Advanced Traffic Signal Controller Cabinet Assemblies

expired opportunity(Expired)
From: Madison(County)
2022-01

Basic Details

started - 12 Jan, 2022 (about 2 years ago)

Start Date

12 Jan, 2022 (about 2 years ago)
due - 27 Jan, 2022 (about 2 years ago)

Due Date

27 Jan, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
2022-01

Identifier

2022-01
Finance Department

Customer / Agency

Finance Department
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

MADISON COUNTY COMMISSION Finance Department 100 Northside Square Room 700 Huntsville, AL 35801 INVITATION TO BID Bid Issue Date Bid Number Bid Title Bid Opening Date and Time 01/10/2022 2022-01 Advanced Traffic Signal Controller Cabinet Assemblies 01/27/2022 12:00 PM Please submit a sealed bid of the items listed herein (faxed bids will not be accepted). Bid submissions shall be addressed to Madison County Purchasing; 100 Northside Square,7th Floor; Huntsville, AL 35801. Bids will be accepted until the date and time shown above, at which time the bids will be publicly opened and read. The Madison County Commission reserves the right to award this bid on an all-or-none or item by item basis, to refuse all bids, and to waive technicalities. Technical questions should be directed to Jose Gonzalez at jgonzalez@madisoncountyal.gov. Procurement questions should be directed to Jennie Weatherly at
href="mailto:jweatherly@madisoncountyal.gov">jweatherly@madisoncountyal.gov. Vendor Name must show on envelope along with the bid number and opening date. Each numbered bid must be in a separate envelope. All documents submitted to Madison County will be subject to Alabama's Open Records Laws (Code of Alabama, Title 36-12-40 and 41, as last amended). Due to the provisions of the Open Records Laws and the Competitive Bid Laws, the Madison County Commission cannot assure any Bidder that any information submitted with the bid, even though marked "Proprietary" will not be open to public inspection and copying. Terms of payment _____________________ I hereby affirm that I have not been in any agreement or collusion among vendors or prospective vendors in restraint of freedom of competition, by agreement to bid at a fixed price or to refrain from bidding, or otherwise. COMPANY NAME: __________________________________ THIS BID MUST BE NOTARIZED. SIGNATURE NAME: ________________________________ PRINT NAME: ______________________________________ STREET ADDRESS: _________________________________ CITY: _________________STATE: ______ ZIP CODE: _____ PHONE #: ____________________ FAX #: _______________ EMAIL ADDRESS: __________________________________ FEDERAL ID #: ______________________________________ Subscribed and sworn to before Me this______________ day of __________________20_____. ___________________________ Notary Public Jennie Weatherly Procurement Specialist Madison County Commission Awarding Authority Date: 01/10/2022 i TABLE OF CONTENTS SCOPE OF WORK .......................................................................................................... 1-1 SCOPE OF WORK SUMMARY. ....................................................................... 1-1 CONTACT INFORMATION .............................................................................. 1-1 GENERAL TERMS AND CONDITIONS ..................................................................... 2-1 INTERPRETATIONS. ........................................................................................ 2-1 ADDENDA .......................................................................................................... 2-1 SPECIFICATIONS .............................................................................................. 2-1 BID AWARD....................................................................................................... 2-1 CONTRACT ASSIGNMENT ............................................................................. 2-1 BID EVALUATION ............................................................................................ 2-2 LOCAL PREFERENCE. ..................................................................................... 2-2 CONTRACT TERM. ........................................................................................... 2-2 BID OPENINGS. ................................................................................................. 2-2 INVOICING. ....................................................................................................... 2-2 INSURANCE REQUIREMENTS. ...................................................................... 2-3 HOLD HARMLESS. ........................................................................................... 2-4 ALABAMA IMMIGRATION LAW COMPLIANCE. ...................................... 2-4 ANTI-BOYCOTT. ............................................................................................... 2-5 EQUAL OPPORTUNITY. .................................................................................. 2-5 TERMINATION. ................................................................................................. 2-5 BIDDER INSTRUCTIONS ............................................................................................. 3-1 SUBMISSION OF BIDS. .................................................................................... 3-1 LATE BIDS. ........................................................................................................ 3-1 BID PREPARATIONS EXPENSES. .................................................................. 3-1 RIGHT TO REJECT BIDS. ................................................................................. 3-2 SCOPE OF WORK AND RELATED INFORMATION ................................................ 4-1 SCOPE OF SERVICES ....................................................................................... 4-1 PRICING.............................................................................................................. 4-1 DEFECTIVE AND/OR FAULTY WORK. ........................................................ 4-1 CERTIFICATIONS, LICENSES, AND PERMITS ............................................ 4-1 A.1 SPECFICATIONS AND COST SHEET .............................................................................1 ii A.2 UNAUTHORIZED ALIENS AFFIDAVIT .........................................................................2 A.3 SWORN AFFIDAVIT OF EMPLOYER REGARDING UNATHORIZED ALIENS ........3 A.4. SWORN AFFIDAVIT OF SUBCONTRACTOR REGARDING UNATHORZIED ALIENS ...............................................................................................................................4 1-1 SCOPE OF WORK SCOPE OF WORK SUMMARY. Madison County is requesting bids for advanced traffic signal controller cabinet assemblies for the Public Works Department. CONTACT INFORMATION All technical questions regarding this invitation to bid must be directed to the contact listed on the Invitation to Bid. Procurement questions regarding this bid should be directed to Jennie Weatherly at: jweatherly@madisoncountyal.gov 2-1 GENERAL TERMS AND CONDITIONS INTERPRETATIONS. The County will not be responsible for the Bidder’s misunderstanding of the scope of work or any terms and conditions of this invitation to bid. The County will not be responsible for oral interpretations of this ITB. Bidder’s questions and/or comments concerning lack of clarity, defects and questionable or objectionable material in the ITB must be submitted in writing to the contacts noted in section 1.2. ADDENDA Bidders must periodically check the Madison County website for any addenda issued for this procurement. Madison County will not be responsible for a bidder's failure to acquire any addenda issued. All bidders will be responsible for downloading any addenda at www.madisoncountyal.gov Bidder shall acknowledge receipt of all addenda in the space provided on the Bidder Pricing Form (Appendix A.1). Failure to acknowledge receipt of addenda shall not relieve Bidder of full responsibility for all requirements contained in addenda. SPECIFICATIONS The specifications are provided to potential bidders as guidelines that describe the type and quality of the commodities being procured. The name of a certain brand, make, model, or manufacturer is to denote desired quality. Equivalent brands, makes, models, or manufacturers will be considered. The Bidder shall list in detail all deviations from the specifications on the Bid Form. All deviations must meet or exceed those specified. Madison County reserves the right to determine suitability of proposed alternates. It will be assumed that all bids are based upon the specifications unless the Bidder stipulates to the contrary on the Bid form, in which case, the Bidder shall point out in detail all deviations from the specifications. BID AWARD The County reserves right to award this bid on an all-or-none or item by item basis, to refuse all bids, and to waive technicalities. The County may award on an individual category basis as listed in the Bid Form, all-or-none or item by item basis, whichever is deemed to be in the best interest of Madison County. The successful vendor will receive written notification of award upon approval of the Madison County Commission. Madison County will notify bidder(s) about the need to execute contract documents and provide other documentation as needed or required. These bid documents, terms and conditions, and all requirements specified herein will contractually become part of any award made as a result of this solicitation. CONTRACT ASSIGNMENT No assignment of any Contract resulting from this Invitation to Bid shall occur without written 2-2 consent from Madison County Commission. Acceptance of any subcontractor by Madison County shall not release any responsibility and or liability under the Contract. BID EVALUATION Bids will be awarded to the lowest responsible bidder. This determination may involve all or some of the following factors: price, conformity to specifications, availability of repair parts, delivery or turnaround times, ability to meet timeframes established by Madison County, and compatibility as required. Orders will be placed by issuance of a purchase order against the awarded bid which serves as the awarded bidder’s authorization. LOCAL PREFERENCE. The County may choose to utilize a local preference for the award of a contract for items of personal property or services as provided by and in accordance with §41-16-50 of the Code of Alabama (1975). A local preference is not applicable to the award of a contract funded by federal grant. CONTRACT TERM. The bid will be awarded for a one (1) year period with the condition that Madison County and the successful vendor may mutually option to extend the bid award for two (2) additional and consecutive one (1) year periods BID OPENINGS. All bid openings are open to the public and will be held at the Madison County Courthouse, Purchasing Department, 100 Northside Square, 7th Floor, Huntsville, AL 35801 on the date and time specified on the cover of this invitation to bid. INVOICING. All invoices submitted to Madison County as a result of this bid must include the following: Company Name and Address Order number, quantity of items purchased, quantity of items shipped, description of items shipped and item price on all invoices Total Invoice Amount The Bid Number (2022-01) Invoices shall not include any fees, warranties, and charges other than the prices or labor rates quoted in the bidder pricing form (Appendix A.1). No surcharges (i.e., fuel surcharges, restocking, etc.) shall be added to invoices submitted to Madison County. Bid pricing submitted shall include all fees. Madison County reviews each invoice prior to submitting invoices to the Accounts Payable department for payment. Invoices that do not include the above information may be returned to the awarded vendor for correction. Madison County must be able to verify that the products or services are invoiced at contractual bid pricing. 2-3 INSURANCE REQUIREMENTS. The Bidder/consultant shall carry insurance of the following kinds and amounts in addition to any other forms of insurance or bonds required under the terms of the bid specifications. General Liability Coverage and Owners Contractors Protective Insurance should be written by the same insurance company: A. MINIMUM SCOPE OF INSURANCE: 1. General Liability: Insurance will be written on an occurrence basis. Claims-made coverage will be accepted only on an exception basis after Madison County’s approval. Commercial General Liability: Products and Completed Operations Contractual Personal Injury Explosion Collapse and Underground Broad Form Property Damage 2. Automobile Liability: Business Automobile Liability providing coverage for all owned, hired and non- owned autos. Coverage for loading and unloading shall be provided under either automobile liability or general liability policy forms. 3. Workers’ Compensation: Statutory protection against bodily injury, sickness or disease or death sustained by an employee in the scope of employment. Protection shall be provided by a commercial insurance company, or a recognized self-insurance fund authorized before the State of Alabama Industrial Board of Relations. 4. Employers Liability: Covering common law claims of injured employees made in lieu of or in addition to a worker's compensation claim. B. MINIMUM LIMITS OF INSURANCE. 1. General Liability: Commercial General Liability on an "occurrence form" for bodily injury and property damage: $ 1,000,000 General Aggregate Limit $ 1,000,000 Products – Completed Operations Aggregate $ 1,000,000 Personal & Advertising Injury $ 1,000,000 Each Occurrence 2. Automobile Liability: $ 1,000,000 Combined Single Limit per accident for bodily injury and property damage. 3. Workers’ Compensation: As required by the State of Alabama Statute. 2-4 4. Employers Liability: $ 1,000,000 Bodily Injury by Accident or Disease $ 1,000,000 Policy Limit by Disease C. VERIFICATION OF COVERAGE. Madison County shall be indicated as a certificate holder, and the bidder shall provide Madison County with Certificates of Insurance reflecting the coverage required by this document. HOLD HARMLESS. The Bidder agrees that they shall indemnify, defend and hold Madison County and Madison County’s officials, agents, employees, contractors and other representatives (“The Indemnified Parties”) harmless from and against any and all liabilities, penalties, fines, forfeitures, demands, claims, causes of action, suits, and the costs and expenses incidental thereto (including but not limited to reasonable attorneys’ fees), asserted against or incurred by any of the Indemnified Parties which is directly or indirectly caused, in whole or in part, by, or arises out of, or is related to or in any connection to the requirements of any agreement resulting from this invitation to bid. ALABAMA IMMIGRATION LAW COMPLIANCE. Contractor agrees that it will fully comply with the Immigration Reform and Control Act of 1986, as amended, and the Beason-Hammon Alabama Taxpayer and Citizen Protection Act, as amended, which makes it unlawful for an employer in Alabama to knowingly hire or continue to employ an alien who is or has become unauthorized with respect to such employment or to fail to comply with the I-9 requirements or fails to use E-Verify to verify the eligibility to legally work in the United States for all of its new hires who are employed to work in the State of Alabama. Without limiting the foregoing, Consultant shall not knowingly employ, hire for employment, or continue to employ an unauthorized alien. Contractor shall also enroll in the E-Verify Program prior to performing any work, or continuing to perform any ongoing work, shall remain enrolled throughout the entire course of its performance hereunder, shall supply to the County a copy of its E-Verify Memorandum of Understanding and such other documentation as the County may require to confirm Contractor's enrollment in the E- Verify Program and shall allow the County to inspect its records to confirm such compliance. Contractor agrees that it shall not knowingly allow any of its suppliers, or any other party with whom it has a contract, to employ in the State of Alabama any illegal or undocumented aliens to perform any work in connection with the Project and shall include in all of its contracts a provision substantially similar to this paragraph. If Contractor receives actual knowledge of the unauthorized status of one of its employees in the State of Alabama, it will remove that employee from the project, jobsite or premises of the County and shall comply with the immigration Reform and Control Act of 1986, as amended by the Immigration Act of 1990, and the Beason-Hammon Alabama Taxpayer and Citizen Protection Act, as amended. Contractor shall require each of its suppliers, or other parties with whom it has a contract, to act in a similar fashion. If Contractor violates any term of this provision, this Agreement will be subject to immediate termination by the County. 2-5 To the fullest extent permitted by law, Contractor shall defend, indemnify, and hold harmless the County from any and all losses, consequential damages, expenses (including, but not limited to, attorneys' fees), claims, suits, liabilities, fines, penalties and any other costs arising out of or in any way related to Contractor's failure to fulfill its obligations contained in this paragraph. The following language is required by Code of Alabama, § 31- 13-9(k) (1975) to be placed in all contracts covered by the Act: "By signing this contract, the contracting parties affirm, for the duration of the agreement, that they will not violate federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the state of Alabama. Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting therefrom." ANTI-BOYCOTT. As required by Alabama Act No. 2016-312, Contractor represents that it is not currently engaged in, and will not engage in, the boycott of a person or an entity based in or doing business with a jurisdiction with which the State of Alabama can enjoy open trade. EQUAL OPPORTUNITY. Madison County provides equal opportunities for all businesses and does not discriminate against any Bidder on the basis of race, color, religion, sex, national and ethnic origin, age, disability, political affiliation, or any other characteristic protected by law. TERMINATION. The County reserves the right to terminate, without cause, any award made as a result of this Bid solicitation by providing a thirty (30) day letter of cancellation notification. 3-1 BIDDER INSTRUCTIONS SUBMISSION OF BIDS. Sealed bids must be clearly marked with the Vendor Name, bid number, and opening date. Each numbered bid must be in a separate envelope. The bid must be received by the bid opening date and time specified on the cover page of this invitation to bid. The submissions shall be addressed to Madison County Purchasing; 100 Northside Square,7th Floor; Huntsville, AL 35801. Bidders must submit an original and one (1) copy of its bid. Incomplete and/or irregular bids may be subject to rejection. No oral, telephonic, facsimile, e-mailed modifications or alternate bids will be considered. Bids from firms, individuals, or the same owners of separate companies submitting more than one bid will not be considered. The following forms must be submitted with the bid package: 1. Invitation to Bid Response Form (included in bid packet)- must be completed in its entirety, signed by an authorized agent of the company and notarized. Bid forms that are not signed will be disqualified. All submissions must be printed or written in ink. 2. Business License – a copy of a current City of Huntsville business and Madison County Business License, if required by law, and shall be current on payment of all city and county sales taxes. If vendor is not required to have a City of Huntsville Business License or a Madison County Business License, vendor must specify why a license is not required. 3. Unauthorized Aliens Affidavit (included in bid packet) 4. Sworn Affidavit of Employer Regarding Unauthorized Aliens (included in bid packet) 5. Sworn Affidavit of Subcontractor Regarding Unauthorized Aliens (included in bid packet) 6. E-Verify Memorandum of Understanding (This is provided at the time of which the vendor enrolled/will enroll in the E-Verify Program on the E-Verify website) 7. Certificate of Insurance 8. Completed W-9 LATE BIDS. The County will not be responsible in the event the U.S. Postal Service, or any other courier system fails to deliver the bid response by the deadline stated in the bid request. Any bid received after the opening date and time will not be considered. BID PREPARATIONS EXPENSES. Bidders are responsible for all bid preparation expenses incurred in the development and submission of their bids. The County assumes no obligation for any expenses incurred by the 3-2 Bidder as a result of the issuance of this ITB, the preparation or submission of a bid, the evaluation of a bid, or the selection of the successful Bidder(s). RIGHT TO REJECT BIDS. The County reserves the right to reject any part of any Bid, to waive minor defects or technicalities, or to refuse all bids, as deemed necessary and in the best interest of the County. Bidders must comply with all the terms of the ITB and all applicable local, state and federal laws, codes and regulations. If a Bidder does not comply with the requirements of this bid solicitation, the County may determine the Bidder to be non-responsive and may reject the Bid. A bid that is not accompanied by data required by the Bid Documents, or a bid which is in any way incomplete, may be rejected. Any bid which contains any uninitiated alterations or erasures, or any bid which contains any additions, alternate bids, or conditions not called for, or any other irregularities of any kind, will be subject to rejection. Bids may also be rejected for any of (but not limited to) the following causes: A. Failure to utilize bid forms provided by Madison County. B. Failure of enrollment of E-Verify and required documentation. C. Lack of signature on all notarized document(s) by authorized representative on the bid forms. D. Failure to properly complete the bid. E. Evidence of collusion among bidders. F. Unauthorized alteration of bid/proposal form. G. Failure to submit other forms and documents as required. 4-1 SCOPE OF WORK AND RELATED INFORMATION SCOPE OF SERVICES Provide advanced traffic signal controller cabinet assemblies for the Madison County Public Works Department. See Appendix A.1 for detailed Specifications. PRICING See Appendix A.1 for Bidders Pricing Form. DEFECTIVE AND/OR FAULTY WORK. The satisfactory performance and completion of the work is the obligation of the awarded vendor. Any work deemed to be defective or faulty, whether the result of poor workmanship, use of improper or defective materials, damage through improper use or placement, or any other cause, will not be accepted. Payment shall not be made for faulty or defective work until such work has been removed corrected in a manner and form satisfactory to the County and in accordance with the bid documents. The vendor shall, at no cost to the County, promptly replace all defective materials or equipment, and shall correct all faulty workmanship. CERTIFICATIONS, LICENSES, AND PERMITS The awarded vendor shall possess all licensure and permits as required by the Federal, State, County and City governments. . A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1 ADVANCED TRAFFIC SIGNAL CONTROLLER CABINET ASSEMBLIES The following specifications are being provided to potential bidders as guidelines, which describe the type and quality of equipment and/or material Madison County intends to purchase. The bidder must indicate compliance or list exception to each specification item for consideration and/or acceptance. Failure to comply with this provision may result in rejection of the bid. 1. GENERAL REQUIREMENTS 1.1. All Equipment must be new and meet the following standards: Underwriters Laboratory Incorporated (UL) Electronic Industries Association (EIA) National Electric Code (NEC) American Society of Testing and Materials (ASTM) American National Standards Institute (ANSI) International Municipal Signal Association (IMSA) National Electrical Manufacturers Association (NEMA) Applicable Standards Specifications and Regulations of the: Alabama Department of Transportation Construction Bureau 1409 Coliseum Boulevard Montgomery, AL 36130 1.2.1 All Advanced Traffic Signal Controller Cabinet Assemblies (“Cabinets”) and specified additional components shall conform to the California Department of Transportation’s “Traffic Signal Control Equipment Specifications” (“CALTRANS Specifications”) in effect on the date of this advertisement. 2. CABINET ASSEMBLY CONFIGURATION 2.1. Cabinet Assemblies to be supplied shall be Model 332A (Panel Termination Option), and Model 336S (“Stretch”), per CALTRANS Specifications, except as supplemented herein. A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-1 2.2. Cabinet assemblies shall include the following additional components in the cabinet at the time 336S (“Stretch”), per CALTRANS Specifications, except as supplemented herein. 2.2.1 Model 332A Cabinet Assembly 2.2.1.1. One (1) each model Econolite Cobalt Rack Mount Controller 2.2.1.2. One (1) each Model 2010 (ECL or equivalent) Conflict Monitor 2.2.1.3. Four (4) each flash transfer relays 2.2.1.4. Two (2) each Model 204 Flashers 2.2.1.5. Eight (8) each Model 200 Switch Pack 2.2.1.6. One (1) each Model 242 DC Isolator in Slot 14 of Upper Input File 2.2.1.7. Lower Input field termination panel 2.2.1.8. One (1) each Model 420 Auxiliary Output File 2.2.2 Model 336S (“Stretch”) Cabinet Assembly 2.2.2.1. One (1) each Model Econolite Cobalt Rack Mount Controller 2.2.2.2. One (1) each Model 2010 (ECL or equivalent) Conflict Monitor 2.2.2.3. Four (4) each Flash Transfer relays 2.2.2.4. Two (2) each Model 204 Flashers 2.2.2.5. Eight (8) each Model 200 Switch Pack 2.2.2.6. One (1) each Model 242 DC Isolator in Slot 14 of Input File 2.2.2.7. One (I) each aluminum cover plate for cabinet bottom (pole mount only) 2.2.2.8. Two (2) each exterior pole-mounting brackets 3. BID PRICING 3.1 Bid Pricing shall be provided by the bidder for the following cabinet assemblies: 3.1.1 Model 332A (priced per each) 3.1.2 Model 336S (priced per each) 3.2 Bid Pricing shall be provided be the bidder for the following individual components: 3.2.1 Model 170 E Controller (includes 412C Program Module) (priced per each) 3.2.2 Model 2010 Conflict Monitor (priced per each) 3.3 “Lowest bid” is defined as the bid with the lowest overall price based upon the estimated quantities. A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-2 3.4 Award will be made to the lowest bid that satisfies the requirements described below in Sections 4,5,6,7,8, and 9. 4. DELIVERY SCHEDULE/QUANTITY 4.1. Cabinet assembly hardware shall be fabricated and shipped such that receipt by Madison County is no later than 30 days ARO 4.2. Once award is selected, for each order placement, the supplier will be required to via a written commitment to the County, stating that the order will be processed within the time outlined in requirement 4.1. If the supplier is unwilling or unable to make this written commitment, the County reserves the right to select the next lowest responsible bidder for that order. 5. CABINET ASSEMBLY ELETRICAL REQUIREMENTS 5.1 Upon leaving any cabinet switch or conflict monitor-initiated flashing operation, the controller shall start in the programmed start-up phases and start-up interval. 5.2 Two (2) sets of non-fading cabinet wiring diagrams and schematics shall be provided, in a paper envelope or container and placed in the cabinet drawer. 5.3 Moisture-resistant coating shall be provided on all circuit boards. 5.4 Surge suppression shall be provided in the cabinet for each type of cabinet device. Surge protection shall be provided for the full capacity of the cabinet input file. 5.5 Power line surge protectors shall be provided. They shall be two-stage devices that will allow connection of the radio frequency interference filter between the stages of the device. Sensitive electronics shall be protected with surge and spike suppression devices that comply with the following parameters: 5.5.1 A maximum continuous current of at least 10 A at 120 V shall be provided 5.5.2 A minimum of 20 peak surge current occurrences at 20,000 A shall be withstood, given an 8x20 microsecond waveform. 5.5.3 Maximum clamp voltage of 280 Vat 20,000 A shall be provided. 5.5.4 Nominal series inductance of 200 micro henrys shall be provided. 5.5.5 The following surge protection filtering shall be provided: A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-3 Frequency (Hz) Minimum Insertion Loss 60 0 10,000 30 50,000 55 100,000 50 500,000 50 2,000,000 60 5,000,000 40 10,000,000 20 20,000,000 25 5.6 One (1) 150LA20 MOV or equivalent protection shall be provided between each load switch field terminal and earth ground. 5.7 A terminal mounted loop surge suppressor device shall be provided for each set of loop terminals in the cabinet. For a 10x700 microsecond waveform, the device shall withstand a minimum of 25 peak surge current occurrences at 100 A, in both differential and common modes. Maximum break over voltage shall be 170 V and maximum on-state clamping voltage shall be 40 V. A maximum response time of less than 5 nanoseconds shall be provided. Off-state leakage current shall be Jess than 10 Microamperes. A nominal capacitance of less than 220 Pico farads shall be provided, for both differential and common modes. 5.8 Surge suppression shall be provided on each communications line entering or leaving the cabinet. The communications surge suppressor shall be capable of withstanding at least 80 occurrences of an 8x20 microsecond waveform at 2000 A and a 10x700 microsecond waveform at 400 A. The maximum clamping voltage shall be suited to the protected equipment. 'Maximum response time shall be less than I nanosecond. Nominal capacitance shall be less than 1500 Pico farads and series resistance shall be less than 15 ohms. 5.9 Surge suppression shall be provided on each DC input channel in the cabinet. DC input channel surge suppressor shall be capable of withstanding a peak surge current of at least 10,000 A in the form of an 8x20 microsecond waveform and at least 100 occurrences of an 8x20 microsecond waveform at 2000 A. Maximum clamping voltage shall be 30 V. A maximum response time of less than 1 nanosecond shall be provided. A series resistance of less than 15 ohms per line shall be provided. 5.10 Protection for each preemption or 120 Yrms single-phase signal input shall be provided by an external stud-mounted surge protector. A minimum stud size of 1 /3 inch shall be provided. Minimum Number 14 A WG wire leads with 1-foot minimum lengths shall be provided. Peak surge trip point shall be less than 890 V nominal for a 600 V rise per microsecond impulse, and 950 V nominal for a 3000 V per microsecond rise impulse. Maximum surge response time shall be less than A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-4 200 nanoseconds at 10 kV per microsecond. The AC isolation channel surge suppressor shall withstand at least 25 occul1'ences of an 8x20 waveform of 10,000 A and a peak single pulse 8x20 microsecond waveform of 20,000 A. A maximum clamping voltage of 30 V shall be provided. Maximum response time shall be less than I nanosecond. The discharge voltage shall be under 200 V at 1000 A and the insulation resistance shall be I 00 mega ohms. The absolute maximum operating line current shall be I A at 120 Vrms. 5.11 Conductors shall be provided for surge protection wiring that are of sufficient size to withstand maximum over currents which might occur before protective device thresholds are attained and current flow is interrupted. 5.12 A fluorescent lighting fixture shall be furnished in the rear across the top of the cabinet and another fluorescent lighting fixture shall be furnished in the front across the top of the cabinet. The fixtures shall provide sufficient light to illuminate all te1minals, labels, switches, and devices in the cabinet. The fixtures shall be conveniently located so that they do not interfere with a technician's ability to perform work on any devices or terminals in the cabinet. A protective diffuser shall be provided to cover exposed bulbs. Bulbs shall be furnished with the cabinet. Door switch actuation shall be provided for the fixtures. 5.13 A police panel shall be furnished with a police panel door. Police panel door shall permit access to the police panel when the main door is closed. Rainwater shall not be permitted to enter the cabinet when the police panel door is open. The police panel door shall be hinged on the right side as viewed from the front. A police panel door lock shall be provided that is keyed to a standard police/fire call box key. 5.14 Cabinet shall be furnished with a connector and terminal assembly designated as P20 (Magnum part number 722120 or equivalent) for monitoring the absence of any valid AC+ signal display (defined here as red, yellow, or green) input on any channel of the conflict monitor. Terminal shall be connected through a 3 Yi feet, 20-wire ribbon cable which mates on the other end to a connector (3M-3428-5302 or equivalent) installed in the front of the Type 2010 conflict monitor. The female connector, which mates with the connector on the conflict monitor, shall be "keyed" to ensure proper connection. The cabinet shall enter the flash mode if the ribbon cable is not properly connected. 5.15 A P20 connector and terminal assembly shall be provided that conforms to Los Angeles City DOT "Traffic Signal Specification DOT I 70 ATSAC Universal and Related Equipment #54-053-02" in effect on the date of this bid advertisement. 5.16 The ribbon cable shall be terminated al the P20 connector and terminal assembly. The P20 connector and mating ribbon cable connector shall be "keyed" to prevent the cable from being improperly installed. The P20 connector shall be wired to the traffic signal red displays to provide inputs to the conflict monitor as follows: A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-5 PIN # FUNCTION PIN # FUNCTION 1 Channel 15 Red 11 Channel 9 Red 2 Channel 16 Red 12 Channel 8 Red 3 Channel 14 Red 13 Channel 7 Red 4 GND 14 Channel 6 Red 5 Channel 13 RED 15 Channel 5 Red 6 Special Function 2 16 Channel 4 Red 7 Channel 12 red 17 Channel 3 Red 8 Special Function 1 18 Channel 2 Red 9 Channel 10 Red 19 Channel 1 Red 10 Channel 11 Red 20 Red Enable 5.17 A convenient means shall be provided to jumper 120 VAC from the signal load switch AC+ supply bus to any channel red input to the P20 connector in order to tie unused red inputs high. Easy access shall be provided to the jumper connecting te1minals on the back side of cabinet. The jumper terminals connecting to all 16 channels red inputs shall be located in the same terminal block. For each channel red input terminal, a companion terminal shall be provided supplying AC+ from the signal bus. 5.18 One of the following two methods shall be used for providing Signal AC+ to the channel red input: 5.18.1 A commercially available jumper plug shall be placed between the channel red input and its companion Signal Bus AC+ terminal. 5.18.2 A jumper wire shall be placed between a channel red input screw terminal and its companion Signal Bus AC+ screw terminal. 5.19 Connection between channel red input terminal and its companion Signal Bus AC+ terminal shall not require a wire greater than Y2 inch in length. 5.20 The Red Enable Monitor input shall be wired to the Signal Bus AC+ terminal TBOl-1. A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-6 5.21 Neither the Special Function 1 nor the Special Function 2 monitor input shall be connected to the red monitor card. 5.22 The removal of the P20 ribbon cable shall cause the monitor to recognize a latching fault condition and place the cabinet into flashing operation. This also shall be implemented in the conflict monitor software (Section 9). 5.23 Removal of the conflict monitor from the cabinet shall cause the cabinet to revert to flashing operation. 6. CABINET ASSEMBLY REQUIREMENTS 6.1 Cabinet Exterior shall have a bare aluminum finish. 6.2 Main cabinet door shall be equipped with locks that accept No. 2 Corbin keys. Two (2) sets of keys shall be provided with each cabinet. One (1) set of keys is defined as one (I) No. 2 key and one (1) police panel key. 6.3 Model 332A cabinet assemblies, unless otherwise specified, shall be equipped for base mounting. No additional mounting hardware is required in this case. 6.4 Model 336S cabinet assemblies, unless otherwise specified, shall be equipped for pole mounting, and shall be supplied with two (2) exterior pole mounting brackets that allow for mounting on steel, concrete, and timber poles, and one (I) aluminum cover plate for the cabinet bottom. 6.5 A surge protection panel shall be provided with sixteen (l 6) loop protection devices and designed to allow sufficient free space for wire connection/ disconnection and surge protection device replacement. Three (3) additional slots shall be protected with six (6) AC+ interconnect surge devices and two (2) slots shall be protected by four (4) DC surge protection devices. No protection devices shall be provided on Slot 14. 6.6 For pole-mounted cabinets, surge protection devices for the AC+ interconnect cable inputs, inductive loop detector inputs, and low voltage DC inputs, shall be mounted on a fold-down panel assembly on the rear side of the input files. The surge protection devices shall be fabricated from sturdy aluminum and shall incorporate a swing-down back panel to which the surge protection devices are attached. The swing-down panel shall be attached to the assembly using thumbscrews. The surge protection devices shall be mounted horizontally on the panel and soldered to the feed through terminals of four (4) 14-position te1minal blocks with #8 screws mounted on the other side. 6.7 For base-mounted cabinets, separate surge protection termination panels shall be attached to each side of the cabinet rack assembly. The surge protection termination panel for AC isolation devices shall be mounted on the same side of A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-7 the cabinet as the AC service inputs. The surge protection termination panel for DC terminals and loop detector terminals shall be installed on the opposite side of the cabinet from the AC service inputs. Each panel shall be attached to the rack assembly with bolts and shall be easily removable. The surge protection devices shall be mounted in horizontal rows on each panel and shall be soldered to the feed-through terminals of 14-position terminal blocks with #8 screws mounted on the other side. The terminals shall be wired to the rear of a standard input file, using spade lugs for input file protection. 6.8 Permanent labels shall be provided that indicate the slot and the pins connected to each terminal that may be viewed from the rear cabinet door. The terminals shall be labeled and oriented so that each pair of inputs is grouped and located together. The top row of terminals shall be connected to the upper slots and the bottom row of terminals is connected to the bottom slots. The slot number (1-14) and the terminal pins of the input slots (D & E for Upper; J & K for Lower) shall be indicated on the labeling. 6.9 All grounds from the surge protection shall be terminated on a l 5-position copper equipment ground bus attached to the rear swing-down panel. A Number 4 AWG green wire shall connect the surge protection panel assembly ground bus to the main cabinet equipment ground. A standard input file and surge protection panel assembly, which fit outside and behind the input file, shall be provided. The fold - down panel shall allow for easy removal of the input file without removing the surge protection panel assembly or its parts. 6.10 A minimum 14-inch X 16-inch pull-out, hinged top shelf located immediately below the controller mounting section of the cabinet. The shelf shall be designed to fully expose the table surface outside the controller at a height approximately even with the bottom of the controller. The shelf shall have a storage bin interior which is a minimum of 1 inch deep and approximately the same dimensions as the shelf. Access to the storage area shall be provided by lifting the hinged top of the shelf. The shelf and slide shall be fabricated from aluminum or stainless steel and the assembly shall be capable of supporting the Model 170E Controller plus 15 pounds of additional weight. The shelf shall have a locking mechanism to secure it in the fully extended position and that it does not inhibit the removal of the controller or removal of cards inside the controller when in the fully extended position. A locking mechanism shall be provided that is easily released when the shelf is to be returned to its non-use position directly under the controller. 7. CABINET ASSEMBLY DEFAULT INPUT FILE ASSIGNMENT 7.1 Default input file assignment for Model 332A Cabinet shall conform to the configuration in Table 7.1 below. 7.2 Default input file assignment for Model 336S Cabinet shall conform to the configuration in Table 7.2 below. Table 7.1 – Model 332A Input File Assignment U pp er In pu t F ile (I ) Slot 1 2 3 4 5 6 7 8 9 10 11 12 13 14 Type Det Det Det Det Det Det Det Det Det DC DC DC Channel 1 C1 Pin 56 39 63 47 58 41 65 49 60 80 67 68 81 Function Ph 1 Ph 2 Ph 2 Ph 2 Call Ph 3 Ph 4 Ph 4 Ph 4 Call Ph 1 Ph 2 Ped Ph 6 Ped Flash Field Term TB-2 1,2 TB-2 5,6 TB-2 9,10 TB-4 1,2 TB-4 5,6 TB-4 9,10 TB-6 1,2 TB-6 5,6 TB-6 9,10 TB-8 4,6 TB-8 7,9 NC Channel 2 C1 Pin 56 43 76 47 58 45 78 49 62 53 69 70 82 Function Ph 1 Ph 2 Ph 2 Ph 2 Call Ph 3 Ph 4 Ph 4 Ph 4 Call Ph 3 Ph 4 Ped Ph 8 Ped Stop Time Field Term TB-2 3,4 TB-2 7,8 TB-2 11,12 TB-4 3,4 TB-4 7,8 TB-4 11,12 TB-6 3,4 TB-6 7,8 TB-6 11,12 TB-8 5,6 TB-8 8,9 NC L ow er In pu t F ile (J ) Slot 1 2 3 4 5 6 7 8 9 10 11 12 13 14 Type Det Det Det Det Det Det Det Det Det DC DC DC Channel 1 C1 Pin 55 40 64 48 57 42 66 50 59 54 71 72 51 Function Ph 5 Ph 6 Ph 6 Ph 6 Call Ph 7 Ph 8 Ph 8 Ph 8 Call Ph 5 EVA EVB R/R Field Term TB-3 1,2 TB-3 5,6 TB-3 9,10 TB-5 1,2 TB-5 5,6 TB-5 9,10 TB-7 1,2 TB-7 5,6 TB-7 9,10 TB-9 4,6 TB-9 7,9 TB-9 10,12 Channel 2 C1 Pin 55 44 77 48 57 46 79 50 61 75 73 74 52 Function Ph 5 Ph 6 Ph 6 Ph 6 Call Ph 7 Ph 8 Ph 8 Ph 8 Call Ph 7 EVC EVD Field Term TB-3 3,4 TB-3 7,8 TB-3 11,12 TB-5 3,4 TB-5 7,8 TB-5 11,12 TB-7 3,4 TB-7 7,8 TB-7 11,12 TB-9 5,6 TB-9 8,9 TB-9 11,12 8 Table 7.2 – Model 336S Default Input File Assignment Slot 1 2 3 4 5 6 7 8 9 10 11 12 13 14 Spare C1 Pin 59 60 61 62 63 64 65 66 75 76 77 78 79 80 Type Det Det Det Det Det Det Det Det DC TBA TBA DC DC DC Channel 1 C1 Pin 56 39 58 41 55 40 57 42 51 71 72 67 68 81 Function Ph 1 Ph 2 Ph 3 Ph 4 Ph 5 Ph 6 Ph 7 Ph 8 R/R1 EVA EVB Ph 2 Ped Ph 6 Ped Flash Field Term TB-7 1,2 TB-7 5,6 TB-7 9,10 TB-8 1,2 TB-8 5,6 TB-8 9,10 TB-9 1,2 TB-9 5,6 TB-5 1,2 TB-5 5,6 TB-5 9,10 TB-4 1,2 TB-4 5,6 NC Channel 2 C1 Pin 47 43 49 45 48 44 50 46 52 73 74 69 70 82 Function Ph 2 Call Ph 2 Ph 4 Call Ph 4 Ph 6 Call Ph 6 Ph 8 Call Ph 8 R/R2 EVC EVD Ph 4 Ped Ph 8 Ped Stop Time Field Term TB-7 3,4 TB-7 7,8 TB-7 11,12 TB-8 3,4 TB-8 7,8 TB-8 11,12 TB-9 3,4 TB-9 7,8 TB-5 3,4 TB-5 7,8 TB-5 11,12 TB-4 3,4 TB-4 7,8 NC 9 A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-10 8. ECONOLITE COBALT CONTROLLER RACK MOUNT 8.1 Hardware Details 8.1.1 Caltrans C1/C11 cabinet interface to replace 170 or 2070 controllers in 33X cabinets 8.1.2 Synchronous Data Link Communications (SDLC) for hybrid or NEMA standard TS2 Type-1 cabinets 8.1.3 Supports Econolite Linux-based software or other prequalified ATC/Linux software 8.1.4 266MHz PowerQUICC II Pro-processor that provides 10 times more processing power than our previous generation controller processor 8.1.5 128Mbytes of DDR2 DRAM memory for application and OS program execution 8.1.6 64 Mbytes of FLASH for storage of OS Software and user applications 8.1.7 2MB of SRAM memory for non-volatile parameter storage 8.1.8 Two Ethernet switches provide additional ports and some level of management for networks ENET1 and ENET2 8.1.9 Advanced Graphics Controller Enables Cobalt’s enhanced graphics user interface 8.1.10 Touch screen capability means the keyboard never has to be used 8.1.11 Replaces traditional text menu selection with graphical selections 8.1.12 Two USB 2.0 ports used to: Update application software 8.1.13 Upload or download configuration 8.1.14 Upload logged data 8.1.15 Datakey socket for an optional 3.3V Datakey, 8MB 8.1.16 SD Memory Card socket The SD Card stores configuration and logs and provides automatic backup of configuration 8.1.17 CPU Active LED 8.1.18 Built in speaker for enhanced audio controller feedback 8.1.19 Recessed front panel Aux switch 8.1.20 Serial Ports Front panel mounted, 9-pin, C50s / Console port 8.1.21 Rear panel mounted: 8.1.22 15-Pin NEMA Port 1, SDLC 8.1.23 25-Pin, NEMA, Port 2, Terminal 8.1.24 25-Pin ATC, C12S 8.1.25 One slot for optional ATC / 2070 communications module for access to SP1 and SP2 8.1.26 Parallel Ports Rear panel mounted: 8.1.27 C1S 8.1.28 C11S 8.1.29 Power Supply Meets all requirements of ATC standard 6.34 A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-11 8.1.30 Recessed front panel AC power switch 8.1.31 Operating system Linux 3.12 or later kernel and Board Support Package (BSP) 8.1.32 Compliant to ATC Standard 6.25 Annex B specifications 8.2 Hardware Options 8.2.1 Power Connection options: A permanently attached cable and cable wraps for use in 170 or 2070 replacement applications 8.2.2 A NEMA TS2-Type-1, “A”, MS connector which facilitates a detachable power cord for use in Econolite Hybrid cabinets 8.2.3 A 220VAC assembly 8.2.4 Communications module options: FSK Module that can be configured for RS232 operation and use a 9 or 25 pin D connector 8.2.5 2070 TEES 2009 standard 6A, 6B, and 7A plug-in modules 8.2.6 Optional datakey 3.3V, 8MB 8.3 Control Features 8.3.1 16 phases, 8 configurable concurrent groups in 4 timing rings 8.3.2 16 vehicle overlaps that can be configured as normal, -green/ yellow, PPLT/FYA or Econolite 8.3.3 16 pedestrian phases that can be configured as pedestrian overlaps 8.3.4 Exclusive pedestrian operation 8.3.5 Dynamic max operation 8.3.6 Extendable walk and pedestrian clearance 8.3.7 Advanced Walk 8.3.8 Bike input and green timing 8.3.9 Adaptive red clearance 8.3.10 Transit Signal Priority 8.4 Coordination Features 8.4.1 120 coordination event plans, each with its own cycle, offsets, split timing, coordinated phases, vehicle and pedestrian recall and phase omits 8.4.2 Offset and split entries displayed in percent or seconds 8.4.3 Automatic permissive periods 8.4.4 Fixed or floating force-off 8.4.5 Crossing arterial coordination 8.4.6 Quick-sync feature 8.5 Preemption Features 8.5.1 Ten preemption sequences. Each may be configured as priority, first-come-first- serve, or bus preemption operation 8.5.2 ECPI interlock to provide added monitoring 8.5.3 Railroad gate-down input and timing. A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-12 8.5.4 Conditional delay when entering preemption 8.5.5 Multiple exit preemption options 8.6 Time Base Features 8.6.1 200 schedule programs, configurable for any combination of months, days of the week, and days of the month 8.6.2 Fixed or floating exception day programs that override the day plan event on a specific day 8.6.3 16-day plans that can use any of the 100 event plans 8.7 Status Display Features 8.7.1 Touch selection of detailed dynamic status display for the main controller unit functions including controller, coordinator, preemptor, time base, detectors, and MMU 8.8 Detector Features 8.8.1 64 vehicle detectors 8.8.2 16 system or speed detectors 8.8.3 Unique detector types and operation 8.8.4 Individually assignable to phase and functions 8.8.5 Lock/non-lock function by detector 8.8.6 4 detector plans 8.8.7 4 detector diagnostic plans 8.8.8 Logging of volume and/or occupancy assignable by any or all of the 64 detectors 8.8.9 4 pedestrian diagnostic plans 8.9 Logging Features 8.9.1 Separate buffers for detector activity, detector failures, controller events, and MMU events 8.9.2 Logged data can be: Viewed on front panel 8.9.3 Retrieved via a RS-232 terminal port, USB 8.9.4 Transferred via communications to a traffic management center 8.10 Systems 8.10.1 NTCIP level 2 compliance 8.10.2 Supports Centracs ® and TS2 NTCIP Level 2-compliant pre-qualified central applications A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-13 8.11 Software Options 8.11.1 EOS 8.11.2 ASC/3-LX 8.12 Cobalt RM Software 8.12.1 Software features, plus the following: Full-color graphic interface with touchscreen 8.12.2 Provides menu selection using touch selections 8.12.3 Programming uses touch data entry allowing touch gestures to select yes/no, select enable/disable, pull-down list selections and more 8.12.4 Screen can be swiped to advance to another screen 8.12.5 Naming of timing plans, Event plans, Day plans, and Week plans 8.12.6 Allows for an agency-specific default database 8.12.7 Automatic backup of controller database to optional Data key or manual back up to USB flash drive 8.12.8 Context sensitive help 8.12.9 100-statement logic processor to test inputs, outputs or timers and take actions based on the results 8.12.10 Cobalt Mobile remote tablet interface 8.12.11 Peer-to-Peer operation is a feature that allows controllers to share information with other controllers, independent of the central system. One controller can communicate with up to 15 other controllers through Ethernet. 8.13 Basic Specifications 8.13.1 Temperature -34.6°F to +165°F (-37°C to +74°C) 8.13.2 Power 110VAC @ 50/60 HZ or optional 220/240 VAC @ 50/60 HZ 8.13.3 Dimensions 19” W x 7” H x 11.5” 8.13.4 Fuse protection for either 110 or 220/240V Protection for the 24VDC supply is provided by a resettable electronic fuse 9. MODEL 2010 CONFLICT MONITOR 9.1 The conflict monitor shall be capable of monitoring sixteen (16) channels, consisting of a green input, a yellow input, and a red input for each channel. 9.2 The conflict monitor shall be capable of detecting the presence of conflicting green or yellow signal voltages on the AC field terminals between two or more non-compatible channels. A conflict fault (CONFLICT) shall be a latching fault. 9.3 The conflict monitor shall trigger when voltages on any conflicting channels are present for more than 500 milliseconds. The monitor shall not trigger when voltages on any conflicting channels are present for less than 200 milliseconds. A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-14 Conflicting signals sensed for more than 200 milliseconds and less than 500 milliseconds may or may not trigger the unit. 9.4 The conflict monitor shall be capable of detecting that the cabinet +24 VDC supply has fallen below 18 VDC. A 24 VDC failure (VDC FAIL) shall be a latching fault. 9.5 The conflict monitor shall trigger when the voltage on the +24 V input is below 18 VDC for more than 500 milliseconds. The monitor shall not trigger when the voltage on the +24 V input is below 18 VDC for less than 200 milliseconds. A voltage level of +22 VDC will be required to prevent the unit from triggering. 9.6 The conflict monitor shall trigger when the Watchdog input does not toggle within the programmed time period (WDT ERROR). The unit shall remain latched in the fault state until reset by the Reset Button, an External Reset input command, or AC Line voltage restoring from an AC Line Brownout event. A reset resulting from an AC Line Brownout event shall not clear the WDT ERROR LED. 9.7 A programming option shall set the Watchdog monitoring function to a latching mode, and only a reset from the Reset Button or External Reset input shall be capable of clearing a Watchdog fault. An AC line brownout condition shall not reset the fault. 9.8 A programming option shall set the maximum Watchdog recognition time to 1000 ± 100 milliseconds or 1500 ± l 00 milliseconds. 9.9 An internal switch shall be provided to disable the Watchdog monitoring function. The switch shall be mounted on the PCB and be clearly labeled "WD ENABLE - ON ... OFF". Placing the switch in the OFF position shall cause monitoring of the Watchdog to be inhibited. 9.10 The WDT ERROR LED shall illuminate when the unit has been triggered by a Watchdog fault. The Watchdog fault shall be cleared only by a reset command from the front panel Reset switch or External Reset input. lf the Watchdog monitoring function is inhibited due to the Watchdog Enable switch, the WDT ERROR LED shall flash at a 0.5 Hz rate. 9.11 The conflict monitor shall be capable of detecting that the AC Line has fallen below 98 ± 2 VAC for greater than 400 ± 50 milliseconds. This shall force the output Relay to the de-energized "fault" state, enable the Stop-time output, and cause the AC POWER LED to flash at a 2 Hz rate. The unit shall maintain this state until the AC Line voltage rises above 103 ± 2 VAC for greater than 400 ± 50 milliseconds. A jumper option shall be provided which changes the AC Brownout dropout level to 92 ± 2 V AC and the restore level to 98 ± 2 V AC. A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-15 9.12 When the AC Line is greater than 103 ± 2 Volts after power-up or Brownout restore, the conflict monitor shall hold the Output Relay in the de-energized "fault" state and enable the Stop-Time output, for a period of not less than 6.0 ± 0.5 seconds and not greater than l 0.0 ± 0.5 seconds. This flash interval shall be terminated after at least 6.0 ± 0.5 seconds if the conflict monitor has detected at least five (5) transitions of the Watchdog input. If the conflict monitor does not detect five (5) transitions of the Watchdog input before 10.0 ± 0.5 seconds, the monitor shall go to the fault state. During this interval, the AC POWER LED shall flash at a rate of 4 Hertz. 9.13 The conflict monitor shall be capable of detecting the absence of an active voltage on the green and yellow and red field signal inputs of a channel. Red Fail fault (RED FAIL) shall be a latching fault. The Red Fail monitoring function shall be enabled for all channels except when the Red Enable input is not active, or pin #EE is active, or Special Function #1 input is active, or Special Function #2 input is active. 9.14 The conflict monitor shall trigger when an active voltage on one of the three (3) inputs of a channel are absent for more than 1500 milliseconds. The monitor shall not trigger when an active voltage on one of the three (3) inputs of a channel are absent for less than 1200 milliseconds. Channels without proper voltages sensed for more than 1200 milliseconds and less than 1500 milliseconds may or may not trigger the unit. An option switch (RF 2010) shall be provided which will change the fault recognition time to between 700 milliseconds and 1000 milliseconds. 9.15 A programming option shall be provided such that operating without the Red Interface cable installed shall cause the conflict monitor to enter the fault mode, causing the Output relay contacts to close and enabling the Stop-Time output to the controller. To indicate this fault mode, the Red Fail indicator shall be illuminated with all fault channel indicators Off. Any Red Fail preemption control to the monitor shall use the Special Function inputs #1 or #2. 9.16 The conflict monitor shall be capable of detecting the presence of active voltage on the green and yellow, green and red, or yellow and red field signal inputs of a channel. GYR Dual Indication fault (DUAL IND) shall be a latching fault. This function shall be enabled on a per-channel basis using dip switches mounted on the PCB labeled "CH 1" through "CH 16". The G YR Dual Indication monitoring function shall be enabled for all selected channels except when the Red Enable input is not active or pin #EE is active. 9.17 The conflict monitor shall be capable of detecting the presence of active voltage on the green and yellow field signal inputs of a channel. GY Dual Indication fault (DUAL IND) shall be a latching fault. The function shall be enabled with a dip switch on the PCB labeled "GY ENABLE". When the switch is in the ON position, all channels shall be monitored for simultaneous active green and yellow A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-16 inputs on a channel. When selected by the GY ENABLE switch, the GY Dual Indication monitoring function shall be disabled when pin #EE is active. 9.18 The conflict monitor shall trigger when multiple inputs are active on a channel for more than 500 milliseconds. The monitor shall not trigger when multiple inputs are active on a channel for less than 250 milliseconds. Channels with multiple voltages active for more than 250 milliseconds and less than 500 milliseconds may or may not trigger the unit. 9.19 The conflict monitor shall be capable of detecting that a channel has not provided an adequate Yellow Clearance interval during a green to yellow to red sequence. A sequence failure (SEQUENCE) shall be a latching fault. This function shall be enabled on a per-channel basis using dip switches mounted on the PCB labeled "CH I" through "CH 16". The Sequence monitoring function shall be enabled for all selected channels except when the Red Enable input is not active or pin #EE is active. 9.20 Provision shall be made such that the minimum Yellow Clearance interval may be modified by switches mounted on the PCB labeled "YEL TIME 1 ", "YEL TIME 2", and "YEL TIME 3". The Yellow Clearance interval shall be 2.7 seconds plus 0.2 seconds times the binary sum of the three switches. The minimum Yellow Clearance interval shall therefore have a range of 2.7 seconds to 4.1 seconds, ± 0.1 seconds. 9.21 The conflict monitor shall detect Conflict, Red Fail, and Dual Indication faults that result from intermittent or flickering field signal inputs. These recurring pulses shall result in a latching fault with the RP DETECT indicator illuminated along with the resulting Conflict, Red Fail, or Dual Indication indicator. An option switch shall be provided to disable the RP Detect function. 9.22 On power-up, reset, and periodically during operation, the conflict monitor shall compare the current configuration settings with the previously stored value and if the settings have changed, the monitor shall automatically log the new setting. These settings shall include the permissive diode matrix, all switches, all jumpers, and the Watchdog Enable switch. A programming option shall be provided such that any change in the configuration parameters will cause the monitor to enter the fault mode causing the Output relay contacts to close and enabling Stop-Time output to the controller. To indicate this fault mode, the PCA indicator shall flash at a rate of 4 Hertz. Depressing the Reset button for five (5) seconds shall be required to clear this fault and log the new configuration parameters. If the programming option is not selected, the unit shall not set the fault mode but shall still log the configuration change. 9.23 When the Programming Card is removed or not seated properly, the conflict monitor shall force the Output relay to the de-energized "fault" state, shall enable the Stop-Time output, and shall illuminate the PCA LED. A reset command from A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-17 the front panel Reset switch or External Reset input shall be required once the program card is in place. 9.24 When the conflict monitor exits the flash state (Output relay de-energized) as a result of a Reset command or AC Line brownout restore the Stop Time output shall go to the inactive state 250 ± 50 milliseconds before the Output relay transfers to the energized state. This transition shall provide an early indication to the Controller Unit that the cabinet will transfer from flash to signal operation. 9.25 It shall be possible to view the active channels for each individual color (GYR) during operation and when latched in a fault state. When the conflict monitor is latched in a fault state, it shall also be possible to view the active channels for each individual color and fault status for each channel for the current fault, and the two previous faults. 9.26 When the conflict monitor has been triggered by a fault, the channel status display shall alternate between the channels which were involved in the fault (fault status) for two (2) seconds, and the field signals active at the time of the fault for six (6) seconds. The channels involved in the fault shall flash their respective green, yellow, and red indicators simultaneously at a rate of four (4) Hertz for the two (2) second interval. 9.27 It shall be possible for the two previous faults to be displayed individually. This status shall not be reset by an AC Line power inte1Tuption. The display mode shall be entered by removing the Program Card. The sequence shall be as follows: Reset Event PCA LED FAULT LEDs Status Channel Status LEDs --- #1 Single Flash Current Fault Status (newest) Current Field status #1 #2 Double Flash Event #2 Fault Status Event #2 Field Status #2 #3 Triple Flash Event #3 Fault Status (oldest) Event #3 Field Status (Repeats back to top) 9.28 The conflict monitor shall be capable of storing in non-volatile memory a minimum of 100 events. Each event shall be marked with the time and date of the event. The events shall consist of fault events, AC Line events, reset events and configuration change events. A graphical means of displaying the signal states of A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-18 all field inputs, for thi11y (30) seconds prior to a fault trigger event, shall be provided. The capability to assign a four-digit identification number to the unit shall be provided. The capability to upload the event logs to a PC, using the serial port of the conflict monitor and software supplied by the manufacturer, shall be provided. Each event log report shall contain a four-digit (0000-9999) "Monitor ID Number" assigned to the monitor, the time and date of the occurrence, and an Event Number, which identifies the record number in the log, with Event# I being the most recent event. 9.29 The monitor's Current Status Repot1 (CS) shall contain: 9.29.1 The Fault Type description. 9.29.2 The current GYR Field Status and field RMS voltages if the monitor is not in the fault state, or the latched field status and field RMS voltages and fault channel status at the time of the fault. 9.29.3 The current Cabinet Temperature if the monitor is not in the fault state, or the latched temperature at the time of the fault. 9.29.4 The Current AC Line voltage if the monitor is not in the fault state, or the AC Line voltage at the time of the fault. 9.29.5 The current state and RMS voltages of the Red Enable input, EE input, and Special Functions # I and #2 inputs if the monitor is not in the fault state, or the status latched at the time of the fault. 9.30 The monitors Previous Fault Log (PF) shall contain: 9.30.1 The Fault Type description. 9.30.2 The latched Field Status with RMS voltages, and fault channel status at the time of the fault. 9.30.3 The latched Cabinet Temperature at the time of the fault. 9.30.4 The AC Line voltage at the time of the fault. 9.30.5 The latched state of the Red Enable input, EE input, and Special Functions # I and #2 inputs at the time of the fault. 9.31 The monitor’s AC Line Event Log (AC) shall contain: 9.31.1 A description of the type of AC Line event that occurred. 9.31.2 Power-up: AC on, monitor performed a cold start A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-19 9.31.3 Interrupt: AC Line less than Brownout level 9.32.4 Restore: AC restored from brownout or interruption (AC Off), no cold start 9.31.5 The AC Line voltage at the time of the event. 9.32 The monitor's Monitor Reset Log (MR) shall contain information pertaining to whether the monitor was reset from a fault by the front panel Rest Button or External Reset input. 9.33 The monitor's Configuration Change Log (CF) shall contain: 9.33.1 The permissive programming for each channel ("Program Card Matrix") 9.33.2 The Yellow Disable programming for each channel. 9.33.3 The switch programming for each channel. 9.33.4 Option Switches (RF 2010, RP Disable, GY Enable, SFI Polarity, Sequence Timing, Minimum Flash Enable, Configuration Fault Enable, Red Cable Fault enable, AC Brown out timing). 9.33.5 Watchdog Enable, Watchdog Latch, and Watchdog timing. 9.33.6 A unique CRC value which is based on the configuration of items 9.33.1 through 9.33.5 above. 9.33.7 Items that have changed since the last log entry shall be indicated on the log. 9.34 The monitor's Signal Sequence log shall graphically display all field signal states for up to 30 seconds prior to the current fault trigger event. The resolution of the display shall be at least 50 milliseconds. 9.35 The manufacturer shall provide software to access the conflict monitor status and event logs.This software shall function with the Microsoft Windows 2000 and Windows XP operating systems. 9.36 The conflict monitor shall be capable of monitoring sixteen (16) Red field signals. A Red input shall be sensed active when the input voltage exceeds 70 Vrms. A Red input shall be sensed not active when the input voltage is less than 50 Vrms. A Red input may or may not be sensed active when the input voltage is between 50 Vrms and 70 Vrms. A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-20 9.37 The Red Enable input shall provide an AC input to the unit which enables Red Monitoring, Dual Indication Monitoring, and Sequence Monitoring when the input is sensed active. The Red Enable input shall be sensed active when the input voltage exceeds 70 Vrms. The Red Enable input shall be sensed not active when the input voltage is less than 50 Vrms. The Red Enable input may or may not be sensed active when the input voltage is between 50 Vrms and 70 Vrms. 9.38 The Special Function Preemption inputs # l and #2 shall provide an AC input to the unit which disables only Red Fail Monitoring (Lack of Output) when either input is sensed active. A Special Function input shall be sensed active when the input voltage exceeds 70 Vrms. A Special Function input shall be sensed not active when the input voltage is less than 50 Vrms. A Special Function input may or may not be sensed active when the input voltage is between 50 Vrms and 70 Vrms. 9.39 A PCB mounted switch shall be used to provide the option to invert the active status of the Special Function # 1 input. When the switch is in the ON position, the Special Function # 1 input shall be sensed not active when the input voltage exceeds 70 Vrms, and the Special Function # 1 input shall be sensed active when the input voltage is less than 50 Vrms. The Special Function # l input may or may not be sensed active when the input voltage is between 50 Vrms and 70 Vrms. 9.40 The Red Interface Connector shall provide the required inputs for the unit to monitor the red field signal outputs. The connector shall be a 3M PIN 3428-5302 type or equivalent and be polarized to insure proper mating with the cable. Ejector latches shall be included to facilitate removal of and prevent the cable from inadvertently disconnecting. The unit shall function as a standard Model 210 conflict monitor when the cable is disconnected. The pin assignments in the following table shall be used: Pin Function Pin Function 1 Channel 15 Red 11 Channel 9 Red 2 Channel 16 Red 12 Channel 8 Red 3 Channel 14 Red 13 Channel 7 Red 4 Chassis Ground* 14 Channel 6 Red 5 Channel 13 Red 15 Channel 5 Red 6 Special Function #2 16 Channel 4 Red 7 Channel 12 Red 17 Channel 3 Red 8 Special Function #1 18 Channel 2 Red 9 Channel 10 Red 19 Channel 1 Red 10 Channel 11 Red 20 Red Enable * A jumper option shall be provided to allow the connection of Pin#4 to be made with Chassis Ground A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-21 9.41 The front panel shall be constructed of sheet aluminum with a minimum thickness of 0.090 inch. and finished with an anodized coating. The model information shall be permanently displayed on the front surface. 9.42 All display indicators shall be mounted on the front panel of the conflict monitor and shall be water clear, T-1 package, Super Bright type LEDs. All fault LEDs shall be red except the AC POWER indicator which is green. A separate red, yellow and green indicator shall be provided for each channel. Indicators shall be labeled as follows: 9.42.1 AC POWER indicator shall flash at a rate of 2 Hz when the unit has detected a low voltage condition. The AC POWER indicator shall flash at a rate of 4 Hz during the minimum flash interval. The indicator shall illuminate when the AC Line voltage level is restored above the brownout level. The indicator shall extinguish when the AC Line voltage is less than 80 V AC. 9.42.2 The VDC FAILED indicator shall illuminate when a 24 VDC fault condition is detected. This indicator shall remain extinguished if the monitor has not been triggered by a 24 VDC fault. 9.42.3 The WOT ERROR indicator shall illuminate when a controller Watchdog fault is detected. The WDT ERROR indicator shall flash ON once every 2 seconds if the WD Enable switch on the monitor is placed in the OFF position to disable Watchdog monitoring, or if the AC Line voltage is below the Watchdog disable level. 9.42.4 The CONFLICT indicator shall illuminate when a conflicting proceed signal fault is detected. 9.42.5 The DIAGNOSTIC indicator shall illuminate when one of the following faults are detected: Internal Watchdog fault, Memory Test fault, or internal power supply fault. 9.42.6 The RED FAIL indicator shall illuminate when an absence of signal is detected on one or more channels. The RED FAIL indicator shall flash ON once every 2 seconds if the RED ENABLE input is not active, or if a Special Function input is active, or if the EE input is active. 9.42.7 The DUAL IND indicator shall illuminate when a GY-Dual or GYR-Dual Indication fault is detected on one or more channels. 9.42.8 The SEQUENCE indicator shall illuminate when the minimum Yellow Clearance time has not been met on one or more channels. A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-22 9.42.9 The PCA indicator shall illuminate if the Program Card is absent or not properly seated. If the monitor is in the Diagnostic Display mode, the PCA indicator shall flash ON (once, twice, or three times) to indicate the fault event number being displayed. 9.42.10 The RP DETECT indicator shall illuminate when the conflict monitor has detected a Conflict, Red Fail, or Dual Indication fault as a result of recurring pulse field inputs. 9.42.11 During normal operations, the 48 Channel Status indicators shall display all active signals (Red, Green,Yellow). In the fault mode, the Channel Status indicators shall display all signals active at the time of the fault for six seconds and then indicate the channels involved in the fault for two seconds. 9.43 A momentary SPST Control switch labeled RESET on the monitor's front panel shall be provided to reset the monitor circuitry to a non-failed state. The switch shall be positioned on the front panel such that the switch can be operated while gripping the front panel handle. A reset command, issued from either the front panel button or External Reset input, shall be a one -time reset input to prevent the monitor from constant reset due to a switch failure or constant external input, and shall cause all LED indicators to illuminate for 300 milliseconds. The Reset button shall also provide control of the Diagnostic Display mode. 9.44 The Serial Communications Connector shall provide E1A·232 serial communications. The connector shalt be an AMP 9721A (or equivalent) 9 pin metal shell D subminiature type with female contacts, with the following pin assignments: PIN Function 1 DCD* 2 TX DATA 3 RX DATA 4 DTR (DATA Terminal Ready) 7 SIGNAL GROUND 6 DSR 7 DSR* 8 CTS* 9 NC *Provide jumper options to allow the connection of Pin#4 to be made with Pin #7, and the connection of Pin #8 to be made with Pin #1. A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-23 9.45 High speed sampling techniques shall be utilized to determine the true RMS value of the AC field inputs. Each AC input shall be sampled at least 32 times per cycle. The RMS voltage measurement shall be insensitive to phase, frequency, and waveform distortion. 9.46 A microprocessor shall be used for all timing and control functions. Continuing operation of the microprocessor shall be verified by an independent monitor circuit. The independent monitor circuit shall force the Output Relay to the de- energized "fault" state, enable the Stop-Time output, and illuminate the DIAGNOSTIC indicator if a pulse is not received from the microprocessor within 300 milliseconds. If the microprocessor should resume operation, the conflict monitor shall continue to operate. This monitoring circuit shall also be capable of being configured to latch in the fault state. The monitor shall require a power-up cycle to reset the circuit once it is triggered. 9.47 Only the PROM memory device for the microprocessor firmware shall be socket mounted. The PROM memory socket shall be a precision screw machine type socket with a gold contact finish providing a reliable gas-tight seal and shall not be low inse1tion force sockets or sockets with "wiper" type contacts. 9.48 A built-in, high efficiency switching power supply shall be used to generate all required internal voltages. All supply voltages shall be regulated. Failure of the internal power supply to provide proper operating voltages shall force the output Relay to the de-energized "fault" state, enable the Stop-Time output, and illuminate the DIAGNOSTIC indicator. A user-replaceable, slow-blow fuse shall be provided for the AC Line input. The conflict monitor shall be operational over the AC Line voltage range of 75 V AC to 135 V AC. 9.49 The EIA-232 port interface electronics shall be electrically isolated from all monitor electronics except chassis ground. 9.50 User-programmed configuration settings shall be selected ·using PCB mounted switches or jumpers. Designs which require a Personal Computer to program or verify the configuration parameters shall not be accepted. The user-programmed configuration settings that are transferred to memory shall be stored in a programmable read-only memory (PROM or EEPROM). Designs which use a battery to maintain configuration data shall not be accepted. 9.51 All 120 V AC field terminal inputs shall provide an input impedance of 150,000 ± 50,000 Ohms and be terminated with a discrete resistor having a power dissipation rating of 0.5 Watts or greater and a voltage rating exceeding 350 Volts. 9.52 All electrical components used in the conflict monitor shall be rated by the Component manufacturer to operate beyond the full unit operating temperature range of -29 Deg. F to 165 Deg. F. A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-24 9.53 All printed circuit boards used in the monitor shall meet the requirements of the "California Traffic Signal Control Equipment Specifications", January 1989, plus the following requirements to enhance reliability: 9.53.1 All plated-through holes and exposed circuit traces shall be plated with solder. 9.53.2 Both sides of the printed circuit board shall be covered with a solder mask material. 9.53.3 The circuit reference designation for all components and the polarity of all capacitors and diodes shall be clearly marked adjacent to the component. For all integrated circuit packages, Pin # 1 shall be designated on both sides of all printed circuit boards. 9.53.4 All electrical mating surfaces shall be gold plated. 9.53.5 All printed circuit board assemblies shall be coated on both sides with a clear moisture proof and fungus-proof sealant. 9.53.6 All components and wire harnesses shall be mounted to the PCB using plated holes. "Piggyback" connections or jumper wires shall not be accepted. A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-25 COMPLIANCE FORM 10. Product Liability Insurance VENDOR COMPLIANCE PLEASE INITIAL Bidder must provide information regarding ________________________ Product Liability Insurance Units Comply with all above stated ________________________ specifications and/or requirements. Vendors shall list any variance from the specifications in the below spaces. A.1 SPECIFICATIONS AND COST SHEET Appendix A – Forms A-1-26 ADVANCED TRAFFIC SIGNAL CONTROLLER CABINET ASSEMBLIES VENDOR NAME: ___________________________________ Bid 2022-01 Advanced Traffic Signal Controller Cabinet Assemblies COST SHEET Cabinet Assembly Model 332A (Approximately 8) Cabinet Assembly Model 336S (Approximately 2) Econolite Cobalt Controller Rack mount (Approximately 1) Advanced Conflict Monitor Model 2010 (Approximately 5) Make Model Delivery Lead Price (FOB Destination) $ $ $ $ Total Estimated Cost (See above estimated qty.) $ $ $ $ Addenda: The Bidder acknowledges receipt of the following addenda, if applicable: _______________________ Appendix A - Forms A-2 A.2 UNAUTHORIZED ALIENS AFFIDAVIT EACH VENDOR SUBMITTING A BID MUST COMPLETE AND SUBMIT WITH ITS BID THE FOLLOWING STATEMENT STATE OF ALABAMA MADISON COUNTY VERIFIED STATEMENT REGARDING UNAUTHORIZED ALIENS The undersigned hereby certifies, under oath, in regard to the performance of the services or for the supply of materials or things described in this Invitation for Bid, that: (A) it has conducted a verification, pursuant to all federal and state laws, of all the employees who will perform work on the Madison County Commission contract or work on the materials or things supplied to the Madison County Commission in response to this Invitation for Bid to insure that no unauthorized aliens will be employed to perform Madison County Commission work or supply materials or things to the Madison County Commission, and (B) to the best of their knowledge and belief, it is not employing or otherwise using unauthorized aliens to provide services, materials or things to the Madison County Commission. The undersigned agrees: 1. it will verify that whether an employee is an unauthorized alien by inspecting such documents as are designated by Federal Law. For contracts in excess of $100,000.00, in any twelve (12) month period of time, the contractor or supplier shall certify to the Commission that it has and will verify, to the extent allowable by Federal Law, by using the Federal E-Verify program, that no unauthorized aliens are utilized in providing services, materials or things to the Commission; 2. upon request, it will certify to the Commission, under oath by an officer or a management level employee, that it has verified to the extent allowable under Federal Law that named or otherwise described employees utilized in providing services, materials or things to the Commission are not unauthorized aliens; 3. upon determination by any appropriate Federal Agency that an employee is an unauthorized alien, the undersigned shall terminate the unauthorized alien’s employment. 4. if the undersigned fails to terminate an employee determined to be an unauthorized alien by the Federal government or fails to provide the verification described above, the Madison County Commission may terminate the contract for the performance of services, materials or things pursuant to Madison County, Alabama, Policy Regarding The Employment of Unauthorized Aliens by Contractors and Suppliers. The requirements and obligations of this Policy and Statement shall be interpreted and implemented in a manner consistent with all Federal and State Laws. If any provision of this Policy or Statement is declared invalid or in conflict with Federal or State Laws, such invalidly or conflict shall not affect the other provisions of this Policy or Statement which can be given effect without the invalid provision. The provisions of this Policy and Statement are declared to be severable. NAME: BY: Printed Name of Person Signing: Position: SWORN TO and subscribed before me on this the day of _, 20 . Notary Public My Commission Expires: Appendix A - Forms A-3 A.3 SWORN AFFIDAVIT OF EMPLOYER REGARDING UNATHORIZED ALIENS 1. The undersigned hereby attests by this sworn affidavit signed before a notary that it does not knowingly employ, hire for employment, or continue to employ an unauthorized alien. 2. The undersigned hereby attests that it is enrolled in the Federal E-Verify program. A true and correct copy of the undersigned's fully executed Federal E-Verify Memorandum of Understanding is attached hereto. 3. The Federal E-Verify Memorandum of Understanding attached hereto is the operative Memorandum of Understanding under which the undersigned is currently participating in the Federal E- Verify Program. 4. This sworn affidavit is provided to comply with Alabama Act No. 2011-535, known as the "Beason-Hammon Alabama Taxpayer and Citizen Protection Act." Name: By: Printed Name: Position: STATE OF ALABAMA COUNTY OF MADISON I, the undersigned, Notary Public in and for said County in said State, hereby certify that , whose name as of , is signed to the foregoing instrument and who is known to me, acknowledged before me on this day that, being informed of the contents of the instrument, he, as such and with full authority, executed the same voluntarily for and as the act of said . Given under my hand this the day of , 20 . Notary Public My Commission Expires: Appendix A - Forms A-4 A.4. SWORN AFFIDAVIT OF SUBCONTRACTOR REGARDING UNATHORZIED ALIENS 1. The undersigned subcontractor hereby attests by this sworn affidavit signed before a notary that it does not knowingly employ, hire for employment, or continue to employ an unauthorized alien. 2. The undersigned subcontractor hereby attests that it is enrolled in the Federal E- Verify program. A true and correct copy of the undersigned's fully executed Federal E-Verify Memorandum of Understanding is attached hereto. 3. The Federal E-Verify Memorandum of Understanding attached hereto is the operative Memorandum of Understanding under which the undersigned is currently participating in the Federal E- Verify Program. 4. This sworn affidavit is provided to comply with Alabama Act No. 2011-535, known as the "Beason-Hammon Alabama Taxpayer and Citizen Protection Act." Name: By: Printed Name: Position: STATE OF ALABAMA COUNTY OF MADISON I, the undersigned, Notary Public in and for said County in said State, hereby certify that , whose name as of , is signed to the foregoing instrument and who is known to me, acknowledged before me on this day that, being informed of the contents of the instrument, he, as such and with full authority, executed the same voluntarily for and as the act of said . Given under my hand this the day of , 20 . Notary Public My Commission Expires: _________________

100 North Side Square, Room 700 Huntsville, AL 35801Location

Address: 100 North Side Square, Room 700 Huntsville, AL 35801

Country : United StatesState : Alabama

You may also like

CABLE ASSEMBLY, SPECIAL

Due: 01 May, 2024 (in 5 days)Agency: Department of Defense

Traffic Signal Controller Replacement Project Phase 1

Due: 20 May, 2024 (in 25 days)Agency: Citywide

61--CABLE ASSEMBLY,SPECIAL

Due: 26 Apr, 2024 (Tomorrow)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.