Loading...
11-159 . , Resolution No. 11-159 RESOLUTION AUTHORIZING EXECUTION OF SALES AND SUBSCRIPTION AGREEMENT WITH ALL TRAFFIC SOLUTIONS FOR ELECTRONIC RADAR SPEED DISPLAY SIGNS BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,that pursuant to Elgin Municipal Code Section 5.02.020B(9) the City Council hereby finds that an exception to the requirements of the procurement ordinance is necessary and in the best interest of the city; and BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,that Sean R. Stegall,City Manager,be and is hereby authorized and directed to execute a sales and subscription agreement on behalf of the City of Elgin with All Traffic Solutions for electronic radar speed display signs, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: September 14, 2011 Adopted: September 14, 2011 Omnibus Vote: Yeas: 7 Nays: 0 Attest: s/ Kimberly Dewis Kimberly Dewis, City Clerk CITY OF ELGIN SALES AND SUBSCRIPTION AGREEMENT THIS AGREEMENT is made and entered into this 14thday of september ,2011,by and between the City of Elgin, Illinois, a municipal corporation(hereinafter refired to as the"CITY")and All Traffic Solutions, a Pennsylvania corporation, a division of Intuitive Control Systems, LLC, a Pennsylvania limited liability company(hereinafter referred to as the"CONTRACTOR"). ARTICLE 1. DEFINITION. This"CONTRACT"as used herein shall mean this Agreement and all attachments hereto. The CONTRACTOR shall provide all goods and/or services as required by this CONTRACT. ARTICLE 2. SCOPE OF WORK AND PRICE. The CONTRACTOR shall provide the goods or services described in the Quote attached hereto and made a part hereof as Attachment A, and the Subscription Contract attached hereto and made a part hereof as Attachment B, at the prices and terms contained therein. ARTICLE 3. DURATION. The CONTRACTOR shall commence the performance of this CONTRACT upon receipt of a fully executed CONTRACT from the CITY. ARTICLE 4. TERMINATION. The following shall constitute events of default under this CON I RACT: (a)any material misrepresentation made by the CONTRACTOR to the CITY,and(b) any failure by the CONTRACTOR to perform any of its obligations under this CONTRACT including, but not limited to, the following: (i) failure to commence performance of this CONTRACT at the time specified in this CONTRACT due to a reason or circumstance within the CONTRACTOR's reasonable control; (ii) failure to perform this CONTRACT with sufficient personnel and equipment or with sufficient material to ensure the completion of this CONTRACT within the specified time due to a reason or circumstance within the CONTRACTOR's reasonable control; (iii) failure to perform this CONTRACT in a manner reasonably satisfactory to the CITY; (iv)failure to promptly re-perform within reasonable time the services that were rejected by the CITY as erroneous or unsatisfactory; (v) failure to comply with a material term of this CONTRACT,; and (vi) any other acts specifically and expressly stated in this CONTRACT as constituting a basis for termination for cause. The CITY may terminate this CONTRACT for its convenience upon fourteen (14)days prior written notice. In the event of such termination by the CITY,the CITY's liability to the CONTRACTOR shall be limited to reasonable payment for work already performed by the CONTRACTOR pursuant to this CONTRACT and goods provided. ARTICLE 5. DAMAGES. From any sums due to the CONTRACTOR for services,the CITY may keep for its own the whole or any part of such expenses, losses and damages as directed by the Purchasing Director,incurred by the CITY as a consequence of procuring services as a result of any failure,omission,negligence or mistake of the CONTRACTOR in providing the services as provided in this CONTRACT. failure,omission,negligence or mistake of the CONTRACTOR in providing the services as provided in this CONTRACT. ARTICLE 6. GOVERNING LAWS AND ORDINANCES. This CONTRACT is subject to and governed by the laws of the State of Illinois. Venue for the resolution of any disputes or the enforcement of any rights arising out of or in connection with this CONTRACT shall be the Circuit Court of Kane County, Illinois. ARTICLE 7. AFFIRMATIVE ACTION. The CONTRACTOR will not discriminate against any employee or applicant for employment because of race,color,religion,sex,ancestry,national origin, place of birth,age or physical handicap which would not interfere with the efficient performance of the job in question. The CONTRACTOR will take affirmative action to comply with the provisions of Elgin Municipal Code Section 3.12.100 and will require any subcontractor to submit to the CITY a written commitment to comply with those provisions. The CONTRACTOR will distribute copies of this commitment to all persons who participate in recruitment,screening,referral and selection of job applicants and prospective subcontractors. The CONTRACTOR agrees that the provisions of Chapter 3.12 of the Elgin Municipal Code, 1976, is hereby incorporated by reference, as if set out verbatim. ARTICLE 8. ASSIGNABILITY. The CONTRACTOR shall not assign, sell or transfer any interest in this CONTRACT without prior written consent of the CITY. ARTICLE 9. AMENDMENTS. There shall be no modification of this CONTRACT, except in writing and executed with the same formalities of the original. ARTICLE 10. NOTICES.Any notice given under this CONTRACT shall be in writing and shall be deemed to have been given when hand delivered or deposited in the U.S. mail, certified or registered,return receipt requested,addressed, if to CONTRACTOR,at the address set forth above to the attention of the project manager or undersigned representative, and if to the CITY, to the attention of the City Manager, 150 Dexter Court, Elgin, IL 60120, or to such other address and/or authorized representatives as either party shall designate in writing to the other in the manner herein provided. ARTICLE 11. INDEMNIFICATION. To the fullest extent permitted by law,CONTRACTOR agrees to and shall indemnify,defend and hold harmless the CITY, its officers, employees,boards and commissions from and against any and all claims, suits, judgments, costs, attorney's fees, damages or any and all other relief or liability arising out of or resulting from or through or alleged to arise out of any acts or negligent acts or omissions of CONTRACTOR or CONTRACTOR's officers, employees, agents or subcontractors in the performance of this CONTRACT including, but not limited to,all goods delivered or services or work performed hereunder. In the event of any action against the CITY,its officers,employees,agents,boards or commissions covered by the foregoing duty to indemnify,defend and hold harmless, such action shall be defended by legal counsel of the CITY's choosing. The provisions of this paragraph shall survive any expiration,completion and/or termination of this CONTRACT. -2- ARTICLE 12. PUBLICITY. The CONTRACTOR may not use,in any form or medium,the name of the City of Elgin for public advertising unless prior written permission is granted by the CITY. ARTICLE 13. APPROPRIATIONS. The fiscal year of the CITY is the twelve(12)-month period ending December 31. The obligations of the CITY under any contract for any fiscal year are subject to and contingent upon the appropriation of funds sufficient to discharge the obligations which accrue in that fiscal year and authorization to spend such funds for the purposes of this CONTRACT. If,for any fiscal year during the term of this CONTRACT,sufficient funds for the discharge of the CITY's obligations under this CONTRACT are not appropriated and authorized, then this CONTRACT shall terminate as of the last day of the preceding fiscal year, or when such appropriated and authorized funds are exhausted,whichever is later,without liability to the CITY for damages, penalties or other charges on account of such termination. ARTICLE 14.ENTIRE AGREEMENT. This CONTRACT embodies the whole agreement of the parties. There shall been no promises,terms, conditions or obligations other than those contained herein, and this CONTRACT shall supersede all previous communications, representations or agreements,either verbal or written,between the parties. ARTICLE 15. COMPLIANCE WITH LAWS. Notwithstanding any other provision of this CONTRACT,it is expressly agreed and understood that in connection with the performance of this CONTRACT, the CONTRACTOR shall comply with all applicable federal, state, city and other requirements of law including,but not limited to,any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, CONTRACTOR hereby certifies, represents and warrants to the CITY that all CONTRACTOR's employees and/or agents who will be providing products and/or services with respect to this CONTRACT shall be legal residents of the United States. CONTRACTOR shall also at its expense secure all permits and licenses,pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work,and/or the products and/or services to be provided for in this CON I RACT. The CITY shall have the right to audit any records in the possession or control of the CONTRACTOR to determine CONTRACTOR's compliance with the provisions of this section. In the event the CITY proceeds with such an audit the CONTRACTOR shall make available to the CITY the CONTRACTOR's relevant records at no cost to the CITY. CONTRACTOR shall pay any and all costs associated with any such audit. ARTICLE 16. INTEREST WAIVER. CONTRACTOR hereby waives any and all claims or rights to interest on money claimed to be due pursuant to this CONTRACT,and waives any and all such rights to interest to which it may otherwise be entitled pursuant to law, including, but not limited to, pursuant to the Local Government Prompt Payment Act (50 ILCS 505/1, et seq.), as amended,or the Illinois Interest Act(815 ILCS 205/1,et seq.), as amended. The provisions of this paragraph shall survive any expiration, completion and/or termination of this CONTRACT. ARTICLE 17. LIMITATIONS. The parties hereto further agree that any action by the CONTRACTOR arising out of this CONTRACT must be filed within one(1)year of the date the alleged cause of action arose or the same will be time barred. The provisions of this paragraph shall survive any expiration,completion and/or termination of this CONTRACT. -3- ARTICLE 18. SIGNATURE. The person signing this CONTRACT certifies that s/he has been authorized by the CONTRACTOR to commit the CONTRACTOR contractual and has been authorized to execute this CONTRACT on its behalf. IN WITNESS WHEREOF the parties have hereto set their hands the day and year first above written. CONTRACTOR: All Traffic Solutions,a Pennsylvania corporation, a division . • .i ' - o of Systems, LLC - I By: .� Name/Pr> - Co 1 -Li .— Title: - s FEIN NO. 2c- ice —? ..06- CITY OF ELGIN: 4/2., , f", - / i R. Stegall, City Mana:- Hegel dept\agreement\all traffic solutions.doc -4- • 'ALLTRAFFIC All Traffic Solutions QUOTE SOLUTIONS Div of Intuitive Control Systems,LLC 3100 Research Drive QUOTE NO: Q-03402 DATE: PAGE NO: 1 State College,PA 16801 7/21/2011 Phone:814-237-9005 MANUFACTURER: Independent Sales Rep: Fax:814-237-9006 All Traffic Solutions Kevin Scholz ext 0 Aaiarrofthe Arum- Tax ID:25-1887906 (814)321-7140,ext BILL TO: SHIP TO: City of Elgin City of Elgin 151 Douglas Avenue <br>, <br> Elgin, IL 60120 Attn:Steve Bianchi CONTACT: 847-289-2661 CUSTOMER# 204964 PAYMENT TERMS: Net 30 ITEM NO: DESCRIPTION: QTY: EACH: EXT.PRICE: 4000561 Shield 12 speed display;base unit w/mounting bracket 5 $2,993.00 $14,965.00 4000519 Traffic Data Collection;stores vehicle statistics locally for later 5 $0.00 $0.00 analysis 4000520 Violator Strobe;flash helps draw attention to the driver's 5 $0.00 $0.00 speed 4000631 Bluetooth Management: allows wireless control from a PDA 5 $0.00 $0.00 (sold seperately) 4000250 PDA,with ATS software suite and bluetooth capability 1 $0.00 $0.00 4000664 Pictures;awareness images are captured based on 5 $0.00 $0.00 customizable alarm triggers 4000613 LFP Power kit,10Ah battery,internal power controller, 5 $713.00 $3,565.00 charger with connector 4000647 App,Traffic Suite;Equip Mgmt,Reporting,Image Mgmt, 10 $1,350.00 $13,500.00 Alerts, Mapping and PremierCare 4900055 Carrying Case;Sh12 softcase with storage pockets 5 $0.00 $0.00 4000521 Mount Kit,Sh12/Sh15 mounting bracket,includes:bracket& 3 $0.00 $0.00 hardware for pole 4000641 Shipping 1 $190.00 $190.00 4000719 CREDIT: reverses recent option purchase, requires multi-year 1 ($220.00) ($220.00) Traffic Suite GSA number GSA-07F-6092R SALES AMOUNT: $32,000.00 If this quote includes subscription applications please refer to the SHIPPING: related subscription agreement for billing options and other TOTAL: $32,000.00 details. Duration: This quote Is good for 120 days from date of issue. Shipping Notes: Unless shipping charges are specifically indicated,prices are FOB factory. Shipping charges may apply Taxes: Taxes are not included In quote. Please provide a tax exempt certificate or sales tax will be applied. Warranty: Unless otherwise indicated,all products have a one year warranty from date of sale. Warranty extensions are a component of corns applications that are available at time of purchase. ATTACHMENT A • . . 4 /At TRAFFIC -.4 T"Ti T ...' - ..i.;,—,:-..-- ni- .ii,-- 1:-.- :T.. '...--I,;:ii ,,-“,,i“ if(ii„ ;': l'i'i ii"'i.:iiiir— 'll• iiii, --f'e, Auhltsivipifizkieintriitququu3qii,;41ettied;Ctiltr.tte4if anp).,1,1„z . FTIL- ... '!'• t.0-t.' 114',:ii,',-,:i'.. :,:'..':P.L.-,,:li 0 .c,,,•.. 4.....--- ....• flkyi.. .. ,,,.... -. T s., Tn. itiiiii•triir ,...i• i, ,, 1_1rW," ..rg..,', !:, Subscriber:City of Eight Billing Contact: Effective: 151 Douglas Avenue Phone:0 Contract Status:Draft Elgin,it 60120 email: US Contract Ad min: Phone:ext 0 SelbOtit10$410414i':,•.:1 7 i'-••••.'lif-ii?t,;- 1- 1 ri.4. ',ii-P.fil ., itj-1,ilt!'.'-:i1::;;Ii.,, ,:j.-:,-,:-':ii;T:.:,-179:,.-,-.,;.;!-,', k,; For II Item II DeSerlption Term Payment Payment Unit Pike Up Front Annual Quarterly' Monthly Devices Ono) (See)Start , (set)End ,. WW1 Billing Benne, Billing 5 4000647 App,Traffic Suite;Equip Mgmt,Reporting,Image Mgmt,Alerts, 24.000 1350.00 13500.00 6750.00 1822.50 675.00 Mapping and PremierCare TOTAL 513,500.00 $6,750.00 $1,822.50 $475.00 51614.1i:• r 1 InIthiltine • - -- - -- --• L. ... , -,.- 4. • 3,-' S. —4": .1j; ,- . ,fiTT T,F .r.lis l'i :f?,.,-.1f, . ".q".4'*i.,,= '',' ' “;. ' 1 '- ..'-,--' ArRt"Iirk' 1,41400,4q1.0110,0411061*..'''. 0,t. 't• 3-I 1'''1 1 i ) 21I •-,1 ; k, .- ,i1,,i.f ,,S.:,,, - ,.4tE,3 1. Terms of Use:This Subscription Contract shall evidence the Subscription Services provided to the customer identified above(hereinafter''Subscriber")under the terms and conditions of the Master Services Agreement which shall govern this Subscription Agreement unless specifically provided herein.The signature below affirms Subscriber's commitment to pay for the Services in accordance with the options and rates Identified in this Subscription Agreement. The information provided above is accurate and complies with Subscriber's business practices In making this purchase,including obtaining all necessary approvals to release the funds for this purchase. 2. Purchase Orders:All invoices shall be provided to the billing contact as specified above.Subscriber shall inform All Traffic Solutions promptly in writing If it changes the person to whom invoices should be sent. 3. Payment.Billing frequencies shorter than annual require credit card or ACH setup for automatic payment.This contract must be returned with your order regardless of the billing frequency selected above. 4. Taxes:The fees set forth In this Subscription Agreement are exclusive of all taxes,levies,or duties imposed by taxing authorities on the purchase of the above Services and Customer shall be responsible for payment of any such taxes,levies or duties. S. Future Subscription Renewals:Provided Subscriber has timely paid all fees and charges due and payable under the Subscription Agreement,they agree to the automatic renewal terms indicated below.By initialing below,the Subscriber Indicates how they choose to participate in renewals.Subscriber can at any time during their Subscription provide written notice updating their renewal intent. a. Automatic renewal of this Subscription Agreement for the same duration and at the same billing interval as Indicated above at the then current rate for that interval . b. Automatic renewals on a month-to-month basis at the ten current monthly rate_. c. Subscriber chooses to opt out of the automatic renewal feature_. 6. Other Terms' die• •No special conditions . ....._. Terms , „ .,.. . : . ..,. .:... _.:.... .., „ K,..,:ii“,• O-:,,,L.•,1 ?- “ .. For All Traffic Ai. •• If For City of Elgin:(Resolution Is only'liquified when the initial term Is multi-yriar,and payment is not up front) Or' Signature.ILL ....t._„ -,_..........,,, Resolution The undersigned is the person responsible for recording all votes and all minutes of the meetings for the Subscriber.The Printed Na 0”'0- ... undersigned certifies the following as a true and correct copy of a certain resolution of City of Elgin(hereinafter'Subscriber(duly adopted, . - Title: mut. Date: ''' ZVI 0 which resolution is In full force and effect: ... is • For City of Elgin: RESOLVED,that as the of the Subscriber,is hereby authorized,empowered,and Signature: designated,on behalf of and as the act of the Subscriber,to accept the terms of this Subscription Agreement and to enter into said contracts Printed Name: with All Traffic Solutions. Title: Date: Dated: Signature Title: Nye sort ATTACHMENT B C(9--- 111, ELGIN THE CITY IN THE SUBURBS" DATE: September 20, 2011 TO: Kristie Hilton, Crime Analyst FROM: Kimberly Dews, City Clerk SUBJECT: Resolution No. 11-159, Adopted at the September 14, 2011, Council Meeting Enclosed you will find the agreement listed below. Please distribute this agreement to the other party and keep a copy for your records if you wish. If you have any questions please feel free to contact our office 847-931-5660 and we will do our best to assist you. Thank you. • All Traffic Solutions for Electronic Radar Speed Display Signs ELGIN THE CITY IN THE SUBURBS' AGENDA ITEM: G MEETING DATE: August 24, 2011 ITEM: Purchase of Electronic Speed Signs through the Illinois Department of Transportation's Safe Route to School Grant Award ($32,000 in grant proceeds) OBJECTIVE: To facilitate speed reduction and awareness in school zones. RECOMMENDATION: Authorize the purchase of five electronic speed displays as provided for in the Safe Route to School grant agreement in the amount of 32,000. BACKGROUND In the fall of 2008, the city applied for the Safe Routes to School grant through the Illinois De- partment of Transportation (IDOT). This project was a partnership between the city and School District U-46. A portion of this agreement was brought forth to the city council on December 15, 2010; that being the same month and year the contract was ultimately finalized. At that time, the portion of the project presented addressed the re-striping of crosswalks near U-46 elementary and middle schools, a project that is ongoing. Currently, the police department is seeking to address an outstanding portion of the grant award, mainly the purchase of electronic speed signage (see Attachment A). The signs will electronically display the speed of vehicles traveling in the school zones within which the signs are placed. The department has selected signs that can be mounted onto poles rather than purchasing traditional mobile speed trailers. OPERATIONAL ANALYSIS The police department and School District U-46 are committed to providing safe routes to school for children. As part of this mission, a grant opportunity was explored and a partnership between the two entities was formed. The display of electronic signage that reflects a vehicle's speed is an effective way to promote speed and safety awareness within school zones. The de- cision was made to purchase signs that could be mounted on posts so as to provide coverage to more schools. The signs are less costly than speed trailers that are similar to those the depart- ment already owns. With the electronic signs, the brackets can be permanently mounted on a traffic or light pole. The signs, however, can be moved from location to location as operationally required. The vendor that offers the product desired is All Traffic Solutions. Their quotation and equip- ment includes patented technology unavailable through other sources. They have committed to providing the following equipment in their pricing (see Attachment B): • Five speed signs o Traffic data can be collected from these signs for later analyses o Violator strobe to draw attention to driver's speed o Bluetooth management for wireless control through a PDA • Web-based traffic management suite • PDA with necessary software to interface with signs • Picture-taking capabilities based on customizable alarm triggers • Power kits • Mounting kits All Traffic Solutions has patented its web-based management suite, which allows for wireless management of purchased equipment (see Attachment C). INTERESTED PERSONS CONTACTED School District U-46 has worked closely with the city throughout this grant process. FINANCIAL ANALYSIS The city must pay $32,000 for the purchase of the five electronic speed displays and will then submit for 100 percent reimbursement through IDOT. BUDGET IMPACT FUND(S) ACCOUNT(S) PROWECT#(S) AMOUNT AMOUNT BUDGETED AVAILABLE General 010-2306-731.92-85 239713 $32,000 $32,000 LEGAL IMPACT A sole source exception to the procurement rule is requested. The signs selected, The Shield"~, are a proprietary product. All Traffic Solutions is the only manufacturer of The Shie|d"° radar speed display signs. This feature is unique because it offers complete web accessibility and management due to wireless communication being standard with the equipment. 11 - - ALTERNATIVES The city council may elect not to authorize the purchase of the electronic signs. NEXT STEPS 1. Initiate signage purchases. Z. Install equipment and provide training to end-users. 3. Finalize grant. Originators: Kristie Hilton, Management Analyst Jeffrey Swoboda, Chief of Police Final Review: Colleen Lavery, Chief Financial Officer William A. Cogley, Corporation Counsel/Chief Development Officer Richard G. Kozal, Assistant City Manager/Chief Operating Officer Sean R. Stegall, City Manager ATTACHMENTS A: Safe Route to School Grant Contract B: Quote from All Traffic Solutions C: Sole Source Letter from All Traffic Solutions ~ - • IRinois Department ���' w�� ' ---�� ��, ��n Grant Agreement °I A. Grantee: City of Elgin C. Grant NumberSRTS'2008(110) Address: 150 Dexter Court State Job Number: P-40'512-10 Elgin, Illinois 60120 Project Title: Elgin Safe Routes to School Speed Feedback Trailer Grant Contact: Dan Ault Starting Date: Execution Telephone: 847'031'6082 Fax Number: 847-931'5083 Expiration Date: 12 months after execution E-Mail: eu/t_d@ndyofe|gin.org FEIN/TIN: 30-6005862 •B. l Authrdy . / / Dan AultAdministrative Intern �0�(�/o aillatuneand Jnutivaothumdr/,euRepresentative Type or Pu Name m*umoriz,! nepenontati,, Date D. Grantor Approval Ath ity Illinois Department ofTnan'p°rta ������N ,P ~TyWGNT^ � � | ��� — �� of Chief |ooS-chan—w~ 'i ins,Chi-fCounsel Date Engineer (Approved as to form) Date: AVBy: 4441 ' By: Director,Finance apmmm/stramm Da - By: DEC 1 3 2010 Gary Ha etarymTmnnpv�amm ' 'oo� By:� Print Name Print Title E. Grant Summary and Permissible Expenditure of Grant Funds: Funds for this Agreement will be used to secure speed feedback trailers and signs for strategic placement around designated K-8 Schools in the City of Elgin, Illinois. F. Limit of Compensation Cost Category Funds Allocated Federal Fund(s) $32,000 State Funds � Local Match � Total $32.000 Note: The attached Grant Conditions constitutes a part of this grant. . --�/ ~� Printed 10/26/10 Page 1 of 16 SB-City of Elgin BosS33VO(O8/1onO) 11-BOB-74 __� G. State of Illinois Conditions of Approval: The following are general conditions of approval and procedural guidelines to which all projects are subject. Signators of this Grant certify that these conditions and procedures and the conditions and procedures specific to this project will be adhered to unless amended in writing. 1. Laws of Illinois. This grant shall be governed in all respects by the laws of the state of Illinois. 2. Procurement Procedures. All procurement transactions for Contractual Services, Commodities and Equipment shall be conducted in a manner that provides maximum open and free competition. The GRANTEE shall also meet the following minimum procedural requirements. a. 1. Subcontracting. Subcontracting, assignment or transfer of all or part of the interests of the GRANTEE concerning any of the obligations covered by this Agreement is prohibited without prior written consent of the DEPARTMENT. 2. Procurement of Goods or Services—Federal Funds. For purchases of products or services with any Federal funds that cost more than $3,000.00 but less than the simplified acquisition threshold fixed at 41 U.S.0 403(11), (currently set at $100,000.00) the GRANTEE shall obtain price or rate quotations from an adequate number (at least three) of qualified sources. Procurement of products or services with any Federal funds that are in excess of the simplified acquisition threshold fixed at 41 U.S.C.403(11), (currently set at $100,000.00) will require the GRANTEE to use the Invitation for Bid process or the Request for Proposal process. In the absence of formal codified procedures of the GRANTEE, the procedures of the DEPARTMENT will be used, provided that the procurement procedures conform to the provisions in Condition H.10 below. The GRANTEE may only procure products or services from one source with any Federal funds if: (1) the products or services are available only from a single source; or (2) the DEPARTMENT authorizes such a procedure; or, (3) after solicitation of a number of sources, competition is determined inadequate. 3. Procurement of Goods or Services — State Funds. For purchases of products or services with any State of Illinois funds that cost more than $10,000.00, ($5,000.00 for professional and artistic services) but less than the small purchase amount set by the Illinois Procurement Code Rules, (currently set at rib* $31,300.00 and $20,000.00 for professional and artistic services) the GRANTEE shall obtain price or rate quotations from an adequate number (at least three) of qualified sources. Procurement of products or services with any State of Illinois funds in excess of the small purchase amount(currently set at $31,300.00 for goods and services and $20,000.00 for professional and artistic services) will require the GRANTEE to use the Invitation for Bid process or the Request for Proposal process. In the absence of formal codified procedures of the GRANTEE, the procedures of the DEPARTMENT will be used. The GRANTEE may only procure products or services from one source with any State of Illinois funds if: (1) the products or services are available only from a single source; or(2) the DEPARTMENT authorizes such a procedure; or, (3) after solicitation of a number of sources, competition is determined inadequate. The GRANTEE shall include a requirement in all contracts with third parties that the contractor or consultant will comply with the requirements of this Agreement in performing such contract, and that the contract is subject to the terms and conditions of this Agreement. 4. EMPLOYMENT OF DEPARTMENT PERSONNEL. The GRANTEE will not employ any person or persons currently employed by the DEPARTMENT for any work required by the terms of this Agreement. b. The GRANTEE shall maintain records sufficient to detail the significant history of a procurement. These records shall include, but are not necessarily limited to: information pertinent to rationale for the method of procurement selection of contract type, contractor selection or rejection, and basis for the cost or price. c. No DEPARTMENT employee shall participate in the procurement of products or services if a conflict of interest, real or apparent, would be involved. No employee shall solicit or accept anything of monetary value from bidders or suppliers. 3. Method of Payment. Project expenditures are paid directly from federal and/or state funds. Because the DEPARTMENT is responsible for obtaining federal reimbursement for project expenditures, it is necessary that The DEPARTMENT monitor all procedures and documents which will be used to claim and support project-related expenditures. The following procedures should be observed to secure payment: a. Invoices. The amount shown on each invoice shall be in accordance with the rates established in the Estimated Budget in Block 5, page 1. All non-labor costs, if allowable, shall be listed and itemized as provided in Compensation Section. Printed 10/26/10 Page 2 of 16 SB-City of Elgin BoBS 3300(06/15/10) . 11-BOB-74 ~~. Any_invoicno/bi|ls issued by the GRANTEE to the DEPARTMENT pumuant,tothia Grantuh�| bomentboMhu ° following address: --�� Illinois Department of Transportation Office of Design & Environment 2300 S. Dirksen Parkway, Room 330 Springfield, Illinois 62764 Attn: Megan Holt Swanson All invoices shall be signed by an authorized representative of the GRANTEE. b. Billing and Payment. All invoices for services performed and expenses incurred by ThE GRANTEE prior to July 1st of each year must be presented to the DEPARTMENT no later than July 31 of that same year for payment under this Agreement. Notwithstanding any other provision of this Agreement, the DEPARTMENT shall not be obligated to make payment to the GRANTEE on invoices presented after said date. Failure by the GRANTEE to present such invoices prior to said date may require the GRANTEE to seek payment of such invoices through the Illinois Court of Claims and the Illinois General Assembly. No payments will be made for services performed prior to the effective date of this Agreement. The DEPARTMENT will send all payments to the GRANTEE's remittance address listed in this Agreement. 4. Allocation of Grant Funds. The GRANTEE may spend only those funds which will be reimbursed by both the DEPARTMENT or by the Federal government. This grant authorizes the GRANTEE to spend no more than the limit of compensation as identified on Page 1. The GRANTEE is required to provide a 20 percent local match. 5. Cost Category Transfer Request. Approval from the DEPARTMENT is required for all transfers among appropriated cost categories. The DEPARTMENT approval is required for transfers among allocated cost categories. To secure approval, the GRANTEE must submit a written request to the DEPARTMENT detailing the amount of transfer, the cost categories from and to which the transfer is to be made, and rationale for the transfer. 6. Equipment Inventory. An inventory of non-expendable personal property having a useful life of more than two years and anaoqu|uiUoncost of$5OOormore iosubject hupehodicinopecUnnbythe DEPART�NENT. � 7. Alteration or Termination. All alterations shall be authorized in writing by the DEPARTMENT and shall become part of the grant. This Grant may be terminated by either party upon 7 days written notice. Failure to carry out the conditions set forth herein shall constitute a breach of the grant and may result in termination. The GRANTEE will be paid for work satisfactorily completed prior to the date of termination. 8. Work Product. The DEPARTMENT's Office of Design & Environment or a designated representative shall have access to the GRANTEE'S work and applicable records whenever it is in preparation or prng/aoe, and the GRANTEE shall provide for such access and inspection. Interim reports shall be submitted at key milestones of the project. A final report shall be submitted before or at the time of the final invoice. • 9 Audits. The records and supportive documentation for alt completed projects are subject to an on-site audit by the Illinois Department of Transportation, Bureau of Accounting and Auditing. The Bureau of Accounting and Auditing reserves the right to inspect and nav|evv, during normal working houro, the workpapers of the independent auditor in support of their audit report. 10. Records. The GRANTEE shall meinbain, for a minimum of three years after the completion of the grant, adequate buokn, records and supporting documents related to the grant which shall be made available for review and audit by the Department, Auditor General or Attorney General; and the GRANTEE agrees to cooperate fully with any audit conducted by the Department, Auditor General or Attorney General and to provide full access to all relevant materials. Failure to maintain the bonko, records and supporting documents required by this Section shall establish a presumption in favor of the State for the recovery of any funds paid by the State under the grant for which adequate bnokm, records and supporting documentation are not available to support their purported disbursement. 11. Reporting: For any grant in excess of$25.000. GRANTEE shall file quarterly naporta, specifying at a minimum, the progress of the pnoQram, project, or use and the expenditure of the grant funds related thereto. Each report shall be due and must be received by the DEPARTMENT no later than 30 days after the end of the quarter for -~��| � which 8xarcpo� ismade and mhaUbo�|edeainn�uctedbythe DEPART[NENT. Failure to�)eorlate�|ingofsaid ~ reports may result in the delay, suspension or withholding of grant funds. Printed 10/26/10 Page 3 of 16 SD-City of Elgin BoBS 3300(06/15/10) 11-B0B-74 12. Indemnification. Unless prohibited by State law, the GRANTEE agrees to hold harmless and indemnify the DEPARTMENT, and its officials, employees, and agents, frony and all losses, expenses, damages(including loss of use), suits, demands and claims, arising out of any work or services performed by the GRANTEE and/or the GRANTEE'S employees, officials, agents, contractors and subcontractors in connection with this Agreement and shall defend any suit or action, whether at law or in equity, based on any alleged injury or damage of any type arising from the actions or inactions of the GRANTEE and/or the GRANTEE'S employees, officials, agents, contractors and subcontractors, and shall pay all damages, judgments, costs, expenses, and fees, including attorney's fees, incurred by the DEPARTMENT and its officials, employees and agents in connection therewith. 13. Equal Employment Opportunities -- Affirmative Action Sexual Harassment. The GRANTEE complies with the Illinois Department of Human Rights Act and rules applicable to public GRANTs, including equal employment opportunity, refraining from unlawful discrimination, and having written sexual harassment policies (775 ILCS 5/2- 105). 14. Illinois Grant Funds Recovery Act. Grant Funds are available for expenditure or obligation by the GRANTEE for the period of time set out in block 3, page 1, of this agreement. All funds remaining at the end of the grant agreement or at the expiration of the period of time grant funds are available for expenditure or obligation by the GRANTEE must be returned to the State within 45 days. Any grant funds which have been misspent or are being improperly held are subject to recovery in accordance with the"Illinois Grant Funds Recover Act," 30 ILCS 705. 15. Ownership of Documents. All documents, data and records produced by the GRANTEE in carrying out the GRANTEE'S obligations and services hereunder, without limitation and whether preliminary or final, shall become and remain the property of the DEPARTMENT and the GRANTEE. The DEPARTMENT shall have the right to use all such documents, data and records without restriction or limitation and without additional compensation to the GRANTEE. All documents, data and records utilized in performing research shall be available for examination by the DEPARTMENT upon request. Upon completion of the services hereunder or at the termination of this Agreement, all such documents, data and records shall, at the option of the DEPARTMENT, be appropriately arranged, indexed and delivered to the DEPARTMENT by the GRANTEE. 16. Confidentiality Clause. Any documents, data, records, or other information given to or prepared by the GRANTEE pursuant to this Agreement shall not be made available to any individual or organization without prior written approval by the DEPARTMENT. All information secured by the GRANTEE from the DEPARTMENT in connection with the performance of services pursuant to this Agreement shall be kept confidential unless disclosure of such information is approved in writing by the DEPARTMENT. 17. Debt Certification. The GRANTEE and its affiliates are not delinquent in the payment of any debt to the State (or if delinquent has entered into a deferred payment plan to pay the debt), and the GRANTEE and its affiliates acknowledge the DEPARTMENT may declare the contract void if this certification is false (30 ILCS 500/50-11) or if the GRANTEE or an affiliate later becomes delinquent and has not entered into a deferred payment plan to pay off the debt. (30 1LCS 500/50-60). 18. AVAILABILITY OF APPROPRIATION/SUFFICIENCY OF FUNDS: This Grant is contingent upon and subject to the availability of funds. The State, at its sole option, may terminate or suspend this contract/grant, in whole or in part, without penalty or further payment being required, if(1) the Illinois General Assembly or the federal funding source fails to make an appropriation sufficient to pay such obligation, or if funds needed are insufficient for any reason, (2) the Governor decreases the Department's funding by reserving some or all of the Department's appropriation(s) pursuant to power delegated to the Governor by the Illinois General Assembly; or (3) the Department determines, in its sole discretion or as directed by the Office of the Governor, that a reduction is necessary or advisable based upon actual or projected budgetary considerations. Grantee will be notified in writing of the failure of appropriation or of a reduction or decrease. H. Federal Conditions of Approval. The GRANTEE assures that it will comply with all applicable federal statutes, regulations, executive orders, Federal Transit Administration (FTA) circulars, and other federal requirements in carrying out any project supported by federal funds. The GRANTEE recognizes that federal laws, regulations, policies, and administrative practices may be modified from time to time and those modifications may affect project implementation. The GRANTEE agrees that the most recent federal requirements will apply to the project. [ 1. Certification Regarding Lobbying.As required by the United States Department of Transportation(U.S. DOT) regulations, "New Restrictions on Lobbying," at 49 CFR 20.110, the GRANTEE's authorized Printed 10/26/10 Page 4 of 16 SB-City of Elgin BOBS 3300(06/15/10) 11-BOB-74 • representative certifies to the best of his or her knowledge and belief that for each agreement for federal assistance exceed ing$1O(1,000: - a. No federal �� h� �� � � � p� � � � L�� � � G��EE � �� - % person to influence or attempt to influence an officer or employee of any federal agency, a Member I of Congress, an officer or employee of Oongmamo, or an employee of a yWembo, of Congress regarding the award of federal aooiotmnco, or the extmnoion, continuation, nanewm|, amendment, or modification of any federal assistance agreement; and b. If any funds other than federal appropriated funds have been or will be paid to any person to influence or attempt to influence an officer or employee of any federal agency, a Member of C*nOr000, an officer or employee of Congreao, or an employee of a Member of Congress in connection with any application for federal assistance, the GRANTEE assures that it will complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," including information required by the instructions accompanying the form, which form may be amended to omit such information as authorized by 31 U.S.C. 1352. c. The language of this certification shall be included in the award documents for all subawards at all tiers (including nubnonbactu, aubQronto, and contracts under grants, |usno, and cooperative agreements). The GRANTEE understands that this certification is a material representation of fact upon which reliance is placed and that submission of this certification is a prerequisite for providing federal assistance for a transaction covered by 31 U.S.C. 1352. The GRANTEE also understands that any person who fails to file a required certification shall be subject to a civil penalty of not less than $10.000 and not more than $100,000 for each such failure. 2. Nondiscrimination Assurance. As required by 49 U.S.C. 5332 (which prohibits discrimination on the basis of race, on|or, creed, national origin, sex, or age, and prohibits discrimination in employment or business opportunity), Title VI of the Civil Rights Act of 1964. as amended, 42 U.S.C. 2000d. and U.S. DOT regulations, "Nondiscrimination in Federally-Assisted Programs of the Department of Transportation- -Effectuation of Title VI of the Civil Rights Act," 49 CFR Part 21 at 21.7, the GRANTEE assures that it will comply with all requirements of 49 CFR Part 21; FTA Circular 4702.1A, 'Title VI and Title VI — Dependent Guidelines for Federal Transit Administration Rauipientu." and other applicable dinuuhves, so that no A��� person in the United States, on the basis of race,on|or, national origin, urood, sex, orage vviU be excluded �� from participation in, be denied the benefits of, or otherwise be subjected to discrimination in any program or activity (particularly in the level and quality of transportation services and transportation-related benefits) for which the GRANTEE receives federal assistance. SpooifioaUy, during the period in which federal assistance is extended to the projeot, or project property is used for a purpose for which the federal assistance is extended or for another purpose involving the provision of similar services or benefits, or as long as the GRANTEE retains ownership or possession of the project property, whichever is longer,the GRANTEE assures that: a. Each project will be ounductod, property acquisitions will be undmrtaknn, and project facilities will be operated in accordance with all applicable requirements of 49 U.S.C. 5332 and 49 CFR Part 21, and understands that this assurance extends to its entire facility and to facilities operated in connection with the project. b. It will promptly take the necessary actions to effectuate this assurance, including notifying the public that complaints of discrimination in the provision of transportation-related services or benefits may be filed with U.S. DOT or FTA. Upon request by U.S. DOT or FTA, the GRANTEE assures that it will submit the required information pertaining to its compliance with these requirements. c. It will include in each xubagreemen\, property transfer agreement, third party oontrect, third party oubnont,oct, or participation agreement adequate provisions to extend the requirements of 49 U.S.C. 5332 and 49 CFR Part 21 to other parties involved therein including any subrecipient, tnansfe,ea, third party contractor, third party subcontractor at any level, successor in interest, or any other participant in the project. d. Should it transfer real pnnperty, atruutunaa, or improvements financed with federal assistance to another party, any deeds and instruments recording the transfer of that property shall contain a covenant running with the land assuring nondiscrimination for the period during which the property is used for a purpose for which the federal assistance is extended or for another purpose involving the provision of similar services or benefits. / e. The United States has a right to seek judicial enforcement with regard to any matter arising under | the Act, regulations, and this assurance. �! f. It will make any changes in its 49 U.S.C. 5332 and Title VI implementing procedures as U.S. DOT or FTA may request. Printed 10/26/10 Page 5or16 SB-City of Elgin BoBS 3300(06/15/10) 11'BOo'74 • 3. Control of Property. The GRANTEE certifies that the control, utilization and disposition of property or equipment.acquired using federal funds is maintained according to the provisions of OMB Circular A- �"'` Common Rule. 4. Cost Principles. The cost principles of this Agreement are governed by the cost principles found in 49 CFR Part 18.22, and OMB Circular A-21, "Cost Principles for Educational Institutions", and all costs included in this Agreement are allowable under 49 CFR Part 18.22 and OMB Circular A-21, "Cost Principles for Educational Institutions". 5. Debarment. The GRANTEE shall comply with Debarment provisions as contained in 2 CFR Part 1200, as amended. The GRANTEE certifies that to the best of its knowledge and belief, the GRANTEE and the GRANTEE'S principals: a) are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any federal department or agency; b) within a three-year period preceding this Agreement have not been convicted of or had a civil judgment rendered against it for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public(federal, state or local) transaction or contract under a public transaction, violation of federal or state anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property; c) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any of the offenses enumerated in subsection (b), above; d) have not within a three-year period preceding this Agreement had one or more public transactions (federal, state or local) terminated for cause or default. The inability of the GRANTEE to certify to the certification in this section will not necessarily result in denial of participation in this Agreement. The GRANTEE shall submit an explanation of why it cannot provide the certification in this section. This certification is a material representation of fact upon which reliance was placed when the DEPARTMENT determined whether to enter into this transaction. If it is later determined that the GRANTEE knowingly rendered an erroneous certification, in addition to other remedies available to the federal government, the DEPARTMENT may terminate this Agreement for cause. The GRANTEE shall provide immediate written notice to the DEPARTMENT if at any time the GRANTEE learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. The terms "covered transaction,""debarred,""suspended,""ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this part shall have the meaning set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. The GRANTEE agrees that it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible or voluntarily excluded from participation in this covered transaction, unless authorized, in writing, by the DEPARTMENT. The GRANTEE agrees that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," provided by the DEPARTMENT, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. The GRANTEE may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible or voluntarily excluded from the covered transaction, unless the GRANTEE knows the certification is erroneous. The GRANTEE may decide the method and frequency by which it determines the eligibility of its principals. The GRANTEE may, but is not required to, check the Nonprocurement List. If the GRANTEE knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible or voluntarily excluded from participation, in addition to other remedies available to the federal government, the DEPARTMENT may terminate this Agreement for cause or default. Nothing contained in this section shall be construed to require establishment of a system of records in order to render in good faith the certification required by this section. The knowledge and information of the GRANTEE is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 6. Single Audit. The Single Audit Act of 1984 (Public Law 98-502) and the Single Audit Amendments of 1996(P.L. 104-156)require the following: a. State or local governments that receive $500,000 or more a year in federal financial assistance shall have an audit made in accordance with the Office of Management and Budget(OMB)Circular No.A-133. Printed 10/26/10 Page 6 of 16 SB-City of Elgin BoBS 3300(06/15/10) 11-BOB-74 • b. State or local governments that receive lesthan $500,000 a yeashall be exempt from compliance . — Auslewith,tbsi,Act and other federal n»quiramentu.- . - n. Nothing in this paragraph exempts state or local governments from maintaining records of federal l� financial assistance or from providing access to such records to federal Agencies, as provided for in federal law or in Circular A-133 "Audits of States, Local Governments and Non-Profit Organizations." d. A copy of the audit report must be submitted to the DEPARTMENT within 30 days after completion of the audit, but no later than one year after the end of the GRANTEE'S fiscal year. 7. Drug Free Workplace. The GRANTEE certifies that it will comply with the requirements of the federal Drug Free Workplace Act, 41 U.S.C. 702 as amended, and 49 CFR 32. 8. Disadvantaged Business Enterprise Assurance. In accordance with 49 CFR 26.13(a), as amended, the GRANTEE assures that it shall not discriminate on the basis of race, co|or, national origin, or sex in the implementation of the project and in the award and performance of any third party nontnaut, or subagreement supported with Federal assistance derived from the U.S. DOT or in the administration of its Disadvantaged Business Enterprise(DBE) program or the requirements of 49 CFR Part 26, as amended. The GRANTEE assures that it shall take all necessary and reasonable steps set forth in 49 CFR Part 26, as amended, to ensure nondiscrimination in the award and administration of all third party contracts and } subagreements supported with Federal assistance derived from the U.S. DOT. The GRANTEE'S DBE program, as required by 49 CFR Part 26, as amended, will be incorporated by reference and made a part of this Agreement for any Federal assistance awarded by FTA or U.S. DOT. Implementation of this DBE program is a legal obligation of the 8FANTEE, and failure to carry out its terms shall be treated as a violation of the Agreement. Upon notification by the Federal Government or the DEPARTMENT to the GRANTEE of its failure to implement its approved DBE program, the U.S. DOT may impose sanctions as provided for under 49 CFR Part 28, as mnmended, and may in appropriate nu000, refer the matter for enforcement under 18 U.S.C. 1001. as amended, and/or the Program Fraud Remedies Act, 31 U.G.C. 3801 et seq., as amended. Q. Assurance of Nondiscrimination on the Basis of Disability. As required by U.S. DOT regulations, "Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from 4 � Federal Financial Assistance," at 49 CFR 27.9. the GRANTEE assures that, as a condition to the �� approval or extension of any Federal assistance awarded by FTA to construct any facility, obtain any rolling stock or other oquipment, undertake atudien, conduct naoeanuh, or to participate in or obtain any benefit from any program administered by FTA, no otherwise qualified person with a disability shall be, solely by reason of that dieabiUty, excluded from participation in, denied the benefits of, or otherwise subjected to discrimination in any program or activity receiving or benefiting from Federal assistance administered by the FTA or any entity within U.S. DOT. The GRANTEE assures that project implementation and operations so assisted will comply with all applicable requirements of U.S. DOT regulations implementing the Rehabilitation Act of 1973, as amended, 29 U.S.C. 794, otoeq.. and the Americans with Disabilities Act of 1890. as amended, 42 U.S.C. 12101 et seq., and implementing U.S. DOT regulations at 49 CFR Parts 27, 37, and 38, and any applicable regulations and directives issued by other Federal departments or agencies. 10. Procurement Compliance Certification. The GRANTEE certifies that its procurements and procurement system will comply with all applicable third party procurement requirements of Federal laws, executive orders, regulations, and FTA directives, and requirements, as amended and revisod, as well as other requirements FTA may issue including FTA Circular 422O.1F. "Third Party Contracting Guidance," and any revisions thereto, to the extent those requirements are applicable. The GRANTEE certifies that t will include in its contracts financed in whole or in part with FTA assistance all clauses required by Federal laws, executive orders, or regulations, and will ensure that each subrecipient and each contractor will also include in its subagreements and its contracts financed in whole or in part with FTA assistance all applicable clauses required by Federal laws, executive orders, or regulations. 11. Intelligent Transportation Systems Program. As used in this asouranoe, the term Intelligent Transportation Systems (ITS) project is defined to include any project that in whole or in part finances the acquisition of technologies or systems of technologies that provide or significantly contribute to the provision of one or more ITS user services as defined in the 'National ITS Architecture." a. In accordance with Section 5307(c)of SAFETEA-LU, 23 U.S.C. 502 note, the GRANTEE assures ^ ) it will comply with all applicable requirements of Section V(Regional ITS Architecture and Section V| (Project Implementation)) of FTA Notice, "FTA National ITS Architecture Policy on Transit Printed 10/26/10 Page 7o,10 Sa'(ntyn,Elgin 11-BOB-74 Projecta.^ � � Fed. Reg. 1455otmeq, January O. 2001. and other FTA requirements that may ���, ' -. be issued in connection with any ITS-project it undo�okeo~*monced-with Highway Trust Funds �N�k � (including funds from the mass transit account) or funds made available for the Intelligent` Transportation Systems Program authorized by SAFETEA-LU, 23 U.S.C. 502 note. b. With respect to any ITS project financed with Federal assistance derived from a source other than Highway Trust Funds (including funds from the Mass Transit Account) or SAFETEA-LU, 23 U.S.C. 502 note, the GRANTEE assures that is will use its best efforts to ensure that any ITS project it undertakes will not preclude interface with other intetiigent transportation systems in the region. 12. Davis-Bacon Act. To the extent applicable, the GRANTEE will comply with the Davis-Bacon Act, as amended, 40 U.S.C. 3141 et seq., the Copeland "Anti-Kickback"Act, as amended, 18 U.S.C. 874, and the Contract Work Hours and Safety Standards Act, as amended, 40 U.S.C. 3701 of seq., regarding labor standards for federally assisted subagreements. 13. Certifications and Assurances Required by the U.S. Office of Management and Budget(OMB) (SF-424B and SF-424D). As required by 0MB, the GRANTEE certifies that it: a. Has the legal authority and the institutional, manogaria|, and financial capability (including funds sufficient to pay the non-federal share of project cost) to ensure proper planning, management, and completion of the project. b. Will give the U.S. Secretary of Transportation, the Comptroller General of the United Stutos, and, if approphatw, the atate, through any authorized reprementoUve, access to and the right to • examine all raoorda, bonka, popora, or documents related to the award; and will establish a proper accounting system in accordance with generally accepted accounting standards or agency directives; c. Will establish safeguards to prohibit employees from using their positions for a purpose that constitutes or presents the appearance of personal or organizational conflict of interest or personal gain; d. Will initiate and complete the work within the applicable project time periods; eft' e. Willnomp|y with a|| mpp|ioab|a Federoi otatutoo relating to nundiocrimination inc|uding. but not limited to: • Title VI of the Civil Rights Act, 42 U.S.C. 2000d, which prohibits discrimination on the basis of race, color, or national origin; • Title IX of the Education Amendments of 1972, as amended, 20 U.S.C. 1681 through 1683, and 1685 through 1687, and U.S. DOT regulations, "Nondiscrimination on the Basis of Sex in Education Programs or Activities Receiving Federal Financial Assistance," 49 CFR Part 25,which prohibit discrimination on the basis of sex; • Section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. 794, which prohibits discrimination on the basis of handicap; • The Age Discrimination Act of 1975. as amended, 42 U.S.C. 6101 through 6107, which prohibits discrimination on the basis of age; • The Drug Abuse, Prevention, Treatment and Rehabilitation Act, Public Law 92-255, and amendments thereto, 21 U.S.C. 1101 et seq. relating to nondiscrimination on the basis of drug abuse; • The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of107D. Public Law 01-016' and amendments thereto, 42U.3.C. 4541 of seq. relating to nondiscrimination on the basis of alcohol abuse or alcoholism; • The Public Health Service Act of 1912, as amended, 42 U.S.C. 290dd'2. related to confidentiality of alcohol and drug abuse patient records; • Title VIII of the Civil Rights Act, 42 U.S.C. 3601 otne¢. relating to nondiscrimination in the sale, rental, or financing of housing; • Any other nondiscrimination provisions in the specific statutes under which Federal assistance for the project may be provided including, but not limited, to 49 U.S.C. 5332, which prohibits discrimination on the basis of race, oo|or, unood, national ohgin, sex, or age, and prohibits discrimination in employment or business opportunity, and Section 1101(b) of the Transportation Equity Act for the 21st Century, 23 U.S.C. 101 note, which provides for participation of disadvantaged business enterprises in FTA programs; and • Any other nondiscrimination statute(s)that may apply to the project. Printed 10/26/10 Page nc«1e SB-City of Elgin BoBS 3300(06/15/10) 11'B08'74 . f. Will comply with all federaenvironmental standards applicable to the project, including but not limited to: ..... ' ,~ • Institution of environmental quality measures under the National Environmental Policy Act of1QG9and ExocuUvaOrder 11514; - • Notification of violating facilities pursuant to Executive Order 11738; • Protection of wetlands pursuant to Executive Order 11990; • Evaluation of flood hazards in floodplains in accordance with Executive Order 11988; • Assurance of project consistency with the approved State management program developed under the Coastal Zone Management Act of1A72. 1WU.S.C. 1451etunq.; • Conformity of federal Actions to State (Clean Air) Implementation Plans under Section 178(c)ofthe Clean Air Act of1Q56' aoamended,42U.S.C. 74D1 et seq.; • Protection of underground sources of drinking water under the Safe Drinking Water Act of 1974, as amended; • Protection of endangered species under the Endangered Species Act of 1973, as amended; • The Wild and Scenic Rivers Act of 1968, 16 U.S.C. 1271 of seq., which relates to protecting components or potential components of the national wild scenic rivers system. g. Will comply with all other federal statutes applicable to the project, including but not limited to: • Title II and ||| of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, which provides for fair and equitable treatment of persons displaced whose property is acquired as a result of federal or federally-assisted programs; • The Hatch Act, 5 U.S.C. 1501-1508 and 7324-7328, which limits the political activities of employees whose principal employment activities are funded in whole or in part with federal funds; • The Flood Disaster Protection Act of 1973, which requires the purchase of flood insurance in certain instances; • Section 106 of the National Historic Preservation Act of 1966, as amended, 16 U.S.C. 470; • Executive Order 11593, which relates to identification and protection of historic properties; • The Archaeological and Historic Pnaaon/aUunAct cf1074. 1GU.S.C. 46Qa-1otaoq.; 1N � • The Laboratory Animal Weifare Act of 1966, as amended, 7 U.S.C. 2131 etnoq.. which relates to the care, hand|ing, and treatment of warm-blooded animals held for rexeanch, taoching, or other activities supported by a federal award of assistance; • The Lead-Based Paint Poisoning Prevention Act, 42 U.S.C. 4801 etoog.. which relates to prohibiting the use of lead-based paint in construction or rehabilitation of residence structures; • The Single Audit AcAmendments of 1996 and OMB Circular No. A-133. "Audits of States, Local Governments, and Non-ProfOrganizations." 14. Energy Conservation To the extent applicable, the GRANTEE and its third party contractors at all tiers shall comply with mandatory standards and policies relating to energy efficiency that are contained in applicable state energy conservation plans issued in compliance with the Energy Policy and Conservation Act, 42 U.G.C. Section 6321 et seq. 15. Clean Water For all contracts and subcontracts exceeding $100,000, the GRANTEE agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Water Pollution Control Act, 33 U.S.C. Section 1251 et seq. 16. Clean Air For all contracts and subcontracts exceeding$100,000, the GRANTEE agrees to comply with all applicable standards, ordoro, or regulations issued pursuant to the Clean Air Act, 42 U.S.C. 7401 et seq. 17. Eligibility For Employment In The United States The GRANTEE shall complete and keep on file, as appropriate, Immigration and Naturalization Service Employment Eligibility Forms (1-9). These forms shall be used by the GRANTEE to verify that persons employed by the GRANTEE are eligible to work in the United States. 18. Buy America Only otee|, iron and manufactured products produced in the United States may be �r purchased with Federal funds unless the Secretary of Transportation determines that such domestic Printed 10/26/10 Page 9 of 16 SB-City of Elgin BoBS 3300(06/15/10) 11-BOB-74 purchases would be inconsistent with the public interest; that such materials are not reasonably available and of satisfactory quality; or that hmeduaion of domestic materials will increase the cost of overall project- �p-~ contractby more than 25 percent. Clear justification for the purchase of non-domesticitems must be in � the form of a waiver request submitted to and approved by the Secretary of Transportation. 19. False Or Fraudulent Statements Or Claims The GRANTEE acknowledges that if it makes a fa(oe, fictitious, or fraudulent claim, statement, submission, or certification to the Government in connection with this Project, the Government reserves the right to impose on the GRANTEE the penalties of 18 U.S.C. Section 1001, 49 U.S.C. Section 5307, 31 U.S.C. Section 3801, and 49 CFR Part 31, as the Government may deem appropriate. GRANTEE agrees to include this clause in all state and federal assisted contracts and subcontracts. 20. Changed Conditions Affecting Performance The GRANTEE shall immediately notify the DEPARTMENT of any change in conditions or local law, or of any other event which may significantly affect its ability to perform the Project in accordance with the provisions of this Agreement. 21. Third Party Disputes Or Breaches The GRANTEE agrees to pursue all legal rights available to it in the enforcement or defense of any third party contract, and FTA or U.S. DOT and the DEPARTMENT reserve the right to concur in any compromise or settlement of any third party contract claim involving the GRANTEE. The GRANTEE will notify FTA or U.S. DOT and the DEPARTMENT of any current or prospective major dispute pertaining to an third party contract. If the GRANTEE seeks to name the Government as a party to the litigation,the GRANTEE agrees to inform both FTA or U.S. DOT and the DEPARTMENT before doing so. The Government retains a right to a proportionate share of any proceeds derived from any third party recovery. Unless permitted otherwise by the Government, the GRANTEE will credit the Project Account with any liquidated damages recovered. Nothing herein is intended to nor shall it waive U.S. DOT's, FTA'm or the DEPARTMENT's immunity to suit. 22. Fly America GRANTEE will comply with 49U.S.C. §40118. 4CFR§52 and U.S. GAO Guidelines B- 138042, 1981 U.G. Comp. Gen. LEXIS 21O0.[Naroh31. 1981 regarding costs of international air � transportation by U.S. Flag air carriers. 23. Non-Waiver The GRANTEE agrees that in no event shall any action or inaction on behalf of or by the DEPARTK8ENT, including the making by the DEPARTMENT of any payment under this Agneamen\, constitute or be construed as a waiver by the DEPARTMENT of any breach by the GRANTEE of any terms of this Agreement or any default on the part of the GRANTEE which may then exist; and any aohon, including the making of a payment by the DEPARTK4ENT, while any such breach or default shall exist, shall in no way impair or prejudice.any right or remedy available to the DEPARTMENT in respect to such breach or default. The remedies available to the DEPARTMENT under this Agreement are cumulative and not exclusive. The waiver or exercise of any remedy shall not be construed as a waiver of any other remedy available hereunder or under general principles of law or equity. 24. Preference for Recycled Products To the extent applicable, the GRANTEE agrees to give preference to the purchase of recycled products for use in this Project pursuant to the various U.S. Environmental Protection Agency (EPA) guidelines, "Comprehensive Procurement Guidelines for Products Containing Recovered Materials," 40 CFR Part 247, which implements section 6002 of the Resource Conservation and Recovery Act, as amended, 42 U.S.C. § 6962. 25. Cargo Preference - Use of United States Flag Vessels. The GRANTEE agrees to comply with 46 U.G.C.§ 553O5and 40CFR Part 381 and to insert the substance of those regulations in all applicable subcontracts issued pursuant to this Agreement, to the extent those regulations apply to the Project. AU of the requirements listed in Paragraph H. Federal Conditions of Approval, apply to this federally funded project. The GRANTEE agrees to include these requirements in each contract and subcontract financed in whole orinpo� .wi�hfeder�| asoin�anc� �m~~ The GRANTEE shall consult with arid keep the DEPARTMENT fully informed as to the progress of all matters covered by this Grant. Printed 10/26/10 Page 10 of 16 SB-City of Elgin 8n8S3sOO(m6/15/1V) 11-BOB-74 J. TAXPAYER IDENTIFICATION NUMBER. .45vi - • I certify that: •-• 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. I am a U.S. person (including a U.S. resident alien). Company Name: City of Elgin Taxpayer Identification Number: Social Security Or Employer Identification 36-6005862 (If you are an individual, enter your name and SSN as it appears on your Social Security Card. If completing this certification for a sole proprietorship, enter the owner's name followed by the name of the business and the owner's SSN or EIN. For all other entities, enter the name of the entity as used to apply for the entity's EIN and the EIN.) Legal Status (check one): El Individual El Governmental El Sole Proprietorship D Nonresident alien 0 Partnership/Legal Corporation D Estate or Trust 0 Tax-exempt I:3 Pharmacy (non-corporate) Corporation providing or billing Pharmacy/Funeral Home/Cemetery 10 medical and/or health care (Corp.) services 0 Corporation NOT providing or El Limited Liability Company(select billing medical and/or health applicable tax classification) care services D=disregarded entity C=corporation 0 Other P=partnership Printed 10/26/10 Page 11 of 16 SB-City of Elgin BoBS 3300(06/15/10) 11-BOB-74 . ' N� yV Scopeu� ork; rak The Department will provide funding to the Grantee to conduct Elgin Safe Routes to School-Non-Infrastructure in the City of Elgin, Illinois. There are three approved projects for the non-infrastructure program. 1)Start a Walking School Bus program, 2)Teach pedestrian and bicycle safety skills to students and parents, and 3) Utilize speed feedback trailers and signs.These programs will work in tandem with the infrastructure project of installing new or improved pavement markings and legends. Program 3, Speed Feedback Trailers, will be implemented by the City of Elgin Police Department. This project will help to enable and encourage ohi|dren, including those with divabi|itieu, to walk and bicycle to school: make bicycling and walking to school a safer and more appealing transportation alternative, thereby encouraging a healthy and active lifestyle from an early age; and facilitate the planning, development, and implementation of projects and activities that will improve safety and reduce traffic, fuel consumption, and air pollution in the vicinity of schools. Speed Feedback Trailer To accomplish the project, the Grantee will perform the following tasks: The Grantee will utilize speed feedback trailers and signs (portable) in multiple locations to bring needed attention to driving speeds displayed in school zones. Speed feedback trailers and speed feedback oigns, attached to regular signs, would be utilized on several busy streets to ensure student safety around elementary and middle schools in Elgin. Grantee will also use enforcement methods in identified areas to support the use of speed feedback trailers. The Grantee will coordinate with Elgin School District U-46 for the purchase of two portable speed enforcement trailers. The Grantee and the District U-46 will work together to identify locations of targeted enforcement near eligible K-8 schools to insure safe routes to those schools. DELIVERABLES: � �p~- ThoGranheevvi|| ppov|de to the DEPARTMENT,the following documents: 1. Summary report of the completed Safe Routes to School Project including project overview, opportunities and constraints, and lessons learned. 2. Pra'projectand post-project Parent Attitude Survey and Student Travel Tally submitted to the National Center for Safe Routes to School's National Database 3, Survey regarding involvement of disabled students provided by the National Center for Physical Activity and Disability The Grantee will make available, at the Department's requestcopies of all work products prepared through the agreement. L. The following budget includes only permissible expenditures of grant funds. Invoices shall document permissible expenses under this Grant Agreement and shall comply with documentation, accounting and cost principles required pursuant to Sections G and H of this Grant Agreement. Estimated Budget(not to exceed total amount awarded): Equipment and Supplies: | 832.008 Total Budget $32,000 i Printed 10/26/10 Page 1zof 16 SB-City of Elgin BoBS 3300(06/15/10) 11'BOa'74 • ' . . M. GRANTEE, by signature of its authorized representative on page one, Section B of this Grant Agreement, certifies === urier oath that all information in this Grant Agreement is true and correct tothe be -of the GRANTEE's knowledge, information and belief; that the funds shall be used only for the purposes described in this Grant Agreement; and that the award of grant funds is conditioned upon such certification. Printed 10/26/10 Page 13ovm SB-City of Elgin guBSanon(08nonV) 11-BOe74 • - _ Part N Agreement Award Notification REQUIRED FOR ALL PROJECTS Does this project receive Federal funds? ® Yes ❑ No Amount of Federal funds: $32,000 Federal Project Number: SRTS-2008(110)/P-40-512-10 Name of Project: Elgin Safe Routes to School-Speed Feedback Trailer CFDA Number*, Federal Agency, Program Title: 20.205, FHWA, Program Admin SRTS *For CFDA(Catalog of Federal Domestic Assistance) Number, refer to original Federal Award/Grant Agreement. ANNUAL CERTIFICATION FOR COMPLIANCE WITH FEDERAL OMB- CIRCULAR A-133 NOTICE • This certification applies ONLY to governmental agencies, local units of government and non- profit agencies expending federal funds for this project. It does not apply to for-profit public or private entities. • If OMB Circular A-133 applies to your organization, this certification or a copy of your OMB A-133 single audit must be submitted to the department at the end of your fiscal year for any fiscal year in which you expended any federal funds related to this contract. NOTE: ANNUAL COMPLIANCE WITH THIS REQUIREMENT IS MANDATORY FOR EVERY YEAR IN WHICH FEDERAL FUNDS ARE EXPENDED FOR THIS PROJECT BY ANY STATES, LOCAL • GOVERNMENTS OR NONPROFIT ORGANIZATIONS. FAILURE TO COMPLY WITH THE ANNUAL CERTIFICATION TO THE DEPARTMENT WILL RESULT IN THE SUSPENSION OF PAYMENTS TO REIMBURSE PROJECT COSTS. In accordance with OMB Circular A-133, Audits of States, Local Governments, and Non-Profit Organizations, such non-federal entities that expend $500,000 or more in federal awards in a year are required to have a single audit performed in accordance with OMB Circular A-133. The Illinois Department of Transportation (IDOT) is required by federal law to obtain and review the single audit of all entities that had any federally participating funds pass through it, irrespective of the amount provided by IDOT. It is the responsibility of the agencies expending federal funds to comply with the requirements of OMB Circular A- 133 and determine whether they are required to have a single audit performed. In order to comply with this requirement, your agency must provide the following information to the department on an annual basis for every year in which you expended funds for costs associated with this project: eft' Printed 10/26/2010 Page 14 of 16 SB-City of Elgin BoBS 3300(Rev.06/15/10) 11-BOB-74 1. If yoiiragency*ended $500/00(Or the current 0MB Circular A-133 qualifying ount) or more in federaawards from all sources, including otheagencies, in a year, you are required to have a 0» single audit performed in accordance with OMB Circular A-133 and submit a copy of the report to the department within the earlier of 30 days after completion of the single audit or no more than nine months after the end of your fiscal year end. This is an annual requirement for every year in which you expended funds for this project. 2. If your agency did not expend $500,000 (or the current OMB Circular A-133 qualifying amount)or more in federal awards from all sources, including other agencies, in any fiscal year for which you expended funds for project costs and were not required to conduct a single audit, you must complete and return the certification statement. This imanannual requirement for every year inwhich you expended funds for this �r7jwoL l 3. If your agency receives multiple awards fromthedepartment. on|yonaannua| oubmitto|ofthio information is required. Please submit a copy of your 0MB Circular A-I 33 single audit or the Single Audit Not Required Certification to: Illinois Department of Transportation Audit Section, Rm. 126 2300 South Dirksen Parkway Springfield, IL 62764 Attn: Julie Brooks The single audit must be comprised of four parts. You have the option of including the four parts in one report or a combination of reports. The four parts are commonly known as: 1. Comprehensive Annual Financial Report(Financial Statements). 2. Schedule of Expenditures of Federal Awards and Independent Auditor's Report thereon. 3. Independent Auditor's Report on Internal Control over Financial Reporting and on Compliance and other matters based on an Audit of Financial Statements performed in accordance with Government Auditing Standards. 4. Independent Auditor's Report on Compliance with Requirements Applicable to each Major Program and on Internal Control over Compliance in accordance with OMB Circular A-133. Additional information which should be submitted: 1. Corrective Action P|an(n). if applicable. 2. Management Letter, if applicable. 3. Status of Prior Year Findings, is applicable. For your convenience, you may also submit the information via email to Julie Brooks at JuUeBrnokui||inoin.qovorvia fax at217/785'7024. If you have any questions, please contact Julie Brooks or me at 217/782'5148. ) Printed 10/26/10 Page 15 of 16 SB-City of Ein BoBS 3300(06/15/10) 11-Boa`4 NOTICE • Do not submit this certification to the department with your signed contract. • This certification applies ONLY to governmental agencies, local units of government and non- profit agencies expending federal funds for this project. It does not apply to for-profit public or private entities. • If OMB Circular A-133 applies to your organization, this certification or a copy of your OMB A-133 single audit must be submitted to the department at the end of your fiscal year for any fiscal year in which you expended any federal funds related to this contract. Single Audit Not Required Certification I certify that did not expend$500,000 or more in federal awards in our fiscal year and was not required to have a single audit conducted. (Signature) (Title) Subrecipient Contact Information Subrecipient: City of Elgin Contact Person: Title: Address: Phone No. Fax No. Fiscal Year End: Email address: Printed 10/26/10 SB-City of Elgin BoBS 3300(Rev.06115/10) 11-BOB-74 All Traffic Solutions ` aA i ALL TRAFFIC 4� n'i _ ; - SOLUTIONS Div of Intuitive Control Systems,LLC 4, , , , ; �;, „; .,��^x ,-ji.,,, k, .', 3100 Research Drive QUOTE NO: Q-03402 DATE: PAGE NO: 1fro„. State College, PA 16801 7/21/2011 Phone:814-237-9005 MANUFACTURER:, Independent Sales Rep: Fax:814-237-9006 All Traffic Solutions Kevin Scholz ext 0 Asign ufxhefuture: Tax ID: 25-1887906 (814) 321-7140,ext I BILL TO: SHIP TO: City of Elgin City of Elgin 151 Douglas Avenue <br>, <br> Elgin, IL 60120 Attn:Steve Bianchi CONTACT: 847-289-2661 CUSTOMER# 204964 PAYMENT TERMS: Net 30 ITEM NO: DESCRIPTION: QTY: EACH: EXT. PRICE: 4000561 Shield 12 speed display; base unit w/mounting bracket 5 $2,993.00 $14,965.00 4000519 Traffic Data Collection; stores vehicle statistics locally for later 5 $0.00 $0.00 analysis 4000520 Violator Strobe;flash helps draw attention to the driver's 5 $0.00 $0.00 speed 4000631 Bluetooth Management: allows wireless control from a PDA 5 $0.00 $0.00 (sold seperately) 4000250 PDA,with ATS software suite and bluetooth capability 1 $0.00 $0.00 4000664 Pictures;awareness images are captured based on 5 $0.00 $0.00 AI customizable alarm triggers 4000613 LFP Power kit, 10Ah battery, internal power controller, 5 $713.00 $3,565.00 charger with connector 4000647 App,Traffic Suite; Equip Mgmt, Reporting, Image Mgmt, 10 $1,350.00 $13,500.00 Alerts, Mapping and PremierCare 4900055 Carrying Case; Sh12 softcase with storage pockets 5 $0.00 $0.00 4000521 Mount Kit,Sh12/Sh15 mounting bracket, includes: bracket& 3 $0.00 $0.00 hardware for pole 4000641 Shipping 1 $190.00 $190.00 4000719 CREDIT: reverses recent option purchase, requires multi-year 1 ($220.00) ($220.00) Traffic Suite GSA number GSA-07F-6092R SALES AMOUNT: $32,000.00 If this quote includes subscription applications please refer to the SHIPPING: related subscription agreement for billing options and other TOTAL: $32,000.00 1 details. 1 Duration: This quote is good for 120 days from date of issue. Shipping Notes: Unless shipping charges are specifically indicated,prices are FOB factory. Shipping charges may apply Taxes: Taxes are not included in quote. Please provide a tax exempt certificate or sales tax will be applied. Warranty: Unless otherwise indicated,all products have a one year warranty from date of sale. Warranty extensions are a component of some applications that are available at time of purchase. ALL TRAFFIC SOLUTIONS August 5, 2011 Mike Bayard City of Elgin 151 Douglas Avenue Elgin, IL 60120 Dear: Mr. Bayard Re: Shield- Radar Speed Display The Shield- radar speed display is a proprietary product solely engineered and manufactured by Intuitive Control Systems, LLC, the parent company of All Traffic Solutions. All Traffic Solutions products are manufactured within the United States using domestic labor and components. The Shield family of speed displays is the ideal choice when portability is paramount. These incredibly compact, lightweight signs can be mounted virtually anywhere and accommodates almost any power source. All Traffic Solutions is the only manufacturer of radar speed display signs that offers complete web accessibility and manageability due to wireless communication being a standard feature of all our equipment Unique Shield features include: • Flexible: Available with 12", 15" & 18" digits or with a dynamic messaging option (Shield 18m w/message matrix). • Portable: At only 15 lbs. (including battery), the Shield 12 is the most portable sign on the market. • Extended Battery Life: Lithium batteries provide up to two weeks of running time in a compact, thin profile package. • Simple Programming: Easily manage with onboard buttons, a wireless PDA or remotely using web-based services. • Web-based Apps: User interface automatically updates to the most current, feature-rich version. Optional Smart Apps allow for centralized, web-based management of all signs and reporting functions, including GPS mapping and remote diagnostics. Your direct All Traffic Solutions representative, Kevin Scholz is available at 866-366-6602, ext 250 or email kscholz@alltrafficsolutions.com. We appreciate your interest in All Traffic Solutions traffic safety solutions. Sincerely, Kevin Scholz Midwest District Sales Manager _: '. : `ff!,:r€,— P.O.Box 10085 State College, PA 16805-0085 I toll free:866.366.6602 I alltrafficsolutions.com