITE conformance are required. Certifications shall be submitted with the LEDs. Failure to submit certification shall be grounds for rejection of the LEDs. The light output shall be within an approved wavelength (nanometers) range for red, green, amber, Polar white, and Portland orange LEDs. The lens may be tinted or colored as long as the chromaticity of the lens matches that of the LEDs and the luminous intensity still conforms to ITE Table 1. Control circuitry shall prevent current flow through the LEDs in the off state to avoid false indication in daylight and evening hours. Light intensity shall not vary (nor flicker) by more than 10% from nominal voltage (117 VAC) over the allowable operating range. Operating current measured across each LED shall not exceed an average of 20 milliamps (ma). All LEDs shall be *Al In GaP* technology or equal for red, amber and Portland orange, and *In GaN* technology or equal for green, rated for 100,000 hours or more (@ 25 degrees C and 10 ma). Transient voltage suppression of 1000 volts conforming to NEMA TS-2 Section 2.1.B. The indication shall have a true power factor of 0.90 or higher and total harmonic distortion of 20% or less. The LED signal modules tested or submitted for testing shall be representative of typical average production units. All optical testing shall be performed with the module mounted in a standard traffic signal section but without a visor or hood attached to the signal section. Maximum nominal initial power requirements for LED signal modules shall be 12 watts for a 12 inch ball, and 10 watts for a 12 inch arrow at 25 degrees C. The LEDs must be soldered to a circuit board. Page 14 Quality assurance shall comply with Section 6 of the ITE Interim Purchase Specification Part 2. Pedestrian Modules: Pedestrian modules shall be the countdown type unless otherwise noted. All pedestrian modules are to be replaced with countdown type if any signal equipment is modified. Pedestrian and countdown LED traffic signal modules shall be designed as a retrofit replacement for the message bearing surface of a nominal 16” × 18” pedestrian and countdown traffic signal housing built to the PTCSI Standard. The message-bearing surface of the module shall be supplied with an overlapping, full “HAND” and “MAN” symbol, that comply with PTCSI standard for these symbols for a message- bearing surface of the size specified. The numbers 00 to 99 on the numerical display shall have 2 rows of LEDs and a minimum height of 7 inches. LED pedestrian and countdown signal modules shall be designed as retrofit replacements for the existing pedestrian signals. LED pedestrian and countdown signal modules shall not require special tools for installation. LED pedestrian and countdown signal modules shall fit into the existing traffic housings built to the VTCSH Standard without any modification to the housing. LED pedestrian and countdown signal modules shall be weather tight, fit securely in the housing and shall connect directly to existing electrical wiring. Installation of a replacement LED module into the existing pedestrian housing shall only require the removal of the existing optical unit components, i.e., lens, lamp, gaskets, and reflector. The lens of the LED pedestrian and countdown signal modules shall be polycarbonate UV stabilized and a minimum of ¼” thick. The exterior of the lens of the LED pedestrian and countdown signal module shall be smooth and frosted to prevent sun phantom. The LED pedestrian and countdown signal module shall be a single, self-contained device, not requiring on-site assembly for installation into the existing traffic signal housing and include an installed gasket. All Portland Orange LEDs shall be “AlInGaP” technology or equal, and rated for 100,000 hours or more at 25ºC and 20 mA. White LEDs must be InGaN technology. All internal LED and electronic components shall be adequately supported to withstand mechanical shock and vibration from high winds and other sources. The signal module shall be made of UL94VO flame-retardant materials. The lens is excluded from this requirement. The lens of the LED pedestrian and countdown signal modules shall be polycarbonate UV stabilized. The exterior of the lens of the LED pedestrian and countdown signal module shall be uniform and frosted to reduce sun phantom effect. Each individual LED traffic module shall be identified for warranty purposes with the manufacturer’s trade name, serial number and operating characteristics, i.e., rated voltage, power consumption, and volt- ampere. The LED pedestrian and countdown signal modules shall be rated for use in the ambient operating temperature range of -40ºC to +60ºC (-40ºF to +140ºF). The LED pedestrian and countdown signal modules, when properly installed with gasket, shall be protected against dust and moisture intrusion per requirements of NEMA Standard 250-1991, sections 4.7.2.1 and 4.7.3.2, for type 4 enclosures to protect all internal LED, electronic, and electrical components. Pedestrian and countdown LED signal modules shall be designed to operate over the specified ambient temperature and voltage range, attract the attention of, and be readable by, a viewer (both day and night) at all distances from 3 m to the full width of the area to be crossed. Page 15 The luminous intensity of the LED pedestrian and countdown signal module shall not vary more than ± 10 % for voltage range of 80 VAC to 135 VAC. The measured chromaticity coordinates of the LED signal modules shall conform to the chromaticity requirements as follows: “Hand” shall be Portland orange. not greater than 0.390, nor less than 0.331, nor less than 0.997 – x. Walking person shall be lunar white. x: not less than 0.290, nor greater than 0.330 y: not less than 1.5x – 0.175, nor greater than 1.5x – 0.130 The secured, color coded, 914 mm (36 in) long, 600V, 20 AWG minimum, jacketed wires, conforming to the National Electrical Code, rated for service at +105ºC, are to be provided for electrical connection. The LED pedestrian and countdown signal module shall operate from a 60 ±3 Hz AC line over a voltage range of 80 VAC to 135 VAC. Rated voltage for all measurements shall be 120 ±3 volts rms. The LED circuitry shall prevent perceptible flicker over the voltage range specified above. The LED pedestrian and countdown signal module circuitry shall include voltage surge protection against high-repetition noise transients and low-repetition noise transients as stated in Section 2.1.6, NEMA Standard TS-2, 1992. Catastrophic failure of one LED light source shall not result in the loss of more than the light from that one LED. The LED pedestrian and countdown module shall be operationally compatible with the currently used controller assemblies. The LED pedestrian and countdown module shall be operationally compatible with conflict monitors. The LED pedestrian and countdown module including its circuitry must meet Federal Communications Commission (FCC) Title 47, Subpart B, Section 15 regulations concerning the emission of noise. The LED pedestrian and countdown module shall provide a power factor of .90 or greater over the operating voltage range and temperature range specified above for modules with 6 watts or more. Total harmonic distortion (current and voltage) induced into an AC power line by an LED pedestrian and countdown module shall not exceed 20% over the operating voltage range and temperature range specified above. The control and regulation module shall be of the “smart” type in order for the countdown displays to be automatically adjusted with the programmed intervals of the traffic controller. The module shall operate in two different modes: Full Cycle Countdown Mode – The module will start counting when the walk signal is energized. It will countdown the full walk and flashing clearance signal to reach “0” and turn off when the steady “Don’t Walk” signal turns on. Clearance Cycle Countdown Mode – The module will start counting when the flashing clearance signal turns on and will countdown to “0” and turn off when the steady “Don’t Walk” signal turns on. Note: The units will be set on the clearance cycle countdown mode at the factory unless specified otherwise at the time of order by the customer. The units can be changed easily to either mode by a “jumper wire” on the back of the unit. Page 16 The equipment must maintain a consistent countdown during short power failures (<1 second). A longer failure or an absence of signal superior to one (1) second must turn off display and trigger a restart system remembering the last sequence, as it is done for the NEMA traffic controller. LED pedestrian and countdown modules shall be manufactured in accordance with a Vendor quality assurance (QA) program including both design and production quality assurance. All QA process and test result documentation shall be kept on file for a minimum of seven years. The unit shall be repaired or replaced by the contractor if it exhibits a failure due to workmanship or material defect within the first 60 months of delivery. The unit shall be repaired or replaced if the intensity level falls below 50% of the original values within 60 months of delivery. Defective units shall be picked up from and replaced at Alameda County Public Works, 951 Turner Court, Hayward, CA 94545, within five working days of notification. 10-5 VEHICLE DETECTORS 10-5.01 VEHICLE DETECTORS. Loop detectors, sensor units, and asphaltic concrete sealant for inductive detector loop installation shall conform to the provisions in Section 86-5.01 “Vehicle Detectors” of the Standard Specifications and these special provisions. Loop wire shall be Type 1 and loop detector lead-in cable shall be Type B. The number of inductive loop detectors and lead-in cables required to achieve the specified vehicle detection shall be installed. Output relays, if used, shall be normally closed. Sensor units shall be Type A. (Detector Systems sensor units or approved equal.) The last sentence in the first paragraph of Section 86-5.01A(3) “Sensor Unit Construction” of the Standard Specifications is amended to read “Each connector shall be provided with a threaded shell.” A maximum of 4 conductors shall be installed in any one sawed slot. The Contractor shall not saw any slots for loops until the Engineer has approved the Contractor’s detailed drawing showing all saw slot routings and pull box locations. Only approved saw slot routings shall be installed. Detector loop installation shall commence after all roadway repair work has been completed. On new pavements, detector loop saw cutting, installation, and testing shall occur prior to installation of final roadway surfacing. Orientation of the loop detector sensor unit shall have no effect on the operation of the unit. In addition to the installation notes, details, and tests indicated on Sheets ES-5A and ES-5B of the Standard Plans, the following shall apply: Page 17 Stopbar loops shall be modified Type D loops with a circular shape. All other vehicle loops shall be Circular Type E loops 6’x6’ loops. The spacing of the loops shall be 10’. The sides of the slot shall be vertical, and the minimum radius of the slot entering and leaving the circular part of the loop shall be 1- 1/2 inches. Slot width shall be a maximum of ¾ inch. Loop wire for circular loops shall be Type 1. Slots of circular loops shall be filled with asphaltic emulsion type sealant. No splices are permitted in detector lead-in cables. The number of turns in detector loops shall conform to the detector manufacturer’s recommendations. Where two or more individual loops are to be connected to the same sensor unit, they shall be connected in accordance with the sensor manufacturer’s recommendations, and to the satisfaction of the Engineer for required loop sensitivity. Loop lead-in cable from the first pull box to the controller cabinet shall be tagged with the identity of all conductor loops connected to the circuit. Conductors buried in pavement may be installed ONLY in the presence of the Engineer. The Contractor shall install conductor loop wires and place the required sealant on the same day that saw slots to the nearest pull box and holes are cut in the road surface for these installations. The Contractor shall insure compatibility of each inductive loop sensor and its associated loop lead-ins and loops and shall insure and prove to the satisfaction of the Engineer that the combined system will provide consistent and stable operation and be unaffected by input voltage variations of plus or minus 10%, common electric and magnetic disturbances, flooding of cable with water, and normal range of temperature, humidity, and other weather and climatic conditions. Any deviation from insuring such compatibility shall be approved by the Engineer prior to installation. In lieu of the requirement in the fourth paragraph of Section 86-5.01A(5), “Installation Details” of the Standard Specification, slots in asphalt concrete pavement shall be filled as follows: After conductors are installed in the slots cut in the pavement, paint binder shall be applied to all vertical surfaces of slots in accordance with the provisions of Section 94 “Asphaltic Emulsions” of the Standard Specifications. The slots shall then be filled with asphaltic sealant as approved by the Engineer. Temperature of sealant material during installation shall be above 70° F. Air temperature during installation shall be above 50° F. Sealant placed in the slots shall be compacted by use of an 8-inch diameter by 1/8 inch thick plastic hand roller or other tool approved by the Engineer. Compacted sealant shall be flush with the pavement surface. Minimum conductor coverage shall be 5/8 inch / 16 millimeter. Excess sealant remaining after rolling shall not be reused. Traffic may be released immediately over compacted material. Slots in portland cement concrete pavement shall be filled with epoxy sealant or hot melt rubberized asphalt sealant. If the Engineer approves, Contractor may place the conductor loops and sealant prior to testing and prior to field installation of the controller cabinet. DLC landing order shall be phase 1,5,2,6,3,7,4,8. Page 18 If new DLCs are added to the signal, the contractor shall be responsible for doing everything and furnishing all equipment necessary for the operation of the new DLCs. 10-5.02 BICYCLE DETECTOR LOOPS Bicycle detector loops shall conform to the provisions in Section 86,"Electrical Systems”, Sub Section 86- 5, “Detectors” of the Standard Specifications and these special provisions. Bicycle detector loops shall adhere to Caltrans Standard Plan ES-5A, and Caltrans Revised Standard Plans ES-5B, ES-5C, and ES-5D. Bicycle detector loops shall be Type D loops modified to be 4’x4’. The sides of the slot shall be vertical, and the minimum radius of the slot entering and leaving the circular part of the loop shall be 1-1/2 inches. Slot width shall be a maximum of ¾ inch. Loop wire must be Type 2. Loop detector lead-in cable must be Type B. Slots must be filled with elastomeric sealant or hot-melt rubberized asphalt sealant. All new bicycle detection loops shall be installed one foot behind the limit line. Engineer shall approve the location of the bicycle detection loops prior to sawing the detector slots. The depth of the loop sealant above the top of the uppermost loop wire in the sawed slots must be 2 inches, minimum. Add section 86-5.01A(6) Measurement and Payment: Furnish and Install Bicycle Detector Loop is a Unit Price Item to be measured and paid by each detector loop installed. The unit price of Bicycle Detector Loop shall include full compensation to furnish all labor, materials, tools, equipment, and incidentals required to install detector loops, complete in place for properly functioning system, in accordance with the Plans, Specifications and Standard Details. The work includes, but is not limited to, testing, splicing, saw cutting, sealant, sensor unit card, traffic signal controller programming, and appurtenances damaged during construction. Furnish and Install Detector Loop Lead-In Cable is a Unit Price Item to be measured and paid by the linear feet of detector loop lead-in cable installed. The unit price of Detector Loop Lead-In Cable shall include full compensation to furnish all labor, materials, tools, equipment, and incidentals required to install loop lead-in cables, complete in place for properly functioning system, in accordance with the Plans, Specifications and Standard Details. PREFORMED LOOPS In instances where decorative or concrete paving is used, and/or if approved in advance by the Engineer, preformed loops conforming to the Standard Specifications may be used in lieu of the standard Type E circular loops. Preformed loops shall be 6-foot-square unless otherwise shown. The loop shall consist of four turns of No. 16 or larger wire with Type THWN or THHN insulation. The loop wires shall be encased in 3/8 inch minimum size Schedule 40 or Schedule 80 PVC or polypropylene conduit. The conduit shall be sealed to prevent the entrance of water and the movement of wires within the conduit. Page 19 The loop wires from the preformed loop to the adjacent pull box shall be twisted together into a pair (at least 2 turns per foot) and encased in Schedule 40 or Schedule 80 PVC or polypropylene conduit between the preformed loop and the adjacent pull box or detector handhole. The lead-in conduit shall be sealed to prevent the entrance of water at the pull box or handhole end. In new roadways, the preformed loops and lead-in conduits shall be placed in the base course, with top of conduit flush with the top of base, and then covered with the asphalt concrete or portland cement concrete pavement. Preformed loops and lead-in conduits shall be protected from damage prior to and during pavement placement. In existing pavement, preformed loop installation shall conform to the following: The preformed loops and lead-in conduits shall be placed in slots, 1-1/4 inch minimum width, cut into the existing pavement. The top of the conduit shall be 2 inches, minimum, below the top of pavement. Slots in asphalt concrete pavement shall be filled with elastomeric sealant or hot-melt rubberized asphalt sealant. Slots in asphalt concrete pavement shall be filled with asphaltic concrete sealant as follows: After conductors are installed in the slots cut in the pavement, paint binder shall be applied to all vertical surfaces of slots in accordance with the provisions in Section 39-4.02 “Prime Coat and Paint Binder” of the Standard Specifications. Temperature of sealant material during installation shall be above 70° F. Air temperature during installation shall be above 50° F. Sealant placed in the slots shall be compacted by use of an 8-inch diameter by 1/8 inch thick plastic hand roller or other tool approved by the Engineer. Compacted sealant shall be flush with the pavement surface. Minimum conductor coverage shall be 5/8 inch / 16 millimeter. Excess sealant remaining after rolling shall not be reused. Traffic may be released immediately over compacted material. Slots in portland cement concrete pavement shall be filled with epoxy sealant or hot melt rubberized asphalt sealant. 10-5.03 MOTION AND PRESENCE SENSOR: Sensors shall be “MS Sedco Intersector” or approved equal. Sensor shall be capable of tracking multiple moving and stationary vehicles and update 20 times per second. Sensor shall have five selectable radar channels: 24.075, 24.100, 24.125, 24.150, and 24.175 GHz. Sensor must use Power over Ethernet (PoE) as power source. Runs of the PoE cable longer than 300’ will require a repeater. 10-5.04 PEDESTRIAN PUSH BUTTONS: Pedestrian push buttons shall conform to the provisions in Section 86-5.02 “Pedestrian Push Buttons” of the Standard Specifications and these special provisions. Pedestrian push button housings shall be metal, one-piece non-adjustable Type B. Assembly hardware shall be stainless steel. Button shall be ADA style Polara Bulldog model BDL3-G or approved equal with momentary LED and audible chrip, stainless steel button, green housing, and the City of Dublin logo. Requests for use of an approved equal shall be submitted, in writing, to the Engineer prior to ordering and shall have all technical specifications and catalog “cut sheets” attached as an appendix. A list of locations where the requested hardware has been previously installed shall accompany the written request. In addition, a sample of the hardware shall be supplied to the City for inspection and approval. Page 20 The push button shall be raised from or flush with the housing and shall be a minimum of 2 inches in diameter in the smallest dimension. The switching unit shall have a stainless steel, aluminum, or structural plastic operator and shall be mounted within the housing with a stainless steel, non-corrosive tamperproof fastening device. The actuator shall be conical in shape with the cone extending 7/16” to ½” above the bezel of the switch housing. The switch shall have an operating force of 9 to 13 ounces and a minimum release force of 4 ounces. Pretravel shall be 1/64” minimum. Overtravel shall be 7/32” minimum, differential travel shall be 0.0004 to 0.002 inches. Pedestrian push button signs shall be as noted on the construction plans and shall be supplied by the City of Dublin for installation by the Contractor. Mounting height for pedestrian pushbuttons is 30” from curb level at corners or crosswalk grade for medians. 10-6 LIGHTING 10-6.01 LUMINAIRES: Luminaires shall be Leotek Green Cobra Street Lights with Type 3 light distribution Pole numbers for safety lighting shall be obtained from PG&E and shall be installed by the Contractor in accordance with PG&E requirements for number size, height, and orientation. Lighting shall operate from a mercury contactor, with test switch, located inside the traffic signal cabinet and a photoelectric control unit receptacle on the top of the Type 15 pole nearest to the traffic signal cabinet unless otherwise specified on the plans 10-6.02 PHOTOELECTRIC CONTROLS: Photoelectric controls shall conform to the provisions in Section 86-6.11”Photoelectric Controls” of the Standard Specifications and these special provisions. Photoelectric controls shall be Type IV and shall be oriented to point north. A raintight shorting cap shall be provided. 10-6.065 EDGE-LIT LED STREET NAME SIGNS: A. Edge-Lit LED street name signs (SNS) shall conform to Section 86-6.065 "Internally Illuminated Street Name Signs" of the Caltrans Standard Specifications. Bullet item 5 in Section 86-6.065 shall be amended to say “Signs shall be the LED Type”. B. Edge-Lit LED SNS installed on signal mast arms shall be the LED type per the Project Plans and these Specifications. Page 21 C. Edge-Lit LED SNS shall operate maintenance-free for over 50,000 hours, with no bulbs or ballasts to replace. D. The technology consists of LEDs mounted along the top and bottom edge of the sign, concealed in the frame. The Edge-Lit sign shall use high-flux LEDs. E. Edge-Lit light shall be emitted vertically from the top and bottom through a clear acrylic sheet and refracted outwards horizontally through the sign legend. F. Edge-Lit technology shall allow for an ultra-slim, unobtrusive frame that can be mounted in any arrangement. Edge-Lit SNS shall be mounted on the signal mast arm unless otherwise noted. Edge-Lit SNS shall be double sided signs installed using an underhang mounting per the manufacturer’s specifications. G. Edge-Lit LED SNS shall utilize the same PEU as the intersection safety lighting. The SNS shall not have individual photoelectric controls. H. Edge-Lit LED SNS shall be White on a standard MUTCD Color 1177 (Green) background with City of Dublin shamrock logo. All SNS lettering shall be the Series E standard lettering. I. The Edge-Lit LED SNS shall be the Temple Edge-Lit LED SNS Model 409 or approved equal. J. The City Traffic Engineer shall approve the wording to be used on the signs prior to ordering equipment. K. Sign brackets shall be the swivel type allowing movement in all directions. ROADWAY LIGHTING: (See Separate Roadway Lighting Specification) 10-7 REMOVING, REINSTALLING, AND SALVAGING ELECTRICAL EQUIPMENT Removing, reinstalling, or salvaging electrical equipment shall conform to the provisions of Section 86-7 “Removing, Reinstalling, and Salvaging Electrical Equipment” of the Standard Specifications. At the discretion of the Engineer, existing cables and/or conductors shown on the plans to be removed and not reused or salvaged shall become the property of the Contractor and shall be removed from the roadway right of way in accordance with the provisions in Section 7-1.13, “Disposal of Materials Outside the Highway Right of Way” except that written permission from the Engineer for disposal of material will not be required. Salvaged equipment (cabinets, standards, mast arms, signal heads, luminaires, etc.) shall be hauled to the Alameda County Corporation Yard located at 951 Turner Court, Hayward, CA 94545, and stockpiled. Prior to delivery of salvaged material, Contractor shall arrange a delivery time by calling 510/670-5537. The Contractor shall provide equipment as necessary to safely unload and stockpile the material. A minimum of two working days’ notice shall be provided prior to delivery. Salvaged equipment shall be labeled as to location of prior installation, equipment type and model. Salvaged mast arms and poles shall be identified with matching information. 10-8 PAYMENT: Payment for traffic signals and roadway lighting shall be in accordance with Section 86-8 ”Payment” of the Standard Specifications and these special provisions. Work performed Page 22 under these construction documents at the price bid shall constitute a complete and fully operational installation, and no additional compensation shall be provided therefor. 10-9 UNINTERRUPTIBLE POWER SYSTEM (BATTERY BACK-UP): A battery back-up system (BBS) is required on all new cabinet installations and for retrofits or modifications where noted on the Plans. The BBS shall include, but not be limited to, the following: inverter/charger, power transfer relay, batteries, a separate manually operated non-electronic bypass switch, and all necessary hardware and interconnect wiring. The BBS shall provide reliable emergency power to a traffic signal in the event of a power failure or interruption. The BBS shall be designed for outdoor applications, in accordance with the Caltrans Transportation Electrical Equipment Specifications (TEES) dated November 19, 1999, Chapter 1, Section 8 requirements. The BBS shall be Alpha FXM 1100 UPS Module or approved equal. Operation The BBS shall be capable of providing power for full run-time operation for an “LED-only” intersection or flashing mode operation for an intersection using red LED’s. The minimum run time for full operation shall be two (2) hours. The minimum run time for flashing operation shall be six (6) hours. It is the responsibility of the BBS supplier to review the load for the specific intersection and supply the BBS accordingly. Any available knowledge of future intersection expansion shall be considered when determining the electrical load. Any anomalies shall be brought to the attention of the City prior to delivery and installation of the BBS. Minimum active output capacity shall be 700W/1000VA, with 80% minimum inverter efficiency. The maximum transfer time from loss of utility power to switchover to battery backed inverter power shall be 150 milliseconds. The BBS shall provide the user with 3 sets of normally open (NO) and normally closed (NC) single-pole double throw (SPDT) relay contact closures, available on a panel-mounted terminal block, rated at a minimum 120V/1A, and labeled so as to identify each contact. A separate LED indicator light shall be provided for each relay to indicate which relay is energized. The first set of NO and NC contact closures shall be energized whenever the unit switches to battery power. Contact shall be labeled “On Batt.” The second set of NO and NC contact closures shall be energized whenever the batter approaches approximately 40% of remaining useful capacity. Contact shall be labeled or marked “Low Batt.” The third set of NO and NC contact closures shall be energized two hours after the unit switches to battery power. Contact shall be labeled or marked “Timer.” Operating temperature for both the inverter/power transfer relay and manual bypass switch shall be -37° C to +74° C. Page 23 Both the power transfer relay (with LED indicator) and manual bypass switch shall be rated at 240VAC/30 amps minimum. The BBS shall use a temperature compensated battery charging system. The charging system shall compensate over a range of 2.5 – 40 mV/°C per cell. The temperature sensor shall be external to the inverter/charger unit. The temperature sensor shall come with 2 meters (6’6”) of wire. Batteries shall not be recharged when battery temperature exceeds 50°C ± 3°C. BBS shall bypass the utility line power whenever the utility line voltage is outside of the following voltage range: 100VAC to 130VAC (± 2VAC). When utilizing battery power, the BBS output voltage shall be between 110 VAC and 125 VAC, pure sine wave output, ≤ 3% THD, 60Hz ±3Hz. BBS shall be compatible with a Type P, P “stretch,” or R cabinet and Model 2070 “lite” controller or 980 ATC controller and cabinet components for full-time or flashing operation as shown on the Plans. When the utility line power has been restored at above 105 VAC ±2 VAC for more than 30 seconds, the BBS shall drop out of battery backup mode and return to utility line mode. NOTE: When used in flashing mode, the controller shall RESTART upon termination of battery operation. BBS shall be equipped to prevent a malfunction feedback to the cabinet or from feeding back to the utility service. In the event of inverter/charger failure, battery failure, or complete battery discharge, the power transfer relay shall revert to the NC state, where utility line power is reconnected to the cabinet. Recharge time for battery from “protective low cutoff” to 80% or more of full battery charge capacity, shall not exceed twenty (20) hours. Mounting/Configuration The BBS and batteries shall be housed in Alpha SE48-1616 Enclosure affixed to the side of the controller cabinet opposite the service enclosure. All hardware and accessories needed for a complete and functional installation, including but not limited to, bolts, conduits, bushings, gaskets, and shelves, shall be included and installed. The external cabinet shall conform to TEES Chapter 7, Section 2 Housings for construction and finish of the cabinet and shall be mounted with a minimum of 8 bolts. Batteries shall be mounted on individual shelves with a minimum clearance of 304.8 mm (12”) between shelves. Each shelf shall be capable of supporting 57 kg (125 lbs). The dimensions of the external BBS cabinet shall be compatible with the controller cabinet. The external BBS cabinet shall be ventilated through the use of louvered vents (2), filters, and one thermostatically controlled fan as per TEES Chapter 7 Section 2 Housings. External BBS cabinet fan shall be AC operated from the same line output of the Manual Bypass Switch that supplies power to the controller cabinet. Page 24 The external BBS cabinet shall have a door opening to the entire cabinet. The door shall be attached to the cabinet through the use of a continuous stainless steel or aluminum piano hinge. The door shall use a padlock clasp in order to lock the door. Maintenance, Displays, Controls, and Diagnostics The BBS shall include a display and/or meter to indicate current battery charge status and conditions. The BBS shall have lightning surge protection compliant with IEEE/ANSI C.62.41. The BBS shall be equipped with an integral system to prevent battery from destructive discharge and overcharge. The BBS and batteries shall be easily replaced with all needed hardware and shall not require any special tools for installation. The BBS shall include a resettable front panel event counter display to indicate the number of times the BBS was activated and a front panel hour meter to display the total number of hours the unit has operated on battery power. Manufacturer shall include two (2) sets of equipment lists, operation and maintenance manuals, and board-level schematic and wiring diagrams of the BBS, and the battery data sheets. Manual shall conform to TEES 1999 Chapter 1 Section 1.2.4.2. Battery System Individual batteries shall be 12V type, 65 amp-hour maximum, and shall be easily replaced and commercially available off the shelf. Batteries used for the BBS shall consist of 4 batteries with a cumulative minimum rated capacity of 320 amp-hours. Batteries shall be deep-cycle, sealed prismatic lead-calcium based AGM/VRLA (Absorbed Glass Mat/Valve Regulated Lead Acid). Batteries shall be certified by the manufacturer to operate over a temperature range of -25°C to +74°C. The batteries shall be provided with appropriate interconnect wiring and corrosion resistant mounting trays and/or brackets appropriate for the cabinet into which they will be installed. Batteries shall indicate maximum recharge data and recharging cycles. Battery interconnect wiring shall be via modular harness. Batteries shall be shipped with positive and negative terminals pre-wired with red and black cabling that terminates into a typical power-pole style connector. Harness shall be equipped with mating power-pole style connectors for batteries and a single, insulated plug-in style connection to inverter/charger unit. Harness shall allow batteries to be quickly and easily connected in any order and shall be keyed and wired to ensure proper polarity and circuit configuration. Battery terminals shall be covered and insulated so as to prevent accidental shorting. Page 25 Batteries shall be AlphaCell 195 GXL or approved equal. Warranty Manufacturers shall be provide a minimum four (4) year factory-repair warranty for parts and labor on the BBS from date of acceptance by the City. Batteries shall be warranted for full replacement for two (4) years from date of purchase. Manufacturer or vendor shall pick up defective parts or units from the Alameda County Signal Shop at 951 Turner Court, Hayward CA 94545, and shall deliver replacement parts or units to the same address at no additional charge. 10-10 COLOR IP-CAMERA Cameras shall be “IVC PTZ-HD30-03” model or approved equal and must be compatible with City’s existing IVC Relay Server software. The camera must have 18x motor-driven optical zoom and a 4x digital multiplier providing 72x total zoom. It must support dual streaming and full 720p resolution High Definition video at 30 frames per second. The camera must be housed in a weatherproof enclosure rated IP66 and include a Power over Ethernet (PoE) injector. Runs of the PoE cable longer than 300’ will require a repeater. Page 26 1 Delivery Method: Accomplished remotely or on-site. 2 Subject to local parts logistics cutoff times. For EMEA, delivery targets are: Sev 1: 24x7x6; Sev 2: NBD. 3 Performance Period: Local Business Hours, Monday – Friday. Deliverable Remote Weekday Basic Standard Premium On-Site Target Response Customer NBD Severity 1 24/7, Within 4 Hours Severity 2Same Day, During Local Business Hours Severity 3 & 4 NBD Severity 1 24/7, Within 2 Hours Severity 2 24/7, Within 8 Hours Severity 3 & 4 NBD Replacement Parts Delivery Target NBD NBD Severity 1 24/7, Within 4 hours (EMEA 24x7x6) Severity 2 Same Day, Business Hours2 (EMEA NBD) Severity 3 & 4 NBD Severity 1 24/7, Within 4 hours (EMEA 24x7x6) Severity 2 24/7, Within 8 Hours (EMEA NBD) Severity 3 & 4 NBD Corrective Maintenance Customer Local Business Hours Local Business Hours 24/7 Online Support Tools Included Included Included Included Global Technical Support Local Business Hours Local Business Hours 24/7 24/7 Disk or Media Replacement Customer NBD3 NBD3 NBD3 Preventative Maintenance Customer Local Business Hours Local Business Hours 24/7 Hi-Track Remote Monitoring Included Included Included Included Priority Support –––Included Microcode/Firmware Updates Customer Local Business Hours: Remote Local Business Hours: Remote 24/7: On-site1 Disk Retention Option (DRO) *Available Available Available Available The tables below contain support services details of coverage under a Hitachi Vantara warranty and maintenance service agreement. These tables and all other terms set out below are subject to change at any time. To view Hitachi Vantara Legal Terms and Conditions, please visit: https://www.Hitachi Vantara.com/corporate/legal/. Hardware Support Services Terms Hitachi Vantara Support Services Service Descriptions & Deliverables Active Hitachi Vantara Hardware Products Product Name/Family Warranty Service Warranty Period Additional Options AMS 2000 Hitachi Adaptable Modular Storage 2000 family: AMS 2100 | AMS 2300 | AMS 2500 Weekday Basic 12 Months | 1 Year Standard, Premium COMPUTE BLADE (CB) Hitachi Compute Blade CB500, CB2500 Remote *36 Months | 3 Years Weekday Basic, Standard, Premium COMPUTE RACK (CR) Hitachi Compute Rack 210H, 220H, 220S Remote *12 Months | 1 Year Weekday Basic, Standard, Premium HCP Hitachi Content Platform Remote *36 Months | 3 Years Weekday Basic, Standard, Premium HCP Hitachi Content Platform Anywhere Remote *36 Months | 3 Years Weekday Basic, Standard, Premium HDI Hitachi Data Ingestor (Hardware Appliance)Remote *36 Months | 3 Years Weekday Basic, Standard, Premium HDI REMOTE SERVER Hitachi Data Ingestor Remote Server or HDI Remote Server Remote (Return to Factory Warranty Only) 36 Months | 3 Years 60 Months | 5 Years N/A HFS A220, A250, A270 Hitachi Flash Storage A220, A250, A270 Remote *36 Months | 3 Years Weekday Basic, Standard, Premium HNAS Hitachi NAS Platform Weekday Basic 36 Months | 3 Years Standard, Premium HPP Hitachi Protection Platform Weekday Basic 36 Months | 3 Years Standard HUS File Hitachi Unified Storage (file option) HUS 110 | HUS 130 | HUS 150 Remote *36 Months | 3 Years Weekday Basic, Standard, Premium HUS Hitachi Unified Storage HUS 110 | HUS 130 | HUS 150 Remote *36 Months | 3 Years Weekday Basic, Standard, Premium HUS VM Hitachi Unified Storage VM Weekday Basic 36 Months | 3 Years Standard, Premium SERVER FOR SOLUTIONS Multi-Node T412S-2U Remote *12 Months | 1 Year Weekday Basic, Standard, Premium SERVER FOR SOLUTIONS Single-Node D51B-2U Remote *36 Months | 3 Years Weekday Basic, Standard, Premium HVP Hitachi Visualization Platform Remote *36 Months | 3 Years Weekday Basic, Standard, Premium VMP Data Center Solution Remote *36 Months | 3 Years Weekday Basic, Standard, Premium Video Server 2U Remote *36 Months | 3 Years Weekday Basic, Standard, Premium HVP Hitachi Visualization Platform Gateways **Remote *36 Months | 3 Years Standard HVP Hitachi Visualization Platform Cameras and Pods **Remote *12 Months | 1 Year Standard Lumada IoT Appliance Remote *36 Months | 3 Years Weekday Basic, Standard, Premium VSP Hitachi Virtual Storage Platform Standard 36 Months | 3 Years Premium VSP F400, F600, F800 Hitachi Virtual Storage Platform F400, F600, F800 Return to Factory *36 Months | 3 Years Standard, Premium VSP F1500 Hitachi Virtual Storage Platform F1500 Return to Factory *36 Months | 3 Years Standard, Premium 2 Product Name/Family Warranty Service Warranty Period Additional Options VSP G200, VSP G400, VSP G600, VSP G800 Hitachi Virtual Storage Platform G200, G400, G600, G800 Remote *36 Months | 3 Years Weekday Basic, Standard, Premium VSP G1000/G1500 Hitachi Virtual Storage Platform G1000/G1500 Standard 36 Months | 3 Years Premium CONVERGED SOLUTIONS Various: Hitachi Unified Compute Platform, Hitachi Content Archive Platform, Hitachi Data Ingestor and so forth. • Warranty Maintenance and Support provided via solution-embedded components. • Aligned or layered to the highest service level and conterminous duration. Hi-Track Monitoring and Installation is available for all Hitachi Vantara hardware products except HDI Remote Server. * Denotes that a mandatory upgrade is required. ** For HVP Gateway and Pods: Sev 3 and 4, 3 business days | Customer specific remote Pod components (cameras, switches, radios, etc.) | May sub- stitute at Hitachi Vantara discretion parts with similar form, fit and function | May replace with repaired/refurbished components | Terms apply to standard stocked components. Terms for special order parts including radios will be agreed case by case by SOW. | PODs may require a certified electrical subcon- tractor for installation or replacement. Electrical subcontractors are not included in published maintenance fees. Subcontractor services require a separate quote and SOW | HVP Gateways and PODs containing internal storage include DRO (see below), under which media will be turned over to the customer during the field repair process. | Replacement Parts Delivery Target: NBD Hitachi Vantara Legacy/End-of-Service-Life/Sunset Products View End of Life (EOL) policy and complete End of Service Life (EOSL) product matrix at HitachiVantara.com Product Name/Family Warranty Service Warranty Period Hi-Track Monitoring Installation Available WMS Hitachi Workgroup Modular Storage Weekday Basic 12 Months | 1 Year ✓✓ AMS Hitachi Adaptable Modular Storage Weekday Basic 12 Months | 1 Year ✓✓ USP VM Hitachi Universal Storage Platform VM Standard 24 Months | 2 Years ✓✓ USP/USP V Hitachi Universal Storage Platform and Hitachi Universal Storage Platform V Premium 36 Months | 3 Years ✓✓ Revised April 2016 3 Revised November 2017 Software Support Services Terms Premium Software Support • Standard Break/Fix (services to maintain compliance, good operating condition, and software version upgrade) • Software Version Updates and Patches (corrections, enhancements, improvements, releases, versions and updates) • Software Upgrades (new version to replace existing versions) • 24/7 Access to online technical information, documentation and downloads as appropriate • 24/7 Global Technical Support1 (remote assistance with fault isolation, configuration, use and operation of the software and related issues) 1Targeted telephone support response times vary by business impact classification. Severity levels: Severity 1: Critical < 15 minutes; Severity 2: High < 2 hours; Severity 3: Medium < 4 hours Active Hitachi Vantara Software Products Product Name/Family Warranty Service Warranty Period HAD Hitachi Automation Director Media Replacement and Conformance 90 Days HCA Hitachi Compute Advisor Media Replacement and Conformance 90 Days HCI Hitachi Content Intelligence Media Replacement and Conformance 90 Days HCP Hitachi Content Platform (HCP G, HCP S, HCP-VM)Media Replacement and Conformance 90 Days HCP Hitachi Content Platform Anywhere Media Replacement and Conformance 90 Days HCS Hitachi Command Suite • HDvM (Device Manager) • HTnM (Tuning Manager) • HRpM (Replication Manager) • HTSM (Tiered Storage Manager) • HDLM (Dynamic Link Manager) • HGLM (Global Link Manager) • HCmD (Command Director) Media Replacement and Conformance 90 Days HDI Hitachi Data Ingestor (Virtual Appliance)Media Replacement and Conformance 90 Days HDID Hitachi Data Instance Director Media Replacement and Conformance 90 Days HDPS Hitachi Data Protection Suite Media Replacement and Conformance 90 Days HID Hitachi Infrastructure Director Media Replacement and Conformance 90 Days HSA Hitachi Storage Advisor Media Replacement and Conformance 90 Days HSDP Hitachi Streaming Data Platform Media Replacement and Conformance 90 Days HSV Hitachi Storage Viewer Suite Media Replacement and Conformance 90 Days HVS Hitachi Visualization Suite Media Replacement and Conformance 90 Days HVMS Term License Media Replacement and Conformance 90 Days HVA Media Replacement and Conformance 90 Days HDCA Media Replacement and Conformance 90 Days Lumada Media Replacement and Conformance 90 Days Revised September 2017 4 Deliverable Standard Premium Enterprise Named Maintenance and Support Services Contacts (Primary/Backup)1/1 2/1 Number of cores * Coverage 8x5 24x71 24x71 Support Cases Unlimited Unlimited Unlimited Knowledge Base Users 5 20 20 Assigned Pentaho architect No No Yes One-on-one guidance, mentoring and best practice discussions No No Yes Management of feature requests and support cases No No Yes Scheduled technical sessions with Pentaho subject matter experts No No Yes Internal VM replicated customer environment for faster resolution No No Yes Pentaho Support Features 5 1 24x7 support coverage is only available for Severity 1 issues. SaaS Support Service Terms • 24/7 Access to online support tools (technical information, documentation and downloads) • 24x7 Access to associated software downloads • 24/7 Global Technical Support (remote assistance with fault isolation, configuration, use and operation of the software and related issues) • Automatic Access to SaaS updates SaaS Updates SaaS Updates shall be made available at Hitachi Vantara discretion and may address security fixes, problem fixes, general maintenance, new or deprecated functionality and documentation. Hitachi Vantara is under no obligation to develop any future functionality or enhance- ments. If an update for an SaaS product is made available to you pursuant to these SaaS Support Policies, it shall automatically replace the previous version of the applicable SaaS product. Updates may require scheduled downtime which Hitachi Vantara will announce in advance via Support Portal Alerts. Supported Browsers Hitachi Vantara reserves the right to require a SaaS problem be demonstrated on a supported browser, which may vary by product. Sup- ported browsers are documented in product updates for each SaaS. Active Hitachi Vantara SaaS Products Product Name/Family Warranty Service Warranty Period HSIA Social Intelligence Analyzer Conformance 90 Days HVS Hitachi Video Suite − Public Cloud Conformance 90 Days Lumada − Public Cloud Conformance 90 Days Added September 2017 Footnotes Hitachi Vantara Support Services are subject to the following conditions: • On-site presence is determined by Hitachi Vantara Global Support Center. Distance and coverage restrictions may apply. • On-site availability: 50 miles/80 kilometers from an Hitachi Vantara Service Center. Subject to Hitachi Vantara discretion to extend coverage on a case-by-case basis. • Target deliverable responses may vary by locations or geography. • Spares target delivery dates are estimates that Hitachi Vantara uses to achieve commercially reasonable endeavors; however, actual delivery times depend upon external factors such as spares availability and logistics resourcing. Hitachi Vantara is not liable to the customer if actual delivery is delayed by these factors or any other factors that are outside of our control. • Local business hours may vary by locations or geography. • Same Day SLA refers to 7 days a week. • Preventative maintenance is completed during activity window (break/fix). • Global technical support response times vary by client impact classification (severity levels). • Requests for on-site microcode updates outside of normal local business hours are billable services. • Ongoing media replacement policy: For any flash drive, Hitachi Vantara will replace it free of charge, provided that Customer has a valid and current maintenance and support services contract that covers the drive. Hitachi Vantara requires that all equipment and software that is installed as part of the same product offering to be subject to Hitachi Vantara support and service contract for that product offering, except in the case of third-party products supplied by Hitachi Vantara, but not maintained by Hitachi Vantara, for which you are required to obtain maintenance and support directly from the vendor of the third-party product. Hitachi Vantara may periodically make changes to support service options to provide service efficiencies. We will make every effort to discuss those with you in advance, and such changes will only apply to new services after the change is announced. The Hitachi Vantara Warranty Maintenance and Support Terms within your current Hitachi Vantara service plan, as well as other service contracts that you have with Hitachi Vantara, will include these terms. If there is an inconsistency between your existing terms and those outlined here, these terms will prevail. Please contact your Hitachi Vantara account representative or authorized partner if you wish to discuss. Review Hitachi Vantara complete terms and conditions at www.HitachiVantara.com. Severity Levels Descriptions ■■ Severity 1: Critical Severe System or Application Impact. Impact is to an entire system, major business function or application. ■■ Severity 2: High Degraded or Severely Limited System Impact. Impact is to a portion of a system, major business function, geographi- cal location or application. ■■ Severity 3: Medium Individual User Impact. Individual(s) is (are) unable to perform required functions; work-around or circumvention is available. ■■ Severity 4: Minor Minimal System Impact. Information only. Customer-Replaceable Units (CRUs) ■■ A CRU is a subassembly of components or individual parts that the customer is authorized by Hitachi Vantara to remove and replace. All other components not designated here must be serviced by Hitachi Vantara or an authorized Hitachi Vantara representative. ■■ Installation of CRUs is the responsibility of the customer. Installation of all other non-CRU parts is performed by Hitachi Vantara. ■■ If Hitachi Vantara installs the replacement part, Hitachi Vantara will arrange for its return to an Hitachi Vantara facility. If a customer installs the CRU, the customer is responsible for returning the replacement CRU to a facility designated by Hitachi Vantara. VSP Warranty Service Exception For Hitachi Virtual Storage Platform products, VSP Warranty and Maintenance service levels are equivalent to Standard Support. The Warranty and Maintenance Plus service levels are equivalent to Premium Support. Disk Retention Option (DRO)* ■■ Forgives defective media return and any billable subsystem customer nonreturned media. ■■ All removable media, all products [hard disk drives (HDD), solid-state disk (SSD), flash module (FMD), and so forth]: all platforms and all products. Microcode/Firmware Updates ■■Hitachi Vantara’s standard policy is to deliver microcode/ firmware updates remotely. Authorized Hitachi Vantara engineers use sophisticated remote technology to safely deliver microcode remotely to Hitachi devices. This process enables fast, efficient microcode delivery that doesn’t require an engineer to travel on-site to the customer’s location. 6 Hi-Track Remote Monitoring Service Enabling Hi-Track Remote Monitoring is required for all Hitachi Vantara service and support offerings: ■■Remote monitoring service system. ■■ Free-of-charge support feature or facility: Hitachi Vantara Customer Support service offerings. ■■Continuous monitoring 24/7. ■■ Secure controlled access: layered encryption and authentication. ■■ Advanced systems diagnostics: engineering-design embedded. ■■Proactive predictive fault isolation. ■■Reports system incidents and potential problems. ■■ Facilitates or enables real-time, rapid-action expert troubleshooting. ■■I ntegrated and linked: Hitachi Vantara Support Services management systems. ■■Provides and facilitates trend analysis and analytics. ■■Customer-system site installation and implementation. ■■Customer requisite: access and required equipment, telecommunications and so forth. ■■ Hi-Track system is Hitachi Vantara proprietary property. Installation Services Our Customer Support and Services specialists perform the following tasks: ■■Verify agreed-upon configuration and validate environ- ment (hardware setup) to ensure nodes are operational. If the customer purchases an end-to-end Professional Services configuration solution, it will replace the Hitachi H/W installation engineer validation. ■■Configure and test up to 2 hosts and 5 logical unit num- bers (LUNs). Note: Configuration of RAID group's logical units (LUNs) is the responsibility of the customer or can be purchased as an additional Hitachi Vantara Service. ■■Physically inspect for shipment damage. ■■Physically connect cable interfaces to the storage system. ■■ Enable Hi-Track Remote Monitoring System. ■■Confirm maintenance provisions and call-handling pro- cedures. ■■ Install license keys for storage-system-based software. ■■Install operating system, Hitachi Base Operating System (BOS) and Hitachi Storage Virtualization Operating System on Hitachi Vantara equipment. ■■ Install appliance and on-site rack. ■■Physically connect network cables to the Top of Rack Switches (ToR) and management switch. On-site pre-delivery survey and off-hours install available: addi- tional fee-based billable service. ■■Incorporate appliance (hardware) in the local network, Active Directory®, firewall, network settings, Network Time Protocol (NTP) setup. ■■Provide basic system operation training and knowledge transfer on equipment handling and configuration (not to exceed 1 hour). 7 Hitachi Vantara Corporation Corporate Headquarters 2845 Lafayette Street, Santa Clara, California 95050-2639 USA www.HitachiVantara.com | community.HitachiVantara.com Regional Contact Information Americas: +1 866 374 5822 or info@hitachivantara.com Europe, Middle East and Africa: +44 (0) 1753 618000 or info.emea@hitachivantara.com Asia Pacific: +852 3189 7900 or hitachivantara.marketing.apac@hitachivantara.com HITACHI is a trademark or registered trademark of Hitachi, Ltd. All other trademarks, service marks, and company names are properties of their respective owners. November 2017 Exhibit D - Public Contracting Rules HOURS OF WORK: A. In accordance with California Labor Code Section 1810, 8 hours of labor in performance of the services described in Exhibit A shall constitute a legal day’s work under this contract. B. In accordance with California Labor Code Section 1811, the time of service of any worker employed in performance of the services described in Exhibit A is limited to 8 hours during any one calendar day, and 40 hours during any one calendar week, except in accordance with California Labor Code Section 1815, which provides that work in excess of 8 hours during any one calendar day and 40 hours during any one calendar week is permitted upon compensation for all hours worked in excess of 8 hours during any one calendar day and 40 hours during any one calendar week at not less than one-and-one-half times the basic rate of pay. C. The Contractor and its subcontractors shall forfeit as a penalty to the City $25 for each worker employed in the performance of the services described in Exhibit A for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day, or more than 40 hours in any one calendar week, in violation of the provisions of California Labor Code Section 1810 and following. WAGES: A. In accordance with California Labor Code Section 1773.2, the City has determined the general prevailing wages in the locality in which the services described in Exhibit A are to be performed for each craft or type of work needed to be as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research, a copy of which is on file in the City Public Works Office and shall be made available on request. The Contractor and subcontractors engaged in the performance of the services described in Exhibit A shall pay no less than these rates to all persons engaged in performance of the services or work. B. In accordance with California Labor Code Section 1775, the Contractor and any subcontractors engaged in performance of the services described in Exhibit A shall comply with California Labor Code Section 1775, which establishes penalties per day for each worker engaged in the performance of the services described in Exhibit A that the Contractor or any subcontractor pays less than the specified prevailing wage. The amount of such penalty shall be determined by the Labor Commissioner and shall be based on consideration of the mistake, inadvertence, or neglect of the Contractor or subcontractor in failing to pay the correct rate of prevailing wages, or the previous record of the Contractor or subcontractor in meeting applicable prevailing wage obligations, or the willful failure by the Contractor or subcontractor to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rate of prevailing wages is not excusable if the Contractor or subcontractor had knowledge of their obligations under the California Labor Code. The Contractor or subcontractor shall pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate. If a subcontractor worker engaged in performance of the services described in Exhibit A is not paid the general prevailing per diem wages by the subcontractor, the Contractor is not liable for any penalties therefore unless the Contractor had knowledge of that failure or unless the Contractor fails to comply with all of the following requirements: 1. The contract executed between the Contractor and the subcontractor for the performance of part of the services described in Exhibit A shall include a copy of the provisions of California Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. 2. The Contractor shall monitor payment of the specified general prevailing rate of per diem wages by the subcontractor by periodic review of the subcontractor’s certified payroll records. 3. Upon becoming aware of a subcontractor’s failure to pay the specified prevailing rate of wages, the Contractor shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for performance of the services described in Exhibit A. 4. Prior to making final payment to the subcontractor, the Contractor shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages for employees engaged in the performance of the services described in Exhibit A and any amounts due pursuant to California Labor Code Section 1813. C. In accordance with California Labor Code Section 1776, the Contractor and each subcontractor engaged in performance of the services described in Exhibit A shall keep accurate payroll records showing the name, address, social security number, work, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in performance of the services described in Exhibit A. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: 1. The information contained in the payroll record is true and correct. 2. The employer has complied with the requirements of California Labor Code Sections 1771, 1811, and 1815 for any work performed by the employer’s employees on the public works project. The payroll records required pursuant to California Labor Code Section 1776 shall be certified and sent directly to the Labor Commissioner, and available for inspection by the Owner and its authorized representatives, the Division of Labor Standards Enforcement, the Division of Apprenticeship Standards of the Department of Industrial Relations and shall otherwise be available for inspection in accordance with California Labor Code Section 1776. D. In accordance with California Labor Code Section 1777.5, the Contractor, on behalf of the Contractor and any subcontractors engaged in performance of the services described in Exhibit A, shall be responsible for ensuring compliance with California Labor Code Section 1777.5 governing employment and payment of apprentices on public works contracts. E. In case it becomes necessary for the Contractor or any subcontractor engaged in performance of the services described in Exhibit A to employ for the services described in Exhibit A any person in a trade or occupation (except executive, supervisory, administrative, clerical, or other non manual workers as such) for which no minimum wage rate has been determined by the Director of the Department of Industrial Relations, the Contractor or subcontractor shall pay the minimum rate of wages specified therein for the classification which most nearly corresponds to services described in Exhibit A to be performed by that person. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. 2960245.1 Budget Change Reference #: From Un-Appropriated Reserves Budget Transfer Between Funds From Designated Reserves X Other Account Amount 190201.6000.6004 (1001.1902.72102)$729,053.20 5/15/2018 Posted By:Date: As Presented at the City Council Meeting **********Finance Use Only********** CITY OF DUBLIN Procurement of Situational Awareness Cameras, funded by General Fund Reserve for Innovations and New Opportunity. REASON FOR BUDGET CHANGE FISCAL YEAR 2017-18 BUDGET CHANGE FORM EXP: General Fund - GF Reserve Projects - Equipment ISF City Council's Approval Required G:\Budget Changes\10_2017-18\CC\15_1902 _Situational Awareness Cameras 040318 15_1902 _Situational Awareness Cameras 040318