KANSAS CITY SCOUT HARDWARE MAINTENANCE...
Transcript of KANSAS CITY SCOUT HARDWARE MAINTENANCE...
1
CCO Form: GS14
Approved: 02/06 (AR)
Revised: 01/09 (BDG)
Modified:
REQUEST FOR PROPOSALS
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001
TABLE OF CONTENTS
INTRODUCTION ............................................................................................................................ 3
PROPOSAL ...................................................................................................................................... 3
ACCEPTANCE ................................................................................................................................ 3
SECTION (1): GENERAL DESCRIPTION AND BACKGROUND
(A) Request for Proposal ................................................................................................. 4
(B) Background ................................................................................................................ 4
(C) Fiscal Year.. ................................................................................................................ 5
(D) Contract Period. ......................................................................................................... 5
(E) Renewals/Extensions .................................................................................................. 5
(F) Clarification of Requirements .................................................................................. 5
(G) RFP Schedule of Events ............................................................................................ 5
SECTION (2): SCOPE OF WORK (A) Services ....................................................................................................................... 6
(B) Specific Requirements (TASKS 1-4) ........................................................................ 7-19
(C) Staffing, Education, and Work History Requirements .......................................... 20
(D) Administration of Program....................................................................................... 20
SECTION (3): AGREEMENT REQUIREMENTS
(A) MHTC’s and KDOT’s Representative .................................................................... 21
(B) Release to Public ........................................................................................................ 21
(C) Assignment ................................................................................................................. 21
(D) Status as Independent Contractor............................................................................ 21
(E) Components of Agreement ........................................................................................ 21
(F) Amendments ............................................................................................................... 21
(G) DBE/WBE Participation Encouraged ...................................................................... 22
(H) Nondiscrimination ..................................................................................................... 22
(I) Executive Order ..................................................... 22
(J) Incorporation of Provision Regarding Executive Order ........................................ 22
(K) Non-employment of Unauthorized Aliens ............................................................... 23
(L) Proof of Lawful Presence for Sole Proprietorships and Partnerships .................. 23
(M) Bankruptcy ................................................................................................................. 23
Missouri Department of Transportation 600 NE Colbern Road
Lee’s Summit, Missouri 64086
816.347.4111
1.888.ASK.MODOT (275.6636)
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 2
(N) Laws of Missouri and Kansas to Govern ................................................................ 23
(O) Cancellation ............................................................................................................... 24
(P) Venue .......................................................................................................................... 24
(Q) Ownership of Reports ............................................................................................... 24
(R) Confidentiality ........................................................................................................... 24
(S) Nonsolicitation……………………………………………………………………… 24
(T) Conflict of Interest...................................................................................................... 25
(U) Maintain Papers ........................................................................................................ 25
(V) Indemnification ......................................................................................................... 25
(W) Insurance ..................................................................................................................... 25
(X) Prevailing Wage .......................................................................................................... 26
(Y) Construction Safety Program .................................................................................... 26
SECTION (4): PROPOSAL SUBMISSION INFORMATION (A) SUBMISSION OF PROPOSALS ............................................................................ 27
(1) Pricing and Signature ..................................................................................... 27
(2) Submission of All Data Required ................................................................... 27
(3) Public Inspection ............................................................................................. 27
(4) Clarification of Requirements ........................................................................ 27
(5) Proposal/Bid Guaranty/Contract Bond ......................................................... 27
(6) Failure to Execute Contract ........................................................................... 28
(B) REQUIRED ELEMENTS OF PROPOSAL ........................................................... 28
(C) EVALUATION CRITERIA AND PROCESS ........................................................ 29
(1) Evaluation Factors .......................................................................................... 29
(2) Historic Information ....................................................................................... 29
(3) Responsibility to Submit Information ........................................................... 29
(D) PRICING ................................................................................................................. 29
Fee Schedule .............................................................................................................. 29
(E) ADDRESS FOR RFP RESPONSE .......................................................................... 29
SECTION (5): PRICE PAGE (A) FEE SCHEDULE ...................................................................................................... 30
(B) EXPENSES ................................................................................................................ 30
(TASK 1) – Kansas City Scout Periodic Preventative Maintenance, TABLE 1 ........... 31
(TASK 2) – Contractor Repair Rates, TABLE 2 ............................................................. 32
(TASK 3, 4 & LUMP SUM COSTS, TABLE 3 ................................................................ 33
APPENDIX A – List of Air Conditioner Locations .......................................................................................... 34
APPENDIX B – List of CCTV Locations ............................................................................................... 35-40
APPENDIX C – List of DMS Locations ........................................................................................................... 41-42
APPENDIX D – List of UPS Locations ............................................................................................................ 43
ATTACHMENT A: SIGNATURE AND IDENTITY OF BIDDER ………………………………………… 44
ATTACHMENT B: ANNUAL WORKER ELIGIBILITY VERIFICATION AFFIDAVIT………………… 45
ATTACHMENT C: APPLICANT AFFIDAVIT FOR SOLE-PROPRIETORSHIP………………………… 46
ATTACHMENT D: ANTI-COLLUSION STATEMENT…………………………………………................ 47
ATTACHMENT E: BID BOND……………………………………………………………………………… 48
ATTACHMENT F: ANNUAL WAGE ORDER # 19 (Cass, Clay, Jackson & Platte)… See attachment on website
LIST OF ACRONYMS
ATMS Advanced Transportation Management System
KDOT Kansas Department of Transportation
MHTC Missouri Highways and Transportation Commission
MoDOT Missouri Department of Transportation
RFP Request for Proposals
TMC Traffic Management Center
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 3
INTRODUCTION
This Request for Proposals (RFP) seeks proposals from qualified organizations (Offeror) to
furnish the described services to the Missouri Highways and Transportation Commission
(MHTC). Five (5) copies of each proposal must be mailed in a sealed envelope to Ms. Judy
Franke, CPPB, Senior Procurement Agent, Missouri Department of Transportation, 600 NE
Colbern Road, Lee’s Summit, Missouri 64086, or hand-delivered in a sealed envelope to the
General Services Procurement Office, 2050 NE Independence Avenue, Lee’s Summit, Missouri
64064. Proposals must be returned to the offices of General Services Procurement no later than
1:00 p.m., April 16, 2013.
MHTC reserves the right to reject any and all bids for any reason whatsoever. Time is of the
essence for responding to the RFP within the submission deadlines.
PROPOSAL
(1) The Offeror shall provide a fee proposal to MHTC on the PRICE PAGE in
accordance with the terms of this RFP.
(2) The Offeror agrees to provide the services at the fees quoted, under the terms of this
RFP.
_____________________________________________________________________________
Authorized Signature of Offeror: __________________________________________________
Date of Proposal: ______________________________________________________________
Printed or Typed Name: _________________________________________________________
Mailing Address: ______________________________________________________________
City: __________________________State: ______________________Zip: _______________
Telephone: _______________________________Fax: ________________________________
Electronic Mail Address: ________________________________________________________
_____________________________________________________________________________
ACCEPTANCE
This proposal is accepted by MHTC.
__________________________________________ _______________________
(Name and Title) Date
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 4
SECTION (1):
GENERAL DESCRIPTION AND BACKGROUND
(A) Request for Proposal: This document constitutes a RFP from qualified organizations to
provide maintenance and repair services for Kansas City Scout to MHTC, the Missouri
Department of Transportation (MoDOT) and Kansas Department of Transportation
(KDOT).
(B) Background: The Missouri Department of Transportation and Kansas Department of
Transportation have developed a bi-state agreement for the design, development and
operations of a Kansas City Metropolitan Area Advanced Transportation Management
System (ATMS), known as Kansas City Scout. Over the coming years ITS field devices
will continue to be deployed along the freeway systems in the Kansas City area, some with
manufacturer warranty only and some with full system support. It is the purpose of this
project to ensure that all system field devices that become the responsibility of Kansas City
Scout to maintain will be covered by the resulting maintenance contract in the long term.
The following is a count of the types of devices that must be maintained:
Device Type Count Additional
Per
Year
Dynamic Message Signs Permanent (LedStar) 44
Permanent (Dacktronics) 16 4
Portable (ADDCO) 5
Total
65
Cameras Analog (Pelco) 140
IP (Pelco) 28
IP (AXIS) 72 20
Total
240
Vehicle Detection Stations Loops 516
Radar (RTMS {X3, G4} & Wavetronix) 393 20
Total
909
Highway Advisory Radios Transmitters 7
Beacons 26
Cabinet Air Conditioners
33
Cabinet Uninterruptable Power Supplies
18
Cabinets Ground Based 396 4
Pole Mounted 45 20
Total
441
Point to Point Ethernet Radios Cisco 1410 36
Redline 36 12
Total
72
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 5
(C) Fiscal Year: The state fiscal year runs from July 1-June 30.
(D) Contract Period: The original contract period shall start on the date that the post-award
contract agreement is signed by the Offeror and MHTC and shall be effective through June 30,
2015.
(E) Renewals/Extensions: The contract shall not bind, nor purport to bind, MHTC for any
contractual commitment in excess of the original contract period. The MHTC shall have the
right, at its sole option, to extend the contract for one (1) additional year, or a portion thereof.
In the event MHTC exercises its contract extension options, all terms, conditions, and
provisions of the original contract shall remain the same and apply during the extension period.
If the options are exercised, the Offeror shall agree the prices stated in the original contract
shall not be increased in excess of the renewal periods’ pricing, if any, stated on the pricing
page of the contract. If the pricing page does not include such renewal prices or if applicable
spaces are left blank or are not completed, prices during extension periods shall be the same as
during the original contract period. MHTC does not automatically exercise its options based
upon the maximum renewal price or increase without documented justification supporting an
increase and reserves the right to offer or to request an extension of the contract at a price less
than that price derived from the Offeror’s renewal amounts.
(F) Clarification of Requirements: Any and all questions regarding specifications, requirements,
competitive procurement process, or other questions must be directed to the following e-mail
address: [email protected] no later than 1:00 pm, Local Time, Tuesday, March 26,
2013. Once all the questions are gathered, MoDOT will issue an addendum and post the
responses to all questions on-line for vendors to retrieve. Responses to the questions will be
posted on MoDOT’s GS Bidding Website at:
http://www.modot.org/business/contractor_resources/gs_bidding/Cocommodities.htm in the form of a
written addendum. It is anticipated this addendum will be issued on Tuesday, April 2,
2013 1:00 pm. It is the sole responsibility for all Offerors to check the website for any and all
addendums throughout the procurement process.
(G) RFP Schedule of Events: The following RFP Schedule of Events represents MoDOT’s best
estimate of the schedule that shall be followed. Unless otherwise specified, the time of day for
the following events shall be between 7:00 am and 4:00 pm, Local Time.
MoDOT reserves the right at its sole discretion to expand this schedule, as it deems necessary,
without any notification except for the deadline date for submitting a proposal.
MoDOT Issues RFP March 20, 2013 1:00 pm
Deadline for Written Comments March 26, 2013 1:00 pm
Deadline for MoDOT Issuing Responses to Written Comments April 2, 2013 1:00 pm
Deadline for Submitting a Proposal April 16, 2013 1:00 pm
Evaluation Process End of April
Recommendation of Award May 1, 2013 1:00 p.m.
Contract Effective Date July 1, 2013
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 6
SECTION (2):
SCOPE OF WORK
(A) Services: The Offeror shall provide the following professional services:
The work under this contract shall consist of performing general preventative maintenance
activities, and critical maintenance of the Kansas City Metropolitan Area (Kansas City Scout)
Advanced Traffic Management System (ATMS). This work shall include, but not limited to,
equipment and equipment component replacement; troubleshooting camera and
telecommunication equipment; emergency repairs of fiber optic and twisted pair cable;
verification of communication system integrity; voltage checks; repair of equipment;
underground conduit repair and replacement; repair and replacement of power and
communications cable; re-erecting knocked down cabinets and poles; and all incidental items
necessary to complete the items of work. Work in support of this contract will be performed in
both the State of Missouri and the State of Kansas.
Work Orders - Maintenance tickets, location histories, and inventory information shall
be maintained in an automated maintenance database at the TMC. Offeror staff shall be required
to carry a laptop in the field with broadband Internet capabilities. Kansas City Scout shall
provide VPN access to the KC Scout Maintenance Database for each of the Offeror’s
maintenance staff.
The Offeror shall check this database for any new work orders twice daily and enter any new
troubles found as a new work order on the system. The Offeror shall also update any outstanding
work orders assigned to them in the system. All maintenance activities for a location will be
recorded on the work order. At a minimum the record shall include the date and time of Offeror’s
arrival, conditions observed, trouble found, corrective actions taken, serial numbers of any parts
removed and/or replaced, and date and time repairs were completed. Each time the Offeror
leaves the site shall be recorded on the work order tickets. If repairs cannot be made within the
specified time in accordance with the assigned priority, the Offeror shall document why the
repair cannot be completed and provide an estimated completion date in the maintenance
database for the work order. The work order status shall then be monitored daily until the repair
is completed.
Traffic Control – The Offeror’s maintenance staff shall be required to follow the
MUTCD when setting up lane and shoulder closures to perform maintenance activities. The
costs for setting up and taking down these work zones shall be incidental to the maintenance
activities. The Offeror’s maintenance staff shall notify KC Scout at least 36 hours prior to any
planned lane or shoulder closures.
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 7
(B) Specific Requirements: The Offeror will provide to Kansas City Scout, five (5) copies
of a program proposal that will include the following TASKS 1-4:
1.0 TASK 1 – KANSAS CITY SCOUT PERIODIC PREVENTATIVE MAINTENANCE
The Offeror shall provide periodic preventative maintenance on Kansas City Scout Field
devices, communication equipment and any additional Kansas City Scout hardware as defined
by the Project Engineer. Most preventative maintenance consists of at a minimum, cleaning
system components, filters, cabinets and exterior surfaces. TASK 1, TABLE 1 located on the
PRICING PAGE 1 of 3 shows a list of the preventative maintenance items for Kansas City
Scout. The Offeror shall develop and maintain detailed preventative maintenance procedures
including a checklist of the preventative maintenance tasks to be performed on each of the
following components listed. The Construction Methods identified in each subsection C, shall
be considered a minimum set of requirements. The Offeror shall recommend additional
cleaning and preventative maintenance tasks. The additional recommended cleaning and
preventative maintenance tasks shall be separated into those at no additional cost and those
items that will be at additional cost. The additional cost items shall be costed separately from
the set of minimum required tasks. (see TASK 1, TABLE 1 on PRICING PAGE 1 of 3). This
procedure shall include the materials to be used to clean each item. The thoroughness of
these individual preventative maintenance procedures and associated checklists will be an
essential part of the evaluation of this RFP. When a work order is issued for a periodic
preventative maintenance item, the Offeror shall complete all work for that item within 20
business days. The Offeror’s proposed procedures must clearly detail how each individual
preventative maintenance task will be scheduled and documented. All items in this section
have a non-critical response time. Preventative Maintenance will be performed during normal
business hours.
New Locations - During the course of this contract there will be various construction projects
underway to install additional CCTV, DMS and count station locations along the freeway
system. Upon completion of construction, these locations will become the responsibility of the
maintenance Offeror. If any problems are discovered during routine maintenance, the Offeror
will notify Kansas City Scout immediately with a written list of deficiencies.
1.1 Service Field Cabinet Air Conditioner Units
A. Description. Work under this item shall include removing the A/C unit, opening the
unit to provide access to the insides and cleaning all internal components and filters.
Currently, A/C units are installed on Bandwidth Manager and Aggregator locations
in the field. Future Aggregator locations will be hardened and will not require A/C
units. The Offeror shall provide a certified HVAC Professional to perform the duties
of this task at locations identified in Appendix A.
B. Materials. The Offeror shall provide all equipment and materials necessary to
perform the required functions as documented under Construction Methods to this
article. Kansas City Scout will provide replacement filters as needed.
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 8
C. Construction Methods. For each controller cabinet with an A/C unit, the following
items of work shall be performed:
General Cleaning. The Offeror shall thoroughly clean the internal components,
filters and external surface of each A/C unit. The enclosures will be cleared of
any dirt or debris, any paint or graffiti markings on the exterior will be cleaned
off and/or removed. The Offeror shall replace the filters if they are damaged or
worn out. Upon completion, the A/C unit shall be free of all debris, rodents,
pests, and animal waste, and shall be neat and clean in appearance.
General Inspection. The Offeror shall inspect each A/C unit for general
condition, including condition of cables and wires, panels, filters or components
contained within each cabinet.
Operational Integrity Checks. The Offeror shall check and ensure operation of
the A/C unit including a diagnostics check of the entire A/C unit. This shall
include the checking for proper refrigerant levels and filling if necessary. Any
equipment not functioning properly shall be reported to the Engineer.
Traffic Control. The Offeror shall provide traffic control in accordance with the
MUTCD, for any lane closures required to perform this maintenance activity.
Shoulder closed signs shall be used if any portion of the shoulder is occupied by
maintenance vehicles.
Documentation. All information gathered under this item, including general
inspection and operational integrity verifications shall be submitted to the
Engineer as part of a Preventative Maintenance Report. This report shall
document all items checked, verified and any repairs made. Reports for
controller cabinets inspected under this item shall be organized in a three-ring
binder, sorted by air conditioner model in ascending order and delivered at the
completion of each execution of this task.
D. Payment. This task shall be paid, per air conditioner, which has been completely
serviced. The Offeror must service all air conditioners a minimum of once annually.
Unit price shall include any Traffic Control cost if required.
1.2 Service CCTV Cameras
A. Description. Work under this item shall include component inspection, lubricating
connection points, and other general maintenance of camera assemblies, cables and
connectors.
B. Materials. The Offeror shall provide all equipment and materials necessary to
perform the required functions outlined in Construction Methods in this article. Note
that KC Scout will provide a lowering device tool to the Offeror.
C. Construction Methods. For each camera assembly identified under Appendix B, the
following items of work shall be performed:
General Inspection. The Offeror shall inspect each camera assembly for general
condition, including cables and wires, connectors, cameras, pan-tilt units, power
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 9
supplies, camera lowering device cables, CCTV pole access panels and any other
equipment contained within each enclosure. All bolts and screws in the cameras
and the controller will be checked and tightened. Any access panel screws that
are broken, stripped or missing shall be replaced or repaired by the Offeror. Note
that two locations require boom trucks to reach the CCTV or lowering device.
General Cleaning. The Offeror shall thoroughly clean the inside and outside of
each camera dome assembly. Upon completion, the camera assembly shall be
neat and clean in appearance.
Lubrication. The Offeror shall lubricate all hinges and/or bearings within
camera lowering device as specified in the manufacturer maintenance manual.
Operational Integrity Checks. The Offeror shall contact the Kansas City Scout
operators once the cameras are re-installed in order to verify proper operation,
including pan/tilt/zoom functions. Any equipment not functioning properly shall
be reported to the Engineer.
Traffic Control. The Offeror shall provide traffic control in accordance with the
MUTCD, for any lane closures required to perform this maintenance activity.
Shoulder closed signs shall be used if any portion of the shoulder is occupied by
maintenance vehicles.
Documentation. All information gathered under this item shall be submitted to
the Engineer as part of a Preventative Maintenance Report. This report shall
document all items checked and verified and repairs made. Reports for all camera
assemblies inspected under this item shall be organized in a three-ring binder,
sorted by camera ID in ascending order and delivered at the completion of each
execution of this task.
D. Payment. This task shall be paid, per CCTV Camera, which has been completely
serviced. The Offeror must service all cameras a minimum of once annually. Unit
price shall include any Traffic Control cost if required.
1.3 Service Dynamic Message Signs
A. Description. Work under this item shall include cleaning, communication
equipment configuration verification, internal layout configuration (wiring
diagrams, etc.), and general inspection of DMSs as identified in Appendix C.
B. Materials. The Offeror shall provide all equipment and materials necessary to
perform the required function. To access the Kansas City Scout DMSs, the
Offeror shall provide a bucket truck to be used by personnel performing the
preventative maintenance activities. New DMS filters shall be provided by Kansas
City Scout. The Engineer shall provide to the Offeror the latest version of
software used for controller configuration verification.
C. Construction Methods. For each DMS, the following items of work shall be
performed:
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 10
General Cleaning. The Offeror shall thoroughly clean the DMS. The
enclosures will be cleared of any dirt or debris, any paint or graffiti markings on
the exterior will be cleaned off and/or removed, wiping down all accessible
equipment areas, racks, and shelves. Upon completion, the enclosure shall be
free of all debris, rodents, pests, and animal waste, and shall be neat and clean in
appearance. The plexiglass display cover shall be cleaned, inside and outside,
in accordance with manufacturer’s specifications.
Filter Replacement. The Offeror shall inspect and replace DMS filters by
removing the old filters, vacuuming out dust and particles from louvers and
screens covering filter holders and then installing new filters provided by
Kansas City Scout.
General Inspection. The Offeror shall inspect each location for general
condition, including condition of cables and wires, power supplies, and
communications panels or equipment contained within each DMS enclosure.
The Offeror shall also inspect operation of doors and lights.
Operational Integrity Checks. The Offeror shall check and record voltages on
all power supplies, verify that all equipment appears to be operating properly.
Any equipment not functioning properly shall be reported to the Engineer. All
enclosures shall be checked at this time and air handing devices shall be tested.
Traffic Control. The Offeror shall provide traffic control in accordance with
the MUTCD, for any lane closures required to perform this maintenance
activity. Shoulder closed signs shall be used if any portion of the shoulder is
occupied by maintenance vehicles.
Documentation. The Offeror shall use the location documentation including
inventory and wiring diagrams inside the DMS enclosures to verify that all
equipment is documented and the correct models and serial numbers are
recorded. All information gathered under this item, including general
inspection, operational integrity verifications, and controller configurations shall
be submitted to the Engineer as part of a Preventative Maintenance Report.
This report shall document all items checked and verified and repairs made.
Reports for all DMSs inspected under this item shall be organized in a three-
ring binder, sorted by primary controller ID in ascending order and delivered
after the completion of each execution of this task.
D. Payment. This task shall be paid, per DMS, which has been completely serviced.
The Offeror must service all DMSs a minimum of once annually. Unit price shall
include any Traffic Control cost if required.
1.4 Service Field installed UPS Units
A. Description. Work under this item shall include cleaning, testing and replacing
UPS batteries in the various UPSs installed in bandwidth manager locations
identified in Appendix D.
B. Materials. The Offeror shall provide all equipment and materials necessary to
perform the required functions outlined in Construction Methods to this article.
New UPS batteries shall be furnished by Kansas City Scout.
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 11
C. Construction Methods. For each UPS, the following items of work shall be
performed:
General Cleaning. The Offeror shall thoroughly clean the UPS equipment.
The enclosures will be cleared of any dirt or debris, wiping down all accessible
equipment areas. Upon completion, the enclosure shall be neat and clean in
appearance.
General Inspection. The Offeror shall inspect each location for general
condition, including condition of cables, wires and batteries.
Operational Integrity Checks. The Offeror shall maintain a full set of UPS
batteries charged and ready to install in the field UPS. Upon arriving at the site,
the Offeror shall replace the existing UPS batteries with the charged spares.
The Offeror shall verify that all equipment is operating properly by using the
vendor supplied diagnostics software after the charged batteries are installed.
Any equipment not functioning properly shall be reported to the Engineer. The
Offeror shall check and record voltages on the removed batteries. The Offeror
shall then charge and test that the batteries hold a charge. Removed batteries
that will not hold a charge, shall be disposed of by the Offeror.
Traffic Control. The Offeror shall provide traffic control in accordance with
the MUTCD, for any lane closures required to perform this maintenance
activity. Shoulder closed signs shall be used if any portion of the shoulder is
occupied by maintenance vehicles.
Documentation. The Offeror shall mark the date installed on all batteries
installed by the Offeror into the UPS. The Offeror shall document all repairs
made and this information shall be submitted to the Engineer as part of a
Preventative Maintenance Report. This report shall document all items
checked, verified and identify all repairs made. Reports for all equipment
inspected under this item shall be organized in a three-ring binder, sorted by
primary cabinet ID in ascending order and delivered after the completion of
each execution of this task.
D. Payment. This task shall be paid per, UPS, which has been completely serviced.
The Offeror must service all UPSs a minimum of twice annually. Unit price shall
include any Traffic Control cost if required.
1.5 Service Field Cabinets
A. Description. Work under this item shall include cleaning and general inspection of
controller cabinets. The Contractor shall trim grass and brush back for a five (5)
foot radius around each cabinet and remove any debris from around and on top of
the cabinet base. The Contractor shall upon inspection of the field cabinet, lubricate
the locking mechanism in accordance with manufacturer specifications. If any lock
covers are missing, the Contractor shall place tape over the keyhole.
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 12
B. Materials. The Contractor shall provide all equipment and materials necessary to
perform the required functions as documented under Construction Methods to this
article. Kansas City Scout will designate which month all of the cabinets are to be
serviced.
C. Construction Methods. For each controller cabinet and remote cabinet, the
following items of work shall be performed:
General Cleaning. The Contractor shall thoroughly clean each cabinet, all
enclosures will be cleared of any dirt or debris, any paint or graffiti markings on the
exterior of the control cabinet will be cleaned off and/or removed, conduits will be
plugged with duct seal to prevent rodents from entering, wiping down all
accessible equipment areas, racks, and shelves contained within the cabinet. Upon
completion, the cabinet shall be free of all debris, rodents, pests, and animal waste,
and shall be neat and clean in appearance.
Cabinet Filter Cleaning. The Contractor shall remove cabinet filters, vacuum out
dust and particles from the screens and filter holders and re-install a new cabinet
filter. This includes cleaning of louvers and screens covering filter holders.
Pest Control and Damage Repair. The Contractor shall remove any old ant bait
containers and install a new bait container in each field cabinet after completing the
general cleaning task. The Contractor shall plan and cost for the complete
replacement of insulation from one air-conditioned field cabinet each year.
Removal and installation costs for this insulation will be included in the standard
maintenance cost.
General Inspection. The Contractor shall inspect each cabinet for general
condition, including condition of cables and wires, heaters, processors, power
supplies, cabinet lights, fans, doors, locks, shelves, and communications panels or
equipment contained within each cabinet. The Contract shall tighten grounding and
power lugs, check cabinet and power supply breakers and inspect any step-up/step-
down transformers if installed. The Contractor shall also inspect the integrity of the
cabinet identification plaque. Any broken or damaged field cabinet components
shall be documented in the Preventative Maintenance Report. The Contractor shall
plan for any cost for the replacement of any burned-out or broken light bulbs found
during routine maintenance.
Operational Integrity Checks. The Contractor shall check and record voltages on
the processor assemblies, verify detector landings and amplifier placements within
the cabinet, verify detector loop operation via detector channel displays, and verify
landings of twisted-pair communication cable (where applicable). Any detectors
not functioning shall be reported to Kansas City Scout.
Documentation. All information gathered under this item, including general
inspection, operational integrity verifications, replaced filters and controller
configurations shall be submitted to the Engineer as part of a Preventative
Maintenance Report. This report shall document all items checked and verified,
repairs made, and shall include a hardcopy of the controller configuration file.
Reports for all controller cabinets inspected under this item shall be organized in a
three-ring binder, sorted by primary controller ID in ascending order and delivered
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 13
after the completion of each execution of this task. The Contractor shall record the
date the cabinet filter was replaced on the Filter Replacement Log sheet in the
cabinet.
D. Payment. This task shall be paid, per field cabinet, which has been completely serviced.
The Offeror must service all field cabinets a minimum of once annually. Unit price
shall include any Traffic Control cost if required.
1.6 Replace Field Cabinets Filters
A. Description. Work under this item shall include removal and replacement of
cabinet filters.
B. Materials. The Contractor shall provide all equipment and materials necessary to
perform the required functions as documented under Construction Methods to this
article. New cabinet filters shall be furnished by Kansas City Scout.
C. Construction Methods. For each controller cabinet and remote cabinet, the
following items of work shall be performed:
General Cleaning. The Contractor shall remove cabinet filters, vacuum out dust
and particles from the screens and filter holders and re-install a new cabinet
filter. This includes cleaning of louvers and screens covering filter holders.
Documentation. The Contractor shall record the date the filter was replaced on
the Filter Replacement Log sheet in each cabinet. All information gathered
under this item, including identification of filters replaced, shall be submitted to
the Engineer as part of a Preventative Maintenance Report. Reports for all
controller cabinets inspected under this item shall be organized in a three-ring
binder, sorted by primary controller ID in ascending order and delivered after
the completion of each execution of this task.
D. Payment. This task shall be paid, per field cabinet, which has been serviced. The
Offeror must replace all field cabinet filters a minimum of once annually. Unit
price shall include any Traffic Control cost if required.
1.7 Replace DMS Filters
A. Description. Work under this item shall include removal and replacement of DMS
filters.
B. Materials. The Contractor shall provide all equipment and materials necessary to
perform the required functions as documented under Construction Methods to this
article. New cabinet filters shall be furnished by Kansas City Scout.
C. Construction Methods. For each DMS, the following items of work shall be
performed:
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 14
General Cleaning. The Contractor shall remove DMS filters, vacuum out dust
and particles from the screens and filter holders and re-install new DMS filters.
This includes cleaning of louvers and screens covering filter holders.
Documentation. All information gathered under this item, including
identification of filters replaced, shall be submitted to the Engineer as part of a
Preventative Maintenance Report. Reports for all controller cabinets inspected
under this item shall be organized in a three-ring binder, sorted by primary
controller ID in ascending order and delivered after the completion of each
execution of this task.
D. Payment. This task shall be paid, per DMS, which has had its filters replaced. The
Offeror must service all DMSs a minimum of once annually. Unit price shall
include any Traffic Control cost if required.
1.8 Clean Field Cabinet Air Conditioner Filters
A. Description. Work under this item shall include removal and cleaning of cabinet
air conditioner filters. Damaged filters shall be replaced.
B. Materials. The Contractor shall provide all equipment and materials necessary to
perform the required functions as documented under Construction Methods to this
article. New filters shall be furnished by Kansas City Scout.
C. Construction Methods. For each air conditioned controller cabinet, the following
items of work shall be performed:
General Cleaning. The Contractor shall bring a clean AC filter with them for
each AC unit to be serviced. They shall remove the dirty air conditioner filter
and vacuum out dust and particles from the screens and filter holders and then
re-install the clean filter. This includes cleaning of louvers and screens covering
filter holders. The removed filter shall be cleaned with soap and water to
remove dirt and grime and then saved to be used elsewhere. If the filters are
damaged, the contractor shall replace the damaged filter with new filters
provided by KC Scout.
Documentation. All information gathered under this item, including
identification of filters replaced, shall be submitted to the Engineer as part of a
Preventative Maintenance Report. Reports for all controller cabinets inspected
under this item shall be organized in a three-ring binder, sorted by primary
controller ID in ascending order and delivered after the completion of each
execution of this task.
D. Payment. This task shall be paid, per air conditioner, which has been serviced.
The Offeror must service all cabinet air conditioners a minimum of once annually.
Unit price shall include any Traffic Control cost if required.
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 15
1.9 Service Highway Advisory Radio (HAR) Transmitters and Beacons
A. Description. Work under this item shall include testing and servicing HAR
Transmitters and Beacons.
B. Materials. The Contractor shall provide all equipment and materials necessary to
perform the required functions as documented under Construction Methods to this
article.
C. Construction Methods. For each HAR Station, the following items of work shall
be performed:
General Cleaning. The Contractor shall vacuum out dust and particles
from the HAR Transmitter cabinet, screens and filter holders and then re-
install a new cabinet filter. This includes cleaning of louvers and screens
covering filter holders. All HAR Beacons shall have their flashing light
domes/covers removed and cleaned in accordance with the Manufactures
recommendations. Any beacon boxes/cabinets shall also be cleaned.
Testing. The HAR transmitter shall be tested to verify radio power output
at the transmitter, signal strength 100 meters from the transmitter as well as
the antenna SWR reading. In addition, all HAR beacon lights shall be tested
for communications/control from the TMC by having each beacon turned on
and off from the TMC.
Documentation. All information gathered under this item, including
identification of HAR Stations serviced, problems found and the
power/signal/SWR test results, shall be submitted to the Engineer as part of
a Preventative Maintenance Report. Reports for all controller cabinets
inspected under this item shall be organized in a three-ring binder, sorted by
primary controller ID in ascending order and delivered after the completion
of each execution of this task.
D. Payment. This task shall be paid, per HAR Station, which has been serviced.
The Offeror must service all HAR Stations a minimum of once annually. Unit
price shall include any Traffic Control cost if required.
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 16
(Continued) Specific Requirements: The Offeror will provide to Kansas City Scout, five (5)
copies of a program proposal that will include the following TASKS.
2.0 TASK 2 – CONTRACTOR REPAIR
A. Description. Contractor repair shall be required on a 24 hour, 7 day a week basis for
emergency repairs. All other repairs shall be during normal business hours. All
repair work shall be authorized through the issuance of a work order using the KC
Scout Maintenance Tracking Database. Each of the Offeror’s Repair Personnel shall
have access in the field to a laptop with wireless broadband communications for
connection to the KC Scout Maintenance Tracking Database. KC Scout shall
provide a VPN connection to the Contractor Repair Personnel to support this
connection. The Contractor Repair Personnel shall be responsible for keeping their
assigned maintenance work orders updated in the KC Scout Maintenance Database
as repairs are completed. The Offeror should anticipate the following types of work
but not limited to:
CCTV repairs, including camera, PTZ board, lowering device, dome,
pole, foundation, cabling, isolation, encoder, decoder and transceivers.
DMS repairs, including internal components, controllers, cabling, fiber
optics, transceivers, DMS housing, mounting structures, foundations
and conduit.
Vehicle Detection System (VDS) repairs, including inductive loop
repairs, lead-in cables, detection card tuning and replacement, radar
unit mounting, alignment and calibration, pole replacement and
foundations.
Air Conditioner repair and replacement.
Field cabinet repair and replacement including foundation, conduit,
power supplies, cabling, step down transformers and electrical
grounding.
Ethernet communication radio links repair and replacement including
cables, power injectors, mounting brackets and antenna alignments.
Fiber Optic cable repairs, power measurement, installation and
removal of attenuators, splice enclosures and fusion splices.
The Offeror shall provide redline updates to the Kansas City Scout
Fiber Splice Diagrams updating any fiber splice changes as the result
of maintenance activities.
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 17
Highway Advisory Radio repairs and replacements including
transmitters, cabling, antenna, warning beacons, isolation, transceivers
and power supplies.
Emergency response for vehicle damage to KC Scout Field devices.
B. Materials. All incidental materials, tools, specialized equipment and vehicles (i.e.
bucket trucks) shall be provided by the Offeror. KC Scout will provide camera
lowering devices and replacement field equipment necessary to perform repairs.
Under certain circumstances, the Offeror may be requested to procure the
replacement field equipment and/or Fiber Optic cable necessary to perform the
repairs.
C. Construction Methods. Once a work order is issued, the Offeror shall visit the field
site to determine the nature, cause, and severity of the problem. The Offeror shall
then proceed with any necessary repairs. If repairs cannot be completed
immediately, the Offeror must notify the TMC of the status, the location and the
expected time needed for repairs to be completed, prior to leaving the field site. Any
installation of new or replacement field devices shall be in accordance with
Missouri’s or Kansas’ Standard Specifications for Highway Construction depending
on the State of the field site. Whether repairs are made immediately or to be made at
a later date, the Offeror shall update the Work Order with the problem discovered,
any repairs or adjustments made, and/or a status of “waiting parts”, prior to leaving
the field site.
D. Traffic Control. The Offeror shall provide traffic control in accordance with the
MUTCD, for any lane closures required to perform this maintenance activity.
Shoulder closed signs shall be used if any portion of the shoulder is occupied by
maintenance vehicles.
E. Payments. The Offeror will be reimbursed time and material costs for onsite repair
hours in accordance with labor and vehicle rates in TASK 2, TABLE 2. Material
cost, and if requested, replacement field equipment shall be reimbursed at actual cost
with no overhead or profit added. Travel time and vehicle costs will be reimbursed
from previous field repair location or to/from the TMC only. Unit price shall
include any Traffic Control cost if required.
F. Response Times. The following five levels of service are utilized and provided on
the Work Order to describe the Offeror’s required response:
Emergency – Responds within 4 hours. (Overtime, weekend and holiday
work authorized –AWO #19 establishes what days are considered holidays.)
Priority – Responds next business day. (No overtime, weekend or holiday
work authorized.)
Urgent – Repairs completed within 5 business days. (No overtime, weekend
or holiday time authorized.)
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 18
Routine – Repairs completed within 10 business days. (No overtime,
weekend or holiday time authorized.)
General – Repairs completed within 30 business days. (No overtime,
weekend or holiday time authorized.)
G. Work Order Documentation. The Offeror’s maintenance staff shall document work
status in the maintenance database for each assigned work order. Documentation
shall be made to the work order database in accordance with the following schedule
which is based on the work order priority:
Emergency – Every four hours until repaired.
Priority – Every business day until repaired.
Urgent – Every three business days until repaired.
Routine – Once per week until repaired.
General – Once every other week until repaired.
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 19
(Continued) Specific Requirements: The Offeror will provide to Kansas City Scout, five (5)
copies of a program proposal that will include the following TASKS.
3.0 TASK 3 – STORAGE FACILITY FOR SPARE PARTS
The Offeror shall provide climate controlled warehouse space for KC Scout to store spare
field and computer parts. The physical warehouse must be 1500 square feet that is secure
and accessible 24/7 by Kansas City Scout staff. In addition, an exterior secure location of
approximately 2,500 square feet shall be available for the temporary storage of DMSs,
CCTV poles, portable message signs and spare cabinets.
This task will be billed as a lump sum, invoiced annually during the first month of each
contract year. The annual cost shall be recorded in TASK 3, TABLE 3.
4.0 TASK 4 PROJECT MANAGEMENT AND DOCUMENTATION SUPPORT
The Project Manager and Lead Technician, at the request of the Engineer, shall attend one
(1) 1-hour contract meeting every month; develop recommendations; review plans and
specifications; and provide technical feedback to the Engineer. Work under this item shall
consist of tracking and reporting an inventory of State provided spare parts, quantities,
model numbers and serial numbers of all equipment, and providing monthly reports of all
equipment by storage location. The Offeror shall provide a weekly status summary of
Work Orders, tracking the status of each work order assigned, in-work, repaired, closed,
billed and paid.
This task will be billed as a lump sum, invoiced monthly. All clerical, technical, and
billing documentation costs shall be included in the lump sum costs for this task. The cost
shall be recorded in TASK 4, TABLE 3.
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 20
(C) Staffing, Education, and Work History Requirements - The Offeror shall maintain a
sufficient staff of trained maintenance, repair, and reconditioning personnel, either of his own
employ, contracted with equipment suppliers, or some combination, plus a well-equipped and
adequate shop area. The personnel and shop area shall be available at any time during normal
weekday working hours for inspection by the Engineer.
The Offeror shall submit resumes of supervisory personnel and technical specialists to be
assigned to the maintenance functions. The names of the company each person works for shall
be included. The persons shall be capable of troubleshooting and repair of all ATMS equipment
specified herein. The Offeror may be required to resubmit any material that does not receive
approval from the Engineer. Personnel working in the following respective areas must meet the
following work history requirements:
Minimum of two (2) years’ experience, within the last five (5) years, in the
installation of fiber optic and video systems.
Minimum of two (2) years’ experience, within the last five (5) years, in the
installation of digital and analog data communication systems including various types
of radio Ethernet communication links.
Minimum of three (3) years’ experience, within the last five (5) years, in the
documentation of fiber optic splice diagrams.
Minimum of two (2) years’ experience, within the last five (5) years, in the
installation, integration, maintenance, and operations of ATMS-type equipment
including model 170 controllers.
Personnel performing fiber optic cable installation, splices, terminations, and testing shall
have a minimum of two (2) years’ work experience with the installation, splicing, termination,
and testing of active fiber optic cable and completed a minimum of one (1) three-day course in
fiber optic splicing from a major manufacturer of fiber optic cable/equipment such as Siecor,
AT&T, Lucent, etc., or shall be certified as a fiber optic technician by the Fiber Optic
Association, Inc., Boston, MA. The experience shall have occurred within the last five (5) years.
If fiber optic cable installation, splices, terminations, and testing is performed by persons
that the Engineer has not received certification material, the Offeror shall remove, replace, and
reinstall all fiber optic communications equipment and material, at no additional expense to
Kansas City Scout.
(D) Administration of Program: The Offeror will consult MHTC's and KDOT’s representative
regarding any problems involved with the administration of the services provided pursuant to this
RFP.
21
SECTION (3):
AGREEMENT REQUIREMENTS
This RFP shall be governed by the following contract provisions. The award of this RFP is
subject to a post-award contract. These same contract provisions will appear in the post-award
contract. If the parties are unable to agree to terms in the post-award contract, MHTC and
KDOT shall reserve the right to cancel the award of the RFP and contract and select a different
Offeror.
(A) MHTC’s and KDOT’s Representative: MoDOT’s Chief Engineer is designated as
MHTC's and KDOT’s representative for the purpose of administering the provisions of
the Agreement as defined in Paragraph (E) of this section. MHTC's and KDOT’s
representative may designate by written notice other persons having the authority to act
on behalf of MHTC and KDOT in furtherance of the performance of the Agreement. The
Offeror shall fully coordinate its activities for MHTC with those of the Kansas City Scout
Division. As the work of the Offeror progresses, advice and information on matters
covered by the Agreement shall be made available by the Offeror to the Kansas City
Scout Division throughout the effective period of the Agreement.
(B) Release to Public: No material or reports prepared by the Offeror shall be released to
the public without the prior consent of MHTC's and KDOT’s representative.
(C) Assignment: The Offeror shall not assign or delegate any interest, and shall not transfer
any interest in the services to be provided (whether by assignment, delegation, or
novation) without the prior written consent of MHTC's and KDOT’s representative.
(D) Status as Independent Contractor: The Offeror represents itself to be an independent
contractor offering such services to the general public and shall not represent itself or its
employees to be an employee of MHTC, KDOT or MoDOT. Therefore, the Offeror shall
assume all legal and financial responsibility for taxes, FICA, employee fringe benefits,
workers' compensation, employee insurance, minimum wage requirements, overtime, or
other such benefits or obligations.
(E) Components of Agreement: The Agreement between MHTC, KDOT and the Offeror
shall consist of: the RFP and any written amendments thereto, the Standard Solicitation
Provisions of this RFP, the proposal submitted by the Offeror in the response to the RFP
and the post-award contract agreement signed between the parties. However, MHTC and
KDOT reserve the right to clarify any relationship in writing and such written
clarification shall govern in case of conflict with the applicable requirements stated in the
RFP or the Offeror's proposal. The Offeror is cautioned that its proposal shall be subject
to acceptance by MHTC and KDOT without further clarification.
(F) Amendments: Any change in the Agreement, whether by modification or
supplementation, must be accompanied by a formal contract amendment signed and
approved by the duly authorized representative of the Offeror, KDOT and MHTC.
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 22
(G) DBE/WBE Participation Encouraged:
1. Offerors are encouraged to submit copies of existing affirmative action programs,
if any. Offerors are also encouraged to directly hire minorities and women as
direct employees of the Offeror. MHTC and KDOT reserve the right to consider
the use of minority and female employee when making the award of the
Agreement.
2. Offers are encouraged to obtain minority business enterprise (MBE) and women
business enterprise (WBE) participation in this work through the use of
subcontractors, suppliers, joint ventures, or other arrangements that afford
meaningful participation for M/WBEs. Offerors are encouraged to obtain 10%
MBE and 5% WBE participation.
3. Regardless of which persons or firms, if any, that the Offeror may use as
subcontractors or suppliers of goods or services for the services to be provided, the
Offeror ultimately remains responsible and liable to MHTC and KDOT for the
complete, accurate and professional quality/performance of these services.
(H) Nondiscrimination: The Offeror shall comply with all state and federal statutes
applicable to the Offeror relating to nondiscrimination, including, but not limited to,
Chapter 213, RSMo; Title VI and Title VII of Civil Rights Act of 1964 as amended (42
U.S.C. Sections 2000d and 2000e, et seq.); and with any provision of the “Americans
with Disabilities Act” (42 U.S.C. Section 12101, et seq.).
(I) Executive Order: The Offeror shall comply with all the provisions of Executive Order
07-13, issued by the Honorable Matt Blunt, Governor of Missouri, on the sixth (6th
) day
of March, 2007. This Executive Order, which promulgates the State of Missouri’s
position to not tolerate persons who contract with the state engaging in or supporting
illegal activities of employing individuals who are not eligible to work in the United
States, is incorporated herein by reference and made a part of this Agreement.
1. By signing this Agreement, the Offeror hereby certifies that any employee of the
Offeror assigned to perform services under the contract is eligible and authorized
to work in the United States in compliance with federal law.
2. In the event the Offeror fails to comply with the provisions of the Executive Order
07-13, or in the event the Commission has reasonable cause to believe that the Offeror has knowingly employed individuals who are not eligible to work in the United States in violation of federal law, the Commission reserves the right to impose such contract sanctions as it may determine to be appropriate, including but not limited to contract cancellation, termination or suspension in whole or in part or both.
(J) Incorporation of Provisions: The Offeror shall include the provisions of Section (3),
paragraph I of this Agreement in every subcontract. The Offeror shall take such action
with respect to any subcontract as the Commission may direct as a means of enforcing
such provisions, including sanctions for noncompliance.
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 23
(K) Non-employment of Unauthorized Aliens: Pursuant to Section 285.530, RSMo., no
business entity or employer shall knowingly employ, hire for employment, or continue to
employ an unauthorized alien to perform work within the State of Missouri. As a
condition for the award of any contract or grant in excess of five thousand dollars by the
State or by any political subdivision of the State to a business entity, or for any business
entity receiving a state-administered or subsidized tax credit, tax abatement, or loan from
the state, the business entity shall:
1. By sworn affidavit and provision of documentation, affirm its enrollment and
participation in a federal work authorization program with respect to the
employees working in connection with the contracted services. E-Verify is an
example of a federal work authorization program. The business entity must affirm
its enrollment and participation in the E-Verify federal work authorization
program with respect to the employees proposed to work in connection with the
services requested herein by providing acceptable enrollment and participation
documentation consisting of completed copy of the E-Verify Memorandum of
Understanding (MOU). For business entities that are not already enrolled and
participating in a federal work authorization program, E-Verify is available at
http://www.dhs.gov/files/programs/gc_1185221678150.shtm.
2. By sworn affidavit, affirm that it does not knowingly employ any person who is
an unauthorized alien in connection with the contracted services. A copy of the
affidavit referenced herein is provided within this document, attached as
ATTACHMENT__B_. . (L) Proof of Lawful Presence For Sole Proprietorships and Partnerships: If the business
entity is a sole proprietorship or partnership, pursuant to Section 208.009, RSMo., each sole proprietor and each general partner shall provide affirmative proof of lawful presence in the United States. Such sole proprietorship or partnership is eligible for temporary public benefits upon submission by each sole proprietor and general partner of a sworn affidavit of his/her lawful presence on the United States until such lawful presence is affirmatively determined, or as otherwise provided by Section 208.009, RSMo. A copy of the affidavit reference herein is provided within this document, attached as ATTACHMENT__C_.
(M) Bankruptcy: Upon filing for any bankruptcy or insolvency proceeding by or against the
Offeror, whether voluntarily, or upon the appointment of a receiver, Offeror, or assignee,
for the benefit of creditors, MHTC and KDOT reserves the right and sole discretion to
either cancel the Agreement or affirm the Agreement and hold the Offeror responsible for
damages.
(N) Laws of Missouri and Kansas to Govern: The Offeror shall comply with all local,
state, and federal laws and regulations which govern the performance of this Agreement.
For any action brought against the State of Kansas, KDOT, and any employee(s),
counsel, or agent of KDOT in either the State of Kansas or any other jurisdiction, the
laws of Kansas will govern and the Agreement shall be construed according to the laws
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 24
of the State of Kansas. For any action brought against the state of Missouri, the
Commission, its commissioners, Missouri Department of Transportation, and any
employee(s), counsel, or agent of the Missouri Department of Transportation in either the
State of Missouri or any other jurisdiction, the laws of Missouri will govern and the
Agreement shall be construed according to the laws of the State of Missouri.
(O) Cancellation: MHTC or KDOT may cancel this Agreement at any time for a
material/service breach of contractual obligations or for convenience by providing the
Offeror with written notice of cancellation. Should MHTC or KDOT exercise its right to
cancel the contract for such reasons, cancellation will become effective upon the date
specified in the notice of cancellation sent to the Offeror.
(P) Venue: No action may be brought by either party concerning any matter, thing or
dispute arising out of or relating to the terms, performance, non-performance or otherwise
of the Agreement shall be instituted either in the Circuit Court of Cole County, Missouri
or the Shawnee County District Court, Shawnee County, Kansas. The location of the
venue between the State of Missouri and the State of Kansas shall be determined by the
state location where the event occurred.
(Q) Ownership of Reports: All documents, reports, exhibits, etc. produced by the Offeror at
the direction of MHTC’s and KDOT’s representative and information supplied by
MHTC’s and KDOT’s representative shall remain the property of MHTC and KDOT.
(R) Confidentiality: The Offeror agrees that the Offeror's Services under this Agreement is
a confidential matter between the Offeror and Kansas City Scout. The Offeror shall not
disclose any aspect of the Offeror's Services under this Agreement to any other person,
corporation, governmental entity, or news media, excepting only to such employees,
Subcontractors, and agents as may be necessary to allow them to perform services for the
Offeror in the furtherance of this Agreement, without the prior approval of the Engineer;
provided, however, that any confidentiality and non-disclosure requirements set out
herein shall not apply to any of the Offeror's services or to any information which (1) is
already in the public domain or is already in the Offeror's possession at the time the
Offeror performs the services or comes into possession of the information, (2) is received
from a third party without any confidentiality obligations, or (3) is required to be
disclosed by governmental or judicial order. Any disclosure pursuant to a request to the
Commission under Chapter 610, RSMo, shall not constitute a breach of this Agreement.
Any disclosure pursuant to a request to KDOT under Kansas Statutes Annotated 42-215
et seq. shall not constitute a breach of this Agreement. The content and extent of any
authorized disclosure shall be coordinated fully with and under the direction of the
Engineer, in advance.
(S) Nonsolicitation: The Offeror warrants that it has not employed or retained any company
or person, other than a bona fide employee working for the Offeror, to solicit or secure
the Agreement, and that it has not paid or agreed to pay any percentage, brokerage fee,
gift, or any other consideration, contingent upon or resulting from the award or making of
the Agreement. For breach or violation of this warranty, MHTC or KDOT shall have the
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 25
right to annul the Agreement without liability, or in its discretion, to deduct from the
Agreement price or consideration, or otherwise recover the full amount of such fee,
commission, percentage, brokerage fee, gift or contingent fee.
(T) Conflict of Interest: The Offeror covenants that it presently has no actual conflict of
interest or appearance of conflict of interest and shall not acquire any interest, directly or
indirectly, which would conflict in any manner or degree with the performance of the
services under this Agreement. The Offeror further covenants that no person having any
such known interest shall be employed or conveyed an interest, directly or indirectly, in
this Agreement.
(U) Maintain Papers: The Offeror must maintain all working papers and records relating to
the Agreement. These records must be made available at all reasonable times at no
charge to MHTC, KDOT and/or the Missouri State Auditor during the term of the
Agreement and any extension thereof, and for three (3) years from the date of final
payment made under the Agreement.
1. MHTC’s or KDOT’s representative shall have the right to reproduce and/or use
any products derived from the Offeror's work without payment of any royalties,
fees, etc.
2. MHTC’s or KDOT’s representative shall at all times have the right to audit any
and all records pertaining to the services.
(V) Indemnification: The Offeror shall defend, indemnify and hold harmless the
Commission and KDOT, including its members and department employees, from any
claim or liability whether based on a claim for damages to real or personal property or to
a person for any matter relating to or arising out of the Offeror's performance of its
obligations under this Agreement.
(W) Insurance: Prior to contract signing, the Offeror may be asked about its ability to
provide certificates of insurance which meet, or approach, the following coverage’s:
a. General Liability Not less than $500,000 for any one person in
a single accident or occurrence, and not less
than $3,000,000 for all claims arising out
of a single occurrence;
b. Automobile Liability Not less than $500,000 for any one person in
a single accident or occurrence, and not less
than $3,000,000 for all claims arising out
of a single occurrence;
c. Missouri State Workmen’s Compensation policy or equivalent in accordance
with state law.
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 26
(X) Prevailing Wage:
1. If the proposal is accepted, the vendor will be required to comply with the
attached prevailing wages as fixed by the Missouri Department of Labor and
Industrial Relations, in effect as of the date of the issuance of the solicitation, for
EACH affected craft and type of workmen in the following counties: Cass, Clay,
Jackson and Platte. A link is provided on MoDOT’s GS Bidding Website for
the affected Annual Wage Order(s) # 19 (ATTACHMENT F).
2. The Offeror shall submit notarized weekly payroll affidavit documentation
included with the project request for payment. The successful vendor must
provide a lien waiver from all material suppliers.
(Y) Construction Safety Program:
Missouri law, 292.675 RSMo, requires the awarded Contractor and its subcontractor(s) to
provide a ten-hour occupational safety and health administration (OSHA) construction
safety program (or a similar program approved by the Missouri Department of Labor and
Industrial Relations as a qualified substitute) for their on-site employees (laborers,
workmen, drivers, equipment operators, and craftsmen) who have not previously
completed such a program and are directly engaged in actual construction of the
improvement (or working at a nearby or adjacent facility used for construction of the
improvement). The Contractor and its subcontractor(s) shall require all such employees
to complete this ten-hour program, pursuant to 292.675 RSMo, unless they hold
documentation on their prior completion of said program. Penalties for non-compliance
include Contractor forfeiture to the Commission in the amount of $2,500, plus $100 per
contractor and subcontractor employee for each calendar day such employee is employed
beyond the elapsed time period for required program completion under 292.675 RSMo.
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 27
SECTION (4):
PROPOSAL SUBMISSION INFORMATION
(A) SUBMISSION OF PROPOSALS
1. Pricing and Signature: Proposals should be priced, signed and returned (with
necessary attachments) to Judy Franke, Senior Procurement Agent, as provided in
this RFP. Specifically, any form containing a signature line in this RFP and any
amendments, pricing pages, etc., must be manually signed and returned as part of
the proposal.
2. Submission of All Data Required: The Offeror must respond to this RFP by
submitting all data required in paragraph (B) below for its proposal to be
evaluated and considered for award. Failure to submit such data shall be deemed
sufficient cause for disqualification of a proposal from further consideration.
3. Public Inspection: The Offeror is hereby advised that all proposals and the
information contained in or related thereto shall be open to public inspection and
that MHTC and KDOT does not guarantee nor assume any responsibility
whatsoever in the event that such information is used or copied by individual
person(s) or organization. Therefore, the Offeror must submit its proposal based
on such conditions without reservations.
4. Clarification of Requirements: Any and all questions regarding specifications,
requirements, competitive procurement process, or other questions must be
directed to the following e-mail address: [email protected] 5. Proposal/Bid Guaranty/Contract Bond:
a. Each proposal shall be accompanied by a Bid Bond, Certified Check,
Cashier's Check or Bank Money Order payable to the Director of Revenue
– Credit State Road Fund for an amount equal to Five Percent (5%) of the
amount of the BID submitted. This is to act as a guarantee that the bidder,
if awarded the contract, will furnish an acceptable performance and
payment bond (Contract Bond) or a cashier's check, a bank money order
or a certified check made payable to "Director of Revenue--Credit State
Road Fund" in an amount equal to One Hundred (100%) of the contract
price.
b. If a BID BOND is used (in lieu of a certified check, cashier's check, or bank money order), it must be in the form provided and executed by the bidder as principal and by a surety company authorized to do business in the MoDOT as surety. The agent executing the same on behalf of the surety company must attach a current Power of Attorney setting forth his authority to execute the bond involved, attached as ATTACHMENT E.
c. Certified Checks, Cashier's Checks or Bank Money Orders of
unsuccessful bidders will be returned as soon as the award is made. The
checks or bank money orders of the successful bidder(s) will be retained
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 28
until the contract is executed and a satisfactory Performance and Payment
(Contract Bond) is furnished. Bid Bonds will not be returned except on
specific request of the bidder.
6. Failure to Execute Contract: Failure to execute the contract and file acceptable
performance payment (Contract Bond) or cashier's check, bank money order or
certified check within 15 days after the contract has been mailed to the bidder
shall be just cause for the cancellation of the award and the forfeiture of the
proposal guaranty. Award may then be made to the next lowest responsible
bidder, or the work may be re-advertised and performed under contract or
otherwise, as the Commission may decide. No contract shall be considered
effective until it has been executed by all parties thereto.
(B) REQUIRED ELEMENTS OF PROPOSAL
Offerors desiring to bid on the Kansas City Scout Hardware Maintenance Contract will
PROVIDE FIVE (5) COPIES of the response to this RFP. For ease of review, the proposals
should follow the outline in Section (2) Scope of Work of this request for proposal. All
Offeror’s proposals shall be limited to 50 single sided pages in length (letter size 8-½ by 11
inches paper). All font sizes used in the RFP response shall be 8-point or larger. The RFP
response shall contain the following information:
1. Brief History of the Offeror - Company name, address, brief description of the
organization, point of contract and phone number for the responding firm.
2. Warehousing Plan - The Offeror shall provide a description of the warehouse facility
they plan to use and how KC Scout staff will have 24/7 access. Additionally, the Offeror
shall provide a proposed method for the control and reporting of the KC Scout Spare parts.
A sample inventory report shall be provided.
3. Contractor Repair Plan - The Offeror shall provide a Contractor Repair Plan which
documents how the Offeror plans to track and document travel times to work locations;
maintain call out phone numbers for emergency repair work orders; document usage of
bucket trucks and other equipment; maintain active work status in the KC Scout Maintenance
Database; document summary status of all assigned work orders weekly; and, track hours and
personnel assigned to work orders.
4. Project Management Plan - The Offeror shall provide a Project Management Plan for
controlling time and material cost on this contract. This plan should at a minimum, include
the process for balancing lower grade personnel with expert personnel and the process for
escalating diagnostic issues. This plan should also address the Offerors plan for training and
maintaining a maintenance staff that follows industry standards and established “best
practices”.
5. Cost, Fees and Expenses - The Offeror shall complete the attached three (3) tables
(TASK 1, 2, 3 and 4) and provide five (5) copies in a separate sealed envelope clearly
marked “RFP KC-P13-001 Kansas City Scout Hardware Maintenance Services”.
6. Affirmative Action Program - The Offeror shall attach a copy of their Affirmative
Action Plan.
7. ITS Experience and Expertise - Provide a list of personnel that would be available to
support this contract. Include a brief description of their experience related to ITS hardware
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 29
maintenance. Include the number of years each person have been doing the kind of work
identified in the scope of work. Additionally, the Offeror shall document for each proposed
person, their experience with installing and maintaining radio Ethernet communication
devices, by type of device. Also, for the personnel to be assigned to do fiber optic splicing,
document their training and certification dates as well as the number of years of experience
each person has performing fiber optic splicing (limited to ten (10) single sided pages).
(C) EVALUATION CRITERIA AND PROCESS
1. Evaluation Factors: Any agreement for services resulting from this RFP shall be
awarded to the Offeror providing the best proposal to MHTC and KDOT. After
determining responsiveness, proposals will be evaluated in accordance with the
following criteria:
A. Warehousing Plan; (5 Points)
B. Contractor Repair Plan; (30 Points)
C. Project Management Plan; (15 Points)
D. Cost, Fees and Expenses; (25 Points)
E. The affirmative action program of the Offeror; (5 Points)
F. General ITS Experience and Expertise; (15 Points) and
G. Overall clarity and quality of proposal (5 Points).
2. Historic Information: MHTC and KDOT reserves the right to consider historic
information and facts, whether gained from the Offeror's proposal, question and
answer conferences, references, or other sources, in the evaluation process.
3. Responsibility to Submit Information: The Offeror is cautioned that it is the
Offeror's sole responsibility to submit information related to the evaluation
categories and that MHTC’s and KDOT’s representative is under no obligation to
solicit such information if it is not included with the Offeror's proposal. Failure of
the Offeror to submit such information may cause an adverse impact on the
evaluation of the Offeror's proposal.
(D) Pricing:
1. Fee Schedule: The Offeror must submit a proposed fee for all services defined in
the Scope of Work. This fee must be shown on Section (5), Price Page, of this
proposal that must be completed, signed and returned with the Offeror's proposal.
(E) Address for RFP Response
Ms. Judy Franke, CPPB
Missouri Department of Transportation – Kansas City District
600 NE Colbern Road
Lee’s Summit, MO 64086
816-347-4111
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 30
SECTION (5):
PRICE PAGE
(A) FEE SCHEDULE: The Offeror shall use the below three (3) pricing pages (tables):
PRICING PAGE 1 of 3, TASK 1 (TABLE 1),
PRICING PAGE 2 of 3, TASK 2 (TABLE 2) and
PRICING PAGE 3 of 3, TASK 3 & 4 (TABLE 3)
to indicate all fees for providing services in accordance with the provisions and requirements
stated herein for each series of bonds to be issued:
Any applicable cap on out-of-pocket expense also should be noted.
(B) EXPENSES: List the nature of expenses for which reimbursement would be sought and
the estimated amount of such expenses.
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 31
PRICING PAGE 1 of 3
TASK 1 - KANSAS CITY SCOUT PERIODIC PREVENTATIVE MAINTENANCE, TABLE 1 Required Minimum Set
Cost
Line
Item
Item Number of
Units
(Estimated)
Action Frequency
(Proposed)
Year 1
Costs
per Unit
Estimated
Year 1
Costs
Year 2
Costs
per Unit
Estimated
Year 2
Costs
RENEWAL
Year 1
Costs per
Unit
RENEWAL
Estimated
Year 1 Costs
1.1 Air Cond. Units 33 Clean &
Maintain
Annually
(April)
1.2 CCTV Cameras
240 + 20
additional each
year after
Clean,
Inspect &
Lubricate
Annually
(June)
1.3 DMS
65 + 4
additional each
year after
Clean &
Maintain
Annually
(November)
1.4 Check UPS
Batteries 17
Clean &
Maintain
Twice a Year
(February &
August)
1.5 Field Cabinet Clean &
Maintain Annually
1.6 Replace Field
Cabinet Filters
Replace
Filters Annually
1.7 Replace DMS
Filters
Replace
Filters Annually
1.8 Clean Field Cabinet
Air Cond. Filters 33
Clean
Filters Annually
1.9 HAR Transmitter
and Beacons
7 Transmitters
26 Beacons
Clean &
Maintain Annually
Total Annual Costs:
Signature _______________________________________________________Title_________________________________________
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 32
PRICING PAGE 2 of 3
TASK 2, CONTRACTOR REPAIR RATES, TABLE 2 * Contractor repair shall be required on a 24 hour, 7 day a wk. basis for emergency repairs. All other repairs shall be during normal business hrs.
Labor Category Rate
Scale
Estimated
Hours
Year 1
Year 1
Rate
Year 1
Total Cost
Estimated
Hours
Year 2
Year 2
Rate
Year 2
Total Cost
RENEWAL
Estimated
Hours
Year 1
RENEWAL
Year 1
Rate
RENEWAL
Year 1 Total
Cost
Electrician Supervisor Base 200 200 200
Overtime 25 25 25
Holiday 10 10 10
Sr. Electrician Base 400 400 400
Overtime 25 25 25
Holiday 10 10 10
Electrician Base 1130 1130 1130
Overtime 50 50 50
Holiday 20 20 20
General Laborer Base 1130 1130 1130
Overtime 50 50 50
Holiday 20 20 20
Certified Fiber Optic
Installer Base 200 200 200
Overtime 50 50 50
Holiday 20 20 20
Estimated Total
Labor Costs
Equipment Rates
Bucket Truck 500 500 500
Backhoe 125 125 125
Maintenance Truck 3250 3250 3250
Fiber Splice Trailer 135 135 135
Total Labor and
Equipment Costs
* Complete this table as a base bid, but include in proposal changes where efficiencies can be made.
Signature ________________________________________________________Title_____________________________________
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 33
PRICING PAGE 3 of 3
TASK 3 - FACILITY STORAGE COST
TASK 4 - PROJECT MANAGEMENT AND DOCUMENTATION SUPPORT COST
(and) LUMP SUM COSTS, TABLE 3
Year 1
Monthly Rate
Year 1
Total Cost
Year 2
Monthly Rate
Year 2
Total Cost
RENEWAL
Year 1 Monthly
Rate
RENEWAL
Year 1 Costs
TASK 3 - Billed as a lump sum, invoiced ANNUALY during the first month of each contract year.
Storage Facility Costs
TASK 4 - Billed as a lump sum, invoiced MONTHLY. All clerical, technical, & billing documentation costs shall be included in the lump sum costs.
Project Management and
Documentation Support
TOTAL LUMP
SUM COSTS
(Tasks 1-4)
Signature __________________________________________________________Title______________________________________
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 34
K035SBCA-50 Aggregator CR29-0426-G076 1- McLean 10-100-32 233.6 48 On ramp from SW. Blvd & SB I-35 Mainline
K035SBCA-36 Bandwidth M52-1226-111 2- Mclean 10-1000-56 230.93 36 Off ramp SB 35 to Metcalf up hill
K035SBCA-33 Aggregator M52-0826-046 2- Mclean 10-1000-56 227.93 33 SB 35 exit to Antioch
K035SBCA_26 Bandwidth M52-1226-111 2- Mclean 10-1000-56 228.6 27 On ramp from SMP to SB I-35
K035SBCA-15 Aggregator CR43-0626-055 1-Mclean 10-1000-44 226.22 19 On ramp to SB US-69 from SB 35 RT.
K035SBCA-08 Aggregator CR43-0626-055 1-Mclean 10-1000-44 224.55 13 SB 35, South of Quivira @ Camera
K435EBCA-11 Aggregator M52-0826-046 2- Mclean 10-1000-56 sta.13+661 1662 EB I-435 before 69 Hwy.
K435EBCA-14 Aggregator CR43-0626-055 1-Mclean 10-1000-44 sta.16+241 1677 EB 435 past Antioch
K435EBCA-27 Bandwidth M52-1226-111 2- Mclean 10-1000-56 77 75 Off ramp to Roe from EB 435 RT.
M435EBCA-04 Bandwidth M52-0826-046 2- Mclean 10-1000-56 16.82 186 On ramp to EB 435 from Wornall
M435EBCA-10 Aggregator M52-0826-046 2- Mclean 10-1000-56 16.82 189 On ramp from Holmes to EB 435 RT.
M435SBCA-02 Bandwidth M52-1226-111 2- Mclean 10-1000-56 68.8 208 SB 435 South of Gregory @ DMS/guardrail
M035SBCA-31 Aggregator CR29-0426-G076 1- McLean 10-100-32 25.72 110 South of Parvin, N. of DMS behind guardrail
M035SBCA-24 Aggregator CR43-0626-055 1-Mclean 10-1000-44 26.98 105 NB 35-16th-lt.on Iron-lt. on 14th bottom of hill
M035NBCA-09 Bandwidth M52-1226-111 2- Mclean 10-1000-56 2 93 NB 35 Just before 14th on rt. Sharp turn off
M070WBCA-06 Aggregator CR43-0626-055 1-Mclean 10-1000-44 1.74 118 WB 70 exit to Oak, Rt. @ camera/guardrail
M070WBCA-05 Aggregator M52-0826-046 2- Mclean 10-1000-56 1.5 117 From Indep. Ave. before Grand
M035NBCA-16 Bandwidth 52-1426-016 1- Mclean 10-100-04 1.2 120 Of ramp From WB 70/35 to Admiral
M070EBCA-17 Aggregator CR43-0626-055 1-Mclean 10-1000-44 2.84 125 EB I-70 @ Paseo Exit Rt.
M070EBCA-20 Aggregator M52-0826-046 2- Mclean 10-1000-56 3.21 126 WB 70 @ Woodland behind guardrail
M070EBCA-43 Bandwidth M52-1226-111 2- Mclean 10-1000-56 7.8 143 Off ramp to Manchester, @ Camera
M070EBCA-54 Aggregator CR29-0426-G076 1- McLean 10-100-32 9.88 151 Just west of Sterling Rt.
M070EBCA-64 Aggregator CR43-0626-055 1-Mclean 10-1000-44 11.4 157 On ramp from Blue Ridge to EB I-70 Rt.
M070EBCA-73 Bandwidth 52-1426-016 1- Mclean 10-100-04 15.16 I 25 Off ramp to SB 291 / 470 left
M070WBCA-84 Aggregator M52-1226-111 2- Mclean 10-1000-56 20 I 65 On ramp to WB 70 from 7 Hwy Rt.
M070WBCA-46 Aggregator M52-0826-046 2- Mclean 10-1000-56 8.12 145 Access from WB I-70 just past 435/guardrail
M070WBCA-29 Bandwidth M52-1226-111 2- Mclean 10-1000-56 4.6 131 On ramp from 18th to WB 70 RT. Cross ramp
M071NBCA-07 Aggregator M52-0826-046 2- Mclean 10-1000-56 6.06 9 NB 71 at end of Red Bridge Road Ramp
M435NBCA-18 Aggregator M52-0826-046 2- Mclean 10-1000-56 15.61 5 West side of Hickman Mills Rd B 4 under 435
K635NBCA-12 Bandwidth M52-1226-034 2- Mclean 10-1000-56 4.5 30 I-635 NB under 70 wb to 635 sb
M029SBCA-34 Bandwidth M52-1226-111 2- Mclean 10-1000-56 16.8 8 I-29 at I-435
M035SBCA-46 Bandwidth M52-1226-111 2- Mclean 10-1000-56 23 Ramp I-435 N to I-35 S
M029SBCA-01 Bandwidth M52-1026-017 2- Mclean 10-1000-56 0.06 15 I-29 Northwest of the I-35 Split
Drews I-70 projects plan sheet #;s
Antioch Projects plan sheet #s
KDOT I-635 Project plan sheet #'s
Triangle Project (J4I1327D) plan sheet #'s
MoDOT Project (J4Q1767B)
APPENDIX A – List of Air Conditioner Locations
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 35
Appendix B - List of CCTV Locations Item Camera Cabinet CCTV Locations
X Geo
Coordinate
Y Geo
Coordinate
1 K007NBIPC-10 K-7 N @ W 83rd Street -94.853782 38.977824
2 K007SBIPC-20 K-7 S @ 119th Street -94.851787 38.911382
3 K007SBIPC-30 K-7 S @ at STATE AVE -94.895631 39.116282
4 K010EBC-01 K010EBCA-02 K-10 E @ RIDGEVIEW -94.801679 38.941299
5 K010EBC-02 K010EBCA-02 K-10 E @ AT RENNER RD -94.778960 38.941650
6 K010EBIPC-10 K-10 E @ Woodland -94.824691 38.940958
7 K010EBIPC-11 K-10 E @ K-7 -94.853082 38.940883
8 K010EBIPC-13 K-10 E @ Cedar Creek -94.880585 38.945451
9 K035NBC-01 K035NBCA-02 I-35 N @ 127TH ST -94.783965 38.899717
10 K035NBC-01B K035NBCA-02 I-35 N @ AT 119TH ST -94.770360 38.912950
11 K035NBC-01C K035NBCA-02 I-35 N @ AT COLLEGE BLVD -94.757160 38.927200
12 K035NBC-04T K035NBCA-12 I-35 N @ US-69 Short Tunnel -94.716034 38.973139
13 K035NBC-05T K035NBCA-13A I-35 N @ US-69 Long Tunnel -94.713470 38.976216
14 K035NBC-06 K035NBCA-20 I-35 N @ 75TH ST -94.696400 38.993600
15 K035NBC-12 K035NBCA-38 I-35 N @ I-635 -94.673277 39.038813
16 K035NBC-13 K035NBCA-43 I-35 N @ LAMAR AVE -94.655800 39.044700
17 K035NBC-14 K035NBCA-45 I-35 N @ 18TH ST EXPRESSWAY -94.644255 39.048012
18 K035NBC-16 K035SBCA-54 I-35 N @ 7TH ST TRAFFICWAY -94.619930 39.067310
19 K035SBC-02 K035SBCA-04 I-35 S @ 95TH ST -94.737552 38.951356
20 K035SBC-03 K035SBCA-08 I-35 S @ QUIVIRA RD -94.727707 38.962470
21 K035SBC-04 K035NBCA-12 I-35 S @ 87TH ST -94.717248 38.973141
22 K035SBC-05 K035SBCA-15 I-35 S @ HWY 69 -94.708612 38.982555
23 K035SBC-07 K035SBCA-22 I-35 S @ 67TH ST -94.694606 39.004129
24 K035SBC-08 K035SBCA-26 I-35 S @ SHAWNEE MISSION PKY -94.693400 39.012400
25 K035SBC-09 K035SBCA-29 I-35 S @ JOHNSON DR -94.691705 39.024527
26 K035SBC-10 K035SBCA-33 I-35 S @ ANTIOCH RD -94.685400 39.034900
27 K035SBC-11 K035SBCA-36 I-35 S @ I-635 -94.673800 39.040900
28 K035SBC-15 K035SBCA-50 I-35 S @ SOUTHWEST BLVD -94.628900 39.057200
29 K035SBC-17 K035SBCA-55 I-35 S @ CAMBRIDGE CIR -94.614500 39.074120
30 K069NBC-01 K069NBCA-01 US-69 N @ 135TH ST -94.675900 38.886700
31 K069NBC-02 K069NBCA-01 US-69 N @ N OF BLU VLLY PKWY -94.683170 38.904530
32 K069NBIPC-01B 69 Hwy N @ Before 135th -94.676011 38.876734
33 K069NBIPC-11 US-69 N @ Before 95th Street -94.705362 38.953399
34 K069SBC-03 K435EBCA-11 US-69 S @ SOUTH OF 119TH ST -94.695220 38.909550
35 K069SBC-04 K435EBCA-11 US-69 S @ SOUTH OF COLLEGE -94.704770 38.922540
36 K069SBIPC-10 US-69 S @ 103rd Street -94.706150 38.941809
37 K069SBIPC-12 US-69 S @ 91th Street -94.713793 38.962665
38 K069SBIPC-13 US-69 S @ 87th Street -94.714174 38.968391
39 K070EBC-01 K070EBCA-02 I-70 E @ WEST OF I-635 -94.681069 39.105282
40 K070EBC-03 K070EBCA-04 I-70 E @ KAW DR -94.669873 39.099988
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 36
Item Camera Cabinet CCTV Locations X Geo
Coordinate
Y Geo
Coordinate
41 K070EBIPC-101 I-70 E @ EAST OF K-7 -94.864403 39.100160
42 K070EBIPC-21 I-70 E @ WEST OF 78TH ST -94.783603 39.104484
43 K070WBC-02 K070WBCA-03 I-70 W @ EAST OF I-635 -94.676117 39.104300
44 K070WBIPC-10 I-70 W @ K-7 -94.882131 39.097199
45 K070WBIPC-71 I-70 W @ 110TH ST -94.834765 39.106485
46 K435EBC-01 DTI-REGEN I-435 E @ AT LACKMAN RD -94.760480 38.942640
47 K435EBC-03 K435EBCA-03 I-435 E @ PFLUMM RD -94.735008 38.934497
48 K435EBC-04 K435EBCA-05 I-435 E @ QUIVIRA RD 0
.
0
. 49 K435EBC-05A K435EBCA-12 I-435 E @ EAST OF HWY 69 -94.702850 38.934630
50 K435EBC-06 K435EBCA-16 I-435 E @ INDIAN CREEK -94.690610 38.934220
51 K435EBC-08 K435EBCA-23 I-435 E @ LAMAR AVE -94.658409 38.930625
52 K435EBC-10 K435EBCA-32 I-435 E @ MISSION RD -94.629200 38.932800
53 K435EBC-11 K435EBCA-36 I-435 E @ STATE LINE RD -94.608800 38.936400
54 K435NBIPC-41 I-435 NB @ KANSAS AVE -94.800934 39.087412
55 K435SBC-01 K435SBCA-02 I-435 S @ 79TH ST -94.776800 38.990200
56 K435SBC-02 K435SBCA-02 I-435 S @ AT 87TH ST -94.776700 38.971200
57 K435SBC-03 K435SBCA-02 I-435 S @ AT 95TH ST -94.775600 38.956610
58 K435SBIPC-11 I-435 S @ SOUTH OF LEAVENWORTH -94.818899 39.134006
59 K435SBIPC-31 I-435 S @ NORTH OF KANSAS AVE -94.809490 39.094602
60 K435SBIPC-51 I-435 S @ STATE AVE -94.812260 39.116510
61 K435SBIPC-61 I-435 SB @ I-70 -94.811685 39.107051
62 K435WBC-02 K035SBCA-02 I-435 W @ I-35 -94.747200 38.939500
63 K435WBC-05 K435WBCA-10 I-435 W @ AT HWY 69 -94.704980 38.935640
64 K435WBC-06A K435WBCA-15 I-435 W @ 69 OFFRAMP -94.692040 38.935260
65 K435WBC-07 K435EBCA-21 I-435 W @ METCALF AVE -94.671400 38.933120
66 K435WBC-09 K435WBCA-28 I-435 W @ ROE BLVD -94.640220 38.932983
67 K635NBC-01 K635NBCA-01 I-635 N @ at MERRIAM DR -94.677600 39.044850
68 K635NBC-05 K635SBCA-09 I-635 N @ at KANSAS AVE -94.680467 39.089833
69 K635NBC-06 K635NBCA-12 I-635 N @ AT I-70 EB -94.679967 39.104017
70 K635NBC-09 K635NBCA-16 I-635 N @ at PARALLEL PKWY -94.677636 39.121871
71 K635NBC-12 K635SBCA-28 I-635 N @ at LEAVENWORTH RD -94.671580 39.141952
72 K635NBC-14 K635NBCA-30 I-635 N @ at K-5 -94.656357 39.145195
73 K635SBC-02 K635SBCA-02 I-635 S @ SHAWNEE DR -94.680099 39.052457
74 K635SBC-03 K635SBCA-03 I-635 S @ DOUGLAS AVE -94.679690 39.065575
75 K635SBC-04 K635SBCA-07 I-635 S @ SWARTZ RD -94.680773 39.080298
76 K635SBC-07 K635NBCA-16 I-635 S @ S OF STATE AVE -94.682942 39.111232
77 K635SBC-08 K635SBCA-17 I-635 S @ STATE AVE -94.681760 39.118142
78 K635SBC-10 K635SBCA-20 I-635 S @ Parallel Pkway -94.677204 39.128115
79 K635SBC-11 K635SBCA-25 I-635 S @ at 38TH ST -94.675491 39.139493
80 K635SBC-13 K635SBCA-29 I-635 S @ Past K-5 -94.665721 39.146908
81 K635SBC-15 K635SBCA-34 I-635 S @ Missouri River -94.651950 39.152767
82 M009SBC-01 M070WBCA-14 MO-9 S @ S OF HEART OF AM BR -94.577248 39.108315
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 37
Item Camera Cabinet CCTV Locations X Geo
Coordinate
Y Geo
Coordinate
83 M009SBC-02 M070WBCA-06 MO-9 S @ N OF HEART OF AM BR -94.581600 39.12420
0 84 M029NBIPC-01 I-29 N @ at Davidson Rd -94.562288 39.17692
8 85 M029NBIPC-04 I-29 N @ at 169 Hwy -94.593194 39.18421
8 86 M029NBIPC-06 I-29 N @ at I-635 -94.615552 39.19178
7 87 M029NBIPC-07 I-29 N @ at 64th -94.634608 39.20644
5 88 M029NBIPC-14 I-29 N @ North of 72nd Street 0
.
0
. 89 M029NBIPC-15 I-29 N @ Barry Road 0
.
0
. 90 M029NBIPC-16 I-29 N @ Tiffany Springs Pkwy 0
.
0
. 91 M029NBIPC-17 I-29 N @ N of Tiffany Springs Pk 0
.
0
. 92 M029NBIPC-19 I-29 N @ Cookingham Drive 0
.
0
. 93 M029NBIPC-20 I-29 N @ I-29/I-435 Split 0
.
0
. 94 M029SBIPC-03 I-29 S @ North Oak Trafficway -94.581353 39.17926
7 95 M029SBIPC-05 I-29 S @ at Waukomis Dr -94.602112 39.18701
9 96 M029SBIPC-13 I-29 S @ 72nd Street 0
.
0
. 97 M029SBIPC-18 I-29 S @ 112th Street 0
.
0
. 98 M029SBIPC-19 I-29 S @ Cookingham Drive 0
.
0
. 99 M029SBIPC-20 I-29 S @ I-29/I-435 Split 0
.
0
. 100 M029SBIPC-21 I-29 S @ I-435 South 0
.
0
. 101 M029SBIPC-23 I-29 S @ at MAIN ST -94.772367 39.36735
6 102 M029SBIPC-40 I-29 S @ 92 Hwy 0
.
0
. 103 M035NBC-02 M035NBCA-03 I-35 N @ SW TRAFFICWAY -94.594400 39.07750
0 104 M035NBC-03 M035NBCA-05 I-35 N @ WEST PENNWAY -94.591800 39.08760
0 105 M035NBC-04 M670EBCA-04 I-35 N @ SOUTH OF I-670 -94.590799 39.09582
7 106 M035NBC-05 M035NBCA-09 I-35 N @ NORTH OF I-670 -94.591133 39.09707
8 107 M035NBC-07 M035NBCA-16 I-35 N @ ADMIRAL BLVD -94.570674 39.10525
7 108 M035NBC-08 M035NBCA-18 I-35 N @ PASEO BLVD -94.565122 39.10993
5 109 M035NBC-08A M035NBCA-26 I-35 N @ Front Street -94.564426 39.11984
5 110 M035NBC-11 M035NBCA-28 I-35 N @ ARMOUR / 210 -94.559700 39.14670
0 111 M035NBC-13 M035NBCA-34 I-35 N @ AT PARVIN ROAD -94.558720 39.16631
0 112 M035NBIPC-15 I-35 N @ at Chouteau Trfwy -94.535935 39.17376
3 113 M035NBIPC-21 I-35 N @ at PLEASANT VALLEY -94.474738 39.21564
6 114 M035SBC-01 M035SBCA-01 I-35 S @ JARBOE -94.599600 39.07540
0 115 M035SBC-06 M035SBCA-13 I-35 S @ 12TH ST -94.594552 39.10128
2 116 M035SBC-09 M035SBCA-20 I-35 S @ LEVEE RD -94.568150 39.12764
3 117 M035SBC-10 M035SBCA-24 I-35 S @ E 16TH ST -94.567954 39.137207 118 M035SBC-12 M035SBCA-32 I-35 S @ SOUTH OF PARVIN RD -94.560100 39.15690
0 119 M035SBIPC-14 I-35 S @ at NE ANTIOCH -94.551299 39.17313
4 120 M035SBIPC-16 I-35 S @ at Brighton Ave -94.522176 39.18335
5 121 M035SBIPC-17 I-35 S @ Vivion Road 0
.
0
. 122 M035SBIPC-18 I-35 S @ SOUTH OF I-435 -94.505651 39.20196
9 123 M035SBIPC-22 I-35 S @ at 152 HWY -94.456325 39.24506
8
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 38
Item Camera Cabinet CCTV Locations X Geo
Coordinate Y Geo
Coordinate
124 M035SBIPC-54 I-35 S @ 291 Highway 0
.
0
. 125 M035SBIPC-55 I-35 S @ County Road A 0
.
0
. 126 M049NBC-01 M071NBCA-01 I-49 N @ MAIN ST -94.525800 38.879700
127 M049NBC-02 M071NBCA-07 I-49 N @ I-470 EB -94.528500 38.932600
128 M049NBC-07 M071NBCA-24 I-49 N @ RED BRIDGE -94.527190 38.922820
129 M049NBC-09 M071NBCA-23 I-49 N @ HICKMAN MILLS ROAD -94.524180 38.912400
130 M049NBIPC-32 I-49 N @ Before 155th Street 0
.
0
. 131 M049NBIPC-36 I-49 N @ 171st Street 0
.
0
. 132 M049NBIPC-40 I-49 N @ Hwy J 0
.
0
. 133 M049NBIPC-44 I-49 N @ N of Mo-2 0
.
0
. 134 M049NBIPC-50 I-49 N @ 7 Hwy 0
.
0
. 135 M049SBC-08 M071SBCA-27 I-49 S @ HARRY TRUMAN DRIVE -94.524980 38.895430
136 M049SBIPC-30 I-49 S @ 140th Street -94.526661 38.870392
137 M049SBIPC-34 I-49 S @ N of 163rd Street 0
.
0
. 138 M049SBIPC-42 I-49 S @ North of 291 0
.
0
. 139 M049SBIPC-46 I-49 S @ S of Mo-2 0
.
0
. 140 M050EBIPC-01 US-50 EB @ Chipman -94.404328 38.925604
141 M050EBIPC-02 US-50 E @ 3rd Street -94.394095 38.911074
142 M050EBIPC-03 US-50 E @ 291 Hwy South -94.376791 38.902971
143 M050EBIPC-04 US-50 E @ 291 Hwy North -94.362928 38.902667
144 M050WBIPC-05 US-50 W @ Todd George Road 0
.
0
. 145 M050WBIPC-06 US-50 W @ West of Smart Road 0
.
0
. 146 M070EBC-05 M070EBCA-10 I-70 E @ 9TH ST -94.572759 39.102561
147 M070EBC-06 M070EBCA-12 I-70 E @ 11TH ST -94.573009 39.099753
148 M070EBC-07 M070WBCA-14 I-70 E @ TROOST AVE -94.570400 39.096100
149 M070EBC-08 M070EBCA-20 I-70 E @ WOODLAND AVE -94.559000 39.095600
150 M070EBC-12 M070EBCA-31 I-70 E @ 23RD ST -94.541473 39.082641
151 M070EBC-13 M070EBCA-32 I-70 E @ 27TH ST -94.538800 39.079000
152 M070EBC-15 M070EBCA-42 I-70 E @ 31ST ST -94.510000 39.067400
153 M070EBC-16 M070EBCA-43 I-70 E @ MANCHESTER TRFWY -94.499900 39.063200
154 M070EBC-20 M070EBCA-54 I-70 E @ PITTMAN RD -94.466543 39.048219
155 M070EBC-21 M070EBCA-62 I-70 E @ BLUE RIDGE BLVD -94.443993 39.046960
156 M070EBC-23 M070EBCA-64 I-70 E @ E OF BLUE RIDGE -94.437406 39.046743
157 M070EBC-24 M070EBCA-69 I-70 E @ PHELPS RD -94.399117 39.045130
158 M070EBC-25 M070EBCA-71 I-70 E @ LEES SUMMIT RD -94.386970 39.044533
159 M070EBC-26 M070EBCA-72 I-70 E @ WEST OF I-470 -94.376467 39.043500
160 M070EBC-27 M070EBCA-74 I-70 E @ I-470 -94.362750 39.041433
161 M070EBC-28 M070EBCA-76 I-70 E @ EAST OF I-470 -94.350540 39.039960
162 M070EBC-29 M070EBCA-78 I-70 E @ LITTLE BLUE PKWY -94.339290 39.038360
163 M070EBC-30 M070WBCA-80 I-70 E @ WEST OF WOODS CHAPEL -94.315390 39.035230
164 M070EBIPC-01A I-70 E @ Mulberry Street 0
.
0
.
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 39
Item Camera Cabinet CCTV Locations X Geo
Coordinate
Y Geo
Coordinate
165 M070EBIPC-34 I-70 E @ East of Mo7 0
.
0
. 166 M070WBC-01 M070WBCA-01 I-70 W @ BROADWAY -94.591480 39.107140
167 M070WBC-02 M070WBCA-04 I-70 W @ MAIN -94.583155 39.107015
168 M070WBC-03 M070WBCA-06 I-70 W @ 9 HWY -94.577800 39.106900
169 M070WBC-04 M070WBCA-08 I-70 W @ CHARLOTTE -94.573300 39.106500
170 M070WBC-09 M070WBCA-22 I-70 W @ PROSPECT AVE -94.554000 39.095800
171 M070WBC-10 M070WBCA-25 I-70 W @ BENTON BLVD -94.544100 39.096400
172 M070WBC-11 M070WBCA-29 I-70 W @ 18TH ST -94.541190 39.088574
173 M070WBC-14 M070WBCA-36 I-70 W @ LISTER AVE -94.524900 39.072200
174 M070WBC-18 M070WBCA-48 I-70 W @ EAST OF I-435 -94.489559 39.059598
175 M070WBC-19 M070WBCA-51 I-70 E @ Stadium -94.481655 39.056110
176 M070WBC-22 M070WBCA-66 I-70 W @ CRYSLER AVE -94.424222 39.046546
177 M070WBC-31 M070WBCA-81 I-70 W @ WOODS CHAPEL -94.305830 39.034760
178 M070WBC-32 M070WBCA-83 I-70 W @ WEST OF 7 HWY -94.286110 39.032230
179 M070WBC-33 M070WBCA-84 I-70 W @ 7 HWY -94.272290 39.030820
180 M070WBIPC-35 I-70 W @ East of Adams Dairy 0
.
0
. 181 M071NBIPC-20 US-71 N @ South of 85th Street -94.543476 38.966432
182 M071NBIPC-21 US-71 N @ N of 85th Street 0
.
0
. 183 M071NBIPC-28 US-71 N @ 19th Street 0
.
0
. 184 M071SBC-02 M071SBCA-04 US-71 S @ 83RD ST -94.549419 38.982278
185 M071SBC-03 M071SBCA-14 71 hwy S @ I-470 WB -94.535958 38.939178
186 M071SBC-04 M435SBCA-17 71 hwy S @ I-435 -94.537700 38.941500
187 M071SBIPC-22 US-71 S @ 75th Street -94.552906 38.990342
188 M169NBC-01 M070WBCA-02 US-169 N @ BROADWAY BR S -94.588800 39.110200
189 M169SBC-02 M070WBCA-14 US-169 S @ BROADWAY BR N -94.590700 39.116200
190 M291SBIPC-01 M-291 S @ 39th Street 0
.
0
. 191 M435EBC-02 M435EBCA-11 I-435 E @ HOLMES RD -94.581400 38.940200
192 M435EBC-06 M435WBCA-17 I-435 E @ GRANDVIEW RD -94.550150 38.938710
193 M435EBIPC-65 I-435 E @ Congress Ave 0
.
0
. 194 M435NBC-05 M435NBCA-21 I-435 N @ BANNISTER RD -94.529600 38.953200
195 M435NBC-07 M435NBCA-22 I-435 N @ NORTH OF 87TH ST -94.517570 38.969790
196 M435NBC-08 M435NBCA-24 I-435 N @ GREGORY BLVD -94.502190 38.992570
197 M435NBC-10 M435NBCA-26 I-435 N @ AT 350 HWY -94.496790 39.016340
198 M435NBC-13 M435NBCA-30 I-435 N @ AT 40 HWY -94.487781 39.062923
199 M435NBIPC-16 I-435 N @ SOUTH OF WINNER RD -94.486153 39.102172
200 M435NBIPC-17 I-435 N @ NORTH OF WINNER RD -94.485686 39.109691
201 M435NBIPC-19 I-435 N @ SOUTH OF 210 HWY -94.498088 39.144575
202 M435NBIPC-20 I-435 N @ at 210 Hwy -94.497654 39.156896
203 M435NBIPC-21 I-435 N @ at PARVIN RD -94.492782 39.171289
204 M435NBIPC-22 I-435 N @ at 48th St -94.492652 39.180219
205 M435NBIPC-23 I-435 N @ at I-35 -94.489744 39.206434
206 M435NBIPC-24 I-435 N @ NORTH OF I-35 -94.490211 39.208691
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 40
Item Camera Cabinet CCTV Locations X Geo
Coordinate Y Geo
Coordinate
207 M435SBC-04 M435SBCA-02 I-435 S @ 83RD ST -94.511300 38.978100
208 M435SBC-09 M435SBCA-25 I-435 S @ AFTER 63RD STREET -94.501980 39.005420
209 M435SBC-11 M435SBCA-28 I-435 S @ NORTH OF EASTWOOD -94.500730 39.036170
210 M435SBC-12 M435SBCA-29 I-435 S @ AT RAYTOWN RD -94.499740 39.050562
211 M435SBC-13 M435SBCA-29A I-435 S @ Stadium -94.494173 39.055813
212 M435SBIPC-14 I-435 S @ at 23RD ST -94.491155 39.081339
213 M435SBIPC-15 I-435 S @ at TRUMAN RD -94.488205 39.094099
214 M435SBIPC-18 I-435 S @ South of Front St -94.497828 39.126363
215 M435SBIPC-22 I-435 S @ at I-35 -94.493366 39.206400
216 M435SBIPC-25 I-435 S @ at SHOAL CREEK -94.500074 39.223822
217 M435SBIPC-26 I-435 S @ at 152 Hwy -94.507851 39.242648
218 M435SBIPC-55 I-435 S @ 96th Street 0
.
0
. 219 M435WBC-01 M435WBCA-05 I-435 W @ WORNALL RD -94.595900 38.940800
220 M435WBC-03 M435WBCA-14 I-435 W @ 104TH ST -94.567000 38.940200
221 M435WBIPC-60 I-435 W @ Woodland Ave 0
.
0
. 222 M470EBC-04 MTOCFTC-01 I-470 E @ BEFORE PRYOR RD -94.420200 38.934000
223 M470NBIPC-10 I-470 N @ North of Lakewood Blvd -94.356583 39.014568
224 M470SBC-07 MTOCFTC-02 I-470 S @ COLBERN ROAD -94.360450 38.952263
225 M470SBC-08 TransDirect I-470 S @ WOODS CHAPEL -94.357140 38.978250
226 M470SBIPC-09 I-470 SB @ North of Woods Chapel -94.357771 38.995741
227 M470WBC-01 M435EBCA-10 I-470 W @ VIEW HIGH DR -94.457856 38.937211
228 M470WBC-02 MTOCFTC-01 I-470 W @ BLUE RIDGE BLVD -94.509030 38.938990
229 M470WBC-03 MTOCFTC-02 I-470 W @ JAMES A REED -94.485300 38.938170
230 M470WBC-05 MTOCFTC-02 I-470 W @ BLUE PARKWAY -94.403920 38.936177
231 M470WBC-06 MTOCFTC-01 I-470 W @ DOUGLAS STREET -94.378370 38.944790
232 M635SBIPC-05 I-635 S @ High Drive 0
.
0
. 233 M635SBIPC-07 I-635 S @ South of I-29 0
.
0
. 234 M670EBC-02 M670EBCA-04 I-670 E @ LOCUST -94.577900 39.095800
235 M670EBIPC-01A I-670 E @ Genesse Street 0
.
0
. 236 M670WBC-01 M670WBCA-02 I-670 W @ BALTIMORE -94.584300 39.096200
237 M670WBIPC-01B I-670 W @ West of Summit Street 0.
0. 238 PORTABLEC-P1 Portable CCTV2 0
.
0
. 239 PORTABLEC-P2 Portable CCTV3 0
.
0
. 240 PORTABLEC-P3 Portable CCTV1 0
.
0
.
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 41
Appendix C - List of DMS Locations
Item Sign ID Cabinet DMS Locations Latitude Longitude
1 K010EBS-01 K010EBCA-02 K-10 EB @ BEFORE RIDGEVIEW RD 38.941325 -94.799076
2 K010EBS-12 K010EBCA-12 K-10 EB @ Before K-7 38.943140 -94.872245
3 K035NBS-01 K035NBCA-02 I-35 NB @ BEFORE 119TH ST 38.900908 -94.783001
4 K035NBS-03 K035SBCA-04 I-35 NB @ Before 95th Street 38.951259 -94.737009
5 K035NBS-04 K035SBCA-22 I-35 NB @ BEFORE 67TH ST 39.003609 -94.694257
6 K035NBS-06 K035NBCA-41 I-35 NB @ BEFORE LAMAR AVE 39.042800 -94.663700
7 K035NBS-07 K035NBCA-47 I-35 NB @ BEFORE MISSION/SW BL 39.053160 -94.635201
8 K035SBS-02 K035SBCA-08 I-35 SB @ BEFORE 95TH ST 38.961334 -94.728373
9 K035SBS-05 K035SBCA-26 I-35 SB @ BEFORE JOHNSON DR 39.026979 -94.690835
10 K035SBS-08 K035NBCA-47 I-35 SB @ BEFORE 18TH ST EXPWY 39.053935 -94.635201
11 K069NBS-01 K069NBCA-01 69 HWY NB @ BEFORE BLU VALLEY PK 38.889700 -94.676000
12 K069NBS-03 K069NBCA-13 69 HWY NB @ Before 87th Street 38.960977 -94.712086
13 K069SBS-02 K069SBCA-12 69 HWY SB @ 95th Street 38.956972 -94.708671
14 K435EBS-02 K435EBCA-03 I-435 EB @ BEFORE QUIVIRA 38.934702 -94.733840
15 K435EBS-04 K435EBCA-19 I-435 EB @ BEFORE METCALF 38.933643 -94.678033
16 K435EBS-07 K435EBCA-32 I-435 EB @ BEFORE STATE LINE 38.932600 -94.627300
17 K435SBS-01 K435SBCA-02 I-435 SB @ BEFORE 87TH ST PKWY 38.987300 -94.776600
18 K435WBS-03 DTI-REGEN I-435 WB @ 69HWY BEFORE QUIVIRA 38.935370 -94.715910
19 K435WBS-05 K435EBCA-19 I-435 WB @ BEFORE ANTIOCH 38.934157 -94.676741
20 K435WBS-06 K435EBCA-32 I-435 WB @ BEFORE ROE/NALL 38.932900 -94.631000
21 K635NBS-02 K635NBCA-06 I-635 NB @ AFTER DOUGLAS 39.067166 -94.679091
22 K635NBS-04 K635SBCA-23 I-635 NB @ Georgia Ave 39.135557 -94.675739
23 K635SBS-01 K635SBCA-07 I-635 SB @ BEFORE DOUGLAS 39.067008 -94.680436
24 K635SBS-03 K635SBCA-23 I-635 SB @ Georgia Ave 39.135870 -94.676380
25 M029SBS-03 M029SBCA-11 I-29 SB @ Before I-635 39.200091 -94.626618
26 M029SBS-07 M029SBCA-44 I-29 SB @ After SR HH 39.363763 -94.770394
27 M035NBS-01 M035SBCA-01 I-35 NB @ BEFORE PENNWAY/SW TR 39.075400 -94.599200
28 M035NBS-02 M035NBCA-18 I-35 NB @ Paseo Blvd 39.110551 -94.564850
29 M035NBS-04 M035SBCA-31 I-35 NB @ BEFORE PARVIN RD 39.150733 -94.559148
30 M035SBS-05 M035SBCA-31 I-35 SB @ BEFORE ARMOUR /210 39.151552 -94.560364
31 M035SBS-08 M035SBCA-51 I-35 SB @ Before Pleasant Valley Rd 39.234485 -94.463313
32 M049NBS-01 M049NBCA-01 I-49 NB @ BEFORE MAIN ST 38.883200 -94.525500
33 M049NBS-33 M049NBCA-33 I-49 NB @ Before 155th Street
34 M049NBS-48 M049NBCA-48 I-49 NB @ N of 275th Street
35 M049SBS-29 M049SBCA-29 I-49 SB @ Before 140th Street
36 M050WBS-01 M050WBCA-03 50 HWY WB @ Before 3rd St 38.906780 -94.385766
37 M070EBS-01A M070EBCA-21 I-70 EB @ AT BROOKLYN 39.095740 -94.556810
38 M070EBS-05 M070EBCA-39 I-70 EB @ BEFORE 40/MANCHESTER 39.069900 -94.514600
39 M070EBS-07 M070EBCA-57 I-70 EB @ BEFORE STERLING AVE 39.047704 -94.457869
40 M070EBS-10 M070EBCA-69 I-70 EB @ BEFORE LEE SUMMIT RD 39.045567 -94.407917
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 42
Item Sign ID Cabinet DMS Locations Latitude Longitude
41 M070EBS-11A M070EBCA-80A I-70 EB @ Before Woods Chapel
42 M070WBS-01 M070EBCA-18 I-70 WB @ BEFORE PASEO BLVD 39.095800 -94.559900
43 M070WBS-03 M070WBCA-36 I-70 WB @ AT 27TH BEFORE 23RD 39.076500 -94.536800
44 M070WBS-04 M070EBCA-39 I-70 WB @ BEFORE JACKSON AVE 39.071600 -94.522300
45 M070WBS-08 M070EBCA-59 I-70 WB @ BEFORE BLUE RIDG CUT 39.047717 -94.454540
46 M070WBS-09 M070EBCA-64 I-70 WB @ BEFORE 40/BLUE RIDGE 39.046512 -94.425814
47 M070WBS-11 M070WBCA-80 I-70 WB @ BEFORE LITL BLUE PKY 39.035540 -94.315510
48 M071SBS-02 M049SBCA-04 71 HWY SB @ BEFORE 85TH ST 38.981598 -94.548678
49 M435EBS-01 M435EBCA-10 I-435 EB @ BEFORE 71 HWY/I-470 38.939792 -94.573383
50 M435NBS-04 M435NBCA-24 I-435 NB @ OLDHAM RD 38.981930 -94.505710
51 M435NBS-05 M435NBCA-27 I-435 NB @ AT EASTWOOD TFWY 39.032170 -94.500180
52 M435NBS-06 M435NBCA-36 I-435 NB @ Before Front St 39.111414 -94.485621
53 M435SBS-03 M435SBCA-02 I-435 SB @ BEFORE 87TH ST 38.976900 -94.512600
54 M435SBS-05A M435SBCA-31 I-435 SB @ Before 40 Hwy
55 M435SBS-07 M435SBCA-37 I-435 SB @ Before Front St 39.138312 -94.499079
56 M435SBS-08 M435SBCA-50 I-435 SB @ Before N Shoal Creek Dr 39.230812 -94.503148
57 M435WBS-02 M435EBCA-12 I-435 WB @ BEFORE HOLMES RD 38.940130 -94.572880
58 M470EBS-02 M470EBCA-14A I-470 EB @ Before Raytown Road 38.937880 -94.488065
59 M470SBS-03 M470SBCA-21 I-470 SB @ Before Woods Chapel 38.994784 -94.357563
60 M470WBS-01 M435SBCA-02 I-470 WB @ BEFORE RAYTOWN RD 38.937239 -94.461604
61 PORTABLE-01 TOC-ADDCO Portable 01 0. 0.
62 PORTABLE-02 TOC-ADDCO Portable 02 0. 0.
63 PORTABLE-03 TOC-ADDCO Portable 03 0. 0.
64 PORTABLE-04 TOC-ADDCO Portable 04 0. 0.
65 PORTABLE-05 TOC-ADDCO Portable 05 0. 0.
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 43
D - List of UPS Locations
Cabinet # Type Mile Marker Pg # Location
K035SBCA-36 Bandwidth 230.93 36 Off ramp SB 35 to Metcalf up hill
K035SBCA_26 Bandwidth 228.6 27 On ramp from SMP to SB I-35
K435EBCA-27 Bandwidth 77 75 Off ramp to Roe from EB 435 RT.
M435EBCA-04 Bandwidth 16.82 186 On ramp to EB 435 from Wornall
M435SBCA-02 Bandwidth 68.8 208 SB 435 South of Gregory @ DMS/guardrail
M035NBCA-09 Bandwidth 2 93 NB 35 Just before 14th on rt. Sharp turn off
M035NBCA-16 Bandwidth 1.2 120 Of ramp From WB 70/35 to Admiral
M070EBCA-43 Bandwidth 7.8 143 Off ramp to Manchester, @ Camera
M070EBCA-73 Bandwidth 15.16 I 25 Off ramp to SB 291 / 470 left
M070WBCA-84 Aggregator 20 I 65 On ramp to WB 70 from 7 Hwy Rt.
M070WBCA-29 Bandwidth 4.6 131 On ramp from 18th to WB 70 RT. Cross ramp
K635NBCA-12 Bandwidth 4.5 30 I-635 NB under 70 wb to 635 sb
M029SBCA-01 Bandwidth 0.6 I-29 Northwest of the I-35 Split
Lenexa POP
M029SBCA-34 Bandwidth 16.8 8 I-29 at I-435
M035SBCA-46 Bandwidth 23 Ramp I-435 N to I-35 S
Bonner Springs Office
DTI Re-Gen Building
Drews I-70 projects plan sheet #;s
KDOT I-635 Project plan sheet #'s
MoDOT Job J4Q1767B
KDOT Construction Ofc.
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 44
ATTACHMENT A
SIGNATURE AND IDENTITY OF BIDDER
The undersigned states that the correct LEGAL NAME and ADDRESS of (1) the individual Bidder, (2)
each partner or joint venture (whether individuals or corporations, and whether doing business under a fictitious
name), or (3) the corporation (with the state in which it is incorporated) are shown below; that (if not signing with
the intention of binding himself to become the responsible and sole contractor) he is the agent of, and duly
authorized in writing to sign for the Bidder or Bidders; and that he is signing and executing this (as indicated in the
proper spaces below) as the proposal of a
( ) sole individual ( ) partnership ( ) joint venture
( ) corporation, incorporated under laws of state of ____________________________________________
Dated: __________________________
Name of individual, all partners,
or joint ventures: Address of each:
___________________________________ _________________________________________________
___________________________________ _________________________________________________
___________________________________ _________________________________________________
___________________________________ _________________________________________________
___________________________________ _________________________________________________
doing business under the name of:
Address of principal place of business in Missouri
___________________________________ __________________________________________________
(If using a fictitious name, show
this name above in addition
to legal names)
___________________________________ __________________________________________________
(If a corporation, show its name above)
ATTEST: (SEAL)
___________________________________ __________________________________________________
Secretary Title
(NOTE: If the Bidder is doing business under a FICTITIOUS NAME, the Proposal shall be executed in the legal name of the
individual, partners, joint ventures, or corporation, with the legal address shown, and REGISTRATION OF FICTITIOUS NAME
filed with the Secretary of
State, as required by Sections 417.200 to 417.230, RS Mo. If the Bidder is a CORPORATION NOT ORGANIZED UNDER
THE LAWS OF MISSOURI, it shall procure a CERTIFICATE OF AUTHORITY TO DO BUSINESS IN MISSOURI, as
required by Section 351.570 and following, RS Mo. A CERTIFIED COPY of such Registration of Fictitious Name or Certificate
of Authority to do Business in Missouri shall be filed with the Missouri Highways and Transportation Commission, as required
by the Standard specifications, Sec 102.6.6 and 102.6.7.
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 45
ATTACHMENT B
ANNUAL WORKER ELIGIBILITY VERIFICATION AFFIDAVIT
(for joint ventures, a separate affidavit is required for each business entity)
STATE OF ________________ ) ) ss
COUNTY OF ________________ )
On the _____ day of _______________, 20____, before me appeared ____________________________,
personally known to me or proved to me on the basis of satisfactory evidence to be a person whose name is
subscribed to this affidavit, who being by me duly sworn, stated as follows:
I, the Affiant, am of sound mind, capable of making this affidavit, and personally certify the facts
herein stated, as required by Section 285.530, RSMo, to enter into any contract agreement with the state to perform
any job, task, employment, labor, personal services, or any other activity for which compensation is provided,
expected, or due, including but not limited to all activities conducted by business entities.
I, the Affiant, am the _____________________ of _________________________________, and
I am duly authorized, directed, and/or empowered to act officially and properly on behalf of this business entity.
I, the Affiant, hereby affirm and warrant that the aforementioned business entity is enrolled in a
federal work authorization program operated by the United States Department of Homeland Security, and the
aforementioned business entity shall participate in said program to verify the employment eligibility of newly hired
employees working in connection with any services contracted by the Missouri Highways and Transportation
Commission (MHTC). I have attached documentation to this affidavit to evidence enrollment/participation by the
aforementioned business entity in a federal work authorization program, as required by Section 285.530, RSMo.
I, the Affiant, also hereby affirm and warrant that the aforementioned business entity does not and
shall not knowingly employ, in connection with any services contracted by MHTC, any alien who does not have the
legal right or authorization under federal law to work in the United States, as defined in 8 U.S.C. § 1324a(h)(3).
I, the Affiant, am aware and recognize that, unless certain contract and affidavit conditions are
satisfied pursuant to Section 285.530, RSMo, the aforementioned business entity may be held liable under Sections
285.525 though 285.550, RSMo, for subcontractors that knowingly employ or continue to employ any unauthorized
alien to work within the state of Missouri.
I, the Affiant, acknowledge that I am signing this affidavit as a free act and deed of the
aforementioned business entity and not under duress.
__________________________________
Affiant Signature
Subscribed and sworn to before me in __________________, _____, the day and year first above-written.
__________________________________ Notary Public
My commission expires:
[documentation of enrollment/participation in a federal work authorization program attached]
title business name
city (or county) state
Affiant name
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 46
ATTACHMENT C
APPLICANT AFFIDAVIT FOR SOLE-PROPRIETORSHIP OR PARTNERSHIP
(a separate affidavit is required for each owner and general partner)
STATE OF ________________ )
) ss
COUNTY OF ________________ )
On this _______ day of _____________________, 20_____, before me appeared
_________________________________, personally known to me or proved to me on the basis of satisfactory
evidence to be the person whose name is subscribed to the within instruments, who being by me duly sworn,
deposed as follows:
- My name is __________________________________, and I am of sound mind, capable of
making this affidavit, and personally certify the facts herein stated, as required by Section 208.009, RSMo, for
failure to provide affirmative proof of lawful presence in the United States of America:
I am the _______________ of ______________________________, which is applying for a public
benefit (grant, contract, and/or loan) administered/provided by the Missouri Highways and Transportation
Commission (MHTC), acting by and through the Missouri Department of Transportation (MoDOT).
I am classified by the United States of America as: (check the applicable box)
□ a United States citizen. □ an alien lawfully admitted for permanent residence.
I am aware that Missouri law provides that any person who obtains any public benefit by means of a willfully false
statement or representation, or by willful concealment or failure to report any fact or event required to be reported,
or by other fraudulent device, shall be guilty of the crime of stealing pursuant to Section 570.030, RSMo, which is a
Class C felony for stolen public benefits valued between $500 and $25,000 (punishable by a term of imprisonment
not to exceed 7 years and/or a fine not more than $5,000 – Sections 558.011 and 560.011, RSMo), and is a Class B
felony for stolen public benefits valued at $25,000 or more (punishable by a term of imprisonment not less than 5
years and not to exceed 15 years – Section 558.011, RSMo).
I recognize that, upon proper submission of this sworn affidavit, I will only be eligible for temporary public
benefits until such time as my lawful presence in the United States is determined, or as otherwise provided by
Section 208.009, RSMo.
I understand that Missouri law requires MHTC/MoDOT to provide assistance in obtaining appropriate
documentation to prove citizenship or lawful presence in the United States, and I agree to submit any requests for
such assistance to MHTC/MoDOT in writing.
I acknowledge that I am signing this affidavit as a free act and deed and not under duress.
__________________________________ __________________________________
Affiant Signature Affiant’s Social Security Number or
Applicable Federal Identification Number
Subscribed and sworn to before me this _________ day of ______________________, 20_____.
__________________________________
Notary Public My commission expires:
owner or partner business name
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 47
ATTACHMENT D
ANTI-COLLUSION STATEMENT
STATE OF ____________________)
) SS
COUNTY OF ____________________)
________________________________________________________________________
____________________________________________________________being first duly sworn,
deposes and says that he is ______________________________________________________
Title of Person Signing
of____________________________________________________________________________
______________________________________________________________________________
Name of Bidder
that all statements made and facts set out in the bid for the above project are true and correct; and that the
bidder (The person, firm, association, or corporation making said bid) has not, either directly or indirectly,
entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free
competitive bidding in connection with such bid or any contract which may result from its acceptance.
Affiant further certifies that bidder is not financially interested in, or financially affiliated with, any other
bidder for the above project.
By___________________________________
By___________________________________
By___________________________________
Sworn to before me this ________day of _________________________ 20___
______________________________________
Notary Public
My Commission Expires_____________
KANSAS CITY SCOUT HARDWARE MAINTENANCE SERVICES
RFP KC-P13-001 Page 48
ATTACHMENT E
Kansas City Scout Hardware Maintenance Services KC-P13-001
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we____________________________________
_____________________________________________________________________________, as Principal and__________________________________________, as Surety are held and firmly bound
unto the STATE OF MISSOURI (acting by and through the Missouri Highways and Transportation
Commission) in the penal sum of:
____________________________________________________________________________ Dollars
($_________________) to be paid to the State of Missouri or to the Missouri Highways and
Transportation Commission, to be credited to the State Road Fund, the Principal and Surety binding
themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by
these presents.
Sealed with our seals and dated this __________________________________
THE CONDITION OF THIS OBLIGATION is such that:
WHEREAS, the Principal is submitting herewith a bid to the Missouri Highways and Transportation
Commission for furnishing Kansas City Scout Hardware Maintenance Services as set out in the bid to
which this bond is attached.
NOW THEREFORE, if the Missouri Highways and Transportation Commission shall accept the bid of
the Principal and if said Principal shall properly execute and deliver to the Missouri Highways and
Transportation Commission the contract and contract bond in compliance with the requirements of the
proposal, the specifications and the provisions of law, to the satisfaction of the Highways and
Transportation Commission, then this obligation shall be void and of no effect, otherwise to remain in full
force and effect.
In the event the said Principal shall, in the judgment of the Missouri Highways and Transportation
Commission, fail to comply with any requirement as set forth in the preceding paragraph, then the State
of Missouri acting through the Missouri Highways and Transportation Commission shall immediately and
forthwith be entitled to recover the full penal sum above set out, together with court costs, attorney’s fees
and any other expense of recovery.
(SEAL) ____________________________________________
Principal
By ________________________________________
Signature
(SEAL) ____________________________________________
Surety
By ____________________________________________
Attorney-in-Fact
NOTE: This bond must be executed by the PRINCIPAL and by a CORPORATE SURETY authorized to conduct
surety business in the State of Missouri.