R-2019-0456 - 11/26/2019 RESOLUTION NO. R-2019-0456
WHEREAS, the City of Round Rock ("City") desires to purchase highway safety and traffic
control products, and related goods and services; and
WHEREAS, Chapter 271, Subchapter F of the Texas Local Government Code allows for local
governments to participate in cooperative purchasing programs with other local governments; and
WHEREAS, the Buy Board Cooperative Purchasing Program ("Buy Board") is a cooperative
purchasing program administered by the Texas Association of School Boards for the purpose of
procuring goods and services for its members; and
WHEREAS, the City is a member of Buy Board; and
WHEREAS, Iteris, Inc. is an approved vendor of Buy Board; and
WHEREAS, the City desires to purchase said goods and services from Iteris, Inc. through Buy
Board, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Purchase of Highway Safety and Traffic Control Products with Iteris, Inc., a copy of
said Agreement being attached hereto as Exhibit"A" and incorporated herein.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
0112.1902;00435462
RESOLVED this 26th day of November, 2019.
CRAIG ORG , Mayor
City of Round R ck, Texas
ATTEST:
SARA L. WHITE, City Clerk
2
EXHIBIT
«A„
CITY OF ROUND ROCS`AGREEMENT FOR
PURCHASE OF HIGHWAY SAFETY AND
TRAFFIC CONTROL PRODUCTS
WITH
ITERIS,INC.
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
THAT THIS AGREEMENT for the purchase of highway safety and traffic control
products, and for related goods(referred to herein as the "Agreement"), is made and entered into
on this the day of the month of , 2019 by and between the CITY OF
ROUND ROCK, a Texas home-rule municipality, whose offices are located at 221 East Main
Street, Round Rock, Texas 78664-5299 (referred to herein as the "City"), and ITERIS, INC.,
whose offices are located at 1700 Carnegie Avenue, Suite 100, Santa Ana, California 92705
(referred to herein as"Vendor").
RECITALS:
WHEREAS, City desires to purchase certain goods, specifically highway safety and
traffic control products,and City desires to procure same from Vendor;and
WHEREAS, City is a member of the Buy Board Cooperative Purchasing Program ("Buy
Board") and Vendor is an approved Buy Board vendor through Buy Board Contract # 534-17;
and
WHEREAS, City desires to purchase certain goods from Vendor through Buy Board as
set forth herein;and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights,duties, and obligations;
NOW,THEREFORE,WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the sufficiency and receipt of which are hereby acknowledged, it is
mutually agreed between the parties as follow:
004329551ss2
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor whereby
City agrees to buy specified goods and Vendor is obligated to provide said goods.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Goods mean the specified supplies, materials, commodities,or equipment.
F. Vendor means lteris, Inc., its successors or assigns.
2.01 EFFECTIVE DATE,TERM
A. This Agreement shall be effective on the date this Agreement has been signed by
each party hereto, and shall remain in full force and effect unless and until it expires by operation
of the term indicated herein,or is terminated or extended as provided herein.
B. This Agreement shall terminate May 31, 2020.
C. City reserves the right to review the relationship with Vendor at any time, and
may elect to terminate this Agreement with or without cause or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EXHIBITS
The goods which are the subject matter of this Agreement are described in Exhibit "A"
and, together with this Agreement, comprise the Contract Documents. Any inconsistencies or
conflicts in the contract documents shall be resolved by giving preference to the terms and
conditions set forth in pages one(1)through nine (9) of this Agreement
4.01 ITEMS
A. The goods which are the subject matter of this Agreement are described generally
in the attached Exhibit"A."
B. This Agreement shall evidence the entire understanding and agreement between
the parties and shall supersede any prior proposals,correspondence or discussions.
C. Vendor shall satisfactorily provide all deliverables, described in Exhibit "A"
within the contract term specified. A change in the Scope of Services or any term of this
Agreement, must be negotiated and agreed to in all relevant details, and must be embodied in a
valid Supplemental Agreement as described herein.
5.01 COSTS
A. City agrees to pay for supplies during the term of this Agreement at the pricing set
forth at in Exhibit "A." Vendor specifically acknowledged and agrees that City is not obligated
to use or purchase any estimated annual quantity of goods. Only if, and when needed by City,
the costs listed on Exhibit"A" shall be the basis of any charges collected by Vendor.
B. The City shall be authorized to pay the Vendor an amount not-to-exceed One
Hundred Fifty Thousand and No/1.00 Dollars ($1.50,000.00) for the term of this Agreement.
6.01 INVOICES
All invoices shall include, at a minimum,the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received; and
D. Delivery or performance dates.
7.01 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the goods as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Vendor a written notice of termination at the end of its then current fiscal year.
8.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty (30) days of the day on which City receives the performance,
supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on
which the performance of services was complete, or within thirty (30) days of the day on which
City receives a correct invoice for the performance and/or deliverables or services, whichever is
later. Vendor may charge interest on an overdue payment at the "rate in effect" on September I
of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b); however, this Policy does not apply to payments made
by City in the event:
A. There is a bona fide dispute between City and Vendor, a contractor, subcontractor
or supplier about the goods delivered or the service performed that cause the
payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds, or
C. There is a bona fide dispute between Vendor and a subcontractor or between a
subcontractor and its supplier about the goods delivered or the service performed
that causes the payment to be late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
9.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement. In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
10.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
11.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the goods as specified, City reserves the right and option to
obtain the products from another supplier or suppliers.
12.01 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Gary Hudder
Transportation Director
2008 Enterprise Drive
Round Rock,Texas 78664
(512) 218-5560
ulhudder�roundrockte2j�sov
4
13.01 INSURANCE
Vendor shall meet all City of Round Rock Insurance Requirements as set forth at:
http://www.roundrocktexas.gov..fwp-content/upIoads,,'2014/1 21/corr insurance 07.20112.pdf.
14.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made,then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
15.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if
any, and that it will not be considered in the re-advertisement of the service and that it may not
be considered in future bids for the same type of work unless the scope of work is significantly
changed.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to fully, timely and faithfully perform any of its material obligations
under this Agreement;
B. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
C. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States.
16.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten(10)days' written notice to Vendor.
C. Vendor has the right to terminate this Agreement only for cause, that being in the
event of a material and substantial breach by City, or by mutual agreement to terminate
evidenced in writing by and between the parties.
D. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
5
discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor
shall submit a statement showing in detail the goods and/or services satisfactorily performed
under this Agreement to the date of termination. City shall then pay Vendor that portion of the
charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services
it would have performed under the remaining term of the Agreement except as provided herein.
17.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor,
or Vendor"s agents, employees or subcontractors, in the performance of Vendor's obligations
under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be
deemed to limit the rights of City or Vendor (including, but not limited to the right to seek
contribution) against any third party who may be liable for an indemnified claim.
18-01 COMPLIANCE WITH LAWS,CHARTER AND ORDINANCES
A. Vendor, its agents, employees and subcontractors shall use best efforts to comply
with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock,
as amended, and with all applicable rules and regulations promulgated by local, state and
national boards, bureaus and agencies.
B. In accordance with Chapter 2270,Texas Government Code, a governmental entity
may not enter into a contract with a company for goods or services unless the contract contains
written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott
Israel and will not boycott Israel during the term of this contract. The signatory executing this
Agreement on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott
Israel during the term of this Agreement.
19.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
20.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
I When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
Iteris, Inc.
1700 Carnegie Avenue, Suite 100,
Santa Ana, California 92705
Notice to City:
City Manager Stephan L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock,TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
21.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. 'This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
22.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing,duly authorized by action of the City Manager or City Council.
23.01 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14)or any applicable state arbitration statute.
24.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
7
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
25.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms of this
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is not
responsible as defined herein. However, notice of such impediment or delay in performance must
be timely given and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
[Signatures on the following page.]
IN WITNESS WHEREOF, City and Vendor have executed this Agreement On the dates
indicated.
City of Round Rock,Texas Iteris,Inc.
By: By:w.._.. v.
Printed Name: Printed Name. Nader Alyo b
Title: Title: Regional Vice President
Date Signed __._.,......_ Date Signed: 10/11/2019
,Attest: Before me,the undersigned authority,a Notary Public,
on this day personally appeared,Nader Ayoub,who,
being by me duly sworn,upon oath says that he/she is
�y' -- , qualified and authorized to make affidavit for,and on
Sara L. White, City Clerk behalf of,Iteris,Inc.
EXECUTED on this»th day of October,nig.For City,Approved as to Form: STATE: Texas
COUNTY OF: Travis
By: This instrument was subscribed and sworn to me by
Nader Ayoub,Regional Vice President,11 0515,Inc.on this
Stephan L. Sheets, City Attorney
lith day of October oig to certLfy which 1A.11t ss m
hand eat of
NOTARY PUBLIC,State of Texas '``,���tllli l 111i111���,/
Lorinda Leigh Krystyniak �`��S �. � N '�
,��QP,o�PPY P
• n
i
�C) y
.'p F O F j�-i-
01-26-
�jlll/ifIlltltSl���,�
City of Round Rock,Texas
Price Sheet
iteris,Inc.
BuyBoard Contract 534-17
The City of Round Rock would like to enter into a contract with Iteris,Inc.per the terms of Buy Board Contract 534-17.The City intends to
purchase from this contract Highway Safety and Traffic Controls Products in an amount of$150,000 per year for a total not to exceed
$150,000.
Contract Term:Effective from date of execution and will expire on 05/31/2020,per the terms of BuyBoard Contract No.534-17,
Special Instructions:Complete pricing below and submit copy of price list or catalog.
Section I:Highway Safety and Traffic Control Products
Item# Short Description Full Description State Percent(%) State Name of exceptions to Discount
of Discount of Catalog/Pricelist
Discount(%)Off Please state the discount(%)off
CatalogfPricelist for Highway catalog/pricelist for Highways
I Safety Products and Supplies. 9� %Safety Products and — BUY BOARD 534-17
Supplies Catalog/Pricelist Must be included
or Proposal will not be considered.
Information Only: The City of Round Rock reserves the right to order other products from the attached MSRP Sheet per the discounts quoted In
BuyBoard Contract##534-17.
COMPANY NAME: ITERIS,INC
SIGNATURE OF AUTHORIZED ��
REPRESENTATIVE:
PRINTED NAME: JOHN DRAKE
PHONE NUMBER: 512-592-9567
EMAIL ADDRESS: GONZ2479 YAHOO.COM
Exhibit "A"
PgeIct9
JOHN DRAKE
1700 Carnegie Ave. Suite 100
t,oeris
Santa Ana,CA 92705-5551
Phone:(512)592-9567
email:jgd a@iteris.com,web site:www.iteris.com
Iterb,Inc. � �� � SIEMENS
1700 Carnegie Ave,Suite 100, EAGLE
Santa Ana,CA 92705-5551 VantaqePegasusi, .w
Agency: BUY BOARD
Project Name: 534-17
BUY BOARD 534-17
10%DISCOUNTED
ITEM It DESCRIPTION QTY CATALOG PRICE PRICE
TXDOT NEMA TS216 POSITION
`GROUND MOUNT CONTROLLER I
TS2-16-GROUNDMOUNT(TXDOT) KABINET WITH SIEMENS CONTROLLER 1 $13,370.00 $12,039.00
€TXDOT NEMA TS212 POSITION POLE
!MOUNT CABINET WITH SIEMENS i
TS2-12-POLEMOUNT(TXDOT) !CONTROLLER 1 $12,320.00 $11,089.00
t
TACTICS MARC TACTICS SEMARC 1-S USER 1 $13,889.00 $121500.10
}
VECTOR VECTOR DETECTOR ASSEMBLY 1 $4,167.00 $3,750.30
Iteris Vantage Ethernet
Communication Module with Quad 3 t
EDGE-CONNECT view 1 $2,817,00 $2,535.30
_..�..............._....___..__ ._ .
VELOCITY SHELF MOUNT W/ANT-SH-
Velocity-SM/ant-sh-bkt BKT 1 $2,778.00 $21SW-20
VELOCITY RACK MOUNT W/ANT-SH-
Velocity-RM/ant-sh-bk BKT i $2,723.00 $2,450.70
Iteris Vantage Edge2 Processor-2
EDGE2-2N-TX Camera Input,24VDC 1 $2,656.00 $2,390.40
...................
_ - _
OS9 MASTER/LOCAL CONTROLLER
�8130-0400-XXX UNIT 1 $2,808.00 $2,527.2
_._... ........
i
t
8132-0000-XXX M60 NEMA LINUX CONTROLLER 1 $2,326.00
$2,093.40
....—_.�...._.._.___.___ _
3
-�....w.^....... ..........._..y._._..�.
M60 NEMA LINUX CONTROLLER WITH
=8132-1900-XXX FSK 1 $2,326.00 $2,093.41
M60 NEMA LINUX CONTROLLER WITH
8132-0300-XXX PORT 3 1 $2,674.00p $2,406.61
s
8133-0000-XXX M62 ATC LITE CONTROLLER 1 $2,961.00 $2,664.90
8133-0004-XXX M62 ATC FULL BLOWN CONTROLLER 1 $3,230.00 $2,907.00
M60 MASTER/LOCAL NEMA LINUX
8132-0400-XXX CONTROLLER 1 $2,809.00 $2,52$.10
Iteris Vantage Edge2 Processor-1
EDGE2-IN-TX !Camera Input,24VDC 1 $1,834.00 $1,650.60;
Composite 8281 Coax,16 AWG Power
ISOCBL-1000 Cable,1,000 foot Roll 1 $1,334.00 $3,200.60:
,Server,Dell with Host Software,
Velocity-Server !Windows OS i $1112.00
_: ..�.. _ $11000.
Exhibit "A"
Page 2 of Y
JOHN DRAKE
1700 Carnegie Ave.Suite 100
Santa Ana, CA 92705-5551
itoeris Phone: (512)592-9567
email:jgd@iteris.com,web site:www.iteris.com
Iterls,Inc. S-
iterisn?wEf 1
1700+Camegto Ave,suite 100, EAGLE
Santa Ana,CA 92705-8551 n' Pegasus"'
Agency: BUY BOARD
Project Name: 534-17
BUY BOARD 534-17
1 DISCOUNTED
ITEM 0 DESCRIPTION QTY CATALOG PRICE PRICE
lteris-Training(MinQty-1)-Detection
System,Vehicle,Training for I
Installation,Set-Up,and Operations of €
:a VIVDS Intersection,Iteris Part No.
Iteris Training(NOTE:Unit price for
Straining will be priced per hour)Video
(TRAINING Imag 1 $1,112,00 $11000
LENS ADUSTMENT TOOL WITH
ADVANCED LAMVIEW MONTITOR 1 $1,112.00 $11000
Traffic Signal Installation and
CONTROLLER Integration Assistance by Factory ;
INSTALLATION/INTEGRATION Trained Personnel(per day) 1 # $1,112.001 $1,000.80
,Iteris Vantage Wide Dynamic Range i
RZ4A-WDR-PAK Color Camera Assembly 1 $1,056.00 $9SO.40
Iteris Vantage Color Camera Assembly
Model CAM-RZ4C-RS 170 Motorized
Zoom Lens,115VAC,with power/coax 1 )
CAM-RZ4C-PAK connector setl 1
' �....__ $834.00'...._.. $750.60
Iteris Vantage TS2 Interface Module '
TS2IM-PAK (810} _.. $72300 $650.70
i
S TS1 Input/Output Module Assembly,
!Output Cable,Input Cable,Extension
1032-PAK Module Cable,and Users Manua 1 $667.00 $600.30
TS2 Card Rack and Power Supply for
VIVDS Processors,3 Configurable
Slots,Postion 1 Dedicated to Power
Supply,Position 2 Dedicated for BIU or
t
VRACK3-TS2-P5 !Iteris TS2 IM $556.00 $500.40
;Iteris Detector Rack with Power _ !
VRACK4TSi-PS iSupply.for TS1 1 � $556.00 $SWA0
i f Flat Rate Charge for Repairs to VIVDS
Cameras and/or Processors,Iteris Part
No.Edge/Camera RepairVideo
Imaging Video Detection System
REPAIR (VIVDS) 1 r $500.001 $450.00
ITERIS TOOL KIT,STRIPPER,CRIMPER, f !
INSERTION/EXTRACTION TOOL,COAX C j
TURNONKIT STRIPPER,COAX CRIMPER,CUTTER 1 $334.001 $300.60
Iteris Vantage Edge2 Extension
,EDGE2EM4-PAK Module-4 Channel,24VDC1 $323.00 $290.70
...... .
Iteris Vantage Edge2 Extension
EDGE2EM2-PAK Module-2 Channel,24VDC ! 1 $295.00 $265.50
_
..... - __...._._...__.._... _.. . _..,w.....-w._......
i
IIteris Surge Panel with mounting clips j
SURGEPAN-TX for up to 6Supressors(SURGEVAN) 1 - $167.00 $150.30
Exhibit "A"
rant 3ofI
JOHN DRAKE
0 1700 Carnegie Ave. Suite 100
Santa Ana,CA 92706-5661
it'oeris Phone: (692)692-9567
email:jgd@iteris.com,web site:www.iteris.com
itw% Inc. iteris
SIEMENS VIC'
1700&rnogio Ave,Sulte 100, E��«
Santa Ana CA 9270"551 n Pegasus� A..
Agency: BUY BOARD
Project Name: 534-17
BUY BOARD 534-17
10' DISCOUNTED
ITEM# DESCRIPTION QTY CATALOG PRICE PRICE
Camera Bracket,I-Piece Adjustable
i !Stellar,74"Tube,120"Galy Cable,
!AS-0175-74-120-PNC jAlum 1 $170.00 $153.00
17"Color Monitor,w/BNC connector
s
Liiliput 3196L-70NP (for use with RZ4C cameras) 1 $139.00 $125.10
Camera Bracket,1-Piece Adjustable
AS-0175-74-62-PNC Stellar,74"Tube,62"Galy Cable,Alum 1 $160.00 $144.00
12-pin connector with shell(package
Deutschconn of 4) i $112.00 $1q0
BNC Connector Retrofit Pack of 12(ea
includes,1 BNC,Rubber Boot,Grease, 1
`BNCRETRO-PAKand Instructions} 1 $73.00? $65.70
Video Surge Supressor with oneT
SURGEVAN FCABLE 1 $56.00 $50.40
;Iteris Side of Pole Universal Mount
ICAMBRKT4 _Camera Bracket 1 $56.00' $SO.40
'Iteris-VRAS(MinQty-1)-Detection
{System,Vehicle,Central Control
Communications Software for Set-Up
LVRAj and Monitoring VIVDS Intersections, $6.001 $5,40
Vantage Next CCU unit,1U,supports
Next-CCU-Pak up to 2 Next-DVP's,ship kit 1 $2,445.001 $2,Z00.50
Vantage Next CCU unit,Shelf Mount
with embedded processors(No DVP's
'Next-CCU-SM-TS2-Pak needed),ship kit I 1 $8,334.001,
!Vantage Next Dual Video Processor, j
Next-DVP-Pak_ supports 2 Next-Cam 00
1 $2,778.00 $2;5 .20
.�,.� . _
;Next-Cam-BH-Pak Vantage Next WDR Camera 1 $1,167.00 $1,050.30
34 Cam Vantage Next System,l CCU,2 �Y
Next-System-4-BH-Pak Next DVP,4 Next-Cam-BH,ship kit 1 $12,667 00£ $11,+400130
4 Cam Vantage Next System,1 Shelf
Mount CCU with embedded j
;processors(No DVP's needed),4 Next-
Next-System-4-13H-SM-7S2-Pak Cam-BH,ship kit 1 $13,000,00 $11,700,00
Vantage Radius CCU unit,lU,box
!Rad-CCU-Pak supports up to 2 Rad-Prow,ship kit �- 1 $2,445.00 $2,200.50
Vantage Radius CCU unit,Shelf Mount
with embedded processors(No Rad-
Rad-CCU-SM-TS2-Pak Procs needed),ship kit 1 $8,334.00 $7,5W.60
Exhibit "A"
Page 4 00
JOHN DRAKE
1700 Carnegie Ave. Suite 100
iSanta Ana,CA 92706-6551 t'oeris Phone:(512)592-9667
email:jgd@iteris.com,web site:www.iteris.com
Iteris,IS, ENS
1700 iteri
1700 Carnegie Ave,Suite 100, ZEAGLE
Santa Ana,CA 92705-5551 WritagePegasu-S
Agency: BUY BOARD
Project Name: 534-17
a Y BOARD 534-17
10%DISCOUNTED
ITEM# DESCRIPTION QTY CATALOG PRICE PRICE
Vantage Radius Dual Processor,
Rad-Proc supports 2 Rad-Sensor $2,656.00i, $2,390.40
.........................................................................................................
Rad-Sensor-SH-Pak Vantage Radius Sensor $2,223.00 $2,000.70
,4 Sensor Vantage Radius System,1
CCU,2 Rad-Proc,4 Rad-Sensor-BH,
Rad-System-4-BH-Pak Iship kit 1 1 $16,645.00 $14,980.50
A Sensor Vantage Radius System,I
Shelf Mount CCU with embedded
processors{No Rad-Proc needed),4
Rad-System-4-BH-SM-TS2-Pak Rad-Sens-BH,ship kit 1 $17,223.00i
ISISOO.70
Next-Rad-DT Diagnostic tool for Next/Radius
$1,000.00 $900.W
.............
1000'spool UV Resistant Cat SE Bulk
CatSE-Shld-Cable cable for Next/Radius Systems $200.70
..........I................. ....................._ $223.00 I
8"Color LCD Monitor,I composite,1
HDMI input for use with Next or
Mon-8HDMI Radius 1 $167.00 $150.30
10"Color Monitor,Sunlight Viewable,
12 composite,1 VGA,1 HOMI input for
Mon-IOLCD-SL use with Next or Radius 1 1 $473.00 $425.70
Siemens M60 Controller Comm
AAD15288P004 Module,Port 3 and FSK 1 E $417 00' $375.30
2.1-
ISiemens M60 Controller Comm
AAD15288P003 Module,Port 3 i $195.001 $171SO
Radio mounting bracket(requires
AS-3009-120-PNC mast) 1 $107.00 $96.30
ALR112-TUBE-10 Radio mounting mast-10' $55.00 $49.50
........................................................... .......... .......
Ethernet Switch for use with Iterls
EdgeConnect,Pegasus or Siemens
Controller.Hardened,Managed 11
Port-
Zx100/1000/2500FX+1.100/1000FX
SFP Ports,8.101100TX Ports,includes
CNGE3FESMS power supply(SFP's not included) $1,404.001 $1,263.60
Battery Backup System(BBU),TxDOT i
MP-2000E/BATT CAB Approved 1 $5I511.001 $40959.90
Battery Backup System(BBU),WITH
MP-2000E/BATT CAB-GEN �!!N.001
IGENINPUT $ $5,318.1
Exhibit "A"
pme$09
JOHN DRAKE
6 1700 Carnegie Ave. Suite 100
Santa Ana,CA 92706-6551
it'oeris Phone: (512)592-9567
email:Jgd c@iteris.com,web site:www.iteris.com
Iterlar Inc,
iteris- SIEMENS
;A
1700 Carnegie Ave,Suite 100, - EAGLE'
Santa Ana CA 92705-5;59 P'e�aSUS . ..
Agency: BUY BOARD
Project Name: 534-17
BUY BOARD 534-17
1 DISCOUNTED
ITEM# DESCRIPTION QTY CATALOG PRICE PRICE
15GHz 802.11AC 300 Mb MIMO Radio
with 19db Integrated Antenna,POE
VP-58AC-I and Mount(Gen 2 enclosure) 1 $939.00 $"5.10
5GHz 802.11AC 300 Mb MIMO Radio
with 19db Integrated Antenna,Radio,
POE and Mount,150'Cat SE cable(Gen
jVP-58AC-I-Kit ;2 enclosure) 3 $1,012.00 $910.80
5GHz 802.11AC 300 Mb MIMO
Connectorized Radio,POE and Mount 's
(Gen 2 enclosure,will require i
VP-58AC-C antenna) - 1 $1,030.00 $927.00
5GHz 802.11AC 300 Mb MIMO
Connectorized Radio,POE and Mount,
1antenna)Cat 5E cable(Gen 2 enclosure,will
VP•58AC-C Kit !require tenna) . . � .
�..w..�.. _,.:_ 5GHz 802.11AC 300 Mb MIMO Radio i
with 24 db Integrated Antenna,POE
SVP-58ACH-1 and Mount(Gen 1 enclosure) 1 $1,348.00 $1,213.2 .
5GHz 802.114C 300 Mb MIMO Radio
with 24 db Integrated Antenna,Radio,
1
POE and Mount,150'Cat 5E cable(Gen
VP-58ACH-1-Kit 1 enclosure) 1 $1,427.00 $1*25430
5GHz 802.IIAC 300 Mb MIMO �
Connectorized Radio,POE and Mount
(Gen 1 enclosure,will require
VP-58ACH-C antenna) 1 $1,189.00 $1,070,10
15GHz 802.11AC 300 Mh MIMO
Connectorized Radio,POE and Mount,
150'Cat 5E cable(Gen 1 enclosure,will)
'VP-58ACH-C-Kit require antenna) 1 $1,268.0.0 $1,14L20
5GHz 802.11AC 300 Mb MIMO Radio i
With 20db Integrated Antenna,POE <
VP-58ACL-I and Mount(Gen 1 enclosure) 1 $1,189.001 $1,070.10
.... .........................__......... __�e__._____... ...,...._....__...
:5GHz 802.11AC 300 Mb MIMO Radio i
with 20db Integrated Antenna,Radio,
POE and Mount,150'Cat SE cable(Gen 1
VP-58ACL-I-KIt 1 enclosure) i $1,305 00
__::..............._._.�._..__....._...._________�___......._.�.._.._........___._.... �.
.
5GHz 802.11AC 300 Mb MIMO E
TwistPort Radlo,POE and Mount(will
VP-S8AC-TP require antenna) 1 $1,224.001 $1,101.50:
I
5GHz 802.11AC 300 Mb MIMO
TwistPort Radio,POE and Mount,150'
VP-58AC-TP-Kit JCat 5E cable(will require antenna) _ 1 $1,306.00 $1,175.40:
Exhibit "A"
r.je&ef9
JOHN DRAKE
1700 Carnegie Ave.Suite 100
Santa Ana,CA 92705-5551
iteriPhone:(512)592-9567
(,a3"
email:jgditeris.com,web site:www.iteris.com
Iter*Inc. iterISSIEMENS
p
1700 Carnegie Ave,Suite 100,
Santa Anal CA 9270543$1 VantagePegasus
Agency: BUY BOARD
Project Name: 53417
BUY BOARD 534-17
10%DISCOUNTED
ITEM## DESCRIPTION CITY CATALOG PRICE PRICE
SGHz 802.11AC 150 Mb MIMO
;Connectorized Radio,POE and Mount
I(Gen 2 enclosure,will require
VP-24N-C antenna) 1 $872,00 $734.80
lConnectorized Radio,POE and Mount,
'1S0'Cat 5E cable(Gen 2 enclosure,will
VP-24N-C-Kit require antenna) 1 $951.00 $855.90
Dual Pol 5.8GHz 24 db Panel Antenna,
AT-PD5823888-ARC Mount,2xNF Connector 1 $276.00 $248.dit1
i
' Puai Pal 5.8GHz 20 db Panel Antenna,
!AT-PD5820888-ARC Mount,2xNF Connector 1 $128.00 $115.20
1
15.8 GHz 21 db ADJ DUAL POL Sector
AT-21SEVAR-580 Antenna,Mount,2X NF CONNECTOR ` 1 $250.00 $225.00
5.8 GHz 18 db ADJ DUAL POL Sector
AT-18SEVAR-58D Antenna,Mount,2X NF CONNECTOR 1 , $146.00 $131.40
a
5.8 GHz 17 db 90 Deg Dual Pal Sector
AT-175E90-58CC Antenna,Mount,SMA Connector 1 $241.00 $216.90
,5.8 GHz 19 db 60-120 Deg Dual Pol
Sector Antenna,Mount,SMA
AT VSGTI 0 Connector 1 $424.001 $3$L
a
M � 60
..,..............
j5.8 GHz 18 db 30 Deg Dual Pal Horn
SH-CC-5-30 'Sector Antenna Mount N Connector 1 $407 00 $3
15.8 GHz 18 db 30 Deg Dual Pol 1
1TwistPort Horn Sector Antenna,
ISH-TP-5-30 Mount 1 $278.001 $2M2
i
I
5.8 GHz 14 db 60 Deg Dual Pol Horn
ISH-CC-5-60 Sector Antenna,Mount,N Connector 1 $407.0 1
5.8 GHz 14 db 60 Deg Dual Pol
;TwistPort Horn Sector Antenna,
5H-TP-5-6Qi Mount 1 $241.00 $216.90
.......,.................._........ ..._...-..........m...�__ ..._......,.,......} __._. __ �.... _..._....
i
1
5.8 GHz 10 db 90 Deg Dual Pol Horn
`SH-CC-5-9Q Sector Antenna,Mount,N Connector 1 $407.001 $366.30
.. - _ .._...............__-...._,...____..,._..........._..._ __.......
I
15.8 GHz 14 db 90 Deg Dual Pol j
1TwistPort Horn Sector Antenna,
LSH-1P-5-90 T Mount 1 i $204 00r $183.60
Exhibit "A"
P sge 7 cf 5
JOHN DRAKE
1700 Carnegie Ave. Suite 100
Santa Ana, CA 92705-5551
itoeris Phone: {512}592-9567
email:jgd@iteris.com,web site:www.iteris.com
Item,Inc. iteris"
1700 Carnegle Ave,suite 100, Pe asus" EAGLE
Santa An CA 927054559VantW. �
Agency: BUY BOARD
Project Name: 534-17
BUY BOARD 534-17
10 DISCOUNT80
ITEM 4 DESCRIPTION QTY CATALOG PRICE PRICE
5.8 GHz 27 db 550mm Dual Pol
AT-ULDS-SSO TwistPort Dish Antenna,Mount 1 $239.00 $215.10
5.8 GHz 24 db 400mm Dual Poi
,AT-ULDS-400 TwistPort Dish Antenna,Mount 1 $184.00 $165.60
15.8 GHz 24 db Dual Pol TwistPort Horn j
IAT-ULHS-24 An#enna,Mount 1 $739.00 $665.10
3
!2.4GHz S db Omni Antenna,SMA
iAT-SSBX-24 'connector 1 $19.00 $17.10
3
j2.4GHz 10 db Omni Antenna,SMA
AT-10OM-24D I connector i $350.00 $315.00
35.8GHz 10 db Omni Antenna,SMA
IAT-10OM-58D connector 1 $239.00 $215.10
s
j
NC-1FT 1 FT INDOOR CATS PATCH CABLE 1 $8.001 $7.20;
E
r
NC-SFT S FT INDOOR CATS PATCH CABLE 1 $1100 $9.90
4
3 150 FT OUTDOOR UV RATED CATS
s
NC-15OFT-ODS SHIELDED PATCH CABLE 1 $101.001 $90.90
50 FT OUTDOOR UV RATED CATS
NC-SOFT-OAS ;SHIELDED PATCH CABLE 1 $61.00 $54.
1
i
1000 FT OUTDOOR RATED CATS 1
B&CATS-1000S SHIELDED BULK CABLE(For Radios) 1 $253.001 $2.27.70.
I �
GROUNDED RMS CRIMP CONNECTOR I
AD-CON-10 ........ _ _,_ ._. $91.00i $81.
E £
1
IPT-RSMAM-NMI 1 METER LMR240 SMA TO NM CABLE ` 1 $33.001 $29.70
Exhibit "A"
�Iaxe 8 019
JOHN DRAKE
1700 Carnegie Ave. Suite 100
Santa Ana, CA 92706-5651
iteri Phone: (512)692-9667
email:jgd@iteris.com,web site:www.iteris.com
Iterfs,Inc. iteriSIEMENSs
1700 Carnegie Ave,Suite 100,
IM94hrytiag-ePegas 4DEAGLE
Santa Ana,CA 92705-5551 'us
Agency: BUY BOARD
Project Name: 534-17
BUY BOARD 534-17
10%DISCOUNTED
ITEM# DESCRIPTION CITY CATALOG PRICE PRICE
PT-RSMAM-NM3 3 METER LMRZ40 SMA TO NM CABLE 1 $61.00 $54-90
18 VOUT POE SUPPLY FOR MUNI
iPE-18vs UNITS+SURGE $45.00 $4M0
........................
IS VOUT LIGE POE SUPPLY FOR MUNI
PE-18VS-G UNITS+SURGE $111.00 $99.90
RF COAXIAL LIGHTNING PROTECTOR 2-1
AT-SRG6 6 GHZ $51.001 $45.9O
AD-NM-RF50 OHM NMALE DUMMY LOAD $21.00, $18M
............... .................................
OUTDOOR RF WEATHERPROOFING KIT
AT-SEAL BUTYL TAPE 1 $45.00 W.S0
!ARTICULATING MOUNTING BRACKE
MT-BR0701S01-ARC !KIT 1 $51.00, $4S.90
................
I
TACTICS 30 TACTICS CENTRAL 1-30 $33,708.00, $30,337.20
----------
TACTICS 50 TACTICS CENTRAL 1-50 $61,79840
............
,TACTICS 100 TACTICS CENTRAL 1-100 1 $84,270.00 $75,843.00
TACTICS ENTERPRISE TACTICS CENTRAL 1-400 1 $121,348.00 $10911I13.20
TACTICS-VIEW UPLOAD/DOWNLOAD 1 $2,106.00 $1,895.40
SMART CYCLE INDICATOR SYSTEM(4 ------
SBI-SYS-4 LIGHT SYSTEM) 1 $2,045.00 $18 0.50'
SMART CYCLE INDICATOR SYSTEM(3
SBI-SYS-3 LIGHT SYSTEM) 1 $1,818.00 $1,636.20
.............. ............ ........
SMART CYCLE INDICATOR SYSTEM(Z
SBI-SYS-2- LIGHT SYSTEM) $1,591.00
CYCLESMART INDICATOR SYSTEM(I
ISBI-SYS-1 LIGHT 5YSTEM) $1,364.00. $1,227.60
Exhibit "A"
Patn 10 of 9
JOHN DRAKE
1700 Carnegie Ave.Suite 100
Santa Ana,CA 92705-5551
it'eeris Phone:(612)692-9667
email:jgd@iteris.com,web site:www.iteris.com
Iteft,Inc. iteri 31Z NIENS
1700 Camegle Ave,Suite 100,
,OEAGLE
Santa Ans,CA 92705-5551 Vantage Pegasus"
Agency: BUY BOARD
Project Name: 534-17
.....-------------------------
BUY BOARD 534-17
10%DISCOUNTED
ITEM# DESCRIPTION QTY CATALOG PRICE PRICE
2070LX Series SP:2070-IC CPU Module
AADIS753-004 Linux 1 $978.00�
M60 Series Kit.M52 OS9 to M62
NEMA Linux Upgrade Kit(LINUX,USB,
MBV17085-001 LARGE DISPLAY) 1 $2,545.00 $1,390s0
IM60 Series Kit:M52 059 to FI0/USB
;and KV2 Upgrade Kit(LINUX,USB,NO
MBV17084-001 !DISPLAY) 1 $1,335.00
.....................
M60 SERIES KIT:M52 059 TO M62
MBV17D46-001 NEMA Linux Upgrade KIt(LINUX ONLY) 1 $568.001 $S11.20
M60 Series SP:M60 Power Supply
.AAD17099-001 iModule $790.00 $71LOO
............. ............ .......
VECTOR-NEXT VECTOR NEXT DETECTOR A55EMBLY $4,167.001............... $3,75030
AAD17047-002 M60 Series SP:M6016 Line Display I 1 $676.001
Exhibit "A"