You are on page 1of 255

MnlDOT Contract No.

97415
MMDNo. ~ t \ 1
Instructions:
PROFESSIONALITECHNICAL CONTRACT AND WORK ORDER
CERTIFICATION FORl"-l
I) This form is required for Professional/Technical (PIT) services Contracts valued over $5,000, including Joint Powers
Agreements for PIT services (Minnesota Statutes 16C.08).
2) Submit TWO copies of this form, completely filled out, to Consultant Services (MS 680) to route for approval.
State Project Number (SP): Trunk Highway Number (TH): __
Project Identification: Mileage Based User Fee Policy Examination
Transportation Accountability Act (TAA) Privatization Contract: 0 Yes [8J Exempt
Agency: Department of Transportation I Division: Policy, Safety & Strategic Will any Federal Fnnds be
Initiatives used?
Estimated Total Contract Cost: Estimated Total Contract Cost: DYes [8J No
(original Contract period only) (original Cost plus any extension options)
$ 400,000.00 $
ONLY IF YOU HA VE AN OPTION TO EXTEND
Contract Term:
I To: July 31,20 II I With an option to extend From: August, 2010 add'l yr periods
The total Contract teml, including Amendments, CANNOT exceed five years unless otherwise provided for by law
(Minnesota Statutes 16C.08, subdivision 3 (5. The initial Contract term must not exceed two years unless the
Commissioner of Administration determined that a longer duration is in the best interest of State. If the Original
Contract term exceeds two years provide a justification:
Agency certifies that MlIlnesota Statutes 15.061 and/or 161.20 authonzes the Agency to enter IIlto tillS PIT ServIces Contract.
Nature of Contract:
This contract will hire a contractor that has to perform as an educated facilitator who is able to assemble a representative
policy stakeholder team to see the wider policy and institutional miles based user fee issues and come to a consensus on
the miles based user fee problem statement. This work is required to resolve policy and institutional issues that have
arisen during the mileage based user fee demonstration project.
Product or Result of the Contract:
The product of this contract is a detailed report from the contractor documenting the stakeholders and the problem
statement that they have determined as priority. The final report will also recommend deployment business model
options.
1 Contract Options: (Check One) and Complete the Appropriate Section Below
[8J Fonnal Request for Proposals (RFP) or Informal Solicitation Process (Complete Section A)
o Selection from MnlDOT's Pre-Qualification Program (Complete Section B)
o Work Order Contract (Complete Section C)
o Single Source Request (Complete Section D)
o Joint Powers Agreement (Complete Section E)
1 Section A "Formal RFP 01' Informal Solicitation Process" (Check One)
o Contract value is between $5,000 and $100,000
Attach the following:
Informal Solicitation
Public Notice of Informal Solicitation
I8J Contract value is over $100,000
Attach the following:
RFP
(CSS/CM Reviewed 4/2812010)
- I -
MnlDOT Contract No. 97415
Public Notice of Formal RFP
I Section B "Selection from MnillOT's Pre.Qualification Program" (Check One)
o Contract value is $100,000 or less:
Contractor must be Pre-Qualified in the identified work type and may be directly selected under the MnlDOT
Pre-Qualification Program guidelines.
o Contract value is between $100,000 and $800,000:
The Announcement is intended only for Contractors "PreQualified" in the identified work type(s) at the
time the Annonncement is posted and will only be posted on the Consultant Services Website.
Allach the following:
o Required Pre-Qualification Program Work Type(s) needed for the project
o Announcement (including a scope of work)
o Contract value is $800,000 or more:
The Announcement is intended only for Contractors "PreQualified" in the identified work type(s) at the
time the Announcement is posted and will only be posted on the Consultant Services Website.
Allach the following:
o Required Pre-Qualification Program Work Type( s) nee.ded for the project
o Announcement (including a scope of work)
NOTE: You must also submit theRFP, when you get to that Phase of the selection process, prior to issuing it to
the short listed responders.
I Section C "Work Order Contract" (Check One)
o Contractor selection is in accordance with Master T Contract rotation process.
o Other: [e.g. indicate if using a Department of Administration Master Contract)
Section D "Single Source Request"
Contractor's Name: ______________ _
Attach the "Single Source Request" form
Section E "Joint Powers Agreement"
Name of the Governmental Unit: ________________ _
Attach the "Single Source Request" form
COMPLETE THIS SECTION FOR ALL CONTRACTS - Evaluatiou of Cost
Executive Order 05-07 requires that "all vendor selection evaluations conducted under Minnesota's 'best value' statutes
must consider price to be of significant importance ... ". Price informatiou from all proposals must be submitted ou the
"Price Data Sheef', which must accompauy the resulting Contract for signature.
Indicate weight of price: 30%
o I am requesting an exception to the state's guideline. A memo justifying the request is attached.
o Not applicable - Single Source Request, Joint Powers Agreement, Work Order Contract or MnIDOT's Pre-
Qualification Program (under $800,000)
COMPLETE THIS SECTION FOR ALL CONTRACTS - Foreign Outsourcing
Pursuant to the Governor's Executive Order 04-02, and the resulting state policy, agencies must consider the extent to
which PIT or standard service Contracts involve foreign outsourcing when making Contract award decisions. By
submission of this Certification, the agency is attesting that it has considered whether:
I. Foreign outsourcing is likely to occur given what is known about the industry;
2. Services required are also readily available from companies that perform the services within the United States;
3. There are anticipated differences in price between offshored services and those performed within the United States,
based on market analysis, comparisons involving previous transactions or other reliable information;
- 2 -
(CSS/CM Reviewed 4128120 I 0)
MnlDOT Contract No. 97415
4. There are anticipated differences in quality or the time in which the Contract can be performed between offshored and
domestic services; and
5. The potential for foreign outsourcing raises other relevant factors that require consideration such as effects on the
local economy, work place safety issues or potential for compromised security of data, systems or other resources.
After consideration of these factors: ( check one)
C8l The extent to which services will be performed within the United States will be a requirement of or a factor in the
award as set fOith in the attached solicitation document.
D After considering the above factors, we have opted not to make the location where services are performed a
requirement of or a factor in the award of this Contract. (Foreign Outsourcing cannot be included when federal funds
apply).
COMPLETE THIS SECTION FOR ALL CONTRACTS
In accordance with Minnesota Statutes 16C.08, subdivisions 2 and 3; the Agency provides the following:
1. Describe how the proposed Contract is necessary and reasonable to advance the statutory mission of the
agency:
I) This Contract is necessary to shldy and analyze the feasibility of doing mileage based user fees in Minnesota as
directed by the 2009 Legislative session 2) It is reasonable to use a contract for this purpose as it requires special
expertise not currently available in the existing work force.
2. Describe your plan to notify firms or individuals who may be available to perform the services called for in the
solicitation: (Check all that apply)
C8l Consultant Services Website D State Register
D MMD Website'
D Not Applicable -
D Other: __ -;-__ ----::::-:-:-::----;-_
Single Source Request, Joint Powers Agreement, Work Order Contract or direct select from
MnlDOT's Pre-Qualification Program
'If posting on the Materials Management Division (MMD) Website, provide the following information:
Total Posting Time: ~ calendar days (normally 7 days up 10 $25,000 and 14 days over $25,000)
Geographic Location of Work: _____ _
Agency Contact Person:
Name: _____ _
F a x : ~ ____ _
E-Mail: ____ _
3. Describe the performance measures 01' other tools that will be used to monitor and evaluate Contract
performance and how the results of the work will be used.
Regular progress reports will be utilized during the course ofthe Contract; MnlDOT's standard performance
evaluation will be completed at the end of the Contract.
The results of the work will be used to develop future deployment strategies for mileage based user fees.
COMPLETE THIS SECTION FOR ALL CONTRACTS - Enterprise Procurement
Is this Contract being pursued unilaterally by the Agency as opposed to an enterprise procurement? ("Enterprise
Procurement" means the process undertaken by the commissioner to leverage economies of scale of multiple end users to
achieve cost savings and other favorable terms in Contracts for goods and services.)
C8l Unilaterally, because
C8l This Service is unique to this Agency
D It is not known if other agencies are engaged in similar Contracts
D Other: ---;----::---c--;---c=-;-----:
D Potential Enterprise Opporhlllity - Please call me at (inselt your phone number) to discuss this potential opportunity
to develop a multi-agency enterprise procurement Contract.
- 3 -
(CSS/CM Reviewed 4128/2010)
MnlDOT Contract No. 97415
COMPLETE THIS SECTION FOR ALL CONTRACTS - Agency Certifications
Pursuant to Minnesota Statutes 16C.08, I certifY:
I. No state employee is (a) able and (b) available to perform the services called for by the Contract.
A. How did you reach this conclusion?
This work requires special facilitation skills in dealing with the public in a way that is unbiased and will
produce objective results. Understanding of mileage based user fee concepts and methodology is critical for
this work and is a new direction in Mitmesota. Currently the expertise is not available to do this work with
State employees.
B. List other methods considered for accom plishing the work?
The University of Minnesota and other MnSCU institutions were considered, butthey also lack the technical
expertise at this time and are not able to dedicate employees to this effort under the given time constraints.
2. The normal competitive bidding mechanisms (low bid) will not provide for adequate performance of the service.
3. Reasonable efforts will be made to publicize the availability of the Contract to the public.
4. The agency will develop and implement a written plan providing for the assigrnnent of specific agency personnel to
manage the Contract, including a monitoring and liaison function, the periodic review of interim rCpOtts or other
indications of past performance and the ultimate utilization of the final product of the services. The following person
has been assigned to manage the Contract as well as monitor and act as liaison for the Contract:
Ron Bisek, office ofTl'affic, Safety and Technology, 651-234-7057
5. No one in or on behalf of the agency will authorize the Contractor to begin work before the Contract is fully executed
unless an exception has been granted by the Commissioner of Administration under Minnesota Statutes 16C.OS,
Subdivision 2a and funds are fully encumbered.
6. The Contract will not establish an employer/employee relationship between the state or the agency and any person
performing under the Contract.
7. In the event the results of the Contract work will be carried out or continued by state employees upon completion of
the Contract, the agency will require the contractor to include state employees in development and training, to the
extent necessary, to ensure that after completion of the Contract, state employees can perform any ongoing work
related to the same function.
8. No current state employee will engage in the performance of the Contract.
9. Reasonable effOtts have been made to avoid conflicts of interest throughout the selection and performance of this
Contract. All potential or actual conflicts of interest will be reported to MMD.
10. The Agency will not Contract out its previously eliminated jobs for four years without first considering the same
former employees who are on the seniority unit layoff list who meet the minimum qualifications determined by the
Agency. The seniority unit layofflist was reviewed on: N/A.
THE BALACE OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK
- 4 -
(CSS/CM Reviewed 4/28/2010)
Recommelldedfor Approval
Authorized RepJ'esentative
By:
MIIIDOT Approval
Person with authori
B:
Office of Ellterprise Tecllllology
Required for teclmology contracts over $5,000.00
By:
Date:
Date:
Date:
Departmellt of Admillistratioll, lv/aterials lv/nllngemellt Divisioll
Professionalffeclmical Services Contract Section
. 5 .
(CSS/CM Reviewed 4/28/2010)
MnlDOT Contract No. 97415
MniDOT Contmct No. 89261 Work Order No. 235
STATE OF MINNESOTA
WORK ORDER CONTRACT
Project Iden titicntioll: Mileage Bnscd User Fee Policy Examination
This Work Order Conlract is issued under the authority of State of Minnesota, Depaitment of Transportation (Mn/DOT)
Contract No. 89261 belween the state of Minnesota acting through its Commissioner of Transp0l1ation ("MnlDOT") and
Regents of the University of Minnesota, Address: Office of Sponsored Projects Administration, 450 McNamnJ'lt
AlulI1l1i Center, 200 Olll, Street Southeast, Minneapolis, Minnesota 55455 ("University) and is subject to all
applicable provisions and covenants of (hat Master Contract, which are incorporated herein by reference.
The Univcrsity will furnish all products and perform all services defined in the Article 2, Scope of Work and Deliverables.
Term of WOl'k Order Contruct:
1.1 Effective Date:
1.2 Final Task Completion Date:
1.3 Expiration Date:
1.4 Exhibits:
2 Scope of Work and Deliverables:
Work Order Contract
The date that all required signatures are obtained by MniDOT, pursuant to
Minnesota Statutes Section 16C.05, su bdivision 2.
The University must not begin work under this '\-Vork Order Contract until
all required signatures have been obtained and the University has been
notified,ln writing, to begin such work by Mn/DOT's Authorized
Representative.
JUlie 30, 2011, as outlined in Exhibit A, Project Schedule.
July 31,2011, or when all obligations have been satisfactorily fulfilled, which
ever occurs first.
Exhibits A through 0 are attached and incorporated into this Work Order
Contract.
2.1 This entire scope of work falls under Activity Code 6265.
2.2 The University will complete the work described in Exhibit A.
2.3 For research Contracts, the University will follow the Technical Advisory Panel (TAP) Guidel.ines in Ihe
completion of this Work Order Contract, which can be found at the following website:
http://www.research.dot.state.mn.us/tapITAPGuidelines.pdf.
2.4 Deliverables are the work products created or supplied by the University pursuant to the terms of this Work Order
Contract. Deliverables to be provided for under this Work Order Contract by the University are described in
Exhibit A.
3 Items Provided and/or Com pleted by Mn/DOT:
3.1 After authorizing the University to begin work, MniDOT will finnish any data or material in its possession
relating to the project that may be of use to the University in performing the work.
3.2 All such data furnished to the University, will remain the property ofMnlDOT and will be promptly returncd
upon MnlDOT's request or upon the expiration or termination of this Work Order Contract.
3.3 The University will analyze all such data furnished by MniDOT. If the University finds any such dala to be
incorrect or incomplete, the University will bring the facts to the attention ofMnlDOT before proceeding with the
pal1 of the project affected. MniDOT will investigate the matter, and ifit finds thaI such data is incorrecl or
incomplete, it will promptly determine a method for furnishing corrected dala. Delay in furnishing data will not be
considered justification for an adjustment in compensation.
3.4 See Exhibit A for additional information on MnlDOT's Assistance.
4 Consideration of Payment:
4.1 Mn/DOT will pay for all services performed by the University on a Lump Sum basis. The University will submit
Invoices for lasks completed after receipt of the Deliverable Approval Form from MniDOT.
4.2 See Exhibit B for Ihe approved budget for this Work Order Contract. ,.
MnlDOT Contract No. 89261 Work Oreier No. 235
;1.3 The University Illust use the "Request for MniDOT Travel Authorization" form set fm1h in Exhibit C when
requesting to incur travel costs under this Work Order Contract.
The University will submit invoices for payment in accordance with the following schedule and in the
corresponding amounts:
At Completion of Task I:
At Completion of Task 2:
At Completion of Task 3:
At Completion of Task 4:
At Completion of Task 5:
At Completion of Task 6:
At Completion of Task 7:
At Completion of Task 8:
$126,504.00
$ 59,295.00
$ 64,551.00
$ 56,000.00
$ 42,230.00
$ 30,259.00
$ 0.00
$ 15,054.00
4.5 MnlDOT's total obligation for all compensation and reimbursements to the University will be $393,893.00.
5 Terms ofPaymcnt:
5.1 The University will use the format set forth in Exhibit D when submitting Invoices.
5.2 The University will submit an original invoice to Mn/DOT's Authorized Representative listed below and a copy
of the invoice to MnIDOT's Project Manager listed below and Rose Keller, Research Services Section, Mail Stop
330,395 John Ireland Boulevard, St. Paul, Minnesota 55155, or their successors.
6 The University's Designated Personnel:
6.1 The University's Principal Investigator for this Work Order Contract will be:
Name: Lee Munnich
Address: 301-19'1> Avenue South, 280 Humphrey Center, Minneapolis, MN 55455
Phone: 612-625-7357
Fax: 612-626-9833
E-Mail: munniOOI@umn.edu
7 Other Designated Personnel:
7.1 MnlDOT's Project Manager for this Work Order Contract will be:
Name: Cory Johnson (or hislher successor)
Address: 1500 West County Road B2, MS 725, Roseville, MN 55113
Phone: 651-234-7062
Fax: 651-234-7042
E-Mail: cory.johnson@state.mn.llS
7.2 MnlDOT's Authorized Representative for this Work Order Contract will be:
Name: Ron Bisek, Contract Administrator (or his/her successor)
Address: 1500 West County Road B2, MS 725, Roseville, MN 55113
Phone: 651-234-7057
Fax: 651-234-7042
E-Mail: ron.bisek@state.mn.us
8 Additional Provisions
NONE
2
STATE ENCUMBRANCE VERIFICATION
Individual certifies Ihatfimds IIm'e been ellcwlIbered
m required by Mfllll. Slat. 16A. 15 alld 16C.05
Ily
[lat.: P.j' fl
O
CFMS Contract No.: B f"1/ q /
UNIVERSITY OF MINNESOTA
/ " " .
Ily: _ .>' ..... )
Kevin McKoskcy:. -
Senior Associate Director
3
Mil/DOT COlllrnel No. 89261 Work Order No. 235
DEPARTMENT OF TRANSPORTATION
(w;thdclegalednr@>l1!:!lGlNALSIGNEDBY
By: Michael A. Barnes
'[;tIc: _ __ ,-- D_i,Y_i_s i,... o_n_D_i_l'_e_c_to_r
Date: _ ---".:..:cL'-l--I---'-l-t-J/ (,--- ' (J __ _
COMMISSIONER JEtDMINISTRATION

Dat/lJ(, t' J 'J"I'

EXHIBIT A
SCOPE OF SERVICES
MnJDOT Contract No. 89261 Work Order No. 235
Mileage Based User Fee Policy Examination
BACKGROUND
In 2007, the Minnesota Slate Legislature directed the Minnesota Department of Transportation (Mil/DOT) to cOllduct an
MUUI' pilot project. Through this effort, MnJDOT desires to explore the policy and institutional issues associated with
demonstrating an MBUF system. Through a strategic, robust and deliberative process, the U ofM Team's proposed
approach will in the ShOl1 term be a valuable tool to inform MnlDOT's technology demonstration test currently underway.
Just as impOliant, the stakeholder engagement process will in the long term lay the groundwork for a better informed and
more balanced policy debate about the merits and challenges for statewide MBUF implementation.
OBJECTIVE
The goal ofthe project is to identify and engage a Minnesota policy taskforce, with the intent of resolving issues with and
articulating benefits from potential implementation of mileage-based user fees (MBUF) in Minnesota.
SCOPE
Thc scope of this project is intended to expand the knowledge and discourse by building upon existing sources of market
research in order to inform and engage key stakeholders with meaningful and substantive information. It is proposes that
additional market research will be conducted, including individual and small group interviews as welt as larger
community discussion, workshops, and seminars. Significant effort will be made to reach out to rural Minnesota voices
and perspectives through a series of five Greater Minnesota Community Discussions. In addition, a t h r e e ~ p a r t series of
Rethinking Transportation Financing Roundtables witl be convened in the Twin Cities Metropolitan Area. These efforts
witl be supplemented by targeted legislative and executive briefings to ensure that key policy makers at the state, regional
and local levels are kept informed throughout the process.
MnlDOT ASSISTANCE
WORK PLAN
Tllsl< 1: Stakeholder and IsslIes Identification
The U of M Policy Consultant Team witl identify and
document policy stakeholders and institutions affected by a future MBUF deployment and conduct a significant
outreach effOli to engage this broad community. In addition, we witt assist MnJDOT in identifying a sma tier
number of stakeholders to form a MBUF Taskforce (referred to as "Taskforce") that will meet on a regular basis to
discuss and address MBUF-related issues and questions and provide direction to MnJDOT's Project Management Team.
Deliverable(s}:
A list of initial MBUF-related stakeholder issues, concerns and insights in response to the questions posed
(End of Month I - December 20 I O)
A smatl group of stakeholders, designated as the Taskforce
(End of Month I - December 201 O)
Tech Memo 1, including the list of issues, names of Taskforce members, and description of the identification
process. The memo will summarize the results of the Greater Minnesota Community Discussion Groups and
Internet Panel Survey. Summaries of findings from the telephone survey, roundtables/ workshops, interviews and
briefing witl be included in the draft and final report.
(End of Month 3 - February 2011)
Duration: 3 Months
Estimated Tasl< Completion Date: February 28, 201 1
4
MnJDOT Contrnct No. 89261 Work Order No. 235
Tnsl{ 2: Taskforce Discussions
The Taskforce will be engaged in ongoing disclIssions, based on the initial issues
identified in Task I, to identify what problem(s) an MBUF solution deployed in Minnesota would resolvc and to discuss
policy and institutional issues associated with MBUF and its implementation as a demonstration project.
Dclivcrablc(s):
Taskforce Kick Off Meeting I
(Bcginning of Month 3 - February 20 II)
Roundtable Workshops/Seminars I
(Beginning of Month 3 - Fcbruary 2011)
Tech Memo 2, including the Taskforce'S problem statement.
(Middle of Month 4 - March 2011)
Form National Advisory Pancl
(Middle of Month 4 - March 2011)
Duration: 3 Months
Estimated Task Completion Date: March 15,2011
Task J: Policy Direction
Wc will continue to engage the Taskforce in more detailed policy direction and guidance,
especially focusing on Charging policies and rates for the demonstration project.
Dclivcrable(s):
Taskforce Meeting 2
(Beginning of Month 4 - March 2011)
Roundtable Workshops/Seminars 2
(Beginning of Month 4 - March 2011)
Tech Memo 3, including the Taskforce's list of significant MBUF issues and questions and outline of a
framework for considering various MBUF rate-setting policies
(Middle of Month 5 -April 201 I)
Duration: 3 Months
Estimated Task Completion Date: April 15,2011
Task 4: Bllsiness Model Development
The tOUl1h task will serve to identify and document long term
business model options and deployment scenarios as identified through discussions with the Taskforce.
Delivel'able(s):
Taskforce Meeting 3
(Beginning of Month 5 - April 2011)
Roundtable Workshop/Seminar 3
(Beginning of Month 5 - April 201 I)
Taskforce Meeting 4
(Middle of Month 6 - May 2011)
Tech Memo 4, outlining the findings and consensus of the Taskforce regarding long-range approach, proposed
projects, milestones and schedule and budget estimates
(Middle of Month 6 - May 2011)
Duration: 3 Months
Estimated Task Completion Date: May 15,2011
5
MnlDOT Contract No. 89261 Work Order No. 235
Tnsl, S: Reporling
II dral! and final report docume nting the cngagement process and its finding will be developed with
Icedlmck from the Taskforce and final approval from the MniDOT. In addition, an executive summary version of the IInal
report and a Power Point presentation will be developed for external use by MniDOT and other project partners.
Ilclivcrable(s):
Taskforce Meeting 5
(End of Month 7 - June 20 II)
Draft Report
(Middle of Month 6 - April 201 I)
Final Report
(End of Month 7 - June 20 II)
Executive Summary
(End of Month 7 - June 20 II)
Power Point Presentation
(End of Month 7 -June2011)
Duration: 2 Months
Estimated Task Completion Date: June 30, 2011
Tasl, 6: Nalional AdvisOlY Panel
II pallel ofthree national MBUF experts with complimentary perspectives and
background would be recl'Uited to advise MniDOT and the Policy Taskforce. The panel advisors could represent a
researcher, state DOT, federal, local perspective or combination and also cover functional areas slich as costs,
technological feasibility, policy and political considerations, and institutional and transition issues. The Advisory Panelists
will ussist in sharing information or leading topical discussions with the Taskforce and provide expert presentations at the
Rethinking Transportation Financing Roundtables.
Dcliverable(s):
Form National Advisory Panel
Advisory panelist topical presentations at the Rethinking Transportation Financing Roundtables
National AdvisOlY Panel Summary Comments Memo
Duration: 7 Months
Estimated Task Completion Date: June 30, 2011
Task 7: Focus Groups
This optional task was not selected for inclusion in the project work plan.
Dclivcrnhle(s):
N/A
Duration: N/A
Estimated Tasl, Completion Date: N/A
Tasle 8: Additional Greater Minnesota Community Discussions
Due to the longer travel distances and unique characteristics of Qutstate Minnesota, two additional greater Minnesota
community discussions are included in this work plan and will be added to those in Task I. Thus, a total of five greater
Minnesota community discussions will be held covering the Iron Range (Northeast), Southwest, Southeast, Central and
NOlihwest regions of the State.
6
Mn/DOT Contract No. 89261 Work Order No. 235
Dclivcrable(s):
Two additional Greater Minnesota Community Discussion Groups
Durntion: 3 Months
Estimated Task Completion Date: March 30, 2011
PRO.mCT SCHEDULE
MONTHS
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18
Task 1 X X X
Task 2 X X X
Task 3 X X X
Task 4 X X X
TaskS X X
Task 6 X X X X X
Task 7
Task 8 X X X
PMT X X X X X X X
Meetings
THE BALANCE OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK
7
MniDOT Contract No. 89261 Work Order No. 2.15
EXHlBITB
ESTIMATED BUDGET
Mileage Based User Fee Policy Examination
BUDGET BY LINE ITEM:
SIlilll'Y Costs:
I.e\'! Munnich, Adeel Lari, Ferrol Robinson, Zhirong Zhao,
Tummy Schwartz, Laura Noble, Research Assistants
Fringe Costs:
Personnel
Subconsuihtnt/Subcontractor Costs:
SRI' Consuliing Group
P"fsons Brinkerhoff
Accora
Loveland Communications
gquipmcllt Costs:
None
Supply Costs:
Rcfi'cshments for meetings
Travel Costs:
Travel for monthly meetings and interviews
Othe .. Expense Costs:
Room rental, printing, and NVivo interview management
software licenses
WORK ORDER CONTRACT AMOUNT
Budget by Task Breakdown:
Task 1
Task 2
Task 3
Task 4
Task 5
Task 6
Task 7
Task 8
Worl< Order Contract Amount
$126,504.00
$59,295.00
$64,551.00
$56,000.00
$42,230.00
$30,259.00
$0.00
$15,054.00
$393,893.00
THE BALANCE OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK
8
$62,693.00
$29,792.00
$212,961.00
$0.00
$3,950.00
$18,450.00
$66,047.00
$393,893.00
MnlDOT Contract No. 89261 Work Order No. 2.35
EXHIBITC
REQUEST FOR Mn/DOT's TRA VEL AUTHORIZATION
REQUEST FOR MIlIDOT TRAVEL AUTHORIZATION
NOTE: Submit, in duplic.te, to your university sponsored programs administration for approv.I, Mn/DOT must
I'cccivc at least 2 weel{s prior to travel date.
TO: Research Financial Services Manager
Minnesota Department of Transportation
395 John freland Boulevard, Mail Stop 330
St. Paul, Minnesola 55155-1899
Date: ________ _
MIIIDOT Contract Num ber: _______ Work Order Number: ______ _
University Acc!. Number: ______ ~
I','ojcct Title:
I'rillcil'al Investig.tor(s):
Nnmc(s) of Project Personnel Traveling:
Connection to PI'oject:
Total Estimated Expense: ______ _ Date(s) ofTr.vel: ______ _
Destination:
Purpose ofTraveI:
Bellefit of Travel to Pmjeet:
I hereby request approval for travel as described above:
P"ineipallnvestigator
Approved:
Mil/DOT Authorized Official Authorized University Official
Research Services Section
Date: ___________ _ Date: ___________ _
9
EXHIBITD
INVOICE FORM
MnlDOT Contract No, 89261 Work Order No, 235

Mileage Based User Fee Policy Examination
INVOICE NO. __ _
MIIIDOT Conll'act No. 89261 Work Order No. 235
Expiration Date: July 31, 2011
Billing Quarter: ________ _
Invoice Date: _________ _
Total Total Amount Billed
Contract Billing Previously This
Amount to Date Billed Invoice
Lump Sum Amount: Task I $126,504.00
Luml'Sum Amount: Task 2 $59295.00
Lump Sum Amount: Task 3 $64,551.00
Liunp Sum Amount: Task 4 $56,000.00
Lump Sum Amount: Task 5 $42,230.00
Lump Sum Amount: Task 6 $30,259.00
Lump Sum Amount: Task 7 $0.00
L u m ~ S u m Amount: Task 8 $15,054.00
Net Earnines Totals: $393,893.00
Total Amount Due This Invoice:
.
Box For Research Services Section Use Only I certify that the above statement is correct and payment has
not been received. Payment Breakdown
Activity Code Line Fiscal Year Amount
6265 $
$
$
Box For Consultant Services Section Use Only
Payment Information
MnlDOT's Project Manager Approval:
Signature Date
Signature: ________________ _
Print Name: _______________ _
Title: _________________ _
Billing Address: ______________ _
Telephone: _________________ _
MnlDOT's Authorized Representative Approval:
Signature Date
10

Minnesota Department of Transportation
j$
'" .,

)- Ot:
Date:
To:
From:
Re:
June 11, 2008
Jeffrey Brunner, Director
Consultant Services & Project Development Sections
Ron Bisek, Contract Administrator
Office of Traffic, Safety and Operations
Approval of Selection Committee Members - MnlDOT Contact No. 92809
A public notice requesting proposals for Vehicle Infrastructure Integration (VII) for Safety,
Mobility and User Fee Evaluation was advertised on the Consultant Services Web Page on
May 19, 2008.
The services for this project include developing an Evaluation Team for Phase I of the Vehicle
Infrastructure Integration (VII) for Safety, Mobility and User Fee project as part of the VII program
within the state of Minnesota. VII seeks to improve traffic safety and mobility while enhancing
commerce in the areas where it will be implemented. The goals of Minnesota's VII for Safety,
Mobility and User Fee work are to:
Evaluate the effectiveness of in-vehicle signing for improving safety using localized
applications.
Fill the gap between the existing VII Proof of Concept demonstration and future funding
decisions.
Determine if the in-vehicle signing approach being developed could be used to implement
additional VII applications.
Assess if the proposed VII application could be used to implement mileage based user fees.
Assess the viability of a non-network VII safety application, especially for rural deployments.
We are requesting approval of the following selection committee for this project:
Ray Starr, Assistant State Traffic Engineer/ITS, Traffic, Safety and Operations
Ken Buckeye, Value Pricing Program Manager, Investment Management
Mark Gieseke, Electronic Communications Director, Electronic Communications
Matt Gjersvik, ITS Project Manager/Research, Traffic, Safety and Operations
Brian Kary, FMS Operations Principal Engineer, Traffic, Safety and Operations
nner, Director
nt Services & Project Development Sections
(ess Reviewed 4/25/2007)

Minnesota Department of Transportation
t!
"$, '"
"'1:> .0

Date:
To:
From:
Re:
June 11, 2008
Jeffrey Brunner, Director
Consultant Services & Project Development Sections
Ron Bisek, Contract Administrator
Office of Traffic, Safety and Operations
Approval of Selection Committee Members - MnlDOT Contact No. 92808
A public notice requesting proposals for Vebicle Infrastructure Integration (VII) for Safety,
Mobility and User Fee Technical Program Management was advertised on the Consultant Services
Web Page on May 19,2008.
The services for this project include developing a Technical Program Management Team for Phase I
of the Vehicle Infrastructure Integration (VII) for Safety, Mobility and User Fee project as part of the
VII program within the state of Minnesota. VII seeks to improve traffic safety and mobility while
enhancing commerce in the areas where it will be implemented. The goals of Minnesota's VII for
Safety, Mobility and User Fee work are to:
Evaluate the effectiveness of in-vehicle signing for improving safety using localized
applications.
Fill the gap between the existing VII Proof of Concept demonstration and future funding
decisions.
Determine if the in-vehicle signing approach being developed could be used to implement
additional VII applications.
Assess if the proposed VII application could be used to implement mileage based user fees.
Assess the viability of a non-network VII safety application, especially for rural deployments.
We are requesting approval ofthe following selection committee for this project:
Ray Starr, Assistant State Traffic EngineerlITS, Traffic, Safety and Operations
Ken Buckeye, Value Pricing Program Manager, Investment Management
Mark Gieseke, Electronic Communications Director, Electronic Communications
Matt Gjersvik, ITS Project ManagerlResearch, Traffic, Safety and Operations
Brian Kary, FMS Operations Principal Engineer, Traffic, Safety and Operations
nner, Director Date ' I
nt Services & Project Development Sections
(CSS Reviewed 4/25/2007)
Minnesota Department of Transportation
Office of Traffic, Safety and Operations
Regional Transportation Management Center
1500 West County Road 82, Mail Stop 725
Roseville, MN 55113
December 22, 2008
Mr. Lee Mixon
Mixon Hill, Incorporated,
12980 Metcalf Avenue, Suite 470
Overland Park, KS 66213
In reference to: Mn/DOT Contract No. 92808
SP Number 8816-1153
Federal Project Number: ITS IT08(650)
Dear Mr. Mixon:
Enclosed is your executed copy of the above referenced Contract. This Contract is for the Vehicle
Infrastructure Integration (VII) for Safety, Mobility and User Fee Technical Program Management
Project.
The Contract was fully executed on December 18,2008 and is the date of your authorization to proceed.
Please coordinate this project with Matt Gjersvik, MnIDOT's Project Manager, at 651-234-7064.
Please send to me a signed copy of any sub-consultant contracts for this project.
If)lOU have any questions regarding this Contract, please contact me.
Sincerely,
Ron Bisek
Contract Administrator
Cc:
File (Original)
Matt Gjersvik (Copy)
An equal opportunity employer
Mn/DOT Contract No.92808
CFMS Contract No. t3.2.1 f f f
STATE OF MINNESOTA
PROFESSIONAL AND TECHNICAL SERVICES CONTRACT
Federal Project Number: _____ _
State Project Number (SP): ____ _
Trunk Highway Number (TH): N/A
Project Identification: VII For Safety, Mobility and User Fee Technical Program Management
This Contract is between the State of Minnesota acting through its Commissioner of Transportation ("State") and Mixon-
Hill, Incorporated, Address: 12980 Metcalf Avenue, Suite 470, Overland Park, KS 66213 ("Contractor").
Recitals
1. Under Minnesota Statutes 15.061, State is authorized to engage such assistance as deemed necessary.
State is in need of a Technical Program Management Team for Phase I of the Minnesota VII for Safety, Mobility and
User Fee project. The team will provide project management services, technical support services, a Concept of
Operations, a set of preliminary requirements for several possible VII applications during Phase I of the project. Upon
agreement of the State and the Contractor, this contract may be amended to add project management services and
technical support services during Phase II of the project.
2. Contractor represents that it is duly qualified and agrees to perform all services described in this Contract to the
satisfaction of State.
Article 1
1.1
1.2
1.3
1 A
1.'+
Contract Special Terms
Term of Contract; Survival of Terms; Incorporation of Exhibits:
Effective Date: This Contract will be effective the date that all required signatures are obtained by
State, pursuant to Minnesota Statutes Section 16C.05, subdivision 2.
Expiration Date: This Contract will expire on 12/31109, or the date that all obligations have been
fulfilled and all deliverables have been approved by State, which ever occurs first.
Survival of Terms: All clauses which impose obligations continuing in their nature and which must
survive in order to give effect to their meaning will survive the expiration or
termination of this Contract, including, without limitation, the following clauses:
11. Governing Law, Jurisdiction and Venue; Aids to Interpretation; Referenced
Standards; 20. Audits and Inspections; 21. Government Data Practices and
Intellectual Property; 23. Standard of Care; Liability for Work; 24. Deliverable
Standards; 31. Data Disclosure; and 34. Publicity and Endorsements.
Exhibits: Exhibits A through F are attached and incorporated into this Contract.
Article 2 Scope of Work:
The services to be provided for under this Contract by Contractor are as follows:
In Phase I of the VII for Safety, Mobility and User Fee project, the Technical Program Management Team will provide
general project management, technical support and develop a Concept of Operations including preliminary requirements.
The project management duties will include:
Holding Project Management Meeting
Developing a Project Management Plan
Producing Progress Reports
Providing Program Coordination and Outreach
Providing Document Configuration and Change Management
Technical support provided by the Technical Program Management Team will include:
Developing a Phase II Scope of Work
Conducting Research on Existing and Emerging Technologies for Implementation
Reviewing Preliminary and Final Documents from the Evaluation Team
- 1 -
(CSS Reviewed 9119/2008)
The Concept of Operations and Preliminary Requirements will include:
.. Defining Vision, Goals, and Objectives for the System
.. Exploring Concepts for the Project
.. Developing Operational Scenarios
.. Extracting and Abstracting the Project Needs
.. Documenting the Concept of Operation
.. Developing Preliminary Requirements
See Exhibit A for additional information.
Mn/DOT Contract No.92808
2.1
2.2 Deliverables are defined as the work product created or supplied by the Contractor pursuant to the terms
of this Contract. The brief summary of the deliverables of this Contract are as follows:
Item Date Due
Deliverable #1: Meeting minutes and agendas Ongoing
Deliverable #2: ProNess reports (monthly and quarterly) OngoinK
Deliverable #3: Project management plan 01131109
Deliverable #4: Project outreach and coordination documents, presentations, Ongoing
and electronic files
Deliverable #5: Phase II procurement documents, including Scope of Work, 6/30/09
Budget, and Schedule for the phase II implementation.
Deliverable #6: Phase II Scope of Work, Budget and Schedule for the 6/30/09
technical program management team for phase II.
Deliverable #7: Research summary memos and information meetings 5/31109
Deliverable #8: Comments on evaluation plan 3/31109
Deliverable #9: Concept of Operations document - 1 draft and 1 final version 5/31109
Deliverable #10: Preliminary requirements technical memo 4/30/09
Deliverable #11 Electronic Database files 6/30/09
See Exhibit A for the details on the deliverables to be provided by Contractor. 2.3
2.4 State's Project Manager has the authority to update and adjust all project schedules when necessary at
progress meetings within the terms of the Contract.
Article 3
3.1
3.2
3.3
3.4
Items Provided and Completed by the State:
After authorizing Contractor to begin work, State will furnish any data or material in its possession
relating to the project that may be of use to Contractor in performing the work.
All such data furnished to Contractor, will remain the property of State and will be promptly returned
upon State's request or upon the expiration or termination of this Contract.
Contractor will analyze all such data furnished by State. If Contractor finds any such data to be incorrect
or incomplete, Contractor will bring the facts to the attention of State before proceeding with the part of
the project affected. State will investigate the matter, and if it finds that such data is incorrect or
incomplete, it will promptly determine a method for furnishing corrected data. Delay in furnishing data
will not be considered justification for an adjustment in compensation.
For this project, the State will provide:
Provide facilities and approve support materials for meetings.
Support the identification and initial contact with project stakeholders.
Review all deliverables from the Contractor in a timely fashion with appropriate revisions and comments.
Render decisions on issues identified by the Contractor in a timely fashion.
- 2-
(CSS Reviewed 9119/2008)
Article 4
4.1
4.2
4.3
4.4
4.5
4.6
4.7
Article 5
5.1
5.2
5.3
Article 6
6.1
6.2
Article 7
7.1
Consideration of Payment:
Contractor will be paid on a Cost Plus Fixed Fee (profit) basis as follows:
Direct Labor Costs:
Overhead Rate Costs:
Fixed Fee Costs:
Direct Expense Costs:
Subcontractor(s) Costs:
Total
$ 59,409.34
$ 92,084.48
$ 15,149.38
$ 8,000.00
$ 65,306.40
$239,949.60
MnlDOT Contract No.92808
Contractor will be reimbursed for travel and subsistence expenses in the same manner and in no greater
amount than provided in the current "Minnesota Department of Transportation Travel Regulations".
Contractor will not be reimbursed for travel and subsistence expenses incurred outside the State of
Minnesota unless it has received prior written approval from State for such out of state travel. State of
Minnesota will be considered the home base for determining whether travel is "out of state". See Exhibit
C for the current Minnesota Department of Transportation Reimbursement Rates for Travel Expenses.
Federal funding applies to this Contract, see the General Terms for applicable controls.
The overhead rate of 155.00% of direct Salary Costs will be used on a provisional basis determined by
Mn/DOT's Office of Audit and will not exceed 160%.
Allowable direct costs include project specific costs listed in Exhibit C. Any other direct costs not listed
in Exhibit C must be approved, in writing, by the State's Authorized Representative prior to incurring
costs.
See Exhibit B for Budget Details on Contractor and its Subcontractors.
State's total obligation for all compensation and reimbursements to Contractor will not exceed
$239,949.60.
Terms of Payment:
Contractor will use the format set forth in Exhibit D when submitting Invoices.
Contractor will submit the monthly progress report set forth in Exhibit E showing the progress of work
in work hours according to the tasks listed in Article 2 Scope of Work.
Payment Liquidation: Contractor will submit invoices for payment in accordance with the following
schedule: On a Monthly Basis.
Contractor's Project Team:
Contractor's Project Manager will be:
Name/Title: Lee Mixon, P.E., Prinicpal
Address: 12980 Metcalf A venue, Suite 470, Overland Park, KS 66213
Phone: (913)-239-8400
Fax: (913)-239-8070
E-Mail: lee.mixon@mixonhill.com
If Contractor's Project Manager changes at any time during this Contract, Contractor will be responsible
to follow conditions laid out within Article 16 ofthe General Terms.
See Exhibit F for a full listing of key personnel as defined in Article 12 of the General Terms.
State's Authorized Representative and Project Manager:
State's Authorized Representative will be:
Name/Title: Ron Bisek
Address: 1500 West County Road B2, Roseville, MN 55113
Phone: (651)-234-7057
Fax: (651)-234-7042
E-Mail: ron.bisek@dot.state.mn.us
- 3-
(CSS Reviewed 9/19/2008)
MnlDOT Contract No.92808
State's Authorized Representative, or his/her successor, has the responsibility to monitor Contractor's
performance and the authority to accept the services provided under this Contract. If the services are
satisfactory, State's Authorized Representative will certify acceptance on each invoice submitted for
payment.
7.2 State's Project Manager will be:
Article 8
8.l
Article 9
9.1
Name/Title: Ray Starr, P.E., P.T.O.E., Engineer Senior Administrative
Address: 1500 West County Road B2, Roseville, MN 55113
Phone: (65)-234-7050
Fax: (651)-234-7006
E-Mail: ray.starr@dot.state.mn.us
Name/Title: Matthew Gjersvik, P.E., P.T.O.E., Engineer Senior
Address: 1500 West County Road B2, Roseville, MN 55113
Phone: (65)-234-7064
Fax: (651)-234-7042
E-Mail: matt.gjersvik@dot.state.mn.us
State's Project Manager, or hislher successor, has the responsibility to monitor Contractor's performance
and progress. State's Project Manager will sign progress reports, review billing statements, make
recommendations to State's Authorized Representative for acceptance of Contractor's goods or services
and make recommendations to State's Authorized Representative for certification for payment of each
Invoice submitted for payment.
Modification of the General Terms:
Article 18.3 is deleted, as authorized by Minnesota Statutes 16C.08, subdivision 5(b) for professional
services as defined in Minnesota Statutes 326.02 to 326.15.
Additional Provisions:
Immigration Status Certification
9.1.1 Pursuant to the Governor's Executive Order 08-01, if this Contract, including any extension
options, is or could be in excess of$50,000.00, Contractor certifies that it and its
subcontractor( s):
9.1.1.1 Comply with the Immigration Reform and Control Act of 1986 (U.S.C. 1101 et. seq.)
in relation to all employees performing work in the United States and do not
knowingly employ persons in violation of the United States' immigrations laws; and
9.1.1.2 By the date of the performance of services under this Contract, Contractor and its
subcontractor(s) have implemented or are in the process of implementing the E-Verify
program for all newly hired employees in the United States who will perform work on
behalf of the State of Minnesota.
9.1.2 Contractor will obtain certifications of compliance with this section from all subcontractor(s)
who will participate in the performance of this Contract. Subcontractor certifications will be
maintained by Contractor and made available to State upon request. If Contractor or its
subcontractor( s) are not in compliance with 9.1.1 or 9.1.2 above or have not begun or
implemented the E-Verify program for all newly hired employees performing work under this
Contract, State reserves the right to determine what action it may take, including, but not limited
to, canceling the Contract and/or suspending or debarring the Contractor from state purchasing.
9.2 Discrimination Prohibited by Minnesota Statutes 181.59
9.2.1 Contractor will comply with the provisions of Minnesota Statutes 181.59 which requires that
Every Contract for or on behalf of the State of Minnesota, or any county, city, town, township,
school, school district or any other district in the state, for materials, supplies or construction
will contain provisions by which Contractor agrees: 1) That, in the hiring of common or skilled
- 4-
(CSS Reviewed 9119/2008)
Mn/DOT Contract No.92808
labor for the performance of any work under any Contract, or any subcontract, no Contractor,
material supplier or vendor, will, by reason of race, creed or color, discriminate against the
person or persons who are citizens of the United States or resident aliens who are qualified and
available to perform the work to which the employment relates; 2) That no Contractor, material
supplier, or vendor, will, in any manner, discriminate against, or intimidate, or prevent the
employment of any person or persons identified in clause of this section, or on being hired,
prevent or conspire to prevent, the person or persons from the performance of work under any
Contract on account ofrace, creed or color; 3) That a violation of this section is a misdemeanor;
and 4) That this Contract may be canceled or terminated by the State of Minnesota, or any
county, city, town, township, school, school district or any other person authorized to grant
Contracts for employment, and all money due, or to become due under the Contract, may be
forfeited for a second or any subsequent violation of the terms or conditions of this Contract.
THE BALANCE OF TIDS PAGE HAS BEEN INTENTIONALLY LEFT BLANK.
- 5-
(CSS Reviewed 9119/2008)
Article 10
10.1
10.2
10.3
Article 11
11.1
11.2
11.3
Article 12
12.1
12.2
Article 13
l3.1
13.2
Article 14
14.1
Mn/DOT Contract No.92808
General Terms
Effect of General Terms; Order of Precedence
This Contract consists of the "Special Terms", these "General Terms" and any other attachments or
documents incorporated herein.
The provisions of these General Terms will be enforceable unless they are specifically modified, in
writing, by the Special Terms of this Contract.
To the extent of any inconsistencies between the Special Terms and these General Terms, the Special
Terms will control. Minnesota law supersedes any of the Special Terms or General Terms set forth in
this Contract.
Governing Law, Jurisdiction and Venue; Aids to Interpretation; Referenced Standards
Minnesota law governs the validity, interpretation and enforcement of this Contract. Venue for all legal
proceedings arising out of this Contract, or its breach, will be in the applicable state or federal court with
competent jurisdiction in Ramsey County, Minnesota.
In this Contract, where appropriate: the singular includes the plural and vice versa; references to statutes
or regulations include all statutory or regulatory provisions consolidating, amending or replacing the
statute or regulation referred to; the words "including," "included," "includes" and "include" are deemed
to be followed by the words "without limitation"; the word "shall" means "is required to"; unless
otherwise indicated, references to sections, appendices and exhibits are to the document which contains
such references; words such as "herein," "hereof' and "hereunder" refer to this entire Contract and not to
any particular provision or section; words not otherwise defined that have well-known technical
engineering or construction industry meanings are used in accordance with such recognized meanings;
references to persons include their respective permitted successors and, in the case of governmental
persons, persons succeeding to their respective functions and capacities; and words of any gender used
herein include each other gender where appropriate. Unless otherwise specified, lists contained in the
Special Terms of this Contract defining the project or work will not be deemed all-inclusive. Contractor
further acknowledges and agrees that it had the opportunity to review this Contract with legal counsel.
Except as otherwise specified in the Special Terms of this Contract, work specified by the number,
symbol or title of any standard established by reference to a described publication affecting any portion
of the project will comply with the latest edition or revision thereof and amendments and supplements
thereto in effect on the date that Contractor signs this Contract.
Contractor's Key Personnel
Contractor's key personnel specified by name and title in the Special Terms will be considered essential
to the work being performed.
If, for any reason, substitution of a key person becomes necessary, Contractor must provide two weeks'
advance written notification of the substitution to State's Authorized Representative, if possible. The
written notification must include the proposed successor's name and a resume of his/her qualifications.
State's Authorized Representative will have the right to reject the proposed successor based upon
reasonable grounds.
Assignment
Contractor may not assign any rights or obligations under this Contract unless such assignment is
approved by State's Authorized Representative and documented in a written assignment agreement. An
assignment will not be effective until the assignment agreement is fully executed.
Unless otherwise specified in the written assignment agreement, State's approval of such assignment
will not relieve Contractor from the primary responsibility for performance of the services and delivery
of the goods specified in this Contract.
Subcontracts
If Contractor is authorized by State to use, or uses, any subcontractors, Contractor will be responsible for
coordinating and managing the work of such subcontractors. The use of subcontractors does not relieve
Contractor from its obligation to perform the services specified in this Contract.
- 6-
(CSS Reviewed 9/19/2008)
14.2
14.3
14.4
14.S
Article 15
lS.1
lS.2
IS.3
Article 16
16.1
16.2
16.3
16.4
16.S
Mn/DOT Contract No.92808
Contractor's subcontracts must contain all appropriate terms and conditions ofthis Contract, including
Articles 1,2,4, Sand 6 of the Special Terms and Article 20 of the General Terms of this Contract as
they apply to the subcontractor.
Contractor must, in accordance with Minnesota Statutes 16A.124S, pay subcontractors within 10 days
of receiving payment from the state for undisputed services provided by subcontractors. Contractor must
also pay interest, at the rate of 1.S% per month or any part of a month, to subcontractors on any
undisputed amount not paid on time. The minimum monthly interest payment on a balance of$100.00 or
less is $10.00.
Contractor must require subcontractors' invoices to follow the same format and contain the same
information as set forth in Article 19.
Contractor must submit a copy of all subcontracts exceeding $10,000.00 to State's Authorized
Representative no later than 30 calendar days after executing the subcontract and prior to beginning
work under the subcontract. Upon request by State, a copy of any executed subcontract under $10,000.00
must be sent to State's Authorized Representative.
Schedule Adjustments
For delays encountered that are beyond Contractor's control, such as a force majeure event, and upon
written request from Contractor, State's Authorized Representative will negotiate an adjustment to the
project schedule set forth in the Special Terms of this Contract. A "force majeure event" is an event
beyond Contractor's reasonable control, including, but not limited to, unusually severe weather, fire,
floods, other acts of God, labor disputes and acts of war or terrorism. Contractor will use all reasonable
efforts to minimize the duration and consequences of any delay resulting from a force majeure event and
will give State prompt notice of the occurrence of such event.
It will be Contractor's responsibility to promptly notify, in writing, State's Project Manager and
Authorized Representative if the project will not be completed as scheduled for any reason other than the
delays described in Article IS .1. State's Project Manager will have the authority to adjust the schedule,
in writing, within the term of Contract.
The Expiration Date of this Contract can only be extended by a written Amendment to this Contract. The
duration of this Contract cannot exceed five years.
Amendments, Change Orders, Merger and Waiver
To be effective, any Amendment to this Contract must be in writing and must be executed and approved
by the same representatives who executed and approved the original Contract, or their successors in
office.
Amendments to this Contract will be considered only for unforeseen services that were not included in
the initial Scope of Work or for additional services that are considered essential and are within the
general Scope of Work in this Contract. Contractor's claims for extra costs due to extra work will be
disallowed unless the extra work has been approved by State's Authorized Representative and evidenced
by an executed Amendment to this Contract.
A Change Order must be in writing and approved by both parties to be effective. Change Orders may be
used to provide clarification of the Scope of Work or other Contract terms, to make interim schedule
adjustments not affecting the expiration date, or to provide other minor directives. Change Orders must
be consistent with the basic purpose of this Contract and with the general Scope of Work identified in
the Special Terms. Changes in the Total Contract Amount or Contract Expiration Date are not permitted
in a Change Order.
This Contract, including all incorporated items, contains all prior negotiations and agreements between
Contractor and State. No other understanding regarding the subject matter of this Contract, whether
written or oral, may be used to bind either party.
Failure of a party to enforce any provision of this Contract will not constitute, or be construed as, a
waiver of such provision or of the right to subsequently enforce such provision.
Article 17 Terms of Payment
17.1 State will pay Contractor for services performed and goods delivered in conformance with the
requirements ofthis Contract. Compensation will be in accordance with the Special Terms, Article 4
"Consideration of Payment".
-7-
(CSS Reviewed 9/19/2008)
17.2
17.3
17.4
17.5
17.6
Article 18
18.1
18.2
18.3
Mn/DOT Contract No.92808
If it appears at any time that Contractor might exceed the Total Contract Amount stated in the Special
Terms of this Contract, Contractor must promptly notifY State's Authorized Representative in writing.
State will not pay Contractor for work performed in excess of the Total Contract Amount without a
written, fully executed, Amendment to this Contract. Any work performed beyond that which is
provided for in this Contract without a prior written Amendment signed by State, will be deemed
voluntary and Contractor will not be entitled to compensation for the extra work.
Contractor may make a claim for extra costs incurred because of any instruction, latent condition, order
of a governmental authority or other condition or occurrence that was not reasonably foreseeable. Latent
conditions are conditions not anticipated by the Special Terms of this Contract. Contractor must provide
written notice of claim for extra costs to State as soon as it becomes aware of the facts, conditions or
occurrences giving rise to such claim and in no event later than 30 calendar days thereafter. State may
refuse any claim made without a written notice. State's Authorized Representative will have the sole
authority to determine whether any claimed extra costs are reasonable under the circumstances and
whether State will approve the extra costs. If State determines that such a claim is valid, in whole or in
part, the parties will cooperate to promptly negotiate an equitable amendment. Any work performed
under an amendment to this Contract that has not been properly approved and executed by the parties
will be performed at Contractor's own risk.
State will not pay overtime rates for any overtime worked by Contractor or a subcontractor unless State's
Authorized Representative has specifically authorized overtime, in writing. When State's Authorized
Representative has authorized overtime work, overtime premium pay will be reimbursed as a direct cost
for the overtime portion of the hourly rate and is not eligible for overhead costs or profit.
If authorized in the Special Terms, Contractor will be reimbursed for travel and subsistence expenses
actually and necessarily incurred to perform this Contract. Such travel and subsistence expenses will not
exceed the amount defined in the Special Terms, and will be reimbursed in the same manner and in no
greater amount than provided in the current "Minnesota Department of Transportation Travel
Regulations". Contractor will not be reimbursed for travel and subsistence expenses incurred outside the
state of Minnesota unless it has received prior written approval from State for such out of state travel or
unless such travel has been authorized by the Special Terms of this Contract. The state of Minnesota will
be considered the home base for determining whether travel is "out of state".
The final payment due Contractor will be based on actual acceptable costs as determined by an audit
conducted by State. The audit will be conducted using the Cost Principles and Procedures set forth in the
Federal Acquisition Regulations, 48 Code of Federal Regulations Section 31, as modified by state
policies and procedures. Based upon final audit, the final payment to Contractor may exceed the Total
Contract Amount without amending this Contract. State will pay the final payment due Contractor within
30 days of completion of the audit.
Conditions of Payment
All services and goods provided by Contractor pursuant to this Contract must be in accordance with
Article 24.1.
State will notifY Contractor of any defective work and offer Contractor the opportunity to correct it
within a reasonable amount oftime. Contractor will not receive payment for work determined by State's
Authorized Representative to be defective or performed in violation of federal, state or local laws,
ordinances, rules, or regulations until and unless Contractor has made the necessary corrections.
Contractor will not receive additional compensation for rework performed to correct its defective work.
Contractor must include hours spent on rework/correction on itemized invoices, but will invoice such
hours at a rate of zero dollars per hour.
Retainage: Pursuant to Minnesota Statutes Section 16C.08, subdivision 5(b), no more than 90 percent
ofthe compensation due under this Contract may be paid until the final product(s) of this Contract have
been reviewed by the Commissioner of the Minnesota Department of Transportation or the
Commissioner's designee. The balance due and owing wiIl be paid when (1) the Commissioner or the
Commissioner's designee determines that Contractor has fulfilled all the terms of this Contract; and (2)
any necessary final audit has been completed.
- 8-
(CSS Reviewed 9119/2008)
18.4
18.5
Article 19
19.1
19.2
Article 20
20.1
Mn/DOT Contract No.92808
Subject to the provisions of Article 21.2.5, all services and goods covered by progress payments made by
State will become the sole property of State. This provision must not be construed as relieving
Contractor from its sole responsibility for all work and deliverables upon which payments have been
made or from the responsibility to correct any defective work. State's tender of progress payments will
not be construed as waiving State's right to require the fulfillment of all of the terms of this Contract.
Nothing in this Contract must be construed in any way to operate to relieve Contractor from its
obligation to complete the services and deliver any goods described in this Contract for a sum not to
exceed that set forth in the Special Terms.
Procedure for Payment
State will promptly pay all valid obligations under this Contract as required by Minnesota Statutes
16A.124. State will make undisputed payments no later than 30 days after receiving Contractor's
invoices and progress reports for services performed. If an invoice is incorrect, defective or otherwise
improper, State will notifY Contractor within 10 days of discovering the error. After State receives the
corrected invoice, State will pay Contractor within 30 days of receipt of such invoice.
Contractor must submit invoices for payment either monthly or as otherwise stipulated in the Special
Terms of this Contract. Invoices must be in the form prescribed by State. Contractor must send the
original of each invoice, progress report and required supporting documentation, for review and
payment, to State's Consultant Services Section at:
Minnesota Department of Transportation
Consultant Services Section, Mail Stop 680
395 John Ireland Boulevard
St. Paul, Minnesota 55155-1899
Contractor must also send a copy of each invoice, progress report and required supporting
documentation to State's Authorized Representative and Project Manager. Invoices will not be
considered "received" within the meaning of Minnesota Statutes 16A.124 until the original documents
are received by State's Consultant Services Section. Invoices must identifY the cost for the services
performed and goods delivered for the billing period and must satisfY the requirements listed below:
19.2.1 Each invoice must contain the following information: State's Contract Number, Contractor's
invoice number (sequentially numbered), Contractor's billing and remittance address, if different
from business address, and Contractor's original signature attesting that the invoiced services
and costs are new and that no previous charge for those services and goods has been included in
any prior invoice.
19.2.2 Direct nonsalary costs allocable to the work under this Contract, as specified in the Special
Terms of this Contract, must be itemized and supported with invoices or billing documents to
show that such costs are properly allocable to the work. Direct nonsalary costs are any costs that
are not the salaried costs directly related to the work of Contractor. Supporting documentation
must be provided in a manner that corresponds to each direct cost.
19.2.3 Except for Lump Sum Contracts, Contractor must provide, upon request of State's Authorized
Representative, the following supporting documentation:
19.2.3.1 Direct salary costs of employees' time directly chargeable for the services performed
under this Contract. This must include a payroll cost breakdown identifYing the name
of the employee, classification, actual rate of pay, hours worked and total payment for
each invoice period; and
19.2.3.2 Signed time sheets or payroll cost breakdown for each employee listing dates and
hours worked. Computer generated printouts of labor costs for the project must
contain the project number, each employee's name, hourly rate, regular and overtime
hours and the dollar amount charged to the project for each pay period.
Audits and Inspections
Contractor's books, records, documents and accounting procedures and practices relevant to this
Contract are subject to examination by State's Auditors and the State Auditor or Legislative Auditor, as
appropriate, for six years from State's final payment under this Contract.
- 9-
(CSS Reviewed 911912008)
20.2
20.3
Article 21
21.1
21.2
Mn/DOT Contract No.92808
Authorized representatives of State (and the Federal Highway Administration, if federal funds are
involved) have the right to inspect Contractor's work under this Contract, whenever such representatives,
in their sole discretion, deem such inspections necessary. Unless otherwise agreed by the parties, such
inspections will be conducted during regular working hours.
Work Effort Audits:
20.3.1 State may conduct work effort audits for the various work tasks described in the Scope of Work.
Completed work tasks will be randomly selected for Audit. Audits will include work effort
reviews and effort level analysis to determine the reasonableness of the hours charged.
20.3.2 Contractor must maintain work effort progress reports showing work tasks, hours worked on the
task by the various personnel assigned to this work and work effort performed by subcontractors
assigned to the tasks. The progress report must be in the format as described in the Special
Terms of this Contract.
Government Data Practices and Intellectual Property
Government Data Practices. Contractor and State must comply with the Minnesota Government Data
Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by State under this
Contract, and as it applies to all data created, collected, received, stored, used, maintained or
disseminated by Contractor under this Contract. The civil remedies of Minnesota Statutes Section 13 .08
apply to the release of the data governed by the Minnesota Government Data Practices Act by either
Contractor or the State.
21.1.1 If Contractor receives a request to release the data referred to in this Clause, Contractor
must immediately notify State. State will give Contractor instructions concerning the release of
the data to the requesting party before the data is released.
Intellectual Property Rights
21.2.1 Intellectual Property Rights of State. State owns all rights, title and interest in all of the
intellectual property rights, including copyrights, patents, trade secrets, trademarks and service
marks in the Works and Documents created and paid for under this Contract. Works means all
inventions, improvements, discoveries (whether or not patentable), databases, computer
programs, reports, notes, studies, photographs, negatives, designs, drawings, specifications,
materials, tapes and disks conceived, reduced to practice, created or originated by Contractor, its
employees, agents and subcontractors, either individually or jointly with others in the
performance of this Contract. Works includes "Documents". Documents are the originals of any
databases, computer programs, reports, notes, studies, photographs, negatives, designs,
drawings, specifications, materials, tapes, disks or other materials, whether in tangible or
electronic forms, prepared by Contractor, its employees, agents or subcontractors, in the
performance of this Contract. The Documents will be the exclusive property of State and
Contractor must immediately return all such Documents to State upon completion or
cancellation of this Contract. To the extent possible, those Works eligible for copyright
protection under the United States Copyright Act will be deemed to be "works made for hire".
Contractor assigns all right, title and interest it may have in the Works and the Documents to
State. Contractor must, at the request of State, execute all papers and perform all other acts
necessary to transfer or record State's ownership interest in the Works and Documents.
21.2.2 Intellectual Property Rights of Contractor. Contractor retains title and interest in all of its
standard details, plans, specifications and engineering computation documents ("Previously
Created Works and Documents"), whether in written or electronic form, which have been
incorporated into the Works and Documents, but which were developed by Contractor
independent of this Contract. Contractor issues to State a royalty-free, nonexclusive and
irrevocable license to use the Previously Created Works and Documents.
21.2.3 Notification. Whenever Contractor reasonably believes it, or its employees or subcontractors,
has made an invention, improvement or discovery (whether or not patentable) in the
performance of this Contract, and has or actually or constructively reduced it to practice,
Contractor will immediately give State's Authorized Representative written notice thereof and
must promptly furnish State's Authorized Representative with complete information and/or
disclosure thereon.
- 1 0 ~
(CSS Reviewed 9/19/2008)
21.3
Article 22
22.1
Article 23
23.1
23.2
23.3
Mn/DOT Contract No.92808
21.2.4 Representation. Contractor must perform all acts and take all steps necessary to ensure that all
intellectual property rights in the Works and Documents created and paid for under this Contract
are the sole property of State and that neither Contractor nor its employees, agents or
subcontractors retain any interest in and to the Works and Documents created and paid for under
this Contract, except that Contractor need not obtain patents, copyrights or trademarks.
Contractor represents that the Works and Documents created and paid for under this Contract do
not and will not infringe upon any intellectual property rights of other persons or entities.
Contractor will indemnifY; defend, to the extent permitted by the Attorney General; and hold
harmless State, at Contractor's expense, from any action or claim brought against State to the
extent that it is based on a claim that all or part of the Works or Documents created and paid for
under this Contract infringe upon the intellectual property rights of others. Contractor will be
responsible for payment of any and all such claims, demands, obligations, liabilities, costs and
damages including but not limited to reasonable attorney fees. If such a claim or action arises, or
in Contractor's or State's opinion is likely to arise, Contractor must, at State's discretion, either
procure for State the right or license to use the intellectual property rights at issue or replace or
modifY the allegedly infringing Works or Documents created and paid for under this Contract as
necessary and appropriate to obviate the infringement claim. This remedy of State will be in
addition to and not exclusive of other remedies provided by law. This Article does not apply to
Contractor's Previously Created Works and Documents as described in Article 21.2.2.
21.2.5 State's Reuse of Works and Documents. If the Works and Documents created and paid for
under this Contract are engineering plans, specifications or recommendations requiring the
certification of a licensed professional engineer, State acknowledges that such plans,
specifications and recommendations have been created solely for the specific project covered by
this Contract and may not be suitable for reuse on other projects. There shall be no restriction on
reuse of the Works and Documents created and paid for under this Contract, but reuse without
the written verification or adaptation by Contractor shall be done at State's sole risk and without
liability to Contractor.
Delivery of Documents. The originals of non-electronic deliverables required under this Contract must
be relinquished to State:
21.3.1 Upon written notice of completion or termination of this Contract;
21.3.2 Upon written notification by State; or
21.3.3 Upon final payment by State to Contractor for this Contract.
Quality Assurance and Quality Control
Contractor must have a Quality Assurance and Quality Control (QAIQC) Plan. After executing this
Contract, Contractor must promptly provide a QAIQC Plan to State's Authorized Representative for
acceptance. Contractor must adhere to the accepted QAIQC Plan in performing its work under this
Contract. Contractor's accepted QAIQC Plan is incorporated into this Contract by reference. Each
deliverable submitted to State must include Contractor's written certification that the deliverable was
developed in compliance with the QAIQC Plan. State may terminate this Contract for Contractor's
failure to follow the QAIQC Plan for this Contract.
Standard of Care; Liability for Work
In the performance of its professional services, Contractor will use that degree of care, knowledge and
skill ordinarily exercised by other reputable professionals in the field under like circumstances within the
State of Minnesota.
Contractor will be responsible for any damages incurred as a result of its failure to comply with the
standard of care or other failure to comply with Contract requirements, and for any loss or cost to repair
or remedy such non-compliance.
Contractor will not be liable for special, incidental, consequential or punitive damages, including but not
limited to those arising from delay, loss of use, loss of profits or revenue, loss of financing commitments
or fees or the cost of capital. State acknowledges its duty to mitigate damages.
-11-
(CSS Reviewed 9/19/2008)
Article 24
24.1
24.2
24.3
24.4
24.5
24.6
24.7
24.8
24.9
24.10
Mn/DOT Contract No.92808
Deliverable Standards
Any services or goods provided by Contractor pursuant to this Contract, which do not meet the
requirements of this Article 24.1, will be considered defective work. All services and goods provided by
Contractor pursuant to this Contract must be in accordance with the following:
24.1.1 The requirements and specifications set forth in the Special Terms of this Contract;
24.1.2 The required standard of care;
24.1.3 Applicable state and federal standards, specifications, policies and practices; and
24.1.4 Applicable federal, state, and local laws, ordinances, rules and regulations.
State has the authority to reject services and goods that do not meet the requirements of Article 24.
Contractor will perform its duties as expeditiously as is consistent with professional care and skill and
the orderly progress of the project. If Contractor fails to substantially perform its duties by the time fixed
for the completion of the work, State may immediately terminate this Contract. Neither party will be
held responsible for delay or failure to perform when such delay or failure is due to a "force majeure
event" as defined in Article 15, and the notice required by Article 15 is provided.
Acceptance of services and goods by State is not a waiver of any provision of this Contract and does not
relieve Contractor of the responsibility for correcting a subsequently- discovered failure to conform to
the requirements of Article 24.
Contractor will be responsible for promptly making such revisions, repairs or corrections to its work as
are necessary to meet the requirements of Article 24. Such revisions, repairs and corrections will be
made without additional compensation.
It is understood by the parties that State will rely on the professional performance and ability of
Contractor. Any examination by State or the Federal Highway Administration, or any acceptance or use
of the work product of Contractor, will not be considered to be a full and comprehensive examination
and will not be considered an approval of the work product of Contractor which would relieve
Contractor from any liability or expense that could be connected with Contractor's sole responsibility for
the propriety and integrity ofthe professional work to be accomplished by Contractor pursuant to this
Contract.
Contractor must confer with State at any time during construction or any phase of work performed by
others based on deliverables provided by Contractor, when necessary for the purpose of interpreting or
clarifYing such deliverables. Contractor must give immediate attention to these requests so there will be
minimal delay to the construction or other work as referenced.
If State determines that additional field or office work may be required due to Contractor's failure to
comply with the standards set forth in Article 24, then Contractor will be required to perform such
additional work as may be necessary to bring the work into compliance with such standards. Contractor
must prepare any and all plans or data needed to correct its deliverables without additional
compensation, even though Contractor may already have received final payment. Contractor must give
immediate attention to these changes so there will be minimal delay to the construction or other work as
referenced.
State will notifY Contractor of any request for interpretation, clarification or correction. Notification may
be in writing, or by telephone and confirmed in writing. Contractor will respond to such notice within
three business days and will promptly perform the necessary services to minimize any delays to State.
Contractor may be required to make a field review of the project site, as defined in the Special Terms of
this Contract, if directed by State's Authorized Representative, and Contractor may be required to send
personnel to the appropriate State district office as part of performing the necessary services.
The foregoing notwithstanding, the parties understand and agree that Contractor must rely on documents,
drawings, specifications and studies provided to Contractor by State and others on its behalf in making
its opinions of conformity to specifications and standards. Contractor will not be entitled to rely on such
documents, drawings or specifications that Contractor knows to be incorrect or incomplete, unless it has
first brought such concerns to the attention of State and has been directed to proceed notwithstanding
such concerns.
- 12-
(CSS Reviewed 9119/2008)
Article 25
25.1
Article 26
26.1
26.2
Mn/DOT Contract No.92808
Indemnity
Contractor must indemnifY, save and hold State, its agents and employees harmless from any and all
claims or causes of action, including reasonable attorney's fees incurred by State, resulting from the
negligent act or omission of Contractor, or any entity for which the Contractor is legally responsible, in
the performance of this Contract. This clause will not be construed to bar any legal remedies Contractor
may have for State's failure to fulfill its obligations pursuant to this Contract.
Insurance
Contractor must provide a certificate of insurance showing that Contractor has each type of insurance
coverage and limits required under this Contract. The certificate must be filed with State's Authorized
Representative within 30 days of execution of this Contract, and prior to commencement of any work
under this Contract. Each policy and Certificate of Insurance must contain a 30 day notice of
cancellation, nonrenewal or changes in coverage or limits to all named and additional insured.
Contractor must maintain and furnish satisfactory evidence of the following insurance policies:
26.2.1 Commercial General Liability Insurance, providing coverage for claims for damages for
bodily injury, including sickness or disease, death and for care and loss of services as well as
from claims for property damage including loss of use which may arise from work performed
under this Contract, whether such operations be by Contractor or by a subcontractor or by
anyone directly or indirectly employed under this Contract. Unless otherwise specified within
this Contract, Contractor's insurance minimum limits are as follows:
$1,000,000.00 - per occurrence
$2,000,000.00 - annual aggregate
In addition, the following coverages are required:
Bodily Injury and Property Damage
Products and Completed Operations Liability
Blanket Contractual Liability
Name State as an Additional Insured
26.2.2 Commercial Automobile Liability Insurance, providing coverage for claims for damages for
bodily injury, including sickness or disease, death and for care and loss of services, as well as
from claims for property damage including loss of use which may arise from use of an
automobile under this Contract, whether such use of an automobile is by Contractor or by
subcontractor or by anyone directly or indirectly employed under this Contract. Unless otherwise
specified within this Contract, Contractor insurance minimum limits are as follows:
$1,000,000.00 - per occurrence Combined Single limit for Bodily Injury and Property
Damage
In addition, the following coverages are required:
Owned, Hired and Non-owned
26.2.3 Watercraft Liability Iusurance, when necessary to use watercraft for the performance of the
Contractor's services under the terms of this Contract, either by Contractor or any subcontractor,
and if excluded by commercial general liability coverage, watercraft liability with a minimum
limit of$l,OOO,OOO.OO Combined Single Limit for Bodily Injury and Property Damage,
including Protection & Indemnity where applicable. Coverage will apply to owned, non-owned
and hired watercraft.
26.2.4 Aircraft Liability Insurance, when necessary to use aircraft for the performance of
Contractor's services under the terms of this Contract, either by Contractor or a subcontractor,
aircraft liability with a minimum limit of $5,000,000.00 Combined Single Limit for Bodily
Injury and Property Damage, including Passenger Liability. Coverage will apply to owned, non-
owned and hired aircraft. The policy will provide 30 days notice of cancellation to State. State,
all approving parties and all of their officers, agents and employees will be named as additional
insured's.
-13-
(CSS Reviewed 9/19/2008)
26.3
26.4
Article 27
27.1
27.2
MnlDOT Contract No.92808
26.2.5 ProfessionallTeclmical, Errors and Omissions and/or Miscellaneous Liability Insurance,
providing coverage for all claims Contractor is legally obligated to pay resulting from any actual
or alleged negligent act, error or omission related Contractor's professional services performed
under this Contract. Unless otherwise specified within this Contract, Contractor's professional
liability insurance minimum limits are as follows:
$1,000,000.00 - per claim
$2,000,000.00 - annual aggregate
On request, Contractor must allow State to view reviewed or audited financial statements signed
by a Certified Public Accountant which provides evidence that Contractor has adequate assets to
cover any deductible that applies to this policy. State will treat such financial statements as non-
public data to the extent permitted by the Minnesota Government Data Practices Act. The
retroactive of prior acts date of coverage must not be later than the effective date of this Contract
and Contractor must maintain such coverage for a period of at least three years following the
completion of work. If such insurance is discontinued, then extended reporting period coverage
must be purchased to fulfill this requirement.
26.2.6 Railroad Protective Liability Insurance, for work on railroad property, coverage in
accordance with Minnesota Department of Transportation, Specification 1708.2 (2005 Edition,
including any subsequent changes or modifications to this specification) if such coverage is
excluded from the insurance required by 26.2.1.
Contractor must:
26.3.1 Include legal defense fees in addition to its liability policy limits, with the exception of 26.2.5
above; and
26.3.2 Obtain insurance policies from an insurance company who has an "AM BEST" rating of "A
minus", a Financial Size Category VII or better and is authorized to do business in the state of
Minnesota.
State reserves the right to immediately suspend this Contract if Contractor is not in compliance with the
insurance requirements and retains all rights to pursue any legal remedies against Contractor. If State
suspends this Contract for Contractor's noncompliance with the insurance requirements, Contractor will
have 10 days from its receipt of notice of the suspension to cure the noncompliance. If Contractor does
not cure its noncompliance with the insurance requirements within 10 days, State may immediately
rescind this Contract. All insurance policies must be open to inspection by State, and copies of policies
must be submitted to State's Authorized Representative upon written request.
Independent Contractor; Workers' Compensation
Any and all employees of Contractor, including its subcontractors, or other persons while engaged in the
performance of any work or services required by Contractor under this Contract, will not be considered
employees of State. Any and all claims that may arise under the Workers' Compensation Act of
Minnesota on behalf of said employees, or other persons while so engaged, and any and all claims made
by any third party under the Workers' Compensation Act of Minnesota as a consequence of any act or
omission on the part of Contractor's employees, or other person while so engaged on any of the work or
services to be rendered, will in no way be the obligation or responsibility of State.
Prior to commencing work under this Contract, Contractor must present evidence, acceptable to State,
that Contractor is either in compliance with the requirements of Minnesota Statutes Section 176.182, or
is exempt from such requirements. If claiming exemption from such requirements, Contractor must state
the specific basis on which it claims exemption. Contractor will provide Workers' Compensation
insurance for all Contractor employees and, in case any work is subcontracted, Contractor will require
the subcontractor to provide Workers' Compensation insurance in accordance with the statutory
requirements of state of Minnesota, including Coverage B, Employer's Liability, at limits not less than
$100,000.00 bodily injury by disease per employee; $500,000.00 bodily injury by disease aggregate; and
$100,000.00 bodily injury by accident. Evidence of subcontractor's insurance must be filed with
Contractor.
- 14-
(CSS Reviewed 9/19/2008)
Article 28
28.1
Article 29
29.1
29.2
29.3
Article 30
30.1
Mn/DOT Contract No.92808
Compliance with Licenses, Permits and Other Regulations
Contractor must procure all licenses, permits or other rights necessary to fulfill its obligations under this
Contract in compliance with applicable federal and state laws.
Affirmative Action
For Contracts in excess of $1 00,000.00, Contractor certifies that it is either in compliance with or
exempt from the requirements of Minnesota Statutes Section 363A.36.
Contractor certifies that it is an equal opportunity employer and complies with Title VI of the Civil
Rights Act of 1964, and the President's Executive Order Number 11246 as amended by Executive Order
Number 1l375. Accordingly, 49 Code of Federal Regulations Section 21 through Appendix C and 23
Code of Federal Regulations Section Part 200 will be applicable.
If Contractor had more than 40 full-time employees within the State of Minnesota on a single working
day during the previous twelve months Contractor must comply with the following Affirmative Action
requirements for disabled workers:
29.3.1 Contractor must not discriminate against any employee or applicant for employment because of
physical or mental disability in regard to any position for which the employee or applicant for
employment is qualified. Contractor agrees to take affirmative action to employ, advance in
employment and otherwise treat qualified disabled persons without discrimination based upon
their physical or mental disability in all employment practices such as the following:
Employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination,
rates of payor other forms of compensation and selection for training, including apprenticeship.
29.3.2 Contractor will comply with the rules and relevant orders of the Minnesota Department of
Human Rights issued pursuant to the Minnesota Human Rights Act.
29.3.3 In the event of Contractor's noncompliance with the requirements of this clause, actions for
noncompliance may be taken in accordance may be taken in accordance with Minnesota Statutes
Section 363A.36 and the rules of relevant orders of the Minnesota Department of Human
Rights issued pursuant to the Minnesota Human Rights Act.
29.3.4 Contractor will post in conspicuous places, available to employees and applicants for
employment, notices in a form to be prescribed by the commissioner of the Minnesota
Department of Human Rights. Such notices must state Contractor's obligation under the law to
take affirmative action to employ and advance in employment qualified disabled employees and
applicants for employment and the rights of applicants and employees.
29.3.5 Contractor must notify each labor union or representative of workers with which it has a
collective bargaining agreement or other Contract understanding, that Contractor is bound by the
terms of Minnesota Statutes Section 363A.36 or the Minnesota Human Rights Act and is
committed to take affirmative action to employ and advance in employment physically and
mentally disabled persons.
Federal Clauses
If Federal Funds are involved with this Contract, the following additional conditions apply:
30.1.1 Federal reimbursement will be limited to the Federal share of costs which are allowable under
the Federal cost principles contained in the Federal Acquisition Regulation, Contract Cost
Principles and Procedures, 48 Code of Federal Regulations Section 31.
30.1.2 Contractor warrants and represents that State and the Federal Highway Administration will have
a royalty-free, nonexclusive and irrevocable license to reproduce, publish or otherwise use for
federal, state or local government purposes, any patentable subject matter or copyrightable
materials developed, or any rights of copyright to which State has purchased ownership, under
this Contract, but such warranty and representation is subject to the provisions of Article 23.
When applicable, the patent rights provisions of 48 Code of Federal Regulations Section 27 will
apply to this Contract regarding rights to inventions. Such provisions are incorporated by
reference and must be incorporated in all subcontracts by reference.
30.1.3 Federal-Aid Contracts: Contractor acknowledges that by signing this Contract, it certifies to the
best of its knowledge and belief:
- 15-
(CSS Reviewed 911912008)
Article 31
31.1
Article 32
32.l
Article 33
33.1
33.2
Article 34
34.1
Mn/DOT Contract No.92808
30.1.3.1 That no Federal appropriated funds have been paid or will be paid, by or on behalf of
Contractor, to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or employee of
Congress or an employee of a Member of Congress in connection with the awarding
of any Federal contract or the making, extension, continuation, renewal, amendment
or modification of any Federal grant, loan or cooperative agreement.
30.1.3.2 That if any funds other than Federal appropriated funds have been paid or will be paid
to any person for influencing or attempting to influence an officer or employee of any
Federal agency, a Member of Congress an officer or employee of Congress or an
employee of a Member of Congress in connection with this Federal contract, grant,
loan or cooperative agreement, Contractor must complete and submit Standard Form-
LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions.
30.1.3.3 That this certification is a material representation offact upon which reliance was
placed when this transaction was made or entered. Submission of this certification is a
prerequisite for making or entering into this transaction imposed by 31 United States
Code Section 1352. Any person who fails to file the required certification will be
subject to a civil penalty.
30.1.3.4 That it must require that the language of this certification be included in all lower tier
subcontracts, which exceed $100,000.00 and that all such subcontractors must certifY
and disclose accordingly.
30.1.4 Contractor must comply with applicable standards, orders or requirements issued under Section
306 of the Clean Air Act, 42 United States Code Section 7606; Section 508 of the Clean Water
Act, 33 United States Code Section 1368; Executive Order Number 11738; and all applicable
regulations promulgated by the United States Environmental Protection Agency.
Data Disclosure
Pursuant to Minnesota Statutes Section 270C.65, Contractor consents to disclosure of its social security
number, federal employer tax identification number and Minnesota tax identification number to federal
and state tax agencies and state personnel involved in the payment of state obligations. These
identification numbers may be used in the enforcement of federal and state tax laws which could result in
action requiring Contractor to file state tax returns and pay delinquent state tax liabilities, if any.
Printing, Paper Stock, and Ink Requirements
If this Contract results in reports or documents paid for by State, Contractor must comply with
Minnesota Statutes Sections 16B.121 and 16B.l22, for the purchase of printing, paper stock and
printing ink.
Officials Not to Benefit
Contractor must obtain State's written consent prior to employing any professional or technical
personnel to provide or assist Contractor in providing, services under this Contract when the personnel
are or have been employed by State at any time during the time period of this Contract. This Article 33
does not apply to employees who have retired from State service during the time period ofthis Contract.
Contractor warrants that it has not employed or retained any company or person, other than a bona fide
employee working solely for Contractor, to solicit or secure this Contract and that Contractor has not
paid or agreed to pay any company or person, other than a bona fide employee working for Contractor,
any fee, commissions, percentage, brokerage fee, gifts or any other consideration, contingent upon or
resulting from the award of making of this Contract.
Publicity and Endorsements
Contractor must obtain State's approval prior to releasing any publicity regarding the subject matter of
this Contract. Publicity includes, but is not limited to, notices, informational pamphlets, press releases,
research, reports, signs and similar public notices prepared by or for Contractor or its employees or
subcontractors. Publicity does not include notices of the Contract award or identification of the project in
statements of qualifications or proposals made to government agencies.
- 16-
(CSS Reviewed 9119/2008)
34.2
Article 35
35.1
35.2
Article 36
36.1
36.2
Article 37
37.1
37.2
Article 38
38.1
Mn/DOT Contract No.92808
Contractor must not claim that State endorses its products or services.
Hazardous Materials
State will notifY Contractor of any knowledge or suspicion of the presence of hazardous or dangerous
materials at a site or in a sample provided to Contractor. State agrees to provide Contractor with
information in its possession or control relating to contamination at the work site. Except where the
Contract contemplates the presence of such materials, if Contractor observes or suspects the presence of
contaminants not anticipated in the Special Terms of this Contract, Contractor may terminate its work
without liability to State or to others and Contractor will be paid for the services it has provided.
Neither this Contract nor the providing of services will operate to make Contractor an owner, operator,
generator, transporter, treater, storer or disposal facility within the meaning of the Resource
Conservation Recovery Act, as amended, or within the meaning of any other law governing the
handling, treatment, storage or disposal of hazardous materials.
Safety
Contractor will provide a health and safety plan or program for its employees, but Contractor will not be
responsible for another contractor, job or site health or safety unless Contractor accepts that duty in
writing.
If Contractor is providing site testing and observation services, State will provide Contractor, at no cost
to Contractor, with legal access to work areas to be observed or inspected by Contractor in accordance
with the Contract documents, Occupational Safety and Health Administration standards and any other
relevant safety requirements, unless Contractor accepts a duty to provide such safety measures in
writing.
Termination and Suspension
This Contract may be immediately terminated or suspended by State or the Commissioner of
Administration, at any time, with or without cause, upon written notice to Contractor. In the event of
such termination or suspension Contractor will be entitled to payment, determined on a pro rata basis, for
services and goods performed or delivered, except for defective work. If such suspension is not lifted
within 90 days from the notice of suspension, Contractor may terminate this Contract by providing State
with a written notice of such termination.
In the event State cannot or does not obtain funding from the Minnesota Legislature, or funding cannot
be continued at a level sufficient to allow for the purchasing of the services and goods contained herein,
this Contract may be immediately terminated or suspended, at State's option, by written notice of
termination or suspension delivered in person, by mail or facsimile to Contractor at the address specified
in this Contract. State will not be obligated to pay for any services and goods provided by Contractor
after such notice of termination. If this Contract is suspended for lack of funding, State will not be
obligated to pay for any services and goods provided by Contractor after the date of suspension unless or
until such suspension is lifted. If such suspension is not lifted within 90 days of such notice of
suspension, Contractor may terminate this Contract by providing State with a written notice of such
termination.
Disputes
State's Authorized Representative will be the initial interpreter of the requirements of this Contract and
will judge the acceptability of the work hereunder. Claims, disputes and other matters relating to the
acceptability of the work will be referred in writing to State's Authorized Representative, with a request
for a formal decision to be rendered in writing within a reasonable time. Written notice of each such
claim, dispute or other matter must be delivered by Contractor to State's Authorized Representative
within 30 days of the occurrence of the event giving rise to the claim, dispute or other matter. Written
supporting data must be submitted to State's Authorized Representative within 45 days of each such
occurrence, unless State's Authorized Representative allows an additional period of time to ascertain
more accurate data. Contractor will continue to perform while any such claim or dispute is pending.
- 17-
(CSS Reviewed 9/19/2008)
Mn/DOT Contract No.92808
38.2 The rendering of a decision by State's Authorized Representative will be a condition precedent to
Contractor's exercise of such rights and remedies as it may have under this Contract or at law in respect
to any claim, dispute or other matter.
THE BALANCE OF TIDS PAGE HAS BEEN INTENTIONALLY LEFT BLANK.
- 18-
(CSS Reviewed 9/19/2008)
STATE ENCUMBRANCE VERIFICATION
Individual certifies "t
required by Minnr'? S
/
Signed: "'
Date: I / // dj/"',l.?, f
./ /
CFMS No. -=-1'-,1,-' -'-.f __ _
CONTRACTOR
Contractor certifies that the appropriate person(s) have
executed the Contract on behalf of Contractor as required
by applic ble articles, byl s, resolutions or ordinances.
_____ _
Date: _l-Jl 1_2_0+1_0"8 ______ _
BY:----\-'
Title: __ d=t""'.4A=k'--__ _
Date: ___ 'I_-_'--"'_--=o'--"''i'''---_____ _
(CSS Reviewed 9/19/2008)
MnlDOT Contract No.92808
DEPARTMENT OF TRANSPORTATION
By:
(with delegated authority)
ORIGINAL SIGNED BY
Michael A. Barnes
Title: ________
\
"\ Division Director
Date:" ___ __ _
COMMISSIONER OF ADMINISTRATION
__
Date: _-L ___ I_;)_-I..=B_-_Cl=&'---___ _
-19-
Scope of Work
Task 1 - Proiect Management
Mn/DOT Contract No.92808
Exhibit A
Scope of Work
The project management duties for the Minnesota VII for Safety, Mobility and User Fee Technical Program Management
contract are described in the listed subtasks below. The Contractor will not only be responsible for project management
of their team, but to some extent the evaluation team as well.
Task breakdown
There will be four (4) Subtasks to successfully complete this task:
Sub task 1.1: Hold Project Management Meetings
Efforts in Subtask 1.1 will begin by holding a kickoff meeting upon the notice to proceed. This meeting will include all
relevant personnel to the project management effort including members of the Evaluation Team. Subsequent to the
kickoff meeting the Contractor will hold project management meetings on a schedule agreed upon with the State. It is
estimated that there will be a total of nine project management meetings during the duration of the contract. Project
management sub-teams may be identified based on which personnel are to work on specific applications. For example,
separate project management sub-teams may be identified for the Traveler Information, Mileage Based User Fee and In-
Vehicle Signing applications. MnlDOT and the Contractor will expend their best efforts to coordinate meetings of the
sub-teams to minimize travel costs.
Sub task 1.2: Project Management Plan
Efforts in Subtask 1.2 will be to create a Project Management Plan (PMP) that seeks to guide the Technical Program
Management team and the State for project management throughout Phase I. This plan will be divided into three
sections as listed below;
Background information
o Project overview, summary of project purpose, scope and objectives.
o Project deliverables
o Reference materials
Project Organization and Technical Approach
o Organizational structure
o Organizational interfaces, i.e. methods for coordination with the State and Evaluation team
o Summarized technical approach for each task
Risk Management Plan
o Identification of possible risks, and how to track, mitigate and create solutions to potential problems
Detailed Budget and Schedule
o Detailed preliminary budget includes identifYing personnel and labor categories with appropriate hours
spent on specific tasks. Managers will be required to maintain budget to proper constraints
o Detailed preliminary schedule will include all major milestone and deliverables dates. Managers will be
tu anu that al:ti v un
This plan will be kept up to date over the course of the project with a major update required upon the start of Phase II.
Sub task 1.3: Progress Reports
Efforts in Subtask 1.3 will consist of compiling regular (monthly) progress reports. These reports will include a
summary of completed and planned tasks, the status of current tasks, any significant accomplishments of the past month,
identification of any problems and suggested solutions and current/detailed budget statements. These reports will be
supplemented with quarterly progress reports encompassing all project teams that will be used by the State at their
- 20-
(CSS Reviewed 9119/2008)
Mn/DOT Contract No.92808
Exhibit A
Scope of Work
discretion. Appropriate formats for the progress reports will be provided by the State. Planning and organization of
meetings deemed necessary to update the group as a whole will fall under this subtask including preparation of meeting
agendas and minutes.
Sub task 1.4: Program Coordination and Outreach
Finally, efforts in Subtask 1.4 will work with increasing the awareness of the Minnesota VII for Safety, Mobility and
User Fee project. This will be accomplished by producing literature for distribution including one-pagers, articles for
newsletters, PowerPoint presentations and web based articles on appropriate sites. This outreach should also include
coordinating Minnesota's project with the ongoing National VII effort. This task may also include presenting the project
on behalf of the State at conferences or workshop as agreed to by the Contractor and the State.
Sub task 1.5:Document Corifiguration and Change Management
The Contractor will manage versions and changes to documents to maintain compatibility between documents and
traceability between needs and requirements.
Target Completion Dates
The following table illustrates the planned completion dates of each Subtask:
Target Completion Dates
Deliverables
Deliverable # 1 (Subtask 1.1):
Deliverable #2 (Subtask 1.3):
Deliverable #3 (Subtask 1.2):
Deliverable #4 (Subtask 1.4):
Task 2 - Technical Support
Meeting minutes and agendas
Progress reports (monthly and quarterly)
Project management plan
Project outreach and coordination documents, presentations, and electronic files
The role of the Technical Program Management team includes providing technical support to the Evaluation team and
the State in Phase I. This support is detailed in the subtask breakdown listed below.
Task breakdown
The following three (3) subtasks will be performed to complete this task:
Sub task 2.1: Develop Phase II Scope of Work
The Contractor will prepare procurement documents for Phase II of the VII for Safety, Mobility and User Fee project that
will be used to solicit the Implementation team. The procurement documents will include a Scope of Work referencing
the Concept of Operations and Preliminary Requirements developed under task 3 below, a set of technical specifications
prepared from the System Requirements Specification, a budget, and a schedule for implementation of phase II ofthe
project. These items must be finalized and approved by the project stakeholders but will fluctuate during the
development of the Concept of Operations. The Scope of Work should be prepared after the Concept of Operations and
Preliminary Requirements documents are submitted to stakeholders to ensure it corresponds with the overall Phase II
vision of the project.
- 21-
(CSS Reviewed 9119/2008)
MnlDOT Contract No.92808
Exhibit A
Scope of Work
Any policy changes in the National VII effort must be closeiy monitored and evaluated to determine any impacts to the
Phase II Scope of Work.
Additionally, the Contractor will develop a detailed scope of work, budget, and schedule for Phase II of this technical
program management team effort which may be incorporated by amendment into this Contract.
Subtask 2.2: Conduct Research on Existing and Emerging Technologiesfor Implementation
The Contractor will be expected to conduct extensive research in Phase I to determine what hardware would be feasible
for use in Phase II. This research will be done in conjunction with the creation of the Concept of Operations document
and Phase II scope of work to ensure that one or more feasible technical approaches actually exist to implement the
overall vision of the project. Hardware considerations shall include but are not limited to communications hardware,
personal navigation devices (PNDs), cellular phone/personal data assistant (PDA) devices, global positioning satellite
(GPS) technologies and revenue collection methods. The Contractor shall facilitate contacts and information exchanges
with potential implementers of phase II. The Contractor shall research both existing and emerging technologies presently
available to suggest a best fit system in Phase II.
Sub task 2. 3: Review Preliminary and Final Documents from Evaluation Team.
The Contractor will be required to review draft versions of the evaluation plan prepared by the Evaluation team. The
purpose of this task is to verify the viability of the proposed evaluation methods. Any comments generated by the State
project management personnel will be incorporated into the Contractor's comments to simplify document version
history.
Target Completion Dates
These three subtasks will be conducted over the entirety of Phase I.
Target l-0jiii
Deliverables
Deliverable #5 (Subtask 2.1):
the phase II implementation.
Deliverable #6 (Subtask 2.1):
team for phase II
Deliverable #7 (Subtask 2.2):
Deliverable #8 (Subtask 2.3):
Phase II procurement documents, including Scope of Work, Budget, and Schedule for
Phase II Scope of Work, Budget and Schedule for the technical program management
Research summary memos and information meetings
Comments on evaluation plan
Task 3 - Develop Concept of Operations and Preliminary Requirements
Task 3 will consist of developing the Concept of Operations for the VII for Safety, Mobility and User Fee project. This
Concept of Operations will include several sections listed below and also the list of preliminary requirements needed to
progress into the implementation of Phase II.
Task breakdown
The following six (6) subtasks will be performed to complete this task:
- 22-
(CSS Reviewed 9119/2008)
Subtask 3.1: Define Vision, Goals and Objectives jor the System
Mn/DOT Contract No.92808
Exhibit A
Scope of Work
The Contractor will need to coordinate with every project stakeholder in order to ensure the necessary viewpoints are
represented. This group includes local and state agencies where the system is to be deployed, potential end users and
project managers of the Evaluation team.
Subtask 3.2: Explore Conceptsjor the Project
This task consists of active "brainstorming" of ideas that wiIl first generate the overall project vision and scope and then
possible solutions and end products. The Contractor is encouraged to generate as many ideas as possible at this stage to
create a wide range of creative possibilities. The ideas generated will then be further developed or discarded based on
feasibility and the scope of the project.
Sub task 3.3: Develop Operational Scenarios
The operational scenarios developed by the contractor must explicitly detail the ways in which a potential system could
operate under specific conditions. These scenarios will describe the operation of the system from the individual
stakeholder viewpoints, as well as defining stakeholder expectations. Finally, the scenarios must describe how each of
the users' subsystems will function with one another as a complete system.
Sub task 3.4: Extract and Abstract the Project Needs
It is likely that the development of the Concept of Operations will generate a diverse amount of stakeholder needs, wants
and issues. The needs and wants should be examined for project relevance and feasibility, and then prioritized based on
cost, perceived effort required and overall usefulness to the desired end product. The needs must be listed in the Concept
of Operations document with justification as to why they were addressed or rejected. The issues generated by the
stakeholders must also be prioritized based on the perceived severity of the potential problems they may cause. The
Contractor must then resolve those issues that are identified as critical to project completion.
Sub task 3.5: Document the Concept ojOperations
The written Concept of Operations document will consist of the following sections
II Purpose of the document
II Scope of the project
II Referenced documents
II Background
II Concepts for the proposed system
II Current operational description
II Operational needs
II Operationai Scenarios
II System overview
II Operational and support environments
II Summary of impacts
The contractor must keep in mind that the Concept of Operations document will likely evolve and change over it's
lifecycle to accommodate potential changes in project scope as dictated by the stakeholders
Subtask 3.6 Develop the Preliminary Requirements
The preliminary requirements are to be developed from the prioritized list of stakeholder needs using the following
criteria;
II Requirements shall be uniquely identifiable to ensure traceability
II Requirements shall express a major desired capability of the system
II Requirements shall be solution free or give designers flexibility to develop the best possible solution
II Requirements shall capture the rationale or intent of why the capability is needed in the system
- 23-
(CSS Reviewed 9119/2008)
Mn/DOT Contract No.92808
Exhibit A
Scope of Work
The Contractor should be careful not to develop concrete terms in the requirements that would prevent the
implementation team in Phase II from designing the best possible VII system. Any specific technologies that are
necessary to the project will be considered constraints of the requirements.
Target Completion Dates
These six subtasks will span most of the Phase I time line.
Target LY'iii
Deliverables
Deliverable #9 (Subtask 3.5): Concept of Operations document - 1 draft and 1 final version
Deliverable #10 (Subtask 3.6): Preliminary requirements technical memo
3.3 Electronic requirements management data if the contractor uses a systems engineering tool for managing
requirements, i.e. systems engineering software or other methods used for traceability from the Concept of Operations to
the requirements.
The Contractor may be required to continue program management and technical support services through phase II of the
VII for Safety, Mobility and User Fee project. Tasks for phase II have not been approved at this time and a contract
amendment will be required before any phase II work commences.
- 24-
(CSS Reviewed 9119/2008)
Mixon Hill Personnel and Hours
TASKS
C. Hill L. Mixon G. Smith J. Mixon K. Garrett B. Krueger J. Kaiser B. Boyce
1.0 Proect Management 72 12 0 6 0 0 8 60
2.0 Technical Support 32 12 32 0 40 0 10 30
3.0 Develop Concept of Operations and Prelinlinary
Requirements 96 32 64 4 132 0 42 90
Mixon Hill Hours 200 56 96 10 172 0 60 180
PROJECT TOTAL STAFF $ 52,616.19 $ 14,732.53 $ 16.722.29 $ 1,691.13
".
Rate/hour $ 94 $ 94 $ 62 $ 60 $ 53 $ 48 $ 41 $ 36 $
labor Total $ 18,758 $ 5,252 $ 5,962 $ 603 $ 9,111 $ 2,467 $ 6,547 $
Overhead 1.55 $ 29,075 $ 8,141 $ 9,240 $ 934 $ 14,122 $ 3,823 $ 10,147 $
Fee 10% $ 4.783 $ 1,339 $ 1,1520 $ 154 $ 2,323 $ 629 $ 1.669 $
Mixon Hill Total Staff $ 52,616 $ 14.733 $ 16,722 $ 1,691 $ 25.556 $ - $ 6,919 $ 18,363 $
Mixon Hill Expenses
Mixon Hill Subtotal
Athey Creek Total Staff : ,
Athey .. ,'.
Athey Creek Subtotal ,',' , .'
',"',: .. :
..':
.,'
Portland State Total Staff '.:
:-::....:, ... ,:. .. :,', ..... ..
Portland State Expenses
""
":' ',:;
Portland Sta:e Subtotal
"
.
..
KLO Total Staff '.
KLD Expenses
KLD Subtotal
James L. Wri ht Total Staff
James L. Wright Expenses
, ..
James L. Wrig 1t Subtotal
... ,
PROJECT TO,'AL COST
' ..
SEH O/erhead
. --
1.55 Fee (%)
TOTAL PROJf,CTCOST[
- 25-
Do..,,;.anrorl 011 O/'")()()Q\
E. Flener
0
56
188
244
32 $
7,854 $
12.174 $
2.003 $
22,031 $
" : .' .
R. Gast S. Minor KVenema
8 16 12
10 14 20
20 20 50
38 50 82
MnlDOT Contract No.92808
Exhibit B
Budget
Subcontractor Costs
Portland
TOTAL
State KLD James L.
COSTS
Athey Creek University Consulting Wright
3,664.00 1,000.00 11,070.00 15,734.00
5,896.00 3,000.00 1,980.16 10,876.16
15,056.00 5,000.00 13,770.00 2,970.24 36,796.24
$ 2.229.98 $ 3,484.65 $ 24,616.00 $ 9,000.00 $ 24,840.00 $ 4,950.40 $ 149,932.77
22 $ 16 $ 15 ':" ,
819 $ 795 $ 1,242 ";' $ 59,409.34
1,269 $ 1,232 $ 1,926 '" $ 92,084.48
209 $ 203 $ 317
"
.-
$ 15.149.38
2,297 $ 2.230 $ 3,485
,
$ 166,643.20
"
$ 8,000.00
,
$ 174,643.20
. .
$ 24,616.00
$ 400.00
. "
' .. ". $ 25,016.00
.,.
,
$ 9,000.00
y ..
$ 1,000.00
$ 10,000.00
$ 24,840.00
$ 400.00
':' $ 25.240.00
$ 4.950.40
.'
$ 100.00
$ 5,050.40
$ 239,949.60

10%
I $239,949:60 I
Athey Creek Consultants
Task
1.0 Project Management
2.0 Technical Support
3.0 Develop Concept of Operations and
PreliminaryRequirements
James L. Wright, Consultant
Tasks
1.0 Project Management
2.0 Technical Support
3.0 Develop Concept of Operations and
PreliminaryRequirements
Portland State University - Anthony Rufulo
Tasks
1.0 Project Management
2.0 Technical Support
3.0 Develop Concept of Operations and
PreliminaryRequirements
KLD Consulting - Kathie Doty
Tasks
1.0 Project Management
2.0 Technical Support
3.0 Develop Concept of Operations and
PreliminaryRequirements
(CSS Reviewed 9119/2008)
Hours
GRAND
D. Deeter T. Roelofs TOTAL
24 16 $ 3,424
40 24 $ 9,056
100 64 $ 15,056
TOTAL HOURS 164 104
HOURLY RATE $100.00 $79.00
..
TOTAL COST $16,400 $8,216 $24,616
Grand Total
Hours
Hourly Rate $ 123.76 C'
0 $ -
16 $ 1,980.16
24 $ 2,970.24
TOTAL 40 $ 4,950.40
Hours
Grand Total
Hourly Rate $ 125.00
..
8 $ 1,000.00
24 $ 3,000.00
40 $ 5,000.00
TOTAL 72 $ 9,000.00
Hours
Grand Total
Hourly Rate $ 135.00
82 $11,070.00
a $ -
102 $13,770.00
TOTAL 184 $24,840.00
- 26-
Mn/DOT Contract No.92808
Exhibit B
Budget
SUbject
Personal Car
Commercial Aircraft
Personal Aircraft
Rental Car
Taxi
Breakfast
Lunch
Dinner
Motel, Hotel, etc.
LaundrylDry Cleaning
Minnesota Department of Transportation
Reimbursement Rates for Travel Expenses
Conditions/Mileage
(1)
(2)
(1)
(2)
(3)
(1) (5)
(1) (5)
(1) (5)
Lode:ine:
(2) (4) (6)
(1)(3)
(After seven continuous days in
Travel Status)
Telephone, Personal (1)
Travel Status
Mn/DOT Contract No. 92808
Exhibit C
Travel Expenses
Rate
Current IRS Rate
Actual Cost
$0.585/mile
Actual Cost
Actual Cost
$7.00/person
$9.00/person
$ 15.00/person
Actual Cost
$ 16.00/week
$3.00/day
More than 35 miles from Home Station and/or stay overnight at commercial lodging (motel, etc.).
Leave home in travel status before 6 a.m. for breakfast expense that day.
In travel status after 7 p.m. for supper expense that day.
On travel status and/or more than 35 miles from Home Station for lunch expense that day.
Restrictions
(1) A maximum rate shown or a lesser rate per actual reimbursement to an employee.
(2) Include receipt or copy of receipt when invoicing. (Coach class for aircraft, standard car size, and standard room (not
to exceed $150.00)).
(3) Include receipt or copy of receipt when more than $10.00.
(4) Reasonable for area of a stay.
(5) The gratuity is included in maximum cost.
(6) To be in Travel Status and at a commercial lodging.
-27-
(CSS Reviewed 1126/2007)
INVOICE NO.
---
Mn/DOT Contract No. 92808
Exhibit D
Invoice
Original To: Ron Bisek, Authorized Representative
Minnesota Department of Transportation
Estimated Completion: %
Copy:
Re:
(from Column 6 Progress Report)
1500 W. County Road B2, MS725, Roseville, MN 55113
Matt Gjersvik, Project Manager Period Ending:
--------
Minnesota Department of Transportation Invoice Date: _______ _
1500 W. County Road B2, MS725, Roseville, MN 55113
Project Description: VII for Safety, Mobility and User Fee
SP Number: ???
TH Number: Not Applicable
Total
Contract
Amount
1. Direct Labor Costs: $59,409.34
(See Exhibit B for Breakdown)
2. Overhead Costs: Rate = 155% $92,084.48
(Salary*Overhead Rate)
3. Fixed Fee (Profit) Costs: Rate = 10% $15,149.38
(Fixed Fee = $ * Percent Complete)
4. Direct Expense Costs: $8,000.00
(Attach Supporting Documentation)
5. Subcontractor Costs:
411 Athey Creek $25,016.00
411
Portland State University
$10,000.00
411 KLD Consulting
$25,240.00
411
James L. Wright
$5,050.40
Net Earnin2s Totals: $239,949.60
Contract Expiration Date: December 31, 2009
Mn/DOT Contract No.???
Total Amount Billed
Billing Previously This
to Date Billed Invoice
Total Amount Due This Invoice:
Contractor: Complete this table when
I certifY that the above statement is correct and payment has not
been received.
submitting an Invoice ior pa vment
Activity Total Amount Billed This
Code Billing to Previously Invoice
Date Billed
6265
Total *
*Must Match Net Earnings Totals Above
F or Consultant Services Use Only
(CSS Reviewed 1/26/2007)
Signature: _______________ _
Print Name:
----------------
Title:
---------------------
Billing Address: 3535 Vadnais Center Drive
St. Paul, MN 55110
Telephone: 651.490.2000
Approved for Payment: _________ _
Date:
-----------------------------
- 28-
For Invoice No.:
-----------------
To: Consultant Services Section
Copy: Matt Gjersvik, State's Project Manager
Contract Expiration Date: _____ _
Project Description: VII for Safety, Mobility and User Fee Technical Program Management
SP Number: TH Number: N/A
ENGINEERING ESTIMATE
%of
% Work
% Work
Weight % Weight %
Total
Completed Completed Work
Completed
Task Description
Contract
This This Completed
Periodl
to Date
Period to Date
I
1
I
2
I
3
I
4
I
5
I
6
1.0 Project Management
2.0 Technical Support
3.0 Preliminary
Requirements and
Concept of Operations
I
From: Mixon Hill
MnlDOT Contract No. 92808
Exhibit E
Progress Report
Billing Period: From to ________ _
Hours Total %of
Hours Accrued Hours Budget
Budget This Accrued Hours
Period To Date Used
7
I
8
I
9
I
10
I TOTALS:
I I I I I I I I I
I certify that the above statement is correct: Approved and recommended for payment:
Contractor's Project Manager Date State's Project Manager Date
If Budgeted Hours Used for task exceeds 100%, attach explanation.
This payment Progress Report must be submitted, within five working days after receipt, by State Project Manager for payment execution.
- 29-
{ r ~ ~ Da,,;an,arl 1 nr;.nr.r.'7'
Mixon Hill Team
Name: Dr. Christopher J. Hill, PhD
Title: Project Manager
chris.hill@mixonhill.com
(703) 431-1778
Name: Lee T. Mixon, P.E.
Title: Principal
lee.mixon@mixonhill.com
(9\3) 239-8400
Name: Gary D. Smith P.E.
Title: Chief Engineer
gary.smith@mixonhill.com
(913) 239-8400
Name: J. Kyle Garrett
Title: Senior Systems Engineer
kyle. garrett@mixonhilLcom
(9\3) 526-6793
Athey Creek Team
Name: Dean Deeter P.E.
Title: Principal
deeter@acconsultants.org
(503) 709-2655
Name: Tina Roelofs
Title: Senior Transportation Engineer
roelofs@acconsultants.org
(651) 207-5638
Portland State University Team
Name: Dr. Anthony M. Rufolo, PhD
Title: Department Head
rufoloa@pdx.edu
(503) 725-4049
KLDTeam
Name: Kathie Doty
Title: Principal
kdoty@umn.edu
(651) 208-2729
Independent Consultants
Name: James L. Wright P.E.
Title: N/A
jwright@aashto.org
(651) 271-1889
(CSS Reviewed 1126/2007)
- 30-
Mn/DOT Contract No. 92808
Exhibit F
Key Personnel
MnlDOT Contract No. 92808
MMD CertNo. _.......,.15"'--"'5'-'-(0=--__
PROFESSIONAL/TECHNICAL CONTRACT AND WORK ORDER
CERTIFICATION FORM
Instructions:
1) Required for Professional/Technical (PIT) services valued over $5,000, including Joint Powers Agreements for
PIT services (Minnesota Statutes 16C.08).
2) Submit TWO copies of this fonn, completely filled out, to Consultant Services (MS 680) to route for approval.
State Project Number (SP): TBD Trunk Highway Number (TH): N/A
Project Identification: Vehicle Infrastructure Integration (VII) for Safety, Mobility and User Fee Technical
Program Management
Agency: Department of Transportation Estimated Total Cost: Will any Federal Funds be used?
Division: Engineering Services $ 1,000,000.00 1ZI Yes 0 No PJje /
(includes State and non-State costs)
Contract Term:
I (If Phase II is implemented)
From: 8/0112008 To:07/3112010 With option to extend 2 add'll yr. Periods
The total Contract tenn, including Amendments, CANNOT exceed five years (Minnesota Statutes 16C.08,
subdivision 3 (5).)
Agency certifies that Minnesota Statutes 15.061 and/or 161.20 authorizes the Agency to enter into this PIT
Services Contracy .... c Leiv) gr N :Ju
g
?-
Nature of Contract:
Phase I ofthe project will provide a concept of operations, requirements, evaluation goals, detailed
schedule and budget for the operational test, and general technical support to MnlDOT for the project.
MnlDOT anticipates separately requesting funding for phase II which will actually deploy and evaluate the
operational test system.
The nature of this work is to demonstrate and evaluate the effectiveness of a test application for the Vehicle
Infrastructure Integration (VII) initiative. VII seeks to improve traffic safety and mobility while enhancing
commerce in the areas where it will be implemented. In broad tenns, VII is essentially a communications
infrastructure that includes elements of vehicle based communication units or On Board Equipment (OBE),
static roadside sensors and communications or Roadside Equipment (RSE) and a centralized network that
manages the exchange of data on the VII Network. The various OBE will be able to communicate from
vehicle-to vehicle and to the RSE using Dedicated Short Range Communications (DSRC). The RSE units
will then communicate with the VII Network using approved methods and protocols. For the purposes of
this project, the RSE will operate stand-alone without requiring a connection to the VII network.
Minnesota is currently planning a test of a VII application. The test will provide real-time safety
infonnation from a stand-alone roadside device to a driver via an after market product within vehicle. The
test will evaluate the effectiveness of the VII application for various types of in-vehicle signing, traveler
infonnation and user fees. This work will be evaluated to detennine the effectiveness of VII on safety, the
value of Minnesota's test system to other VII applications and assessing the effectiveness of a non-network
VII deployment.
Product or Result of the Contract:
It is the goal of this project in Phase I for the Technical Program Management team to provide project management
services, technical support services, develop a Concept of Operations and create a set of preliminary requirements for
several possible VII applications. (]k; ~ I ' \ , , ~ d'1
- 1 - t'FP
(CSS Reviewed 8/1/2007)
~
D
D
D
D
D
D
D
D
D
D
MnlDOT Contract No. 92808
Contract Options: (Check One) and Complete the Appropriate Section Below
Formal Request for Proposals (RFP) or Informal Solicitation Process (Complete Section A)
Selection from MnlDOT's Pre-Qualification Program (Complete Section B)
Work Order Contract (Complete Section C)
Single Source Request (Complete Section D)
Joint Powers Agreement (Complete Section E)
Section A "Formal RFP or Informal Solicitation Process" (Check One)
Contract value is between $5,000 and $100,000
Include the following:
Informal Solicitation
Public Notice of Informal Solicitation
Contract value is over $100,000
Include the following:
RFP J
Public Notice of Formal RFP I
Section B "Selection from MnIDOT's Pre-Qualification Program" (Check One)
Contract value is $100,000 or less
Contractor Pre-Qualified in the identified work type may be directly selected under the MnlDOT Pre-
Qualification Program guidelines.
Contract value is between $100,000 and $800,000
Attach announcement which includes the following:
Brief description of project scope of services
Required Pre-Qualification Program work type(s) needed for the project
Criteria that will be used to select Contractor and the weight that is assigned to each factor
Statement requesting a Letter of Interest from pre-qualified contractors and the date and time that letter
is due
Announcement is intended only for Contractors "Pre-Qualified" in the identified work type(s) at
the time the announcement is posted and will only be posted on the Consultant Services Website.
Contract value is over $800,000
Attach announcement which includes the following:
Brief description of project scope of services
Required Pre-Qualification Program work type(s) needed for the project
Criteria that will be used to select Contractor and the weight that is assigned to each factor
Statement requesting a Letter of Interest from pre-qualified contractors and the date and time that letter
is due
Announcement is intended only for Contractors "Pre-Qualified" in the identified work type(s) at
the time the announcement is posted and will only be posted on the Consultant Services Website.
Section C "Work Order Contract" (Check One)
Contractor selection is in accordance with Master T -Contract rotation process.
Other: [e.g. indicate if using a Department of Administration Master Contract]
Section D "Single Source Request"
Contractor's Name:
------------------------------
Attach the "Single Source Request" form
Section E "Joint Powers Agreement"
Name ofthe Governmental Unit:
----------------------------------
- 2-
CCSS Reviewed 81112007)
MnlDOT Contract No. 92808
Attach the "Single Source Request" form
COMPLETE TIDS SECTION FOR COMPUTER SERVICES CONTRACTS - Reverse Auction Opportunity
Minnesota Statutes 16C.l 0 authorizes the use of reverse auctions for the procurement of computer services.
o We will utilize a reverse auction for this procurement. (Contact Contract Management First)
[;gJ After review, we have opted not to pursue the reverse auction procurement tool in this instance.
COMPLETE TIDS SECTION FOR ALL CONTRACTS - Evaluation of Cost
Executive Order 05-07 requires that "all vendor selection evaluations conducted under Minnesota's 'best value'
statutes must consider price to be of significant importance ... " The state guideline with respect to the evaluation of
price in the RFP process can be viewed at www.mmd.admin.state.mn.us.Priceinformation from all proposals must
be submitted on the "Price Data Sheet", which must accompany the resulting Contract for signature.
Indicate weight of price 30%
-
o I am requesting an exception to the state's guideline. A memo justifying the request is attached.
o Not applicable - Single Source Request, Joint Powers Agreement, Work Order Contract or MnlDOT's Pre-
Qualification Program (under $800,000)
COMPLETE TIDS SECTION FOR ALL CONTRACTS ~ Foreign Outsourcing
Pursuant to the Governor's Executive Order 04-02, and the resulting state policy, agencies must consider the extent
to which PIT or standard service Contracts involve foreign outsourcing when making Contract award decisions. By
submission of this Certification, the agency is attesting that it has considered whether:
1. Foreign outsOl.ll"cing is likely to occur given what is known about the industry;
2. Services required are also readily available from companies that perform the services within the United States;
3. There are anticipated differences in price between foreign outsourced services and those performed within the
United States, based on market analysis, comparisons involving previous transactions or other reliable
information;
4. There are anticipated differences in quality or the time in which the contract can be performed between any
foreign outsourced and domestic services; and
5. The potential for foreign outsourcing raises other relevant factors that require consideration such as effects on the
local economy, work place safety issues or potential for compromised security of data, systems, or other
resources.
After consideration of these factors: (check one)
D The extent to which services will be performed within the United States will be a requirement of or a factor in the
award as set forth in the attached solicitation document.
k8l After considering the above factors, we have opted not to make the location where services are performed a
requirement of or a factor in the award of this Contract. (Foreign Outsourcing cannot be included when federal
funds apply). -------
----,
COMPLETE TIDS SECTION FOR ALL CONTRACTS
In accordance with Minnesota Statutes 16C.08, subdivisions 2 and 3; the Agency provides the following:
1. Describe how the proposed Contract is necessary and reasonable to advance the statutory mission ofthe
agency:
The Contract is necessary to advance MnlDOT's role in the National VII Program and to ensure the state of
Minnesota remains a leader in ITS applications. It is necessary to use a contract due to lack of technical
expertise and staffing limitations.
- 3-
(CSS Reviewed 8/1/2007)
MnlDOT Contract No. 92808
2. Describe your plan to notify firms or individuals who may be available to perform the services called for
in the solicitation: (Check all that apply)
[8J Consultant Services Website r:gJ State Register
r:gJ Other: E-mail notification D MMD Website
D Not Applicable - Single Source Request, Joint Powers Agreement, Work Order Contract or direct select
from MnlDOT's Pre-Qualification Program
3. Describe the performance measures or other tools that will be used to monitor and evaluate Contract
performance and how the results of the work will be used.
Regular progress reports will be utilized during the course of the Contract; Mn/DOT's standard performance
evaluation will be completed at the end of the Contract.
The results of the work will be used to test the viability of an in-vehicle signing application
COMPLETE TillS SECTION FOR ALL CONTRACTS - Enterprise Procurement
Is this Contract being pursued unilaterally by the Agency as opposed to an enterprise procurement?
("Enterprise Procurement" means the process undertaken by the commissioner to leverage economies of scale of multiple end
users to achieve cost savings and other favorable terms in Contracts for goods and services.)
Unilaterally, because
[8J This Service is unique to this Agency
D It is not known if other agencies are engaged in similar Contracts
D Other:
-------------------------
D Potential Enterprise Opportunity - Please call me at (insert your phone number) to discuss this potential
opportunity to develop a multi-agency enterprise procurement Contract.
COMPLETE TillS SECTION FOR ALL CONTRACTS - Agency Certifications
Pursuant to Minnesota Statutes 16C.08, I certify:
1. No state employee is ( a) able and (b) available to perform the services called for by the Contract.
A. How did you reach this conclusion?
After reading the Concept of Operations for the National VII Program, it became apparent that the
technical expertise needed to deploy an in-vehicle signing application was not present within the agency.
The amount oflabor was also too great for staffing strictly within MnlDOT.
B. List other methods considered for accomplishing the work?
The University of Minnesota and other Ml-.TSCllJ institutions were considered, but they also lacked the
technical expertise as well as the staffing to complete this project.
2. The normal competitive bidding mechanisms (low bid) will not provide for adequate performance of the service.
3. Reasonable efforts will be made to publicize the availability of the Contract to the public.
4. The agency will develop and implement a written plan providing for the assignment of specific agency personnel
to manage the Contract, including monitoring and liaison function, the periodic review of interim reports or other
indications of past performance and the ultimate utilization of the final product of the services. The following
person has been assigned to manage the Contract as well as monitor and act as liaison for the Contract:
Matthew C. Gjersvik PE, PTOE Office of Traffic, Safety and Operations
5. No one in or on behalf of the agency will authorize the Contractor to begin work before the Contract is fully
executed unless an exception has been granted by the Commissioner of Administration under Minnesota Statutes
16C.05, subd. 2a and funds are fully encumbered.
6. The Contract will not establish an employer/employee relationship between the state or the agency and any
person performing under the Contract.
7. In the event the results ofthe Contract work will be carried out or continued by state employees upon completion
of the Contract, the agency will require the contractor to include state employees in development and training, to
- 4-
(CSS Reviewed 8/1/2007)
MnlDOT Contract No. 92808
the extent necessary to ensure that after completion of the Contract, state employees can perform any ongoing
work related to the same function.
8. No current state employee will engage in the performance of the Contract.
9. Reasonable efforts have been made to avoid conflicts of interest throughout the selection and performance of this
Contract. All potential or actual conflicts of interest will be reported to MMD.
10. The Agency will not Contract out its previously eliminated jobs for four years without first considering the same
former employees who are on the seniority unit layoff list who meet the minimum qualifications determined by
the Agency.
Recommended for Approval
I Date
Date:
Office of TechnolO'gy
I ::qUired for technology contracts over $100,000
I Date
Department of Administration, Materials Management Division
ProfessionallTechnical Services Contract Section
I Date: s-hlot
- 5-
(CSS Reviewed 81112007)
Minnesota Department of Transportation
Office of Traffic, Safety and Operations
Regional Transportation Management Center
1500 West County Road 82, Mail Stop 725
Roseville, MN 55113
December 22, 2008
Ms. Melanie Ludwig
Science Applications International Corporation
1710 SAIC Drive, Mail Stop 1-2-2
McLean, VA 22102
In reference to: MnfDOT Contract No. 92809
SP Number 8816-1153
Federal Project Number: ITS IT08(650)
Dear Ms. Ludwig:
Enclosed is your executed copy of the above referenced Contract. This Contract is for the Vehicle
Infrastructure Integration (VII) for Safety, Mobility and User Fee Evaluation Project.
The Contract was fully executed on December 19,2008 and is the date of your authorization to proceed.
Please coordinate this project with Matt Gjersvik, MnlDOT's Project Manager, at 651-234-7064.
Please send to me a signed copy of any sub-consultant contracts for this project.
If you have any questions regarding this Contract, please contact me.
Sincerely,
~ ~
Ron Bisek
Contract Administrator
Cc:
File (Original)
Matt Gjersvik (Copy)
An equal opportunity employer
MnJDOT Contract No. 92809
CFMS Contract No. D 9-..30GC{
STATE OF MINNESOTA
PROFESSIONAL AND TECHNICAL SERVICES CONTRACT
Federal Project Number: _____ _
State Project Number (SP): ____ _
Trunk Highway Number (TH): N/A
Project Identification: VII for Safety, Mobility and User Fee Evaluation
This Contract is between the State of Minnesota acting through its Commissioner of Transportation ("State") and Science
Applications International Corporation, Address: 1710 SAIC Drive, MN Tl-12-3, McLean, VA 22102 ("Contractor").
Recitals
1. Under Minnesota Statutes 15.061, State is authorized to engage such assistance as deemed necessary.
State is in need of an Evaluation Team for Phase I of the Minnesota VII for Safety, Mobility and User Fee project. The
Evaluation Team will develop evaluation goals and evaluation strategies as well as a preliminary evaluation plan for
several possible in-vehicle signing applications. The Evaluation Team will utilize the preliminary requirements outlined
in the Concept of Operations to develop the evaluation goals, followed by evaluation strategies that eventually reach
those goals. The Concept of Operations and preliminary requirements will be developed by the Technical Program
Management Team under a separate contract. The evaluation goals and strategies may then be used in Phase II of the
VII for Safety, Mobility and User Fee project to assess the deployment.
2. Contractor represents that it is duly qualified and agrees to perform all services described in this Contract to the
satisfaction of State.
Article 1
1.1
1.2
1.3
1.4
Contract Special Terms
Term of Contract; Survival of Terms; Incorporation of Exhibits:
Effective Date: This Contract will be effective the date that all required signatures are obtained by
State, pursuant to Minnesota Statutes Section 16C.05, subdivision 2.
Expiration Date: This Contract will expire on 08/31109, or the date that aU obligations have been
fulfilled and all deliverables have been approved by State, which ever occurs first.
Survival of Terms: All clauses which impose obligations continuing in their nature and which must
survive in order to give effect to their meaning will survive the expiration or
termination of this Contract, including, without limitation, the following clauses:
11. Governing Law, Jurisdiction fu'1d Venue; Aids to Interpretation; Referenced
Standards; 20. Audits and Inspections; 21. Government Data Practices and
Intellectual Property; 23. Standard of Care; Liability for Work; 24. Deliverable
Standards; 31. Data Disclosure; and 34. Publicity and Endorsements.
Exhibits: Exhibits A through F are attached and incorporated into this Contract.
Article 2 Scope of Work:
The services to be provided for under this Contract by Contractor are as follows; In Phase I ofthe VII for Safety,
Mobility and User Fee project, the Evaluation Team will create and manage both the evaluation goals and strategies of
the project and development of the preliminary evaluation plan.
The Evaluation Team will also be responsible for project management duties relating to evaluation tasks and
coordination with the Technical Program Management Team. These project management duties include but are not
limited to schedule and budget maintenance, progress reports and document review .. The Evaluation Team will also
provide technical support on an as-needed basis. Project management activities within the Evaluation Team must be
closely coordinated with the project management duties of the Technical Program Management team.
The evaluation goals and strategies of the VII for Safety, Mobility and User Fee project will be based off ofthe
preliminary requirements listed in the Concept of Operations developed by the Technical Program Management Team.
-1 ~
(CSS Reviewed 9/19/2008)
MnlDOT Contract No. 92809
These evaluation goals must also reflect the evaluation goals spelled out in the ITS Evaluation Resource Guide
(http://www.its.dot.gov/evaluationieguideJesource.htm). and include, but not limited to, Safety, Mobility and Customer
Satisfaction. The evaluation process will identify the key stakeholders most likely to affect the success of the project and
prioritize the importance of the evaluation goals using several Measures of Effectiveness (MOEs). Some example MOEs
may include:
Safety
Reduction in crash rate
Variations in vehicle speed
Mobility
Travel time delay
Travel time variability
Viability of vehicle probe data
Customer Satisfaction






System awareness
Expectation of system benefits
System use
Response-decision-making andlor behavior change
Realization of benefits
Assessment of value
The preliminary evaluation plan will consist of a document that describes how each evaluation goal may be attained.
The RITA ITS Evaluation Resource guide states, "The Evaluation Plan should refme the evaluation approach by
formulating hypotheses. Hypotheses are 'if-then' statements that reflect the expected outcomes of the ITS project." The
preliminary evaluation plan may further specify a quantitative change in driver behavior such as a percentage drop in
specific crash types or an expected drop in average driver speed.
The preliminary evaluation plan will also include qualitative studies that could be performed. Examples include but are
not limited to:
Implications of conforming to the National ITS Architecture as well as adhering to the protocols set in previous
work completed through the National VII initiative.
Implementing National ITS standards
Consumer acceptance and satisfaction
!!I Any other institutional (non-technical) issues
The preliminary evaluation plan must include non-technical measures as they can have a profound impact on gauging
success of the project as a whole.
2.1 See Exhibit A for additional information.
2.2 Deliverables.are defmed as the work product created or supplied by the Contractor pursuant to the terms
of this Contract. The brief summary of the deliverables of this Contract are as follows:
Items Date Due
Deliverable # 1: Project Baseline - task breakdown, budget, schedule & risk 6/30109
assessment
Deliverable #2: Pro_gress reports (monthly and quarterly) 6/30/09
Deliverable #3: Preliminary Phase I budget 11130/08
Deliverable #4: Preliminary Phase I schedule 11130/08
Deliverable #5: Meeting Minutes and Agendas 6/30/09
Deliverable #6: PowerPoint Presentations 6/30/09
Deliverable #7: Draft Evaluation Goals and Strategies memo 3116/09
-2-
(ess Reviewed 9/19/2008)
Mn/DOT Contract No. 92809
Deliverable #8: Final Evaluation Goals and Strategies memo 4/30109
Deliverable #9: Draft preliminary evaluation plan 5/31/09
Deliverable #10: Final preliminary evaluation plan 6/30/09


Article 3
3.1
3.2
3.3
3.4
Article 4
4.1
4.2
4.3
4.4
4.5
4.6
4.7
Article 5
5.1
5.2
See Exhibit A for the details on the deliverables to be provided by Contractor.
State's Project Manager has the authority to update and adjust all project schedules when necessary at
progress meetings within the terms of the Contract.
Items Provided and Completed by the State:
After authorizing Contractor to begin work, State will furnish any data or material in its possession
relating to the project that may be of use to Contractor in performing the work.
All such data furnished to Contractor, will remain the property of State and will be promptly returned
upon State's request or upon the expiration or termination ofthis Contract.
Contractor will anaiyze all such data furnished by State. If Contractor finds any such data to be incorrect
or incomplete, Contractor will bring the facts to the attention of State before proceeding with the part of
the project affected. State will investigate the matter, and if it finds that such data is incorrect or
incomplete, it will promptly determine a method for furnishing corrected data. Delay in furnishing data
will not be considered justification for an adjustment in compensation.
For this project, the State will provide:
" Provide facilities and approve support materials for meetings.
" Support the identification and initial contact with project stakeholders.
Review all deliverables from the Contractor in a timely fashion with appropriate revisions and comments.
Render decisions on issues identified by the Contractor in a timely fashion.
Consideration of Payment:
Contractor will be paid on a Cost Plus Fixed Fee (profit) basis as follows:
Direct Labor Costs:
Overhead Rate Costs:
Fixed Fee Costs:
Direct Expense Costs:
Subcontractor(s) Costs:
$30,188.49
$45,008.00
$11,279.47
$4,795.50
$30,921.74
Contractor will be reimbursed for travel and subsistence expenses in the same manner and in no greater
amount than provided in the current "Minnesota Department of Transportation Travel Regulations".
Contractor will not be reimbursed for travel and subsistence expenses incurred outside the State of
Minnesota unless it has received prior written approval from State for such out of state travel. State of
Minnesota will be considered the home base for determining whether travel is "out of state". See Exhibit
E for the current Minnesota Department of Transportation Reimbursement Rates for Travel Expenses.
Federal funding applies to this Contract, see the General Terms for applicable controls.
The overhead rate of 149.09 % of direct Salary Costs will be used on a provisional basis determined by
MnlDOT's Office of Audit and will not exceed 160%.
Allowable direct costs include project specific costs listed in Exhibit B. Any other direct costs not listed
in Exhibit B must be approved, in writing, by the State's Authorized Representative prior to incurring
costs.
See Exhibit B for Budget Details on Contractor and its Subcontractor(s).
State's total obligation for all compensation and reimbursements to Contractor will not exceed
$122,193.50.
Terms of Payment:
Contractor will use the format set forth in Exhibit C when submitting Invoices.
Contractor will submit the monthly progress report set forth in Exhibit D showing the progress of work
in work hours according to the tasks listed in Article 2 Scope of Work.
- 3-
(eSS Reviewed 9/19/2008)
5.3
Article 6
6.1
6.2
Article 7
7.1
Mn/DOT Contract No. 92809
Payment Liquidation: Contractor will submit invoices for payment in accordance with the following
schedule: On a Monthly Basis.
Contractor's Project Team:
Contractor's Authorized Representative will be:
Name/Title: Melanie Ludwig
Address: 1710 SAIC Drive, Mail Stop 1-2-2, McLean, VA 22102
Phone: (304) 760-0913
Fax: (703) 738-7017
E-Mail: melanie.i.ludwig@saic.com
If Contractor's Project Manager changes at any time during this Contract, Contractor will be responsible
to follow conditions laid out within Article 16 of the General Terms.
See Exhibit F for a full listing of key personnel as defined in Article 12 of the General Terms.
State's Authorized Representative and Project Manager:
State's Authorized Representative will be:
NamelTitle: Ron Bisek/Transportation Program Specialist
Address: 1500 West County Road B2, Roseville, MN 55113
Phone: (651)-234-7057
Fax: (651)-234-7042
E-Mail: ron.bisek@dot.state.mn.us
State's Authorized Representative, or his/her successor, has the responsibility to monitor Contractor's
performance and the authority to accept the services provided under this Contract. If the services are
satisfactory, State's Authorized Representative will certify acceptance on each invbice submitted for
payment.
7.2 State's Project Managers will be:
Article 8
8.1
Article 9
9.1
Name/Title: Ray Starr, P.E., P.T.O.E., Engineer Senior Administrative
Address: 1500 West County Road B2, Roseville, MN 55113
Phone: (65)-234-7050
Fax: (651)-234-7006
E-Mail: ray.starr@dot.state.mn.us
Name/Title: Matt Gjersvik, P.E., P.T.O.E./Engineer Senior
Address: 1500 West County Road B2, Roseville, MN 55113
Phone: (651)-234-7064
Fax: (651)-234-7042
E-Mail: matt.gjersvik@dot.state.mn.us
State's Project Manager, or hislher successor, hasthe responsibility to monitor Contractor's performance
and progress. State's Project Manager will sign progress reports, review billing statements, make
recommendations to State's Authorized Representative for acceptance of Contractor's goods or services
and make recommendations to State's Authorized Representative for certification for payment of each
Invoice submitted for payment.
Modification of the General Terms:
Article 18.3 is deleted, as authorized by Minnesota Statutes 16C.08, subdivision 5(b) for professional
services as defined in Minnesota Statutes 326.02 to 326.15.
Additional Provisions:
Immigration Status Certification
- 4-
(CSS Reviewed 9119/2008)
MnIDOT Contract No. 92809
9.1.1 Pursuant to the Governor's Executive Order 08-01, if this Contract, including any extension
options, is or could be in excess of $50,000.00, Contractor certifies that it and its
subcontractor( s ):
9.1.1.1 Comply with the Immigration Reform and Control Act of 1986 (U.S.C. 1101 et. seq.)
in relation to ~ 1 l employees performing work in the United States and do not
knowingly employ persons in violation of the United States' immigrations laws; and
9.1.1.2 By the date of the performance of services under this Contract, Contractor and its
subcontractor(s) have implemented or are in the process ofimplernenting the E-Verify
program for all newly hired employees in the United States who will perform work on
behalf of the State of Minnesota.
9.1.2 Contractor will obtain certifications of compliance with this section from all subcontractor( s)
who will participate in the performance of this Contract. Subcontractor certifications will be
maintained by Contractor and made available to State upon request. If Contractor or its
subcontractor(s) are not in compliance with 9.1.1 or 9.1.2 above or have not begun or
implemented the E-Verify program for all newly hired employees performing work under this
Contract, State reserves the right to determine what action it may take, including, but not limited
to, canceling the Contract and/or suspending or debarring the Contractor from state purchasing.
9.2 Discrimination Prohibited by Minnesota Statutes 181. 59
9.2.1 Contractor will comply with the provisions of Minnesota Statutes 181.59 which requires that
Every Contract for or on behalf of the State of Minnesota, or any county, city, town, township,
school, school district or any other district in the state, for materials, supplies or construction
will contain provisions by which Contractor agrees: 1) That, in the hiring of common or skilled
labor for the performance of any work under any Contract, or any subcontract, no Contractor,
material supplier or vendor, will, by reason of race, creed or color, discriminate against the
person or persons who are citizens of the United States or resident aliens who are qualified and
available to perform the work to which the employment relates; 2) That no Contractor, material
supplier, or vendor, will, in any manner, discriminate against, or intimidate, or prevent the
employment of any person or persons identified in clause of this section, or on being hired,
prevent or conspire to prevent, the person or persons from the performance of work under any
Contract on account ofrace, creed or color; 3) That a violation of this section is a misdemeanor;
and 4) That this Contract may be canceled or terminated by the State of Minnesota, or any
county, city, town, township, school, school district or any other person authorized to grant
Contracts for employment, and all money due, or to become due under the Contract, may be
forfeited for a second or any subsequent violation of the terms or conditions of this Contract.
THE BALANCE OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK.
- 5 ~
(ess Reviewed 9/19/2008)
Article 10
10.1
10.2
10.3
Article 11
11.1
11.2
11.3
Article 12
12.1
12.2
Article 13
13.1
13.2
Article 14
14.1
Mn/DOT Contract No. 92809
General Terms
Effect of General Terms; Order of Precedence
This Contract consists of the "Special Terms", these "General Terms" and any other attachments or
documents incorporated herein.
The provisions of these General Terms will be enforceable unless they are specifically modified, in
writing, by the Special Terms of this Contract.
To the extent of any inconsistencies between the Special Terms and these General Terms, the Special
Terms will control. Minnesota law supersedes any of the Special Terms or General Terms set forth in
this Contract.
Governing Law, Jurisdiction and Venue; Aids to Interpretation; Referenced Standards
Minnesota law governs the validity, interpretation and enforcement of this Contract. Venue for all legal
proceedings arising out of this Contract, or its breach, will be in the applicable state or federal court with
competent jurisdiction in Ramsey County, Minnesota.
In this Contract, where appropriate: the singular includes the plural and vice versa; references to statutes
or regulations include all statutory or regulatory provisions consolidating, amending or replacing the
statute or regulation referred to; the words "including," "included," "includes" and "include" are deemed
to be followed by the words "without limitation"; the word "shall" means "is required to"; unless
otherwise indicated, references to sections, appendices and exhibits are to the document which contains
such references; words such as "herein," "hereof' and "hereunder" refer to this entire Contract and not to
any particular provision or section; words not otherwise defined that have well-known technical
engineering or construction industry meanings are used in accordance with such recognized meanings;
references to persons include their respective permitted successors and, in the case of governmental
persons, persons succeeding to their respective functions and capacities; and words of any gender used
herein include each other gender where appropriate. Unless otherwise specified, lists contained in the
Special Terms of this Contract defining the project or work will not be deemed all-inclusive. Contractor
further acknowledges and agrees that it had the opportunity to review this Contract with legal counsel.
Except as otherwise specified in the Special Terms ofthis Contract, work specified by the number,
symbol or title of any standard established by reference to a described publication affecting any portion
of the project will comply with the latest edition or revision thereof and amendments and supplements
thereto in effect on the date that Contractor signs this Contract.
Contractor's Key Personnel
Contractor's key personnel specified by name and title in the Special Terms will be considered essential
to the work being performed.
If, for any reason, substitution of a key person becomes necessary, Contractor must provide two weeks'
advance written notification of the substitution to State's Authorized Representative, if possible. The
written notification must include the proposed successor's name and a resume ofhis/her qualifications.
State's Authorized Representative will have the right to reject the proposed successor based upon
reasonable grounds.
Assignment
Contractor may not assign any rights or obligations under this Contract unless such assignment is
approved by State's Authorized Representative and documented in a written assignment agreement. An
assignment will not be effective until the assignment agreement is fully executed.
Unless otherwise specified in the written assignment agreement, State's approval of such assignment
will not relieve Contractor from the primary responsibility for performance of the services and delivery
of the goods specified in this Contract.
Subcontracts
If Contractor is authorized by State to use, or uses, any subcontractors, Contractor will be responsible for
coordinating and managing the work of such subcontractors. The use of subcontractors does not relieve
Contractor from its obligation to perform the services specified in this Contract.
- 6-
(CSS Reviewed 9/19/2008)
14.2
14.3
14.4
14.5
Article 15
15.1
15.2
15.3
Article 16
16.1
16.2
16.3
16.4
16.5
Mn/DOT Contract No. 92809
Contractor's subcontracts must contain all appropriate terms and conditions of this Contract, including
Articles 1,2,4,5 and 6 of the Special Terms and Article 20 of the General Terms ofthis Contract as
they apply to the subcontractor.
Contractor must, in accordance with Minnesota Statutes 16A.1245, pay subcontractors within 10 days
of receiving payment from the state for undisputed services provided by subcontractors. Contractor must
also pay interest, at the rate of 1.5% per month or any part of a month, to subcontractors on any
undisputed amount not paid on time. The minimum monthly interest payment on a balance of $100.00 or
less is $10.00.
Contractor must require subcontractors' invoices to follow the same format and contain the same
information as set forth in Article 19.
Contractor must submit a copy of all subcontracts exceeding $10,000.00 to State's Authorized
Representative no later than 30 calendar days after executing the subcontract and prior to beginning
work under the subcontract. Upon request by State, a copy of any executed subcontract under $10,000.00
must be sent to State's Authorized Representative.
Schedule Adjustments
For delays encountered that are beyond Contractor's control, such as a force majeure event, and upon
written request from Contractor, State's Authorized Representative will negotiate an adjustment to the
project schedule set forth in the Special Terms ofthis Contract. A "force majeure event" is an event
beyond Contractor's reasonable control, including, but not limited to, unusually severe weather, fire,
floods, other acts of God, labor disputes and acts of war or terrorism. Contractor will use all reasonable
efforts to minimize the duration and consequences of any delay resulting from a force majeure event and
will give State prompt notice of the occurrence of such event.
It will be Contractor's responsibility to promptly notifY, in writing, State's Project Manager and
Authorized Representative if the project will not be completed as scheduled for any reason other than the
delays described in Article 15.1. State's Project Manager will have the authority to adjust the schedule,
in writing, within the term of Contract.
The Expiration Date of this Contract can only be extended by a written Amendment to this Contract. The
duration of this Contract cannot exceed five years.
Amendments, Change Orders, Merger and Waiver
To be effective, any Amendment to this Contract must be in writing and must be executed and approved
by the same representatives who executed and approved the original Contract, or their successors in
office.
Amendments to this Contract will be considered only for unforeseen services that were not included in
the initial Scope of Work or for additional services that are considered essential and are within the
general Scope of Work in this Contract. Contractor's claims for extra costs due to extra work will be
disallowed unless the extra work has been approved by State's Authorized Representative and evidenced
by an executed Amendment to this Contract.
A Change Order must be in writing and approved by both parties to be effective. Change Orders may be
used to provide clarification ofthe Scope of Work or other Contract terms, to make interim schedule
adjustments not affecting the expiration date, or to provide other minor directives. Change Orders must
be consistent with the basic purpose ofthis Contract and with the general Scope of Work identified in
the Special Terms. Changes in the Total Contract Amount or Contract Expiration Date are not permitted
in a Change Order.
This Contract, including all incorporated items, contains all prior negotiations and agreements between
Contractor and State. No other understanding regarding the subject matter of this Contract, whether
written or oral, may be used to bind either party.
Failure of a party to enforce any provision of this Contract will not constitute, or be construed as, a
waiver of such provision or of the. right to subsequently enforce such provision.
Article 17 Terms of Payment
17.1 State will pay Contractor for services performed and goods delivered in conformance with the
requirements of this Contract. Compensation will be in accordance with the Special Terms, Article 4
"Consideration of Payment".
-7 -
(CSS Reviewed 9/19/2008)
17.2
17.3
17.4
17.5
17.6
Article 18
18.1
18.2
18.3
MnlDOT Contract No. 92809
If it appears at any time that Contractor might exceed the Total Contract Amount stated in the Special
Terms of this Contract, Contractor must promptly notify State's Authorized Representative in writing.
State will not pay Contractor for work performed in excess ofthe Total Contract Amount without a
written; fully executed, Amendment to this Contract. Any work performed beyond that which is
provided for in this Contract without a prior written Amendment signed by State, will be deemed
voluntary and Contractor will not be entitled to compensation for the extra work.
Contractor may make a claim for extra costs incurred because of any instruction, latent condition, order
of a governmental authority or other condition or occurrence that was not reasonably foreseeable. Latent
conditions are conditions not anticipated by the Special Terms of this Contract. Contractor must provide
written notice of claim for extra costs to State as soon as it becomes aware ofthe facts, conditions or
occurrences giving rise to such claim and in no event later than 30 calendar days thereafter. State may
refuse any claim made without a written notice. State's Authorized Representative will have the sole
authority to determine whether any claimed extra costs are reasonable under the circumstances and
whether Statewill approve the extra costs. If State determines that such a claim is valid, in whole or in
part, the parties will cooperate to promptly negotiate an equitable amendment. Any work performed
under an amendment to this Contract that has not been properly approved and executed by the parties
will be performed at Contractor's own risk.
State will not pay overtime rates for any overtime worked by Contractor or a subcontractor unless State's
Authorized Representative has specifically authorized overtime, in writing. When State's Authorized
Representative has authorized overtime work, overtime premium pay will be reimbursed as a direct cost
for the overtime portion of the hourly rate and is not eligible for overhead costs or profit.
If authorized in the Special Terms, Contractor will be reimbursed for travel and subsistence expenses
actually and necessarily incurred to perform this Contract. Such travel and subsistence expenses will not
exceed the amount defined in the Special Terms, and will be reimbursed in the same manner and in no
greater amount than provided in the current "Minnesota Department of Transportation Travel
Regulations". Contractor will not be reimbursed for travel and subsistence expenses incurred outside the
state of Minnesota unless it has received prior written approval from State for such out of state travel or
unless such travel has been authorized by the Special Terms of this Contract. The state of Minnesota will
be considered the home base for determining whether travel is "out of state".
Thefmal payment due Contractor will be based on actual acceptable costs as determined by an audit
conducted by State. The audit will be conducted using the Cost Principles and Procedures set forth in the
Federal Acquisition Regulations, 48 Code of Federal Regulations Section 31, as modified by state
policies and procedures. Based upon final audit, the final payment to Contractor may exceed the Total
Contract Amount without amending this Contract. State will pay the final payment due Contractor within
30 days of completion of the audit. .
Conditions of Payment
All services and goods provided by Contractor pursuant to this Contract must be in accordance with
Article 24.1.
State will notify Contractor of any defective work and offer Contractor the opportunity to correct it
within a reasonable amount of time. Contractor will not receive payment for work determined by State's
Authorized Representative to be defective or performed in violation of federal, state or local laws,
ordinances, rules, or regulations until and unless Contractor has made the necessary corrections.
Contractor will not receive additional compensation for rework performed to correct its defective work.
Contractor must include hours spent on rework/correction on itemized invoices, but will invoice such
hours at a rate of zero dollars per hour. .
Retainage: Pursuant to Minnesota Statutes Section 16C.08, subdivision 5(b), no more than 90 percent
of the compensation due under this Contract may be paid until the final product( s) of this Contract have
been reviewed by the Commissioner of the Minnesota Department of Transportation or the
Commissioner's designee. The balance due and owing will be paid when (1) the Commissioner or the
Commissioner's designee determines that Contractor has fulfilled all the terms of this Contract; and (2)
any necessary fmal audit has been completed.
-8-
(CSS Reviewed 9119/2008)
18.4
18.5
Article 19
19.1
19.2
Article 20
20.1
Mn!DOT Contract No. 92809
Subject to the provisions of Article 21.2.5, all services and goods covered by progress payments made by
State will become the sole property of State. This provision must not be construed as relieving
Contractor from its sole responsibility for all work and deliverables upon which payments have been
made or from the responsibility to correct any defective work. State's tender of progress payments will
not be construed as waiving State's right to require the fulfillment of all. of the terms of this Contract.
Nothing in this Contract must be construed in any way to operate to relieve Contractor from its
obligation to complete the services and deliver any goods described in this Contract for a sum not to
exceed that set forth in the Special Terms.
Procedure for Payment
State will promptly pay all valid obligations under this Contract as required by Minnesota Statutes
16A.124. State will make undisputed payments no later than 30 days after receiving Contractor's
invoices and progress reports for services performed. If an invoice is incorrect, defective or otherwise
improper, State will notify Contractor within 10 days of discovering the error. After State receives the
corrected invoice, State will pay Contractor within 30 days of receipt of such invoice.
Contractor must submit invoices for payment either monthly or as otherwise stipulated in the Special
Terms ofthis Contract. Invoices must be in the form prescribed by State. Contractor must send the
original of each invoice, progress report and required supporting documentation, for review and
payment, to State's Authorized representative at:
Minnesota Department of Transportation
1500 County Road H2, MS 725
Roseville, MN 55113
Contractor must also send a copy of each invoipe, progress report and required supporting
documentation to State's Authorized Representative and Project Manager. Invoices will not be
considered "received" within the meaning of Minnesota Statutes 16A.124 until the original documents
are received by State's Consultant Services Section. Invoices must identify th,e cost for the services
performed and goods delivered for the billing period and must satisfy the requirements listed below:
19.2.1 Each invoice must contain the following information: State's Contract Number, Contractor's
invoice number (sequentially numbered), Contractor's billing and remittance address, if different
from business address, and Contractor's original signature attesting that the invoiced services
and costs are new and that no previous charge for those services and goods has been included in
any prior invoice.
19.2.2 Direct nonsalary costs allocable to the work under this Contract, as specified in the Special
Terms of this Contract, must be itemized and supported with invoices or billing documents to
show t.hat such costs are properlyailocable to the work. Direct nonsalary costs are any costs that
are not the salaried costs directly related to the work of Contractor. Supporting documentation
must be provided in a manner that corresponds to each direct cost.
19.2.3 Except for Lump Sum Contracts, Contractor must provide, upon request of State's Authorized
Representative, the following supporting documentation:
19.2.3.1 Diret salary costs of employees' time directly chargeable for the services performed
under this Contract. This must include a payroll cost breakdown identifying the name
of the employee, classification, actual rate of pay, hours worked and total payment for
each invoice period; and
19.2.3.2 Signed time sheets or payroll cost breakdown for each employee listing dates and
hours worked. Computer generated printouts of labor costs for the project must
contain the project number, each employee's name, hourly rate, regular and overtime
hours and the dollar amount charged to the project for each pay period.
Audits and Inspections
Contractor's books, records, documents and accounting procedures and practices relevant to this
Contract are subject to examination by State's Auditors and the State Auditor or Legislative Auditor, as
appropriate, for six years from State's final payment under this Contract.
9-
(CSS Reviewed 9/19/2008)
20.2
20.3
Article 21
21.1
21.2
Mn/DOT Contract No. 92809
Authorized representatives of State (and the Federal Highway Administration, if federal funds are
involved) have the right to inspect Contractor's work under this Contract, whenever such representatives,
in their sole discretion, deem such inspections necessary. Unless otherwise agreed by the parties, such
inspections will be conducted during regular working hours.
Work Effort Audits:
20.3.1 State may conduct work effort audits for the various work tasks described in the Scope of Work.
Completed work tasks will be randomly selected for Audit. Audits will include work effort
reviews and effort level analysis to determine the reasonableness ofthe hours charged.
20.3.2 Contractor must maintain work effort progress reports showing work tasks, hours worked on the
task by the various personnel assigned to this work and work effort performed by subcontractors
assigned to the tasks. The progress report must be in the format as described in the Special
Terms of this Contract.
Government Data Practices and Intellectual Property
Government Data Practices. Contractor and State must comply with the Minnesota Government Data
Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by State under this
Contract, and as it applies to all data created, collected, received, stored, used, maintained or
disseminated by Contractor under this Contract. The civil remedies of Minnesota Statutes Section 13.08
apply to the release of the data governed by the Minnesota Government Data Practices Act by either
Contractor or the State.
21.1.1 If Contractor receives a request to release the data referred to in this Clause, Contractor
must iffimediately notify State. State will give Contractor instructions concerning the release of
the data to the requesting party before the data is released.
Intellectual Property Rights
21.2.1 Intellectual Property Rights of State. State owns all rights, title and interest in all of the
intellectual property rights, including copyrights, patents, trade secrets, trademarks and service
marks in the Works and Documents created and paid for under this Contract. Works means all
inventions, improvements, discoveries (whether or not patentable), databases, computer
programs, reports, notes, studies, photographs, negatives, designs, drawings, specifications,
materials, tapes and disks conceived, reduced to practice, created or originated by Contractor, its
employees, agents and subcontractors, either individually or jointly with others in the
performance of this Contract. Works includes "Documents". Documents are the originals of any
databases, computer programs, reports, notes, studies, photographs, negatives, designs,
drawings, specifications, materials, tapes, disks or other materials, whether in tangible or
electronic forms, prepared by Contractor, its employees, agents or subcontractors, in the
performance of this Contract. The Documents win be the exclusive property of State and
Contractor must immediately return all such Documents to State upon completion or
cancellation of this Contract. To the extent possible, those Works eligible for copyright
protection under the United States Copyright Act will be deemed to be ''works made for hire".
Contractor assigns all right, title and interest it may have in the Works and the Documents to
State. Contractor must, at the request of State, execute all papers and perform all other acts
necessary to transfer or record State's ownership interest in the Works and Documents.
21.2.2 Intellectual Property Rights of Contractor. Contractor retains title and interest in all of its
standard details, plans, specifications and engineering computation documents ("Previously
Created Works and Documents"), whether in written or electronic form, which have been
incorporated into the Works and Documents, but which were developed by Contractor
independent of this Contract. Contractor issues to State a royalty-free, nonexclusive and
irrevocable license to use the Previously Created Works and Documents.
21.2.3 Notification. Whenever Contractor reasonably believes it, or its employees or subcontractors,
has made an invention, improvement or discovery (whether or not patentable) in the
performance of this Contract, and has or actually or constructively reduced it to practice,
Contractor will immediately give State's Authorized Representative written notice thereof and
must promptly furnish State's Authorized Representative with complete information and/or
disclosure thereon.
- 10-
(CSS Reviewed 9/19/2008)
21.3
Article 22
22.1
Article 23
23.1
23.2
23.3
MnlDOT Contract No. 92809
21.2.4 Representation. Contractor must perform all acts and take all steps necessary to ensure that all
intellectual property rights in the Works and Documents created and paid for under this Contract
are the sole property of State and that neither Contractor nor its employees, agents or
subcontractors retain any interest in and to the Works and Documents created and paid for under
this Contract, except that Contractor need not obtain patents, copyrights or trademarks.
Contractor represents that the Works and Documents created and paid for under this Contract do
not and will not infringe upon any intellectual property rights of other persons or entities.
Contractor will indemnify; defend, to the extent permitted by the Attorney General; and hold
harmless State, at Contractor's expense, from any action or claim brought against State to the
extent that it is based on a claim that all or part of the Works or Documents created and paid for
under this Contract infringe upon the intellectual property rights of others. Contractor will be
responsible for payment of any and all such claims, demands, obligations, liabilities, costs and
damages including but not limited to reasonable attorney fees. If such a claim or action arises, or
in Contractor's or State's opinion is likely to arise, Contractor must, at State's discretion, either
procure for State the right or license to use the intellectual property rights at issue or replace or
modify the allegedly infringing Works or Documents created and paid for under this Contract as
necessary and appropriate to obviate the infringement claim. This remedy of State will be in
addition to and not exclusive of other remedies provided by law. This Article does not apply to
Contractor's Previously Created Works and Documents as described in Article 21.2.2.
21.2.5 State's Reuse of Works and Documents. If the Works and Documents created and paid for
under this Contract are engineering plans, specifications or recommendations requiring the
certification of a licensed professional engineer, State acknowledges that such plans,
specifications and recommendations have been created solely for the specific project covered by
this Contract and may not be suitable for reuse on other projects. There shall be no restriction on
reuse of the Works and Documents created and paid for under this Contract, but reuse without
the written verification or adaptation by Contractor shall be done at State's sole risk and without
liability to Contractor.
Delivery of Documents. The originals of non-electronic deliverables required under this Contract must
be relinquished to State:
21.3.1 Upon written notice of completion or termination ofthis Contract;
21.3.2 Upon written notification by State; or
21.3.3 Upon fmal payment by State to Contractor for this Contract.
Quality Assurance and Quality Control
Contractor must have a Quality Assurance and Quality Control (QAJQC) Plan. After executing this
Contract, Contractor must promptly provide a QAJQC Plan to State's Authorized Representative for
acceptance. Contractor must adhere to the accepted QAJQC Plan in performing its work under this
Contract. Contractor's accepted QAJQC Plan is incorporated into this Contract by reference. Each
deliverable submitted to State must include Contractor's written certification that the deliverable was
developed in compliance with the QAlQC Plan. State may terminate this Contract for Contractor's
failure to follow the QAlQC Plan for this Contract.
Standard ofCarc; LiabilIty for Work
In the performance of its professional services, Contractor will use that degree of care, knowledge and
skill ordinarily exercised by other reputable professionals in the field under like circumstances within the
State of Minnesota.
Contractor will be responsible for any damages incurred as a result of its failure to comply with the
standard of care or other failure to comply with Contract requirements, and for any l o s ~ or cost to repair
or remedy such non-compliance.
Contractor will not be liable for special, incidental, consequential or punitive damages, including but not
limited to those arising from delay, loss of use, loss of profits or revenue, loss of financing commitments
or fees or the cost of capital. State acknowledges its duty to mitigate damages.
- 11-
cess Reviewed 9119/2008)
Article 24
24.1
24.2
24.3
24.4
24.5
24.6
24.7
24.8
24.9
24.10
MnJDOT Contract No. 92809
Deliverable Standards
Any services or goods provided by Contractor pursuant to this Contract, which do not meet the
requirements of this Article 24.1, will be considered defective work. All services and goods provided by
Contractor pursuant to this Contract must be in accordance with the following:
24.1.1 The requirements and specifications set forth in the Special Terms of this Contract;
24.1.2 The required standard of care;
24.1.3 Applicable state and federal standards, specifications, policies and practices; and
24.1.4 Applicable federal, state, and local laws, ordinances, rules and regulations.
State has the authority to reject services and goods that do not meet the requirements of Article 24.
Contractor will perform its duties as expeditiously as is consistent with professional care and skill and
the orderly progress of the project. If Contractor fails to substantially perform its duties by the time fixed
for the completion of the work, State may immediately terminate this Contract. Neither party will be
held responsible for delay or failure to perform when such delay or failure is due to a "force majeure
event" as defmed in Article 15, and the notice required by Article 15 is provided.
Acceptance of services and goods by State is not a waiver of any provision of this Contract and does not
relieve Contractor of the responsibility f o ~ correcting a subsequently- discovered failure to conform to
the requirements of Article 24.
Contractor will be responsible for promptly making such revisions, repairs or corrections to its work as
are necessary to meet the requirements of Article 24. Such revisions, repairs and corrections will be
made without additional compensation.
It is understood by the parties that State will rely on the professional performance and ability of
Contractor. Any examination by State or the Federal Highway Administration, or any acceptance or use
. of the work product of Contractor, will not be-considered to be a full and comprehensive examination
and will not be considered an approval of the work product of Contractor which would relieve
Contractor from any liability or expense that could be connected with Contractor's sole responsibility for
the propriety and integrity of the professional work to be accomplished by Contractor pursuant to this
Contract.
Contractor must confer with State at any time during construction or any phase of work performed by
others based on deliverables provided by Contractor, when necessary for the purpose of interpreting or
clarifying such deliverables. Contractor must give immediate attention to these requests so there will be
minimal delay to the construction or other work as referenced.
If State determines that additional field or office work may be required due to Contractor's failure to
comply with the standards set forth in Article 24, then Contractor will be required to perform such
additional work as may be necessary to bring the work into compliance with such standards. Contractor
must prepare any and all plans or data needed to correct its deliverables without additional
compensation, even though Contractor may already have received fmal payment. Contractor must give
immediate attention to these changes so there will be minimal delay to the construction or other work as
referenced.
State will notify Contractor of any request for interpretation, clarification or correction. Notification may
be in writing, or by telephone and confirmed in writing. Contractor will respond to such notice within
three business days and will promptly perform the necessary services to minimize any delays to State.
Contractor may be required to make a field review of the project site, as defined in the Special Terms of
this Contract, if directed by State's Authorized Representative, and Contractor may be required to send
personnel to the appropriate State district office as part of performing the necessary services.
The foregoing notwithstanding, the parties understand and agree that Contractor must rely on documents,
drawings, specifications and studies provided to Contractor by State and others on its behalf in making
its opinions of conformity to specifications and standards. Contractor will not be entitled to rely on such
documents, drawings or specifications that Contractor knows to be incorrect or incomplete, unless it has
ftrst brought such concerns to the attention of State and has been directed to proceed notwithstanding
such concerns.
- 12-
(CSS Reviewed 9/19/2008)
Article 25
25.1
Article 26
26.1
26.2
MnJDOT Contract No. 92809
Indemnity
Contractor must indemnify, save and hold State, its agents and employees harmless from any and all
claims or causes of action, including reasonable attorney's fees incurred by State, resulting from the
negligent act or omission of Contractor, or any entity for which the Contractor is legally responsible, in
the performance of this Contract. This clause will not be construed to bar any legal remedies Contractor
may have for State's failure to fulfill its obligations pursuant to this Contract.
Insurance
Contractor must provide a certificate of insurance showing that Contractor has each type of insurance
coverage and limits required under this Contract. The certificate must be filed with State's Authorized
Representative within 30 days of execution of this Contract, and prior to commencement of any work
under this Contract. Each policy and Certificate of Insurance must contain a 30 day notice of
cancellation, rtonrenewal or changes in coverage or limits to all named and additional insured.
Contractor must maintain and furnish satisfactory evidence of the following insurance policies:
26.2.1 Commercial General Liability Insurance, providing coverage for claims for damages for
bodily injury, including sickness or disease, death and for care and loss of services as well as
from claims for property damage including loss of use which may arise from work performed
under this Contract, whether such operations be by Contractor or by a subcontractor or by
anyone directly or indirectly employed under this Contract. Unless otherwise specified within
this Contract, Contractor's insurance minimum limits are as follows:
$1,000,000.00 - per occurrence
$2,000,000.00 - annual aggregate
In addition, the following coverages are required:
Bodily Injury and Property Damage
Products and Completed Operations Liability
Blanket Contractual Liability
Name State as an Additional Insured
26.2.2 Commercial Automobile Liability Insurance, providing coverage for claims for damages for
bodily injury, including sickness or disease, death and for care and loss of services, as well as
from claims for property damage including loss of use which may arise from use of an
automobile under this Contract, whether such use of an automobile is by Contractor or by
subcontractor or by anyone directly or indirectly employed under this Contract. Unless otherwise
specified within this Contract, Contractor insurance minimum limits are as follows:
$1,000,000.00 - per occurrence Combined Single limit for Bodily Injury and Property
Damage
111 addition, the following coverages are required:
Owned, Hired and Non-owned
26.2.3 Watercraft Liability Insurance, when necessary to use watercraft for the performance ofthe
Contractor's services under the terms of this Contract, either by Contractor or any subcontractor,
and if excluded by commercial general liability coverage, watercraft liability with a minimum
limit of $1,000,000.00 Combined Single Limit for Bodily Injury and Property Damage,
including Protection & Indemnity where applicable. Coverage will apply to owned, non-owned
and hired watercraft.
26.2.4 Aircraft Liability Insurance, when necessary to use aircraft for the performance of
Contractor's services under the terms of this Contract, either by Contractor or a subcontractor,
aircraft liability with a minimum limit of $5,000,000.00 Combined Single Limit for Bodily
Injury and Property Damage, including Passenger Liability. Coverage will apply to owned, non-
owned and hired aircraft. The policy will provide 30 days notice of cancellation to State. State,
all approving parties and all of their officers, agents and employees will be named as additional
insured's.
-13-
(CSS Reviewed 9/19/2008)
26.3
26.4
Article 27
27.1
27.2
MnJDOT Contract No. 92809
26.2.5 ProfessionallTechnical, Errors and Omissions and/or Miscellaneous Liability Insurance,
providing coverage for all claims Contractor is legally obligated to pay reSUlting from any actual
or alleged negligent act, error or omission related Contractor's professional services perfonned
under this Contract. Unless otherwise specified within this Contract, Contractor's professional
liability insurance minimum limits are as follows:
$1,000,000.00 - per claim
$2,000,000.00 - annual aggregate
On request, Contractor must allow State to view reviewed or audited financial statements signed
by a Certified Public Accountant which provides evidence that Contractor has adequate assets to
cover any deductible that applies to this policy. State will treat such financial statements as non-
public data to the extent permitted by the Minnesota Government Data Practices Act. The
retroactive of prior acts date of coverage must not be later than the effective date of this Contract
and Contractor must maintain such coverage for a period of at least three years following the
completion of work. If such insurance is discontinued, then extended reporting period coverage
must be purchased to fulfill this requirement.
26.2.6 Railroad Protective Liability Insurance, for work on railroad property, coverage in
accordance with Minnesota Department of Transportation, Specification 1708.2 (2005 Edition,
including any subsequent changes or modifications to this specification) if such coverage is
excluded from the insurance required by 26.2.1.
Contractor must:
26.3.1 Include legal defense fees in addition to its liability policy limits, with the exception of 26.2.5
above; and
26.3.2 Obtain insurance policies from an insurance company who has an "AM BEST" rating of "A
minus", a Financial Size Category VII or better and is authorized to do business in the state of
Minnesota.
State reserves the right to immediately suspend this Contract if Contractor is notin compliance with the
insurance requirements and retains all rights to pursue any legal remedies against Contractor. If State
suspends this Contract for Contractor's noncompliance with the insurance requirements, Contractor will
have 10 days from its receipt of notice of the suspension to cure the noncompliance. If Contractor does
not cure its noncompliance with the insurance requirements within 10 days, State may immediately
rescind this Contract. All insurance policies must be open to inspection by State, and copies of policies
must be submitted to State's Authorized Representative upon written request.
Independent Contractor; Workers' Compensation
Any and all employees of Contractor, including its subcontractors, or other persons while engaged in the
performance of any work or services required by Contractor under this Contract, will not be considered .
employees of State. Any and all claims that may arise under the Workers' Compensation Act of
Minnesota on behalf of said employees, or other persons while so engaged, and any and all claims made
by any third party under the Workers' Compensation Act of Minnesota as a consequence of any act or
omission on the part of Contractor's employees, or other person while so engaged on any of the work or
services to be rendered, will in no way be the obligation or responsibility of State.
Prior to commencing work under this Contract, Contractor must present evidence, acceptable to State,
that Contractor is either in compliance with the requirements of Minnesota Statutes Section 176.182, or
is exempt from such requirements. If claiming exemption from such requirements, Contractor must state
the specific basis on which it claims exemption. Contractor will provide Workers' Compensation
insurance for all Contractor employees and, in case any work is subcontracted, Contractor will require
the subcontractor to provide Workers' Compensation insurance in accordance with the statutory
requirements of state of Minnesota, including Coverage B, Employer's Liability, at limits not less than
$100,000.00 bodily injury by disease per employee; $500,000.00 bodily injury by disease aggregate; imd
$100,000.00 bodily injury by accident. Evidence of subcontractor's insurance must be filed with
Contractor.
-14 -
(CSS Reviewed 9119/2008)
Article 28
28.1
Article 29
29.1
29.2
29.3
Article 30
30.1
Mn/DOT Contract No. 92809
Compliance with Licenses, Permits and Other Regulations
Contractor must procure all licenses, permits or other rights necessary to fulfill its obligations under this
Contract in compliance with applicable federal and state laws.
Affirmative Action
For Contracts in excess of $100,000.00, Contractor certifies that it is either in compliance with or
exempt from the requirements of Minnesota Statutes Section 363A.36.
Contractor certifies that it is an equal opportunity employer and complies with Title VI of the Civil
Rights Act of 1964, and the President's Executive Order Number 11246 as amended by Executive Order
Number 11375. Accordingly, 49 Code of Federal Regulations Section 21through Appendix C and 23
Code of Federal Regulations Section Part 200 will be applicable.
If Contractor had more than 40 full-time employees within the State of Minnesota on a single working
day during the previous twelve months Contractor must comply with the following Affirmative Action
requirements for disabled workers:
29.3.1 Contractor must not discriminate against any employee or applicant for employment because of
physical or mental disability in regard to any position for which the employee or applicant for
employment is qualified. Contractor agrees to take affrrmative action to employ, advance in
employment and otherwise treat qualified disabled persons without discrimination based upon
their physical or mental disability in all employment practices such as the following:
Employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination,
rates of payor other forms of compensation and selection for training, including apprenticeship.
29.3.2 Contractor will comply with the rules and relevant orders of the Minnesota Department of
Human Rights issued pursuant to the Minnesota Human Rights Act.
29.3.3 In the event of Contractor's noncompliance with the requirements of this clause, actions for
noncompliance may be taken in accordance may be taken in accordance with Minnesota Statutes
Section 363A.36 and the rules of relevant orders ofthe Minnesota Department of Human
Rights issued pursuant to the Minnesota Human Rights Act. .
29.3.4 Contractor will post in conspicuous places, available to employees and applicants for
employment, notices in a form to be prescribed by the commissioner of the Minnesota
Department of Human Rights. Such notices must state Contractor's obligation 'under the law to
take affrrmative action to employ and advance in employment qualified disabled employees and
applicants for employment and the rights of applicants and employees.
29.3.5 Contractor must notifY each labor union or representative of workers with which it has a
collective bargaining agreement or other Contract understanding, that Contractor is bound by the
terms of Minnesota Statutes Section 363A.36 or the Minnesota Human Rights Act and is
committed to take affirmative action to employ and advance in employment physically and
mentally disabled persons.
Federal Clauses
If Federal Funds are involved with this Contract, the following additional conditions apply:
30.1.1 Federal reimbursement will be limited to the Federal share of costs which are allowable under
the Federal cost principles contained in the Federal Acquisition Regulation, Contract Cost
Principles and Procedures, 48 Code of Federal Regulations Section 31.
30.1.2 Contractor warrants and represents that State and the Federal Highway Administration will have
a royalty-free, nonexclusive and irrevocable license to reproduce, publish or otherwise use for
federal, state or local government purposes, any patentable subject matter or copyrightable
materials developed, or any rights of copyright to which State has purchased ownership, under
this Contract, but such warranty and representation is subject to the provisions of Article 23.
When applicable, the patent rights provisions of 48 Code of Federal Regulations Section 27 will
apply to this Contract regarding rights to inventions. Such provisions are incorporated by
reference and must be incorporated in all subcontracts by reference.
30.1.3 Federal-Aid Contracts: Contractor acknowledges that by signing this Contract, it certifies to the
best of its knowledge and belief:
- 15-
(CSS Reviewed 9/19/2008)
Artic1e31
31.1
Article 32
32.1
Article 33
33.1
33.2
Article 34
34.1
MnJDOT Contract No. 92809
30.1.3.1 That no Federal appropriated funds have been paid or will be paid, by or on behalf of
Contractor, to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or employee of
Congress or an employee of a Member of Congress in connection with the awarding
of any Federal contract or the making, extension, continuation, renewal, amendment
or modification of any Federal grant, loan or cooperative agreement.
30.1.3.2 That if any funds other than Federal appropriated funds have been paid or will be paid
to any person for influencing or attempting to influence an officer or employee of any
Federal agency, a Member of Congress an officer or employee of Congress or an
employee of a Member of Congress in connection with this Federal contract, grant,
loan or cooperative agreement, Contractor must complete and submit Standard Form-
LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions.
30.1.3.3 That this certification is a material representation of fact upon which reliance was
placed when this transaction was made or entered. Submission of this certification is a
prerequisite for making or entering into this transaction imposed by 31 United States
Code Section 1352. Any person who fails to file the required certification will be
subject to a civil penalty.
30.1.3.4 That it must require that the language ofthis certification be included in all lower tier
subcontracts, which exceed $100,000.00 and that all such subcontractors must certifY
and disclose accordingly.
30.1.4 Contractor must comply with applicable standards, orders or requirements issued under Section
306 of the Clean Air Act, 42 United States Code Section 7606; Section 508 ofthe Clean Water
Act, 33 United States Code Section 1368; Executive Order Number 11738; and all applicable
regulations promulgated by the United States Environmental Protection Agency.
Data Disclosure
Pursuant to Minnesota Statutes Section 270C.65, Contractor consents to disclosure of its social security
number, federal employer tax identification number and Minnesota tax identification number to federal
and state tax agencies and state personnel involved in the payment of state obligations. These
identification numbers may be used in the enforcement of federal and state tax laws which could result in
action requiring Contractor to file state tax returns and pay delinquent state tax liabilities, if any.
Printing, Paper Stock, and Ink Requirements
If this Contract results in reports or documents paid for by State, Contractor must comply with
Minnesota Statutes Sections 16B.121 and 16B.122, for the purchase of printing, paper stock and
printLllg ink
Officials Not to Benefit
Contractor must obtain State's written consent prior to employing any professional or technical
personnel to provide or assist Contractor in providing, services under this Contract when the personnel
are or have been employed by State at any time during the time period of this Contract. This Article 33
does not apply to employees who have retired from State service during the time period of this Contract.
Contractor warrants that it has not employed or retained any company or person, other than a bona fide
employee working solely for Contractor, to solicit or secure this Contract and that Contractor has not
paid or agreed to pay any company or person, other than a bona fide employee working for Contractor,
any fee, commissions, percentage, brokerage fee, gifts or any other consideration, contingent upon or
resulting from the award of making of this Contract.
Publicity and Endorsements
Contractor must obtain State's approval prior to releasing any publicity regarding the subject matter of
this Contract. Publicity includes, but is not limited to, notices, informational pamphlets, press releases,
research, reports, signs and similar public notices prepared by or for Contractor or its employees or
subcontractors. Publicity does not include notices of the Contract award or identification of the project in
statements of qualifications or proposals made to government agencies.
- 16-
(CSS Reviewed 9/19/2008)
34.2
Article 35
35.1
35.2
Article 36
36.1
36.2
Article 37
37.1
37.2
Article 38
38.1
38.2
MnJDOT Contract No. 92809
Contractor must not claim that State endorses its products or services.
Hazardous Materials
State will notify Contractor of any knowledge or suspicion of the presence of hazardous or dangerous
materials at a site or in a sample provided to Contractor. State agrees to provide Contractor with
information in its possession or control relating to contamination at the work site. Except where the
Contract contemplates the presence of such materials, if Contractor observes or suspects the presence of
contaminants not anticipated in the Special Terms of this Contract, Contractor may terminate its work
without liability to State or to others and Contractor will be paid for the services it has provided.
Neither this Contract nor the providing of services will operate to make Contractor an owner, operator,
generator, transporter, treater, storer or disposal facility within the meaning of the Resource
Conservation Recovery Act, as amended, or within the meaning of any other law governing the
handling, treatment, storage or disposal of hazardous materials.
Safety
Contractor will provide a health and safety plan or program for its employees, but Contractor will not be
responsible for another contractor, job or site health or safety unless Contractor accepts that duty in
writing.
If Contractor is providing site testing and observation services, State will provide Contractor, at no cost
to Contractor, with legal access to work areas to be observed or inspected by Contractor in accordance
with the Contract documents, Occupational Safety and Health Administration standards and any other
relevant safety requirements, unless Contractor accepts a duty to provide such safety measures in
writing.
Termination and Suspension
This Contract may be immediately terminated or suspended by State or the Commissioner of
Administration, at any time, with or without cause, upon written notice to Contractor. In the event of
such termination or suspension Contractor will be entitled to payment, determined on a pro rata basis, for
services and goods performed or delivered, except for defective work. If such suspension is not lifted
within 90 days from the notice of suspension, Contractor may terminate this Contract by providing State
with a written notice of such termination.
In the event State cannot or does not obtain funding from the Minnesota Legislature, or funding cannot
be continued at a level sufficient to allow for the purchasing of the services and goods contained herein,
this Contract may be immediately tenninated or suspended, at State's option, by written notice of
termination or suspension delivered in person, by mail or facsimile to Contractor at the address specified
in this Contract. State will not be obligated to pay for any services and goods provided by Contractor
after such notice of termination. If this Contract is suspended for lack of funding, State will not be
obligated to pay for any services and goods provided by Contractor after the date of suspension unless or
until such suspension is lifted. If such suspension is not lifted within 90 days of such notice of
suspension, Contractor may terminate this Contract by providing State with a written notice of such
termination. .
Disputes
State's Authorized Representative will be the initial interpreter ofthe requirements ofthis Contract and
will judge the acceptability of the work hereunder. Claims, disputes and other matters relating to the
acceptability of the work will be referred in writing to State's Authorized Representative, with a request
for a formal decision to be rendered in writing within a reasonable time. Written notice of each such
claim, dispute or other matter must be delivered by Contractor to State's Authorized Representative
within 30 days of the occurrence of the event giving rise to the claim, dispute or other matter. Written
supporting data must be submitted to State's Authorized Representative within 45 days of each such
occurrence, unless State's Authorized Representative allows an additional period oftime to ascertain
more accurate data. Contractor will continue to perform while any such claim or dispute is pending.
The rendering of a decision by State's Authorized Representative will be a condition precedent to
Contractor's exercise of such rights and remedies as it may have under this Contract or at law in respect
to any claim, dispute or other matter.
-17-
(CSS Reviewed 9119/2008)
MnJDOT Contract No. 92809
STATE ENCUMBRANCE VERIFICATION DEPARTMENT OF TRANSPORTATION
By: ORIGINAL SIGNED BY

Date: / ;,/ /2- / i ?c&?!
CFMS c?ZNo. _=g-'-1--=3=-o_'=---1-'-----__
(with A. Barnes
Title: Division Director
Date: __ __ _
CONTRACTOR COMMISSIONER OF ADMINISTRATION
By:
Date:7(;; -19-
tJ
f
Date: 1:;'/ q,/R r

Date: 12/11 {(1) _____ _
- 18-
(CSS Reviewed 911912008)
Mn/DOT Contract No. 92809
Exhibit A
Scope of Work
Task 1 - Project Management
The project management duties for the Minnesota VII for Safety, Mobility and User Fee Evaluation contract are
described in subtasks below. The Contractor will be expected to coordinate certain project management duties with the
Technical Program Management team.
Task breakdown
There will be three (3) Subtasks to successfully complete this task:
Sub task 1.1: Evaluation Kick-Off Meeting
Efforts in Subtask 1.1 will begin by holding a kick-off meeting within two weeks of the notice to proceed. The overall
goal will be for the Contractor and the State to review the Preliminary Work Plan including the draft budget and schedule
and to make any necessary changes. The meeting can also allow discussion on any data collection that is required in
Phase I. The Contractor shall form an evaluation team that consists of personnel with a direct interest in the technical
direction of the evaluation process. These personnel include stakeholders, members of the Technical Program
Management team and project managers at the state level. The Contractor shall record all meeting minutes and final
versions of the work plan, project budget, project schedule and roster of the evaluation team. These items will be sent
via email to the State no later than two weeks after the kick-off meeting.
Sub task 1.2: Project Planning, Monitoring and Reporting
The basis of Subtask 1.2 lies in the overall method of managing the evaluation effort in Phase I. It can be organized into
four activities
Project Planning
o This creates the baseline for the schedule and budget by task and subtask along with assigning personnel
to these tasks
Project Monitoring
o The Contractor will keep the budget updated using an approved accounting software. The project
schedule must also be kept up to date with any changes in progress or additional tasks that affect the
original time line.
Project Reporting

o The Contractor will be required to submit monthly progress reports to the State that describe
accomplishments, difficulties, perceived risks and assigns due dates for upcoming activities.
o A tracking sheet should be created to monitor and resolve issues and action items that are encountered in
Phase I
Project Meetings and Technical Support
o The contractor must schedule and attend project team meetings as directed by the State. These meetings
must be preceded with agendas 48 hours in advance and followed by meeting minutes up to a week after.
o Technical support from the contractor will consist of budget and schedule review along with potential
research necessary for the project
Subtask 1.3: Document Configuration and Change Management
The Contractor will manage versions and changes to documents to maintain compatibility between documents
Target Completion Dates
The following table illustrates the planned completion dates of each Subtask:
- 1-
(CSS Reviewed 9119/2008)
Target Completion Dates for Task 1
Mn/DOT Contract No. 92809
Exhibit A
Scope of Work
Subtask Oct 08 Nov 08 Dec 08 Jan 09 Mar 09 Apr 09 May09 June 09
1.1
Deliverables
Deliverable #1 (Subtask 1.2):
Deliverable #2 (Subtask 1.2):
Deliverable #3 (Subtask 1.1):
Deliverable #4 (Subtask 1.1):
Deliverable #5 (Subtask 1.2):
. Deliverable #6 (Subtask 1.2):
Project Baseline - task breakdown, budget, schedule & risk assessment
Progress reports (nionthly and quarterly)
Preliminary Phase I budget
Preliminary Phase I schedule
Meeting Minutes and Agendas
PowerPoint Presentations
Task 2 - Evaluation Goals and Strategies
The objective of this task is to identify evaluation goals and strategies that will be used to formulate the final evaluation
plan in Task 3. The subtasks needed to formulate these goals and strategies are listed below.
Task breakdown
The following four (4) subtasks will be performed to complete this task:
Subtask 2.1: Identify Underlying Inputs
The main source of information for identifying the evaluation goals and strategies are the preliminary requirements
developed by the technical program management team. The Contractor will identify which requirements could be used
for evaluation purposes and formulate the goals around this information. The Contractor will also use the goals set by
the State in their RFP along with the goals of the National VII program.
Subtask 2.2: Develop Preliminary Goals and Strategies
This subtask will consist primarily of brainstorming sessions led by the Contractor to develop a list of evaluation goals.
Once the evaluation goals have been listed, one or more evaluation strategies must be created to support that goal. The
strategies should be developed at a high level so they can provide input and direction to the evaluation plan. The
strategies also help to identify some goals that might be to difficult to assess.
Subtask 2.3: Vet and Prioritize Goals and Strategies
Once the evaluation goals and strategies are compiled, the Contractor must prioritize the list in order of importance and
relevance to the final evaluation effort. This prioritization should be done by conducting a half-day workshop where all
of the project stakeholders can provide their input on the preliminary goals and strategies. A final list of evaluation goals
and strategies will then be developed in subtask 2.4
Subtask 2.4: Develop Final Evaluation Goals and Strategies
This subtask consists of a Final Evaluation Goals and Strategies memo prepared by the Contractor for the State project
managers.
Target Completion Dates
These three subtasks will be conducted over the entirety of Phase I.
Target Completion Dates for Task 2
- 2-
(CSS Reviewed 9/19/2008)
MnJDOT Contract No. 92809
Exhibit A
Scope of Work
Deliverables
Deliverable #7 (Subtask 2.2): Draft Evaluation Goals and Strategies memo
Final Evaluation Goals and Strategies memo Deliverable #8 (Subtask 2.4):
Task 3 - Preliminary Evaluation Plan
The last task for the evaluation effort deals with developing the Preliminary Evaluation Plan. The plan allows the
evaluation goals and strategies to be realized and forms a framework for the Final Evaluation Plan should the State
choose to proceed with Phase II of the project.
Task breakdown
The following three (3) subtasks will be performed to complete this task:
Subtask 3.1: Develop Draft of Preliminary Evaluation Plan
The majority of the work in Task 3 consists of developing a draft of the Preliminary Evaluation Plan. The Contractor
should review the latest version of the Concept of Operations and past meeting minutes from stakeho Ider meetings, and
discuss the project direction with the stakeholders on an as needed basis to ensure a solid understanding of the planned
deployment. The contractor should then outline the potential sections and content of the Preliminary Evaluation Plan,
preferably using these suggestions;





Introduction and Background
This section will provide a detailed description of the VII project including the goals and objectives ofthe
National VII program and the State's VII project. It details the project schedule as well as the participants and
stakeholders involved at key positions. Ultimately, this section should create a common understanding of the
project objectives to all ofthe evaluation team members.
Evaluation Goals and Objectives
This section of the plan specifically states what the evaluation team is trying to accomplish. An outreach plan
can be included here that identifies the project stakeholders, what information is to be provided to them and the
methods of communicating this information.
Evaluation Framework
This section takes the evaluation goals from the previous section and assigns areas of study that are applicable
and can use common techniques. Some example study areas are customer satisfaction, human factors, safety,
mobility, and lessons learned/feasibility assessment.
Evaluation Approach
This section identifies the hypotheses, the hypotheses measures of effectiveness, potential data sources and
analytical methods for each measure. The Contractor has already performed a high-level assessment of some
hypotheses, MOEs and data sources that they may use during the evaluation process
Data Collection and Data Management Approach
Identifies potential data sources, how they will be accessed and the methods of data storage.
- 3-
(CSS Reviewed 9119/2008)
Evaluation Reports and Outcomes
MnlDOT Contract No. 92809
Exhibit A
Scope of Work
This section would develop how the results of the potential studies would be produced and presented.
Evaluation Management
This encompasses the majority ofthe evaluation work plan for Phase II including development ofthe Phase II
Budget, Scope of Work, and Schedule. The fmal evaluation plan may be developed in Phase II if it is decided
the project is to proceed past Phase 1.
Subtask 3.2: Vet Draft Preliminary Evaluation Plan with Stakeholders
The Contractor has proposed conducting a half-day workshop to meet with stakeholders and review the draft preliminary
evaluation plan. This will allow the key members of the project team to have their final say in the plan development.
Subtask 3.3: Develop Final Plan
In this task, the contractor will take all input from the stakeholder and incorporate it into the final preliminary evaluation
plan. A final version will be submitted to the State after completion.
Target Completion Dates
These three subtasks will occur towards the end of Phase 1.
Deliverables
Deliverable #9 (Subtask 3.1): Draft preliminary evaluation plan
Deliverable #10 (Subtask 3.3): Final preliminary evaluation plan
The Contractor may be required to continue project management and technical support services for the evaluation effort
through phase II of the VII for Safety, Mobility and User Fee project. Tasks for phase II have not been approved at this
time and a contract amendment will be required before any phase II work commences.
-4-
(CSS Reviewed 9/19/2008)
Mn/DOT Contract No. 92808
Exhibit B
Budget
INVOICE NO. __ _
MnlDOT Contract No. 92809
ExhibitC
Invoice
Original To: Ron Bisek, Authorized Representative
Minnesota Department of Transportation
Estimated Completion: %
Copy:
Re:
(from Column 6 Progress Report)
1500 W. County Road B2, MS725, Roseville, MN 55113
Matt Gjersvik, Project Manager Period Ending: _______ _
Minnesota Department of Transportation Invoice Date: ________ _
1500 W. County Road B2, MS725, Roseville, MN 55113
Project Description: VII for Safety, Mobility and
User Fee Evaluation
SP Number: ???
TH Number: Not Applicable
Total
Contract
Amount
1. Direct Labor Costs: $30,188.49
(See Exhibit B for Breakdown)
2. Overhead Costs: Rate = 149.09% $45,008.00
(Salary*Overhead Rate)
3. Fixed Fee (Profit) Costs: Rate = 15% $11,279.47
(Fixed Fee = $ * Percent Complete)
4. Direct Expense Costs: $4,795.00
(Attach Supporting Documentation)
5. Subcontractor Costs:

CH2MHill $15,951.50

E-Squared Engineering
$14,970.24
Net Earnings Totals: $122,192.70
Contract Expiration Date: August, 2009
MnlDOTContract No. 92809
Total Amount Billed
Billing Previously This
to Date Billed Invoice
Total Amount Due This Invoice:
Contractor: Complete this table when
I certify that the above statement is correct and payment has not
been received.
submittin2 an Invoice for payment
Activity lotal Amount Biiled This
Code Billing to Previously Invoice
Date Billed
6265
Total *
*Must Match Net Earnings Totals Above
For Consultant Services Use Only
(CSS Reviewed 9/19/2008)
Signature: _______________ _
Print Name:
---------------------
Title: ______________________ _
Billing Address: 3535 Vadnais Center Drive
st. Paul, MN 55110
Telephone: 651.490.2000
Approved for Payment: ____________ _
Date:
-------------------------
- 1-
For Invoice No.:
----------------
To: Ron Bisek, Authorized Representative
Copy: Matt Gjersvik, State's Project Manager
Contract Expiration Date: ______ _
Project Description: VII for Safety, Mobility and User Fee Evaluation
SPNumber: TH Number: N/A
ENGINEERING ESTIMATE
%of % Work
% Work
Weight % Weight %
Total
Completed Work
Completed
Task Description
Contract This This Completed
I
Period
to Date
Period to Date
\ 6 3 4 5 1 2
111.0 Project Management
12.0 Evaluation Goals and
Strategies
r 3.0 Preliminary
Evaluation Plan
,
TOTALS:
--- - .. --
I certify that the above statement is Correct:
Contractor's Project Manager

From: SAlC
Mn/DOT Contract No. 92809
ExhibitD
Progress Report
Billing Period: From to _____ _
Hours Total %of
Hours Accrued Hours Budget
Budget This Accrued Hours
Period To Date Used
7 8 9 10
Approved and recommended for payment:
State's Project Manager Date
If Budgeted Hours Used for task exceeds 100%, attach explanation.
This payment Progress Report must be submitted, within five working days after receipt, by State Project Manager for payment execution.
- 1-
R,wipwpn QI1Qi?oOR\
I
1
I
Subject
Personal Car
Commercial Aircraft
Personal Aircraft
Rental Car
Taxi
Breakfast
Lunch
Dinner
Motel, Hotel, etc.
Laundry/Dry Cleaning
(After seven continuous days in
Travel Status)
Telephone, Personal
Travel Status
ConditionslMileage
(1)
(2)
(1)
(2)
(3)
(1) (5)
(1) (5)
(1) (5)
Lodging
(2) (4)(6)
(1) (3)
(1)
Mn/DOT Contract No. 92809
ExhibitE
Travel Regulations
Rate
Current IRS Rate
Actual Cost
$0.585/mile
Actual Cost
Actual Cost
$7.00/person
$9.00/person
$15.00/person
Actual Cost
$16.00/week
$3.00/day
More than 35 miles from Home Station andlor stay overnight at commercial lodging (motel, etc.).
Leave home in travel status before 6 a.m. for breakfast expense that day.
In travel status after 7 p.m. for supper expense that day.
On travel statusandlor more than 35 miles from Home Station for lunch expense that day.
Restrictions
(1) A maximum rate shown or a lesser rate per actual reimbursement to an employee.
(2) Include receipt or copy of receipt when invoicing. (Coach class for aircraft, standard car size, and standard room (not
to exceed $150.00).
(3) Include receipt or copy of receipt when more than $10.00.
(4) Reasonable for area of a stay.
(5) The gratuity is included in maximum cost.
(6) To be in Travel Status and at a commercial lodging.
- 1-
CCSS Reviewed 9/19/2008)
SAICTeam
Name: Mark R. Carter
Title: Principal Investigator
Mark.r.carter@saic.com
Name: Vaughan Inman
Title: Human Factors Lead
Name: Jennifer A. Rephlo
Title: Customer Satisfaction Evaluation Lead
Jennifer.a.rephlo@saic.com
CH2M Hill Team
Name: Howard Preston, PE
Title: Local Coordinator, Safety Evaluation Support
Howard.preston@ch2mhill.com
(651) 365-8514
Name: Tom Maze, PE, PhD
Title: Safety Evaluation Lead
tmaze@iastate.edu
(515)-294-9523
E-Sguared Engineering Team
Name: Richard Easley
Title: Technical Advisor on Electronic Revenue Collection and ITS Standards
(703) 858-5588
- 1-
(CSS Reviewed 9119/2008)
MnlDOT Contract No. 92809
ExhibitF
Key Personnel
MnlDOT Contract No. 92809
MMD CertNo. _-=-\5<-..-51.....:-01-'--__
PROFESSIONALITECHNICAL CONTRACT AND WORK ORDER
CERTIFICATION FORM
Instructions:
1) Required for ProfessionallTechnical (PIT) services valued over $5,000, including Joint Powers Agreements for
PIT services (Minnesota Statutes 16C.08).
2) Submit TWO copies of this form, completely filled out, to Consultant Services (MS 680) to route for approval.
State Project Number (SP): TBD Trunk Highway Number (TH): N/A
Project Identification: Vehicle Infrastructure Integration (VII) for Safety, Mobility and User Fee Evaluation
Agency: Department of Transportation Estimated Total Cost: Will any Federal Funds be used?
Division: Engineering Services $ 750,000.00 ~ Yes o No
(includes State and non-State costs)
Contract Term: \ (If Phase II is implemented) .
From: 8/01/2008 To:07/311201O With option to extend 2 add'l 1 yr. Periods
The total Contract term, including Amendments, CANNOT exceed five years (Minnesota Statutes 16C.08,
subdivision 3 (5).)
Agency certifies that Minnesota Statutes 15.061 and/or 161.20 authorizes the Agency to enter into this PIT
Services Contract. w . . ~ Le;"""" "f r ~ ::Jo(/7 C(", N 3 .4-r.,.. I (J.-tb ~ c (<1(, t)
Nature of Contract:
Phase I of the proj ect will provide a concept of operations, requirements, evaluation goals, detailed
schedule and budget for the operational test, and general technical support to MnlDOT for the project.
MnlDOT anticipates separately requesting funding for phase II which will actually deploy and evaluate the
operational test system.
The nature of this work is to demonstrate and evaluate the effectiveness of a test application for the Vehicle
Infrastructure Integration (VII) initiative. VII seeks to improve traffic safety and mobility while enhancing
commerce in the areas where it will be implemented. In broad terms, VII is essentially a communications
infrastructure that includes elements of vehicle based communication units or On Board Equipment (aBE),
static roadside sensors and communications or Roadside Equipment (RSE) and a centralized network that
manages the exchange of data on the VII Network. The various OBE wili be able to communicate from
vehicle-to vehicle and to the RSE using Dedicated Short Range Communications (DSRC). The RSE units
will then communicate with the VII Network using approved methods and protocols. For the purposes of
this project, the RSE will operate stand-alone without requiring a connection to the VII network.
Minnesota is currently planning a test of a VII application. The test will provide real-time safety
information from a stand-alone roadside device to a driver via an after market product within vehicle. The
test will evaluate the effectiveness ofthe VII application for various types of in-vehicle signing, traveler
information and user fees. This work will be evaluated to determine the effectiveness of VII on safety, the
value of Minnesota's test system to other VII applications and assessing the effectiveness of a non-network
VII deployment.
Product or Result of the Contract:
It is the goal ofthis project in Phase I is to develop both the evaluation goals and evaluation strategies as
well as a preliminary evaluation plan for several possible VII applications.
- 1-
(CSS Reviewed 8/1/2007)
MnlDOT Contract No. 92809
I Contract Options: (Check One) and Complete the Appropriate Section Below
C8J Formal Request for Proposals (RFP) or Informal Solicitation Process (Complete Section A)
D Selection from MnlDOT's Pre-Qualification Program (Complete Section B)
D Work Order Contract (Complete Section C)
D Single Source Request (Complete Section D)
D Joint Powers Agreement (Complete Section E)
Section A "Formal RFP or Informal Solicitation Process" (Check One)
D Contract value is between $5,000 and $100,000
Include the following:
Informal Solicitation
Public Notice of Informal Solicitation
C8J Contract value is over $100,000
Include the following:
D
D
D
RFP
Public Notice of Formal RFP
Section B "Selection from MnIDOT's Pre-Qualification Program" (Check One)
Contract value is $100,000 or less
Contractor Pre-Qualified in the identified work type may be directly selected under the MnlDOT Pre-
Qualification Program guidelines.
Contract value is between $100,000 and $800,000
Attach announcement which includes the following:
Brief description of project scope of services
Required Pre-Qualification Program work type(s) needed for the project
Criteria that will be used to select Contractor and the weight that is assigned to each factor
Statement requesting a Letter of Interest from pre-qualified contractors and the date and time that letter
is due
Announcement is intended only for Contractors "Pre-Qualified" in the identified work type(s) at
the time the announcement is posted and will only be posted on the Consultant Services Website.
Contract value is over $800,000
Attach announcement which includes the following:
Brief description of project scope of services
Required Pre-Qualification Program work type(s) needed for the project
Criteria that will be used to select Contractor and the weight that is assigned to each factor
Statement requesting a Letter of Interest from pre-qualified contractors and the date and time that letter
is due
Announcement is intended only for Contractors "Pre-Qualified" in the identified work type(s) at
the time the announcement is posted and will only be posted on the Consultant Services Website.
Section C "Work Order Contract" (Check One)
D Contractor selection is in accordance with Master T -Contract rotation process.
D Other: [e.g. indicate if using a Department of Administration Master Contract]
Section D "Single Source Request"
Contractor's Name:
-----------------------------
Attach the "Single Source Request" form
Section E "Joint Powers Agreement"
Name of the Governmental Unit: _______ -'-______________________ _
Attach the "Single Source Request" form
- 2-
(CSS Reviewed 81112007)
MnlDOT Contract No. 92809
COMPLETE TillS SECTION FOR COMPUTER SERVICES CONTRACTS - Reverse Auction Opportunity
Minnesota Statutes 16C.1 0 authorizes the use of reverse auctions for the procurement of computer services.
D We will utilize a reverse auction for this procurement. (Contact Contract Management First)
lZl After review, we have opted not to pursue the reverse auction procurement tool in this instance.
I COMPLETE TillS SECTION FOR ALL CONTRACTS - Evaluation of Cost
Executive Order 05-07 requires that "all vendor selection evaluations conducted under Minnesota's 'best value'
statutes must consider price to be of significant importance ... " The state guideline with respect to the evaluation of
price in the RFP process can be viewed at www.mmd.admin.state.mn.us.Price information from all proposals must
be submitted on the "Price Data Sheet", which must accompany the resulting Contract for signature.
Indicate weight of price 30%
D I am requesting an exception to the state's guideline. A memo justifying the request is attached.
D Not applicable - Single Source Request, Joint Powers Agreement, Work Order Contract or MnJDOT' s Pre-
Qualification Program (under $800,000)
COMPLETE TillS SECTION FOR ALL CONTRACTS - Foreign Outsourcing
Pursuant to the Governor's Executive Order 04-02, and the resulting state policy, agencies must consider the extent
to which PIT or standard service Contracts involve foreign outsourcing when making Contract award decisions. By
submission of this Certification, the agency is attesting that it has considered whether:
1. Foreign outsourcing is likely to occur given what is known about the industry;
2. Services required are also readily available from companies that perform the services within the United States;
3. There are anticipated differences in price between foreign outsourced services and those performed within the
United States, based on market analysis, comparisons involving previous transactions or other reliable
information;
4. There are anticipated differences in quality or the time in which the contract can be performed between any
foreign outsourced and domestic services; and
5. The potential for foreign outsourcing raises other relevant factors that require consideration such as effects on the
local economy, work place safety issues or potential for compromised security of data, systems, or other
resources.
After consideration of these factors: (check one)
o The extent to which services will be performed within the United States will be a requirement of or a factor in the
award as set forth in the attached solicitation document.
lZl After considering the above factors, we have opted not to make the location where services are performed a
requirement of or a factor in the award of this Contract. (Foreign Outsourcing cannot be included when federal
funds apply).
COMPLETE TillS SECTION FOR ALL CONTRACTS
In accordance with Minnesota Statutes 16C.08, subdivisions 2 and 3; the Agency provides the following:
1. Describe how the proposed Contract is necessary and reasonable to advance the statutory mission ofthe
agency:
The Contract is necessary to advance MnJDOT's role in the National VII Program and to ensure the state of
Minnesota remains a leader in ITS applications. It is necessary to use a contract due to lack of technical
expertise and staffing limitations.
2. Describe your plan to notify firms or individuals who may be available to perform the services called for
in the solicitation: (Check all that apply)
- 3-
(CSS Reviewed 8/1/2007)
MnlDOT Contract No. 92809
[gJ Consultant Services Website IZI State Register
IZI Other: E-mail notification D MMD Website
D Not Applicable - Single Source Request, Joint Powers Agreement, Work Order Contract or direct select
from MnlDOT's Pre-Qualification Program
3. Describe the performance measures or other tools that will be used to monitor and evaluate Contract
performance and how the results of the work will be used.
Regular progress reports will be utilized during the course of the Contract; Mn/DOT's standard performance
evaluation will be completed at the end of the Contract.
The results ofthe work will be used to test the viability of an in-vehicle signing application
COMPLETE TillS SECTION FOR ALL CONTRACTS - Enterprise Procurement
Is this Contract being pursued unilaterally by the Agency as opposed to an enterprise procurement?
("Enterprise Procurement" means the process undertaken by the commissioner to leverage economies of scale of multiple end
users to achieve cost savings and other favorable terms in Contracts for goods and services.)
IZl Unilaterally, because
[gJ This Service is unique to this Agency
D It is not known if other agencies are engaged in similar Contracts
D Other:
-------------------------
D Potential Enterprise Opportunity - Please call me at (insert your phone number) to discuss this potential
opportunity to develop a multi-agency enterprise procurement Contract.
COMPLETE TillS SECTION FOR ALL CONTRACTS - Agency Certifications
Pursuant to Minnesota Statutes 16C.08, I certify:
1. No state employee is (a) able and (b) available to perform the services called for by the Contract.
A. How did you reach this conclusion?
After reading the Concept of Operations for the National VII Program, it became apparent that the
technical expertise needed to deploy an in-vehicle signing application was not present within the agency.
The amount oflabor was also too great for staffing strictly within MnlDOT.
B. List other methods considered for accomplishing the work?
The University of Minnesota and other MNSC/u institutions were considered, but they also lacked the
technical expertise as well as the staffing to complete this project.
2. The normal competitive bidding mechanisms (low bid) will not provide for adequate performance of the service.
3. Reasonable efforts will be made to publicize the availability of the Contract to the public.
4. The agency will develop and implement a written plan providing for the assignment of specific agency personnel
to manage the Contract, including monitoring and liaison function, the periodic review of interim reports or other
indications of past performance and the ultimate utilization of the final product of the services. The following
person has been assigned to manage the Contract as well as monitor and act as liaison for the Contract:
Matthew C. Gjersvik PE, PTOE Office of Traffic, Safety and Operations
5. No one in or on behalf of the agency will authorize the Contractor to begin work before the Contract is fully
executed unless an exception has been granted by the Commissioner of Administration under Minnesota Statutes
16C.05, subd. 2a and funds are fully encumbered.
6. The Contract will not establish an employer/employee relationship between the state or the agency and any
person performing under the Contract.
7. In the event the results of the Contract work will be carried out or continued by state employees upon completion
of the Contract, the agency will require the contractor to include state employees in development and training, to
the extent necessary to ensure that after completion of the Contract, state employees can perform any ongoing
work related to the same function.
8. No current state employee will engage in the performance of the Contract.
- 4-
(CSS Reviewed 8/1/2007)
MnJDOT Contract No. 92809
9. Reasonable efforts have been made to avoid conflicts of interest throughout the selection and performance of this
Contract. All potential or actual conflicts of interest will be reported to MMD.
10. The Agency will not Contract out its previously eliminated jobs for four years without first considering the same
former employees who are on the seniority unit 1ayofflist who meet the minimum qualifications determined by
the Agency.
Recommended for Approval
Project Manager or Authorized Representative
By: Date:
Date:
Office of Technology
I ::quired for technology contracts over $100,000
I Date
Department of Administration, Materials Management Division
ProfessionalITechnica1 Services Contract Section
- 5-
(CSS Reviewed 8/1/2007)
AMENDMENT COVER SHEET
MnJDOT Contract No. 92809
Amendment No. 1
CFMS Contract No. B23069
(Minnesota Statutes 16C.05, subdivision 2(d), 16C.08, subdivisions 2 and 3)
Instructions:
1. Complete this form for any Amendment that will extend the end date of a Contract, add/reduce work and/or
money and/or change any other term or condition of the Contract.
2. Two copies of this form must be routed for approval prior to routing the Amendment for signature.
3. When routing this form for approval, be sure to include the. Original Certification Form, the Original
Contract, any prior Amendment Cover Sheet(s) or Amendment Pre-Approval Form(s) and any previous
Amendment(s).
4. Make sure that you are using the updated Amendment template where the State Agency signature block
reaffirms applicable sections of Minnesota Statutes 16C.08, subdivisions 2 and 3.
5. Retain a copy of this form in the Contract file.
Agency: Name of Contractor:
TRANSPORTATION Science Applications International Corporation
(SAIC)
Current Contract Term: Project Identification: VII for Safety, Mobility and
December 19,2008 - AU2ust 31, 2009 User Fee Evaluation
State Project Number (SP): Trunk Highway Number (TH):
8816-1153 N/A
Amendments to Contracts must entail tasks that are substantially similar to those in the Original Contract or
involve tasks that are so closely related to the Original Contract that it would be impracticable for a different
Contractor to perform the work. The commissioner, or an agency official to whom the commissioner has
delegated contracting authority under Minnesota Statutes Section 16C. 03, subdivision 16, must determine that
an Amendment would serve the interest of the state better than a new Contract and would cost not more than
using a new Contract. An Amendment should be in effect before the Contract expires.
Complete Appropriate Box(es) for the Amendment submitted.
1. IZI Amendment to extend the expiration date of the Contract
Proposed New Expiration Date: December 31
S
t, 2009
Why is it necessary to amend the expiration date?
This Contract is one piece ofthe overall VII project which also includes Contract 92808 with Mixon Hill,
Inc. for technical program management. While the contracts are independent of each other, there has proven
to be a need for information sharing and cooperation between the two contractors as they move forward.
Contract 92808 has an expiration date of December 31, 2009 and is progressing as scheduled. It is desirable
that this Contract for the evaluation portion of the project have an identical expiration date in order to
seamlessly mesh the two pieces together. This has become increasingly important as the work being
completed is used to initiate Phase 2 of the VII project. No additional expense will occur as a result of this
amendment.
2. D Amend Duties and Cost D Amend Duties Only
2a. If cost is amended, insert amount of Original Contract AND amount of each previous Amendment:
Original Contract Amount: $
Amendment # Amount: $
Total Contract Amount: $
2b. Describe the proposed Amendment:
Describe, in detail, what changes being made to the current scope of work and/or contract budget and why
they are necessary.
- 1-
(CSS Reviewed 8/9/2007)
3. 0 Amendment to change other terms and conditions of the Contract
Describe the changes that are being made:
Mn/DOT Contract No. 92809
Amendment No.1
CFMS Contract No. B23069
Describe, in detail, the differences between the Original Contract and the Amended terms and conditions and
why the changes are necessary.
SIGNATURES:
ReCOIDI!nded for
By: Date: ----""'.J-=v'--={'-"'1V,----,-7...,......=:.l-o..:=:.....::...of-,,--_
(Project Manager or Authorized Representative) f J
Office of Enterprise Technology Approval:
By: Date: ___________ _
(Official with delegated authority to sign contracts)
Materials Manage.fu;;ht Division App

(With delegated Authority)
- 2-
(CSS Reviewed 8/9/2007)
AMENDMENT NO.1 TO MnlDOT CONTRACT NO. 92809
Contract Start Date: December 19, 2008
Original Contract Expiration Date: August 31,2009
Current Contract Expiration Date: August 31, 2009
New Contract Expiration Date: December 31,2009
Federal Project Number: ITS IT08 (650)
State Project Number (SP): 8816-1153
Trunk Highway Number (TH): N/A
Total Contract Amount:
Original Contract Amount:
Previous Amendment(s) Total:
Current Amendment Amount:
Project Identification: VII for Safety, Mobility and User Fee Evaluation
MnlDOT Contract No. 92809
CFMS Contract No. B23069
$ 1 2 2 , 1 9 2 ~ 0 /V
$ 122,192.70
$N/A
$ 0.00
This Amendment is by and between the State of Minnesota, through its Commissioner of Transportation ("State") and
Science Applications International Corporation ("Contractor").
Recitals
1. State has a Contract with Contractor identified as MnlDOT Contract Number 92809 ("Original Contract"). The
Contract is for an Evaluation Team for Phase I of the Minnesota VII for Safety, Mobility and User Fee project. The
Evaluation Team will develop evaluation goals and strategies as well as a preliminary evaluation plan for several
possible in-vehicle signing applications. The Evaluation Team will utilize the preliminary requirements outlined in the
Concept of Operations to develop the evaluation goals, followed by evaluation strategies that eventually reach these
goals. The evaluation goals and strategies will be used in Phase II of the VII for Safety, Mobility and User Fee project
to assess the deployment.
2. The Contract is being amended to allow additional time for the stated deliverables and to coincide with the expiration
date of the technical program management portion ofthe project done under separate contract in anticipation of Phase
II of the overall project..
3. State and Contractor are willing to amend the Original Contract as stated below.
Contract Amendment
In this Amendment deleted Contract terms will be struck out and the added Contract terms will be bolded and underlined.
REVISION 1. Article 1 is amended as follows:
1.2 Expiration Date: This Contract will expire on 8/31/09 December 31, 2009, or the date that all obligations have
been fulfilled and all deliverables have been approved by State, which ever occurs first.
REVISION 2. Article 4 is amended as follows:
4.7 State's total obligation for all compensation and reimbursements to Contractor will not exceed $122,193.50
$122,193.20.
The terms of the Original Contract and all previous Amendments are expressly reaffirmed and remain in full force and
effect. The Original Contract and all previous Amendments are incorporated into this Contract by reference. Except as
amended herein, the terms and conditions of the Original Contract and all previous Amendments remain in full force and
effect.
- 1-
(CSS Reviewed 10/31/2008)
MnJDOT Contract No. 92809
CFMS Contract No. B23069
THE BALANCE OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK
STATE ENCUMBRANCE VERIFICATION
Individual certifies that funds have been encumbered as required
by Minnesota Statutes 16A.15 and 16C.05.
Signed: ________________ _
Date: ________________ _
CFMS Contract No. ___________ _
CONTRACTOR
DEPARTMENT OF TRANSPORTATION
Individual certifies that the applicable provisions of Minnesota Statutes
16C.08 subdivisions 2 and 3 are reaffirmed
By: __ __ _
(with Barnes
Title: Division Director
Date: _':S..JL..>o\ cfi"",-, . .1-.--__ _
Contractor certifies that the appropriate person(s) have executed COMMISSIONER OF ADMINISTRATION
the Amendment on behalf of Contractor as required by applicable
articles, bylaws or re olutions.
/J vt1 By:
By:'I!IVI/ .'
Title:_-,,-V,-,! __ _
Date: _______ -"----' ___ -------
Date: ____ -7-'--;,!-/--"'z ..

Title:L1'(.
Date: __ ________ _
- 2-
(CSS Reviewed 10/31/2008)
Minnesota Department of Transportation
Transportation Building
395 John Ireland Boulevard
Saint Paul, Minnesota 55155-1899
August 20, 2009
Ms. Melanie Ludwig
Science Applications International Corporation
1710 SAIC Drive, Mail Stop 1-2-2
McLean, VA 22102
In reference to: Mn/DOT Contract No. 92809; Amendment No.1
SP Number 8816-1153
Dear Ms. Ludwig:
Enclosed is your executed copy of the above referenced Amendment. This Amendment is for the VII for
Safety, Mobility and User Fee Evaluation Project.
The Amendment was fully executed on August 13,2009 and is the date of your authorization to proceed.
Please coordinate this project with Matt Gjersvik, MnlDOT's Project Manager, at 651-234-7064.
Please send to me a signed copy of any sub-consultant contracts for this project.
If you have any questions regarding this Contract, please contact me.
Sincerely,
Ron Bisek
Contract Administrator
Cc:
File (Original)
Matt Gjersvik (Copy)
An equal opportunity employer
MnlDOT Contract No. 92808
Amendment No.1
CFMS Contract No. B21999
AMENDMENT COVER SHEET-DELEGATED
(Minnesota Statutes 16C.05, subdivision 2(d), 16C.08, subdivision 2 and 3)
Instructions:
1. Use this form when amending a Contract that is NOT Single-Source and does NOT exceed $1
million.
2. Complete this form for any Amendment that will extend the end date of a Contract, add/reduce work
and/or money and/or change any other term or condition of the Contract.
3. Submit THREE copies of this form to be routed for approval prior to processing the Amendment for
approval.
4. When routing this form for approval, be sure to include the Original Contract, the Original
Certification Form, any previous Amendments and any prior Amendment Cover SheetslPre-Approval
Forms.
5. Make sure that you are using the updated Amendment template where the State Agency signature
block reaffirms applicable sections of Minnesota Statutes 16C.08, subdivisions 2 and 3.
6. Retain an approved copy ofthis form in the Contract file.
Agency: Name of Contractor:
Transportation Mixon Hill, Incorporated
Current Contract Term: Project Identification: vn For Safety, Mobility and
December 19,2008 to December 31, 2009 User Fee Technical Program Management
State Project Number: Trunk Highway Number:
92808 N/A
Amendments to Contracts must entail tasks that are substantially similar to those in the Original Contract
or involve tasks that are so closely related to the Original Contract that it would be impracticable for a
different Contractor to perform the work. The commissioner or an agency official to whom the
commissioner has delegated contracting authority under Minnesota Statutes section 16C.03, subdivision
16, must determine that an amendment would serve the interest of the state better than a new Contract and
would cost no more. An Amendment should be in effect before the Contract expires.
Complete Appropriate Box(es) for the Amendment Submitted
1. D Amendment to the end date of the Contract
Proposed New End Date:
Why is it necessary to amend the end date?
Provide a specific and detailed explanation of why this is necessary - No Contract may exceed 5 years
2. IZI Amend Duties and Cost D Amend Duties Onl
2a. If cost is Amended, insert amount of original Contract AND amount of each Amendment below:
Original Contract Amount: $239,949.60
Amendment 1 Amount: $19,993.54
Total Contract Amount: $259,943.14
2b. Describe the Amendment:
Phase I of Minnesota's VII for Safety Mobility and User Fee project produced three main deliverables from the
Technical Program Management team; a Concept of Operations (ConOps), a set of preliminary requirements for
Phase II and an Implementation Scope of Work for Phase II. These deliverables were completed on time and
within budget on 6/30/09. As the State was looking ahead to the actual implementation and deployment of the VII
system, it was discovered that the University of Minnesota was planning a Vehicle Miles Traveled (VMT)/road
pricing project that would be very similar to the User Fee portion of the State's project. The State decided that they
did not wish to directly compete with the University of Minnesota in these projects and therefore sought to use
certain pieces of technology developed by the University in their efforts. Because of this, the completed ConOps,
preliminary requirements and the Implementation Scope of Work for Phase II must be revised to refle the u of
- 1 -
(CSS Reviewed 7/31/2009)
MnlDOT Contract No. 92808
Amendment No. 1
CFMS Contract No. B21999
this technology and overall coordination with the University of Minnesota's VMT project. The revised Phase I
deliverables will then be used as information critical to the Phase II Implementation RFP.
3. D Amendment to change other terms and conditions of the Contract
Describe the changes that are being made:
Describe the differences between the Original Contract and the Amended terms and conditions and why the
changes are necessary
SIGNATURES:
Recommended for Approval:
By: _( __ _
(Authorized Representative)
Date: -=(t:...."l'-"'V-=-S ",--f--!-{ 11-,-"-j--)}--_o,o_f,,-" __
Materials Management Division Approval
(
By: _""'-'=
Date:
(With delegated Authority)
- 2-
(CSS Reviewed 7/31/2009)
AMENDMENT NO.1 TO MnlDOT CONTRACT NO. 92808
Contract Start Date: December 19, 2008
Original Contract Expiration Date: December 31, 2009
Current Contract Expiration Date: December 31, 2009
New Contract Expiration Date: December 31, 2009
Federal Project Number: _____ _
State Project Number (SP): 8816-1153
Trunk Highway Number (TH): N/A
Total Contract Amount:
Original Contract Amount:
Previous Amendment(s) Total:
Current Amendment Amount:
MnIDOT Contract No. 92808
CFMS Contract No. B21999
$ 259,943.14
$ 239,949.60
$ 0.00
$ 19,993.54
Project Identification: VII for Safety, Mobility and User Fee Technical Program Management
This Amendment is by and between the State of Minnesota, through its Commissioner of Transportation ("State") and
Mixon Hill, Incorporated ("Contractor").
Recitals
1. State has a Contract with Contractor identified as MnlDOT Contract Number 92808 ("Original Contract"). The
Technical Program Management team was tasked with overall project management of Minnesota's VII (now
IntelliDrive
sM
) initiative which includes project oversight, document review, technical support and coordination with
the separately contracted Evaluation team. The Technical Project Management team had major deliverables for Phase
I of the VII for Safety, Mobility and User Fee Project. A Concept of Operations (ConOps), preliminary requirements
and scope of work for the Phase II implementation.
2. The contract is being amended due to necessary revisions to Phase I tasks that fall within the original scope of work.
The University of Minnesota is currently planning a VMT project through Federal funds that will directly effect the
development ofIntelliDrive'ssM (formerly VII's) eventual implementation. The State has reviewed the University's
plan and has decided to incorporate a piece of hardware supplied by the University into their IntelliDrive
sM
project.
The purpose of this hardware inclusion is to assure both projects are not competing with each other and to further the
development of a sate-wide IntelliDrive
sM
initiative.
3. Exhibit A-I is attached and incorporated into this Contract.
4. State and Contractor are willing to amend the Original Contract as stated below.
Contract Amendment
In this A.m.endment deleted Contract terms will be streak O1:lt and the added Contract tenns will be bolded and underlined.
REVISION 1. Article 2 Scope of Work: is amended as follows:
The services to be provided for under this Contract by Contractor are as follows:
In Phase I ofthe VII for Safety, Mobility and User Fee project, the Technical Program Management Team will provide
general project management, technical support and develop a Concept of Operations including preliminary requirements.
The project management duties will include:
Holding Project Management Meeting
Developing a Project Management Plan
Producing Progress Reports
Providing Program Coordination and Outreach
Providing Document Configuration and Change Management
Technical support provided by the Technical Program Management Team will include:
-1-
(CSS Reviewed 10/31/2008)
Developing a Phase II Scope of Work
Conducting Research on Existing and Emerging Technologies for Implementation
Reviewing Preliminary and Final Documents from the Evaluation Team
MnlDOT Contract No. 92808
CFMS Contract No. B21999
Incorporate Changes to Phase II Scope of Work from University of Minnesota VMT Efforts
The Concept of Operations and Preliminary Requirements will include:
Defining Vision, Goals, and Objectives for the System
Exploring Concepts for the Project
Developing Operational Scenarios
Extracting and Abstracting the Project Needs
Documenting the Concept of Operation
Developing Preliminary Requirements
Incorporate Changes to Concept of Operations and Preliminary Requirements from University of
Minnesota VMT Efforts
2.1 See I*hihit A Exhibit A-I for additional information.
2.2 Deliverables are defined as the work product created or supplied by the Contractor pursuant to the terms of
this Contract. The brief summary of the deliverables of this Contract are as follows:
Item Date Due
Deliverable #1: Meeting minutes and agendas Ongoing
Deliverable #2: Progress reports (monthly and quarterly) Ongoing
Deliverable #3: Project management plan 01/31/09
Deliverable #4: Project outreach and coordination Ongoing
documents, presentations, and electronic files
Deliverable #5: Phase II procurement documents, 6/30/09
including Scope of Work, Budget, and Schedule for the
phase II implementation.
Deliverable #6: Phase II Scope of Work, Budget and 6/30/09
Schedule for the technical program management team for
phase II.
Deliverable #7: Research summary memos and 5/31/09
information meetings
Deliverable #8: Comments on evaluation plan 3/31/09
Deliverable #9: Revised Phase II procurement 9/15/09
documents including ScoUe of Work. Budgct2 and
I
Schedule for the Dhase II imDlementation.
Deliverable ff9. 10: Concept of Operations document - 1 5/31/09
draft and 1 fmal version
Deliverable m 11: Preliminary requirements technical 4/30/09
memo
Deliverable #H 12: Electronic Database files 6/30/09
Deliverable #13: Revised Concept of Operations and 9/15/09
Dreliminarv reauirements technical memo
2.3 See EKhihit A Exhibit A-I for the details on the deliverables to be provided by Contractor.
2.4 State's Project Manager has the authority to update and adjust all project schedules when necessary at progress
meetings within the terms ofthe Contract.
REVISION 2. Article 4 Consideration of Payment: is amended as follows:
-2-
(CSS Reviewed 10/31/2008)
4.1 Contractor will be paid on a Cost Plus Fixed Fee (profit) basis as follows:
Direct Labor Costs:
Overhead Rate Costs:
Fixed Fee Costs:
Direct Expense Costs:
Subcontractor(s) Costs:
Total
$ 59,499.34 $ 66,537.16
$ 92,984.48 $ 103,132.60
$ 15,149.38 $ 16,966.98
$ 8,000.00
$ 65,306.40
!& $ 259,943.14
MnJDOT Contract No. 92808
CFMS Contract No. B21999
The terms of the Original Contract and all previous Amendments are expressly reaffirmed and remain in full force and
effect. The Original Contract and all previous Amendments are incorporated into this Contract by reference. Except as
amended herein, the terms and conditions of the Original Contract and all previous Amendments remain in full force and
effect.
THE BALANCE OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK
- 3-
(CSS Reviewed 10/31/2008)
STATE ENCUMBRANCE VERIFICATION
Individual certifies that funds ve been encumbered as required
by Minnesota . 5 d !fiG.:u 05. /7
// {,r/
Signed: I
/" I ;:-.
Date: _-f/'-/_-;,I-/ ____
j,-' <1 <
CFMS c!ontr!}d(No. ___ --"'",'-'<""2_ --=t/"----!'--IL'--I_'----J.L'---
l/ . ,
CONTRACTOR
Title:._----'-''--'-'-''-'--'-"'''''-'-I---_________ _
Date: 1\ tA5Ll'SY'\-
By: ____________________ ___
Title:. ________________ _
Date: ________________ _
(CSS Reviewed 10/31/2008)
MnIDOT Contract No. 92808
CFMS Contract No. B21999
DEPARTMENT OF TRANSPORTATION
Individual certifies that the applicable provisions of Minnesota Statutes
16C.08 subdivisions 2 and 3 are reaffirmed
By: ORIGINAL SIGNED BY
(with delatei'ifilitA. Barnes
Title: _____ D_i_v_is_io_n ___ D_i_r_ec_t_o_t _______________ _
Date: ____ ,;:..0--;./_'---___ _
COMMISSIONER OF ADMINISTRATION
By:
Syv: =f,t 0y
- 4-
Scope of Work
Task 1 - Project Management
MnJDOT Contract No. 92808
Exhibit A-I
Scope of Work
The project management duties for the Minnesota VII for Safety, Mobility and User Fee
Technical Program Management contract are described in the listed subtasks below. The
Contractor will not only be responsible for project management of their team, but to some extent
the evaluation team as well.
Task breakdown
There will be four (4) Subtasks to successfully complete this task:
Subtask 1.1: Hold Project Management Meetings
Efforts in Subtask 1.1 will begin by holding a kickoff meeting upon the notice to proceed. This
meeting will include all relevant personnel to the project management effort including members
of the Evaluation Team. Subsequent to the kickoff meeting the Contractor will hold project
management meetings on a schedule agreed upon with the State. It is estimated that there will be
a total of nine project management meetings during the duration of the contract. Project
management sub-teams may be identified based on which personnel are to work on specific
applications. For example, separate project management sub-teams may be identified for the
Traveler Information, Mileage Based User Fee and In-Vehicle Signing applications. MnlDOT
and the Contractor will expend their best efforts to coordinate meetings of the sub-teams to
minimize travel costs.
Subtask 1.2: Project Management Plan
Efforts in Subtask 1.2 will be to create a Project Management Plan (PMP) that seeks to guide the
Technical Program Management team and the State for project management throughout Phase I.
This plan will be divided into three sections as listed below;
Background information
o Project overview, summary of project purpose, scope and objectives.
o Project deliverables
o Reference materials
Project Organization and Technical Approach
o Organizational structure
o Organizational interfaces, i.e. methods for coordination with the State and
Evaluation team
o Summarized technical approach for each task
Risk Management Plan
o Identification of possible risks, and how to track, mitigate and create solutions to
potential problems
Detailed Budget and Schedule
o Detailed preliminary budget includes identifying personnel and labor categories
with appropriate hours spent on specific tasks. Managers will be required to
maintain budget to proper constraints
o Detailed preliminary schedule will include all major milestone and deliverables
dates. Managers will be required to review progress reports and ensure that
MnlDOT Contract No. 92808
Exhibit A-I
Scope of Work
project activities are completed on time.
This plan will be kept up to date over the course of the project with a major update required upon
the start of Phase II.
Subtask 1.3: Progress Reports
Efforts in Subtask 1.3 will consist of compiling regular (monthly) progress reports. These reports
will include a summary of completed and planned tasks, the status of current tasks, any
significant accomplishments of the past month, identification of any problems and suggested
solutions and current/detailed budget statements. These reports will be supplemented with
quarterly progress reports encompassing all project teams that will be used by the State at their
discretion. Appropriate formats for the progress reports will be provided by the State. Planning
and organization of meetings deemed necessary to update the group as a whole will fall under this
subtask including preparation of meeting agendas and minutes.
Subtask 1.4: Program Coordination and Outreach
Finally, efforts in Subtask 1.4 will work with increasing the awareness of the Minnesota VII for
Safety, Mobility and User Fee project. This will be accomplished by producing literature for
distribution including one-pagers, articles for newsletters, PowerPoint presentations and web
based articles on appropriate sites. This outreach should also include coordinating Minnesota's
project with the ongoing National VII effort. This task may also include presenting the project on
behalf of the State at conferences or workshop as agreed to by the Contractor and the State.
Subtask 1.5:Document Configuration and Change Management
The Contractor will manage versions and changes to documents to maintain compatibility
between documents and traceability between needs and requirements.
Target Completion Dates
The following table illustrates the planned completion dates of each Subtask:
Deliverables
Deliverable #1 (Subtask 1.1):
Deliverable #2 (Subtask 1.3):
Deliverable #3 (Subtask 1.2):
Deliverable #4 (Subtask 1.4):
electronic files
Task 2 - Technical Support
Meeting minutes and agendas
Progress reports (monthly and quarterly)
Project management plan
Project outreach and coordination documents, presentations, and
2
MnlDOT Contract No. 92808
Exhibit A-I
Scope of Work
The role of the Technical Program Management team includes providing technical support to the
Evaluation team and the State in Phase I. This support is detailed in the subtask breakdown listed
below.
Task breakdown
The following three (3) subtasks will be performed to complete this task:
Subtask 2.1: Develop Phase II Scope of Work
The Contractor will prepare procurement documents for Phase II of the VII for Safety, Mobility
and User Fee project that will be used to solicit the Implementation team. The procurement
documents will include a Scope of Work referencing the Concept of Operations and Preliminary
Requirements developed under task 3 below, a set of technical specifications prepared from the
System Requirements Specification, a budget, and a schedule for implementation of phase II of
the project. These items must be fmalized and approved by the project stakeholders but will
fluctuate during the development of the Concept of Operations. The Scope of Work should be
prepared after the Concept of Operations and Preliminary Requirements documents are submitted
to stakeholders to ensure it corresponds with the overall Phase II vision ofthe project.
Any policy changes in the National VII effort must be closely monitored and evaluated to
determine any impacts to the Phase II Scope of Work.
Additionally, the Contractor will develop a detailed scope of work, budget, and schedule for
Phase II of this technical program management team effort which may be incorporated by
amendment into this Contract.
Subtask 2.2: Conduct Research on Existing and Emerging Technologies for Implementation
The Contractor will be expected to conduct extensive research in Phase I to determine what
hardware would be feasible for use in Phase II. This research will be done in conjunction with
the creation of the Concept of Operations document and Phase II scope of work to ensure that one
or more feasible technical approaches actually exist to implement the overall vision ofthe project.
Hardware considerations shall include but are not limited to communications hardware, personal
navigation devices (PNDs), cellular phone/personal data assistant (PDA) devices, global
positioning satellite (GPS) technologies and revenue collection methods. The Contractor shall
facilitate contacts and information exchanges with potential implementers of phase II. The
Contractor shall research both existing and emerging technologies presently available to suggest a
best fit system in Phase II.
Subtask 2.3: Review Preliminary and Final Documentsfrom Evaluation Team.
The Contractor will be required to review draft versions of the evaluation plan prepared by the
Evaluation team. The purpose ofthis task is to verifY the viability ofthe proposed evaluation
methods. Any comments generated by the State project management personnel will be
incorporated into the Contractor's comments to simplifY document version history.
Subtask 2.4: Incorporate Changes to Phase II Scope of Work from UniversiiV of Minnesota
VMTE((orts
The Contractor shall revise the submitted Phase II Scope of Work to include the hardware
proposed by the University of Minnesota's VMT project. Changes shall reflect the content
ofthe document A System that Enables Nation-Wide Road Use Monitoring and Processing
3
MnlDOT Contract No. 92808
Exhibit A-I
Scope of Work
of Road User Fees:- A White Paper and decisions that were made between the State and the
University regarding this hardware procurement.
Target Completion Dates
These three four subtasks will be conducted over the entirety of Phase I.
Deliverables
Deliverable #5 (Subtask 2.1): Phase II procurement documents, including Scope of Work,
Budget, and Schedule for the phase II implementation.
Deliverable #6 (Subtask 2.1): Phase II Scope of Work, Budget and Schedule for the technical
program management team for phase II
Deliverable #7 (Subtask 2.2): Research summary memos and information meetings
Deliverable #8 (Subtask 2.3): Comments on evaluation plan
Deliverable #9 (Subtask 2.4): Revised Phase II procurement documents including Scope of
Work, Budget, and Schedule for the phase II implementation.
Task 3 - Develop Concept of Operations and Preliminary Requirements
Task 3 will consist of developing the Concept of Operations for the VII for Safety, Mobility and
User Fee project. This Concept of Operations will include several sections listed below and also
the list of preliminary requirements needed to progress into the implementation of Phase II.
Task breakdown
The following six (6) subtasks will be performed to complete this task:
Subtask 3.1: Define Vision, Goals and Objectives for the System
The Contractor will need to coordinate with every project stakeholder in order to ensure the
necessary viewpoints are represented. This group includes local and state agencies where the
system is to be deployed, potential end users and project managers of the Evaluation team.
Subtask 3.2: Explore Concepts for the Project
This task consists of active "brainstorming" of ideas that will first generate the overall project
vision and scope and then possible solutions and end products. The Contractor is encouraged to
generate as many ideas as possible at this stage to create a wide range of creative possibilities.
The ideas generated will then be further developed or discarded based on feasibility and the scope
ofthe project.
4
Subtask 3. 3: Develop Operational Scenarios
MnlDOT Contract No. 92808
Exhibit A-I
Scope of Work
The operational scenarios developed by the contractor must explicitly detail the ways in which a
potential system could operate under specific conditions. These scenarios will describe the
operation of the system from the individual stakeholder viewpoints, as well as defining
stakeholder expectations. Finally, the scenarios must describe how each ofthe users'
subsystems will function with one another as a complete system.
Subtask 3.4: Extract and Abstract the Project Needs
It is likely that the development of the Concept of Operations will generate a diverse amount of
stakeholder needs, wants and issues. The needs and wants should be examined for project
relevance and feasibility, and then prioritized based on cost, perceived effort required and overall
usefulness to the desired end product. The needs must be listed in the Concept of Operations
document with justification as to why they were addressed or rejected. The issues generated by
the stakeholders must also be prioritized based on the perceived severity ofthe potential problems
they may cause. The Contractor must then resolve those issues that are identified as critical to
project completion.
Subtask 3.5: Document the Concept o/Operations
The written Concept of Operations document will consist of the following sections
Purpose of the document
Scope ofthe project
Referenced documents
Background
Concepts for the proposed system
Current operational description
Operational needs
Operational Scenarios
System overview
Operational and support environments
Summary of impacts
The contractor must keep in mind that the Concept of Operations document will likely evolve and
change over it's lifecycle to accommodate potential changes in project scope as dictated by the
stakeholders
Subtask 3.6 Develop the Preliminary Requirements
The preliminary requirements are to be developed from the prioritized list of stakeholder needs
using the following criteria;




Requirements shall be uniquely identifiable to ensure traceability
Requirements shall express a major desired capability of the system
Requirements shall be solution free or give designers flexibility to develop the best
possible solution
Requirements shall capture the rationale or intent of why the capability is needed in the
system
The Contractor should be careful not to develop concrete terms in the requirements that would
prevent the implementation team in Phase II from designing the best possible VII system. Any
5
MnlDOT Contract No. 92808
Exhibit A-I
Scope of Work
specific technologies that are necessary to the project will be considered constraints of the
requirements.
Subtask 3. 7 Incoroprate Changes to Concept of Operations and Preliminary Requirements
from University of Minnesota VMT Efforts
The Contractor shall revise the submitted Concept of Operations and Preliminary
Requirements to include the hardware proposed by the University of Minnesota's VMT
proiect. Changes shall reflect the content of the document A System that Enables Nation-
Wide Road Use Monitoring and Processing of Road User Fees:- A White Paper and
decisions that were made between the State and the University regarding this hardware
procurement.
Target Completion Dates
These s* ~ subtasks will span most of the Phase I timeline.
Deliverables
Deliverable #I) 10(Subtask 3.5): Concept of Operations document - 1 draft and 1 fmal version
Deliverable #+{} 11 (Subtask 3.6): Preliminary requirements technical memo
Deliverable #H 13 (Subtask 3.7): Revised Concept of Operations and preliminary
requirements technical memo
3.3 Electronic requirements management data if the contractor uses a systems engineering
tool for managing requirements, i.e. systems engineering software or other methods used for
traceability from the Concept of Operations to the requirements.
The Contractor may be required to continue program management and technical support services
through phase II of the VII for Safety, Mobility and User Fee project. Tasks for phase II have not
been approved at this time and a contract amendment will be required before any phase II work
commences.
6
Minnesota Department of Transportation
Transportation Building
395 John Ireland Boulevard
Saint Paul, Minnesota 55155-1899
September 15,2009
Mr. Lee Mixon
Mixon Hill, Inc.
12980 Metcalf Avenue, Suite 470
Overland Park, KS 66213
In reference to: MnillOT Contract No. 92808; Amendment No.1
SP Number 8816-1153
Dear Mr. Mixon:
Enclosed is your executed copy of the above referenced Amendment. This Amendment is for the VII for
Safety, Mobility and User Fee Technical Program Management Project.
The Amendment was fully executed on September 3,2009 and is the date of your authorization to
proceed. Please coordinate this project with Matt Gjersvik, MnIDOT's Project Manager, at
651-234-7064.
Please send to me a signed copy of any sub-consultant contracts for this project.
If you have any questions regarding this Contract, please contact me.
Sincerely,
Ron Bisek
Contract Administrator
Cc:
File (Original)
Matt Gjersvik (Copy)
An equal opportunity employer
AMENDMENT COVER SHEET-DELEGATED
MnIDO:r Contract No. 92809
Amendment No.2
CFMS Contract No. B23069
(Minnesota Statntes 16C.05, subdivision 2(d), 16C.08, subdivision 2 and 3)
Ills/ruc/iolls:
1. Use tbis form wben amending a Contl'llct that is NOT Single-Source and does NOT exceed $1 lilillioll.
2. Complete this form for any Amendment that will extend the end date of a Contract, add/reduce work and/or
money and/or change any other term or condition of the Contract.
3. Submit THREE copies of this form to be routed for approval prior to processing the Amendment for approval.
4. When routing this form for approval, be sure to include the Original Contract, the Original Certification Form,
any previous Amendments and any prior Amendment Cover SheetslPre-Approval Forms.
5. Make sure that you are using the updated Amendment template where the State Agency signature block
reaffIrms applicable sections of Mil me sot a Statutes 16C.08, subdivisions 2 and 3.
6. Retain an approved copy of this form in the Contract file.
Agency: Name of Contractor:
TransPOItation Science Applications International COI'fJOration
Current Contract Term: Project Identification:
'December 19,2008 to December 31, 2009 vn for Safety, Mobility and User Fee Evaluation
State Project Number: Trull" Higbway Number:
8816-1153 N/A
Amendments to Contracts must entail tasks that are substantially similar to those in the Original Contract or involve
tasks that are so closely related to the Original Contract that it would be. impracticable for a different Contractor to
perform the work. The commissioner or an agency official to whom the commissioner has delegated contracting
authority under Minnesota Statutes section 16C.03, subdivision 16, must determine that an amendment would
serve the interest of the state better than a new Contract and would cost no more. An Amendment should be in
effect before the Contract expires.
Complete Appropriate Box(es) for the Amendment Snbmitted
1. I:8J Amendment to tbe end date of tbe Contract
Proposed New End Date: November 30, 2010
Why is it necessary to amend the end date?
This amendment will continue the work of the Evaluation segment of Minnesota's IntelliDrive
sM
(formerly VII)
effOlts. Phase I was completed in June of2009 and Phase II which includes the full Implementation of the project
is scheduled to begin at the beginning of20l0. The Evaluation Team will continue to give technical support and
develop their final evalnation deliverables through the end of the project. This Amendment is necessary to keep the
Contract active during the PhaselI contract posting period and contract award. Budget will be established through
a separate amendment once scope and budget are established for the Phase II work to be done.
2. 0 Amend Duties and Cost [J Amend Duties Ollly
2a. If cost is Amended, illsert amount of original COli tract AND amoullt of eacb Amendment helow:
Original Contract Amount: $
Amendment # Amount: $
Total Contract Amount: $
2b. Describe the Amendment:
Describe wha/ changes beillg made to the currellt scope o/work alldlor budget alld why they are lIecess(//y
3. 0 Amendment to change other terms and couditions of the Contract
Describe the changes that are being made:
Describe the differences betweell /he Original COlltract and the Amended terms and conditions and why the
changes are necessmy .
- 1-
(ess Reviewed 7/31/2009)
SIGNATURES:
Recommended for Approval:
By: _ _
(Authori zed Representative)
(CSS Reviewed 7/31/2009)
MIlIDOT Contract No. 92809
Amendment No.2
CFMS Contract No. B23069

- 2-
AMENDMENT NO.2 TO Mn/DOT CONTRACT NO. 92809
Contract St3li Date: December 19, 2009
Original Contract Expiration Date: August 31, 2009
Current Contract Expiration Date: December 31,2009
New Contract Expiration Date: November 30, 20 I 0
Federal Project Number: ITS IT08(650)
State Pl'Oject Number (SP): 8816-1153
Tl'llllk Highway Number (TH): N/A
Total Contract Amount:
Original Contract Amount:
Previous Amendment(s) Total:
Current Amendment Amount:
Project Identification: VII for Safety, Mobility and User Fee Evaluation
MnlDOT Contract No. 92809
CFMS Contract No. B23069
$ 122,193.20
$ 122,193.20
$ 0.00
$ 0.00
This Amendment is by and between the State of Minnesota, through its Commissioner of Transportation ("State") and
Science Applications International Corporation, 1710 SAIC Drive, MN T1-12-3, McLean, V A 22102 ("Contractor").
Recitals
I. State has a Contract with Contractor identified as Mn/DOT Contract Number 92809 ("Original Contract"). The Minnesota
Depatiment ofTransp0l1ation (MniDOT) is currently developing their IntelliDrive'" (formerly VII) for Safety, Mobility
and User Fee system in conjunction with the larger IntelliDrive'" national effort. As of June 30
h
, 2009, Phase I was
completed which included a concept of operations, preliminary requirements, a Phase II implementation scope of work and
the preliminary evaluation plan. Mn/DOT expects The Contractor to conduct a final evaluation in Phase II to begin in
2010.
2. The contract is being amended for time only in order to keep SAIC under contract during the Phase II RFP posting
period and contract award process. The evaluation project will continue during the Phase II work and this Contract
will be amended after the Phase II contract is awarded to incorporate the additional scope of work and budget into the
project.
3. State and Contractor are willing to amend the Original Contract as stated below.
Contract Amendment
In this Amendment deleted Contract terms will be struek eut and the added Contract terms will be bolded and underlined.
REVISION 1. Article 1 Term of Contract is amended as follows:
1.2 Expiration date: This Contract will expire on Deee'H"er 3 1,2999 November 30, 2010, 01' the date
that all obligations have been fulfilled and all deliverables have been approved
by State, which ever occurs first.
The terms of the Original Contract and all previous Amendments are expressly reaffirmed and remain in full force and
effect. The Original Contract and all previous Amendments are incorporated into this Contract by reference. Except as
amended herein, the terms and conditions of the Original Contract and all previous Amendments remain in full force and
effect.
THE BALANCE OF THIS PAGE HAS BEEN INTENTiONALLY LEFT BLANK
- 1-
(CSSICM Reviewed 1012012009)
STAT" I'EIUFICATION
Individual certifies that timds have been encumbered as required
by Minnesota Statutes 16A.15 and
Signcd: ____________ -r-c.----__ _
Da'c: ____
CFrv1S Contract No. ____________ _
CONTRACTOR
Contractor cCl1il1es that the appropriate person(s) have executed
the Amendment on behnlf of Contractor as required by applicable
articles, byhn ' or resoh ions.

Da'e: / ,f-'-------
-2 -
(CSS/CM Reviewed 10120/2009)
Mil/DOT COlltract No. 92809
CFMS Call tract No. 1323069
DEPARHIENT OF TRANSPORTATION
Individual certifies that the applicable provisions of Minnesota Statutes
* 16C08 SlIbdi
OIU
G'lU/;.'t'STaF-YED BY
By: (with dclJ!<lf<isl.lfllbil,f}. Bnrncs
Division Director
Title: ____________ ;-_____ _
Date:
OF
6!.---,
Ill':
Date: _ -,./-___ ___ ;;, -I-_ .) _ I/_() ___ _
Minnesota Department of Transportation
Transportation Building
395 John Ireland Boulevard
Saini Paul. Minnesota 55155-1899
January 14,2010
Ms. Melanie Ludwig
Science Applications International Corporation
1710 SAIC Drive, Mail Stop 1-2-2
McLean, VA 22102
In reference to: Mn/DOT Contract No. 92809; Amendment No.2
SP Number 8816-1153
Federal Project Number: ITS IT08(650)
Dear Ms. Ludwig:
Enclosed is your executed copy of the above referenced Amendment. This Amendment is for the VII for
Safety, Mobility and User Fee Evaluation project.
The Amendment was fully executed on January 5, 2010 and is the date of your authorization to proceed.
Please coordinate this project with Matt Gjersvik, Mn/DOT's Project Manager, at 651-234-7064.
Please send to me a signed copy of any sub-consultant contracts for this project,
If you have any questions regarding this Cont ract , please contact me.
Sincerely,
Ron Bisek
Contract Administrator
Cc:
File (Original)
Matt Gjersvik (Copy)
An equal opportunity employer
MnlDOT Contract No. 92808
Amendment No.2
CFMS Contract No. B21999
AMENDMENT COVER SHEET-DELEGATED
. (Minnesota Statutes 16C.05, subdivision 2(d), 16C.08, subdivision 2 and 3)
lIiSfrtlCfiolls:
1. Usc this form when amending a Contract that is NOT Single-Source and does NOT exceed Sl '
million.
2. Complete thi s form for any Anlendment that will extend the end date of a Contract, add/reduce work
and/or money and/or change any other term or condition of the Contract.
3. Submit THREE copies of this form to be routed for approval prior to processing the Amendment for
approval.
4. When routing this form for approval, be sure to include the Original Contract, the Original
Certification Fonll, any previous Amendments and any prior Amendment Cover Sheets/Pre-Approval
Forms.
5. Make sure that you aie using the updated Amendment template where the State Agency signature
block reaffirms applicable sections of Minnesota Statutes 16C.08, subdivisions 2 and 3.
6. Retain an approved copy of this form in the Contract' file.
Agency: Name of Contractor:
Transportation Mixon Hill Incorporated
Current Contract Term: Project Identification:
December 19, 2008 to December 31; 2009 vn For Safety, Mobility and User Fee Technical
Program Management
State Project Number: Trunk Highway Number:
8816-1153 N/A
Amendments to Contracts must entail tasks that are substantially similar to those in the Original Contract
or involve tasks' that are so closely related to the Original Contract that it would be impracticable for a
different Contractor to perform the work. The conunissioner or an agency official to whom the
commissioner has delegated contracting authority under Milillesota Statutes section l6C. 03, subdivision
16, must determine that an amendment would serve the interest of the state better than a new Contract and
would cost no more. An Amendment should be in effect before the Contract expires.
Complete Appropriate Box(es) for the Amendment Suhmitted
1. ~ Amendment to the end date of the Contract
Proposed New End Date: November 30, 2010
Why is it necessary to amend the end date?
Authorization has been given to proceed with Phase II of thi s project. The Phase II ,vork will be awarded through a
separate RFP which has now been posted for bids. The time extension on this Contract is to allow Contractor to
continue the project management duties and assist in the contract award for the Phase II work.
2. ~ Amend Duties and Cost o Amend Duties Only
2a. If cost is Amended, insert amount of original Contract AND aUiount of each Amendment below:
O(iginal Contract Amount: $ 239,949.60
,
Amendment 1 Amount: $ 19,993.54
Amendment 2 Amount: $ 105,896.90
Total Contract Amount: $ 365,840.04
2b. Describe the Amendment:
This amendment will cont.inile the work of the Technical Program Manageinent segment of Minnesota's : l ~
IntelliDrive"'(formerly VII) efforts. Phase I was completed in June of2009, and Phase II which includes the ~
Implementation of the project is scheduled to begin at the beginning of2010. The Teclmical Program M ~ ~
Team will continue to give support and handle day-to-day operations of the project including independent vIews
of implementation proposals, development of back office operations, intergovelllmental outreach, public polic .
- 1 -
(CSS Reviewed 7/3112009)
MIl/ DOT Contract No. 92808
Amendment No.2
CFMS Contract No. 821999
I analysis and updating the concept of operations as these tasks become necessary.
3. 0 Amendment to change other tenlls and conditions of the Contract
Describe the changes that are being made:
Describe the differellces bellVeell the Origillal Contract alld the Amellded terms alld cOllditiolls alld why the
cho/lRes are lIecessmy
SIGNATURES:
Recommended for Approval:
By: ( k ~
(Authorized Representative)
Materials Management Division f1.,J'UIUVill
(
- 2-
(CSS Reviewed 7/3112009)
MIl/DOT Conlract Number 92808
Slate Project Number N/A
Trunk Highway Number N/A
CFMS Conlracl Number: B21999
Vendor: Mixon Hill , Inc.
16A.IS-16C.OS Form
(Based on Minnesola Sialuies 16A.IS alld 16C. OS)
DEPARTMENT OF TRANSPORTATION
Note: Submit two co lies when roccssill the Contract
I. NO OBLIGATION INCURRED PRIOR TO ENCUMBRANCE OR CONTRACT EXECUTION
(Minnesota Statutes 16A.IS, subdivision 3 and 16C.OS, subdivision 2)
I certify thai work has not stalted as of J:lIlumy 1, 2010 and will not begin until this Contract is fully executed.
Persoll Responsible: '-" tf/VL '-" ~ ~ ~ e . . , Dale: ~ . L '3 1) )..wt
If 2.!!.!.Y..a 16A.lS violation occurs, check Box A.
If only a 16C.OS violation occurs, check Box n.
If both a 16A.1S violatiou and a 16C.OS violation occnl'S, chcck both Box A and Box B.
]1. OBLIGATION ]NCURRED PRIOR TO ENCUMBRANCE
(Minnesota Slatutes 16A.IS, subdivision 3)
OBLIGATION ]NCURRED PRIOR TO CONTRACT EXECUTION
(Minnesota Statutes 16C.OS subdivision 2)
DBoxA
DBoxB
Tolal Contract Amount $, ___ _ .,-____ _ Obligalion Dale _ ______ (when work started)
Reason why obligalion was incurred before contract was encumbered and/or execulecl:
What corrective aclion will be taken 10 prevent the problem from happening in the future?
Dale: ____ _ Date: ___ _
Person Responsible .Divi sion Director, Engineering Services
Dale: ____ _
Agency Accouilling Direclor
(CSS/CM Reviewed 8/20/2009)
Minnesota Statutes 16A.15, subdivision 3 (emphasis added)
Allotment and Encumbrance
a) A payment may not be made without prior obligation. An obligation may not be incurred against any fund, allotment
or appropriation unless the commissioner [ of finance] has celtified a sufficient unencumbered balance or the
,accounting system shows sufficient allotment or encumbrance balance in the fund, allotment or appropriation to meet
it. An expenditure or obligation authorized or incurred in violation of this chapter is invalid and ineligible for payment
until made valid. A payment made in violation of this chapter is illegal. An employee authorizing or making the
payment, or taking part in it, and a person receiving any patt of the payment, are jointly and severally liable to the
state for the amount paid or received. If an employee knowingly incurs an obligation or authorizes or makes an
expenditure in violatIon of this chapter or takes part in the violation, the violation is just cause for the employee's
removal by the appointing authority or by the governor if an appointing authority other than the governor fails to do
so. A claim presented against an appropriation without prior allotment or encumbrance may be made valid on
investment, review and approval by the commissioner [of finance], if the services, materials or supplies to be paid for
were actually furnished in good faith without collusion and without intent to defraud.
Minnesota Statutes 16C.05, subdivision 2 (emphasis added)
Creation and Validity of Contracts
a) A Contract is not valid, the state is not bound by it and no agel)cy, without the prior written approval of the
commissioner, granted pursuant to Subdivision 2A, may authorize work to being on it, unless:
I) It has first been executed by the head of the agency or a delegate who is a party to the Contract;
2) It has been approved by the commissioner [ofadministrationl; .
3) The accounting system shows an encumbrance for the amount of the Contract liability.
(CSS/CM Reviewed 8/20/2009)
AMENDMENT NO.2 TO MnlDOT CONTRACT NO. 92808
Contract Start Date: December 19, 2008
Original Contract Expiration Date: December 31, 2009
Current Contract Expiration Date: December 31, 2009
New Contract Expiration Date: November 30, 20 I 0
Federal Project Number: ,..-"..,-,.-,-.,..,-.,-:-_
State Project Number (SP): 8816-1153
Trunk Highway Number (TH): N/A
Total Contract Amount:
Original Contract Amount:
Previous Amendment(s) Total:
Current Amendment Amount:
Project Identification: VII for Safety, Mobility and User Fee Technical Program Management
MniDOT Contract No. 92808
CFMS Contract No. 821999
$ 365,840.04
$ 239,949.60
$ 19,993.54
$ 105,896.90
This Amendment is by and between the State of Minnesota, through its Commissioner of Transportation ("State") and
Mixon Hill, Incorporated, 12980 Metcalf Avenue, Suite 470, Overland Park, KS 66213 ("Contractor").
Recitals
I. State has a Contract with Contractor identified as MnlDOT Contract Number 92808 ("Original Contract"). The
Technical Program Management team was tasked with overall project management of Minnesota's VII (now
IntelliDrive
sM
) initiative which includes project oversight, document review, technical support and coordination with
the separately contracted Evaluation team. The Teclmical Project Management team had major deliverables for Phase
I of the VII for Safety, Mobility and User Fee Project. A Concept of Operations (ConOps), preliminary requirements
and scope of work for the Phase II implementation. These deliverables were completed as of June 30''', 2009.
2. The contract is being amended to allow The Contractor to continue program management and technical oversight
duties during Phase II of Minnesota's IntelliDrive
sM
efforts. All duties to be performed in this amendment are
described in the original contract scope of work and supplemented by Section 3 of The Contractor's Phase II Scope of
Service document in Exhibit A.
3. Exhibits A-2, B-1, B-2 and D-I are attached and incorporated into this Contract.
4. State and Contractor are willing to amend the Original Contract as stated below.
Contract Amendment
In this Amendment deleted Contract terms will be stAlsl< alit and the added Contract terms will be bolded and underlined.
REVISION I. Article 1 Term of Contract: is amended as follows:
1.2 Expiration Date: This Contract will expire on 12i311G9 1113011 0, or the date that all
obligations have been fulfilled and all deliverables have been approved by
State, which ever occurs first.
REVISION 2. Article 2 Scope of Work: is amended as follows:
The services to be provided for under this Contract by Contractor are as follows:
In Phase I of the VII for Safety, Mobility and User Fee project, the Technical Program Management Team will provide
general project management, technical support and develop a Concept of Operations including preliminary requirements.
The project management duties will include:
Holding Project Management Meeting
Developing a Project Management Plan
Producing Progress Reports
(CSS/CM Reviewed 10/2012009)
Providing Program Coordination and Outreach
Providing Document Configuration and Change Management
Technical support provided by the Technical Program Management Team will include:
Developing a Phase II Scope of Work
Conducting Research on Existing and Emerging Technologies for Implementation
Reviewing Preliminary and Final Documents from the Evaluation Team
MnlDOT Contract No. 92808
CFMS Contract No. B21999
Changes la Phase II af 'Nark fram University af Minnesata VMT Elferts
The Concept of Operations and Preliminary Requirements will include:
Defining Vision, Goals, and Objectives for the System
Exploring Concepts for the Project
Developing Operational Scenarios
Extracting and Abstracting the Project Needs
Documenting the Concept of Operation
Developing Preliminary Requirements
Cllanges te Ceneep! efOperatiens ana Preliminary Reqllirements Hem Uniyersity efMinneseta
VMTEfforts
2.1 See g"hibit A I Exhibit A-2 for additional information.
2.2 Deliverables are defined as the work product created or supplied by the Contractor pursuant to the terms of
this Contract. The brief summary of the deliverables of this Contract are as follows:
Hem Date Due
Deliverable # I : Meeting minutes and agendas Ongoing
Deliverable #2: Progress reports (monthly and quarterly) Ongoing
Deliverable #3: Proiect management plan 0l/3l/09
Deliverable #4: Project outreach and coordination Ongoing
documents, presentations, and electronic files
Deliverable #5: Phase II procurement documents, 6/30/09
including Scope of Work, Budget, and Schedule for the
phase II implementation.
Deliverable #6: Phase II Scope of Work, Budget and 6/30/09
Schedule for the technical program management team for
phase II.
Deliverable #7: Research summary memos and 5/3l/09
information meetings
Deliverable #8: Comments on evaluation plan 3/3l/09
Deliverable #9: Revisea Phase n praellremenl aaellments 911S/1)9
ineillaing Seepe ef WarlE, Illlaget, ana Selleaule fur tile
_.. n
Deliverable #W..2: Concept of Operations document - I 5/31/09
draft and I final version
Deliverable 11++-10: Preliminary requirements technical 4/30/09
memo
Deliverable #+;l-ll: Electronic Database files 6/30/09
Delh'eraBle #IJ: Re',;sea Caneepl a[Operatiens ana 9115/1)9
-" ' _.
Deliverable #12: Documented Answers to Technical 1/07110
Ouestions
2
(CSS/CM Reviewed 10/2012009)
Deliverable #13: Written Reviews of Pronosals
Deliverable #14: Documented Analysis of Identified
Technical Issues
2112110
5/30/10
MnlDOT Contract No. 92808
CFMS Contract No. 821999
2.3 See g"hisi! A I Exhibit A-2 for the details on the deliverables to be provided by Contractor.
2.4 State's Project Manager has the authority to update and adjust all project schedules when necessary at
progress meetings within the terms of the Contract.
REVISION 3. Article 4 Consideration of Payment: is amended as follows:
4.1 Contractor will be paid on a Cost Plus Fixed Fee (profit) basis as follows:
Direct Labor Costs:
Overhead Rate Costs:
Fixed Fee Costs:
Direct Expense Costs:
Subcontractor(s) Costs:
$ 66,531.16 $ 98,050.76
$ 103,132.60 $ 153,554.36
$ 16,966.98 $ 25,160.52
$ 8,000.00 $14,000.00
$ 65,306.40 $75,074.40
Total $ 2S9,934.14 $ 365,840.04
REVISION 4. Article 4 Consideration of Payment: is amended as follows:
4.2 The overhead rate of 155.00% 160.00% of direct Salary Costs will be used on a provisional basis
determined by MnlDOT's Office of Audit and will not exceed 160%.
REVISION 5. Article 4 Consideration of Payment: is amended as follows:
4.5 Allowable direct costs include project specific costs listed in B"llisi! C Exhibit B, Exhibit B-1 and
Exhibit B-2. Any other direct costs not listed in g"hisi! C Exhibits B, B-1 and B-2 must be approved,
in writing, by the State's Authorized Representative prior to incurring costs.
REVISION 6. Article 4 Consideration of Payment: is amended as follows:
4.6 See Exhibit B, Exhibit B-1 and Exhibit B-2 for Budget Details on Contractor and its Subcontractors.
REVISION 7. Article 4 Consideration of Payment: is amended as follows:
4.7 State's total obligation for all compensation and reimbursements to Contractor will not exceed
$239,949.80 $365,840.04.
The terms of the Original Contract and all previous Amendments are expressly reaffirmed and remain in full force and
effect. The Original Contract and all previous Amendments are incorporated into this Contract by reference. Except as
amended herein, the terms and conditions of the Original Contract and all previous Amendments remain in full force and
effect.
THE BALANCE OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK
3
(CSS/CM Reviewed 10/2012009)
STATE ENCUMBRANCE VEIl.IFICATION
Dale:
.2M
g 'J- / 1'f'f
CONTRACTOR
Contractor certifies that the appropriate person(s) have executed
the Amendment on behalf of Contractor as required by applicable
articles, byla, S Ilia
__ __________ __
Title: __ _,I'-----'--'--=-:=--:,i""="--'---------------
Date: __ --:,1-'--'-<1-=-'-'-= ____________________ _
By: __________________________ _
Title: __________________________________ _
Date: __________________________________ _
4
CCSS/CM Reviewed 10/20/2009)
Mn/DOT Contract No. 92808
CFMS Contract No. 821999
DEPARTMENT OF TRANSPORTATION
Individual certifies that the applicable provisions of Minnesota Statutes
16C.08 subdivisions 2 and 3 are reaOinlled
By:
(with delegated authority)
ORIGl NAL SIGNED BY
Mi chae l A. Barnes
Title: --------------------BtTI;m:-rnn--Rn-.3J"'tn1'
- / / DivisiOll Directol
Date: ________ ----"'-1_'-'2-= '-/-"'-'0"-____________ _
I I
COMr.nSSIONER OF A DMlNlSTRA TION
__ _
Date: /" Q'h "";) )., ) 0/ P
7
Scope of Work
Task 1 - Project Management
MnlDOT Contract No. 92808
Exhibit A-2
Scope of Work
The project management duties for the Minnesota VII for Safety, Mobility and User Fee Technical Program Management
contract are described in the listed subtasks below. The Contractor will not only be responsible for project management
of their team, but to some extent the evaluation team as well.
Task breakdown
There will be four (4) Subtasks to successfully complete this task:
Subtask 1.1: Hold Project Management Meetings
Efforts in Subtask 1.1 will begin by holding a kickoff meeting upon the notice to proceed. This meeting will include all
relevant personnel to the project management effort including members of the Evaluation Team. Subsequent to the
kickoff meeting the Contractor will hold project management meetings on a schedule agreed upon with the State. It is
estimated that there will be a total of nine project management meetings during the duration of the contract. Project
management sub-teams may be identified based on which personnel are to work on specific applications. For example,
separate project management sub-teams may be identified for the Traveler Information, Mileage Based User Fee and In-
Vehicle Signing applications. MnlDOT and the Contractor will expend their best efforts to coordinate meetings of the
sub-teams to minimize travel costs.
Subtask 1.2: Project Management Plan
Efforts in Subtask 1.2 will be to create a Project Management Plan (PMP) that seeks to guide the Technical Program
Management team and the State for project management throughout Phase I. This plan will be divided into three sections
as listed below;
Background information
o Project overview, summary of project purpose, scope and objectives.
o Project deliverables
o Reference materials
Project Organization and Technical Approach
o Organizational structure
o Organizational interfaces, i.e. methods for coordination with the State and Evaluation team
o Summarized technical approach for each task
Risk Management Plan
o Identification of possible risks, and how to track, mitigate and create solutions to potential problems
Detailed Budget and Schedule
o Detailed preliminary budget includes identifying personnel and labor categories with appropriate hours
spent on specific tasks. Managers will be required to maintain budget to proper constraints
o Detailed preliminary schedule will include all major milestone and deliverables dates. Managers will be
required to review progress reports and ensure that project activities are completed on time.
This plan will be kept up to date over the course of the project with a major update required upon the start of Phase II.
Subtask 1.3: Progress Reports
Efforts in Subtask 1.3 will consist of compiling regular (monthly) progress reports. These reports will include a summary
of completed and planned tasks, the status of current tasks, any significant accomplishments of the past month,
identification of any problems and suggested solutions and current/detailed budget statements. These reports will be
supplemented with quarterly progress reports encompassing all project teams that will be used by the State at their
discretion. Appropriate formats for the progress reports will be provided by the State. Planning and organization of
MnlDOT Contract No. 92808
Exhibit A-2
Scope of Work
meetings deemed necessary to update the group as a whole will fall under this subtask including preparation of meeting
agendas and minutes.
SlIbtask 1.4: Progralll Coordillatioll alld Olltreach
Finally, efforts in Subtask 1.4 will work with increasing the awareness of the Minnesota VII for Safety, Mobility and User
Fee project. This will be accomplished by producing literature for distribution including one-pagers, articles for
newsletters, PowerPoint presentations and web based articles on appropriate sites. This outreach should also include
coordinating Minnesota's project with the ongoing National VII effort. This task may also include presenting the project
on behalfofthe State at conferences or workshop as agreed to by the Contractor and the State.
Subtask 1.5:DoclIlllellt COIifigllratioll alld Challge Mallagelllellt
The Contractor will manage versions and changes to documents to maintain compatibility between documents and traceability
between needs and requirements.
Targel COlllplelioll Dales
The following table illustrates the planned completion dates of each Subtask:
T'trgel COIIID,letioll
Deliverrtbles
Deliverable III (Subtask 1.1):
Deliverable #2 (Subtask 1.3):
Deliverable #3 (Subtask 1.2):
Deliverable #4 (Subtask 1.4):
Task 2 - Technical Support
Meeting minutes and agendas
Progress reports (monthly and quarterly)
Project management plan
Project outreach and coordination documents, presentations, and electronic files
The role of the Technical Program Management team includes providing technical support to the Evaluation team and the
State in Phase I. This support is detailed in the subtask breakdown listed below.
Task breakdowlI
The following three {31 fe'"*4 subtasks will be performed to complete this task:
SlIbtask 2.1: Develop Phase II Scope a/Work
The Contractor will prepare procurement documents for Phase II of the VII for Safety, Mobility and User Fee project that
will be used to solicit the Implementation team. The procurement documents will include a Scope of Work referencing
the Concept of Operations and Preliminary Requirements developed under task 3 below, a set of technical specifications
prepared from the System Requirements Specification, a budget, and a schedule for implementation of phase II of the
project. These items must be finalized and approved by the project stakeholders but will fluctuate during the development
of the Concept of Operations. The Scope of Work should be prepared after the Concept of Operations and Preliminary
Requirements documents are submitted to stakeholders to ensure it corresponds with the overall Phase II vision of the
project.
2
Mn/DOT Contract No. 92808
Exhibit A-2
Scope of Work
Any policy changes in the National VII effort must be closely monitored and evaluated to determine any impacts to the
Phase II Scope of Work.
Additionally, the Contractor will develop a detailed scope of work, budget, and schedule for Phase II of this technical program
management team effort which may be incorporated by amendment into this Contract.
Subtask 2.2: Conduct Research on Existing alld Emerging TecimologiesJor [mplementation
The Contractor will be expected to conduct extensive research in Phase I to determine what hardware would be feasible for use
in Phase II. This research will be done in conjunction with the creation of the Concept of Operations document and Phase II
scope of work to ensure that one or more feasible technical approaches actually exist to implement the overall vision of the
project. Hardware considerations shall include but are not limited to communications hardware, personal navigation devices
(PNDs), cellular phone/personal data assistant (PDA) devices, global positioning satellite (GPS) technologies and revenue
collection methods. The Contractor shall facilitate contacts and information exchanges with potential implementers of phase
II. The Contractor shall research both existing and emerging technologies presently available to suggest a best fit system in
Phase II.
Subtask 2.3: Review Preliminary and Final Documellfsfi'om Evaluation Team.
The Contractor will be required to review draft versions of the evaluation plan prepared by the Evaluation team. The
purpose of this task is to verifY the viability of the proposed evaluation methods. Any comments generated by the State
project management personnel will be incorporated into the Contractor's comments to simplify document version history.
Suh.'(;lsk 2.1: lI1Cf31'!Jtna.'c Ch8.'lgts t6 Phase HScBpc e/Tfle..-kji-em UniYcrsit}' ef}.linne-sel8 VAfTEjfor,YJ
THe CentraoteF shall Fe",ise the submitted Phase II Seepe ef "1/eFI, te iAelud. th. haFa",a,. By the ef
Minneseta's VMT pFejeet. Changes shall Felleet the eentent efthe eeoument A System that gnaBles Wiee Reae
Use MeAiteFiAg aAe P,eeessing ef Reae UseF Fees: A White ane eeeisiens that weFe Alae. Between the State aAe
the UAh'eFsily ,ega,aiAg this ha .. lwa,e preouremeAh
Target COlllpletioll Dates
These three f6Uf-subtasks will be conducted over the entirety of Phase I.
Tltrget Co.fllp,leti
Deliverables
Deliverable #5 (Subtask 2.1):
phase II implementation.
Deliverable #6 (Subtask 2. 1):
phase II
Deliverable #7 (Subtask 2.2):
Deliverable #8 (Subtask 2.3):
Del;"'eFABle #9 (SuBtas" 2. 4 ):
the-t>hase II
Phase II procurement documents, including Scope of Work, Budget, and Schedule for the
Phase II Scope of Work, Budget and Schedule for the technical program management team for
Research summary memos and information meetings
Comments on evaluation plan
Revisee Phase II preeuremeAt e_ents inelHsing Seepe efWerl" Budget, and Seheffi!le-fuF
3
Task 3 - Develop Concept of Operations and PreliminalY Requirements
MnlDOT Contract No. 92808
Exhibit A-2
Scope of Work
Task 3 will consist of developing the Concept of Operations for the VII for Safety, Mobility and User Fee project. This
Concept of Operations will include several sections listed below and also the list of preliminary requirements needed to
progress into the implementation of Phase II.
Task breakdown
The following six (6) se',en (7) subtasks will be performed to complete this task:
Subtask 3.1: Define Vision, Goals and Objectives for the System
The Contractor will need to coordinate with every project stakeholder in order to ensure the necessary viewpoints are
represented. This group includes local and state agencies where the system is to be deployed, potential end users and
project managers of the Evaluation team.
Subtask 3.2: Explore Concepts for the Project
This task consists of active "brainstorming" of ideas that will first generate the overall project vision and scope and then
possible solutions and end products. The Contractor is encouraged to generate as many ideas as possible at this stage to
create a wide range of creative possibilities. The ideas generated will then be further developed or discarded based on
feasibility and the scope of the project.
Subtask 3.3: Develop Operational Scenarios
The operational scenarios developed by the contractor must explicitly detail the ways in which a potential system could
operate under specific conditions. These scenarios will describe the operation ofthe system from the individual
stakeholder viewpoints, as well as defining stakeholder expectations. Finally, the scenarios must describe how each of
the users' subsystems will function with one another as a complete system.
Subtask 3.4: Extract and Abstract the Project Needs
It is likely that the development of the Concept of Operations will generate a diverse amount of stakeholder needs, wants
and issues. The needs and wants should be examined for project relevance and feasibility, and then prioritized based on
cost, perceived effort required and overall usefulness to the desired end product. The needs must be listed in the Concept
of Operations document with justification as to why they were addressed or rejected. The issues generated by the
stakeholders must also be prioritized based on the perceived severity of the potential problems they may cause. The
Contractor must then resolve those issues that are identified as critical to project completion.
Subtask 3.5: Docl/ment the Concept of Operations
The written Concept of Operations document will consist of the following sections
Purpose of the document
Scope of the project
Referenced documents








Background
Concepts for the proposed system
Current operational description
Operational needs
Operational Scenarios
System overview
Operational and support environments
Summary of impacts
The contractor must keep in mind thatthe Concept of Operations document will likely evolve and change over it's lifecycle to
accommodate potential changes in project scope as dictated by the stakeholders
4
Subtask 3.6 Develop the Prelilllillmy Requirelllellts
MnlDOT Contract No. 92808
Exhibit A-2
Scope of Work
The preliminary requirements are to be developed from the prioritized list of stakeholder needs using the following
criteria;
Requirements shall be uniquely identifiable to ensure traceability
Requirements shall express a major desired capability of the system
Requirements shall be solution free or give designers flexibility to develop the best possible solution
Requirements shall capture the rationale or intent of why the capability is needed in the system
The Contractor should be careful not to develop concrete terms in the requirements that would prevent the implementation
team in Phase II from designing the best possible VII system. Any specific technologies that are necessary to the project
will be considered constraints of the requirements.
Subtas/r 3. 7 lllcel'epralc Changes .'6 COllcep.' &fOpcI'8tio,'ls tlmi P-re.'huinar-y RequircmcnFs fl'e,.,., University e/lfhmose,+a
VUT Ejfol'i!;
+Ile-Genlmstar shall reyise the suamittes Caneept af Opemtians ami Preliminar), Requirements ta iAeluae the harawAre
j>FapaSea a)' the UAiversil}' afMiAAesata's VMT p r ~ e s l . ChaAges shall refiest the eaAteAt afthe aaSm .. eAt A S),stem that
6AAaies MAtia .. Wiae Raaa Use MaAitariAg aAa PrasessiAg afRaaa User Fees: A White Paper ana aeeisians that were maae
aetween the StAte Ana the Uni'rersit)' regarding this harawAre praeuremenl.
Target COlllpletioll Dates
These six seve!> subtasks will span most of the Phase I timeline.
Deliverables
Deliverable #2 W(Subtask 3.5): Concept of Operations document - I draft and I final version
Deliverable #10 ++-(Subtask 3.6): Preliminary requirements technical memo
Delh'emale # II 13 (Suatas" 3.7): Re"ises Caneept afOpemtians aAa preliminary requirements-teshnieal memo
3.3 Electronic requirements management data if the contractor uses a systems engineering tool for managing requirements,
i.e. systems engineering software or other methods used for traceability from the Concept of Operations to the requirements.
Task 4 - Demonstration Project RFP Support
Task 4 will consist of any support to Mil/DOT thl'Oughollt the process of soliciting for. selecting. and contracting
with a demonstration cOlltractor. Inputs will include the Concept of Operations including Preliminary
Requirements. the RFP document itself and the Preliminary Evaluation Plan. As part of this task. all project
documentation will be distributed and routed electronically to minimize delays. and The State will provide The
Contractor with copies of all proposals received.
5
Task nreakdown
The following three (3) subtasks will be nedormed to complete this task:
Sub/ask 4.1: Supporl Mil/DOT Durillg Ille Solicilalioll Period
MniDOT Contract No. 92808
Exhibit A-2
Scope of Work
The Contractol' will provide recommended answers to technical guestions from proposers for review by MnlDOT
as well as organizational and technical support for a pre-proposal meeting if required.
Sublask 4.2: Proposal Review
The Contractor will review proposals received and provide comments, concerns, and recommendations to Mn/ DOT for
consideration. Comments must be submitted in a timely manner to maintain the contracting process schedule developed
by MniDOT
Sublask 4.3: Allalvsis oCTecimimllsmes
The Contractor will provide ongoing analysis of technical issues identified by MnlDOT during the proposal review
peliod. These analyses will be documented and submitted to MnlDOT upon reguest of The State to be nsed in the
final proposal evaluation.
Targel CompleliOlt Dales
These three subtasks will span the proposal review and contract negotiation process leading into Phase II
Targel COlllplelioll Dales (or Task 4
Deliverables
Deliverable #12 (Subtask 4.1): Documented Answers to Technical Ouestions
Deliverable #13 (Subtask 4.2): Written Reviews of Proposals
Deliverable #14 (Subtask 4.3): Documented Analysis of Identified Technical Issues
The Contractor may be required to continue program management and technical support services through phase II of the
VII for Safety, Mobility and User Fee project. Tasks for phase II have not been approved at this time and a contract
amendment will be required before any phase II work connnences.
6
VII For Safety, Mobility and User Fee
SP Number:
MnillOT Contract Number:
MHI project #:
Direct Lahar
Name
Christopher Hill
Lee Mixon
Kyle Garrett
Bryan Krueger
Gary Smith
Brenda Boyce
Rachel Gast
Ed Flener
Katie Venema
Jackie Mixon
Stephanie Minor
Subtotal
2 Overhead Costs
3 Fixed Fee
4 Direct Costs
Total direct costs
5 TOTAL AMOUNT DUE
Total of items 1,2,3,4, & 5
Exhibit B-1
Amendment 1 Budget
155.00%
10%
8816-1153
92808
08008
Hours
30
70
17
5
122
Rate (Slbr)
$99.23
$99.23
$52.98
$53.14
$62.10
$40.01
$21.56
$32.19
$15.16
$60.29
$15.90
MnlDOT Contract No. 92808
Exhibit B-1
Amendment 1 Budget
Total
$2,976.90
$0.00
$3,708.60
$0.00
$0.00
$0.00
$366.52
$0.00
$75.80
$0.00
$0.00
$7,127.82
$11,048.12
$1,817.60
$0.00
$19,993.54
Mixon Hill, Inc. $
Athey Creek Consultants $
KLD ConsultinQ (DBE) $
Exhibit B-2
Amendment 2 Budget
Required Tasks Cost Summary by Firm
Labor and additives Direct Costs (Travel)
90,128.90 $ 6,000.00
9,668.00 $ 100.00
-
$
-
MnlDOT Contract No. 92808
Exhibit B-2
Amendment 2 Budget
Total Budget
$ 96,128.90
$ 9,768.00
$
-
I S99,796.90Ts 6,100.0-0 I $- 105,896.90 I
Required Tasks Cost Summary by Task
Task 1 - Project Management $ 16,892.93
Task 2 - Feasibility of Alternative Operational Approaches $
Task 3 - Demonstration Project RFP Support $ 89,003.97
Task 4 - Technical Mana!lement of Demonstration Project $
$ -- 105,896.90]
1 Direct Labor
Name
Christopher Hill 112
Lee Mixon 46
Jacqueline Mixon 0
Kyle Garrett 196
Bryan Krueger 0
June Kaiser 64
Brenda Boyce 0
Rachel Gast 48
Katie Venema 118
Subtotal
2 Owrhead Costs
160.00%
3 Fixed Fee
10%
4 Direct Costs
Supplies
Meals
Telephone
Reprographics
Trawl costs:
Mileage/car rental
Airfare
Room and board
Parking and tolls
Total direct costs
5 TOTAL AMOUNT
Total of items 1, 2, 3 and 4
Mixon Hill, Inc. Summary
Hours Rate ($/hr)
$ 99.23
$ 99.23
$ 60.29
$ 52.97
$ 53.14
$ 41.11
$ 40.01
$ 21.55
$ 15.15
584
-_ ..
$0.00
$0.00
$0.00
$0.00
$900.00
$2,400.00
$2,400.00
$300.00
2
$
$
$
$
$
$
$
$
$
$
$
$
Total
11,113.76
4,564.58
-
10,382.12
-
2,631.04
-
1,034.40
1,787.70
31,513.60
50,421.76
8,193.54
$6,000.00
$96,128.90
MnlDOT Contract No. 92808
Exhibit B-2
Amendment 2 Budget
1 Fixed Fee Rate'
Name
Dean Deeter
Tina Roelofs
Subtotal
2 Direct Costs
Supplies
Meals
Telephone
Reprographics
Travel costs:
Local Mileage/Car Rental
Airfare
Room and board
Parking and tolls
Total direct costs
3 TOTAL AMOUNT
Total of items 1 and 2
Note:
Athey Creek Consultants Summary
Hours Rate ($/hr)
70 $ 116.00 $
18 $ 86.00 $
88 $
$100.00
$
, Fixed Fee Rates reflect loaded hourly rates inclusive of overhead costs and fixed fee.
3
Total
8,120.00
1,548.00
9,668.00
$100.00
9,768.00
MniDOT Contract No. 92808
Exhibit B-2
Amendment 2 Budget
INVOICE NO .. __ _
MnlDOT Contract No. 92808
Exhibit D-I
Invoice Form
Original To: Ron Bisek, Authorized Representative Estimated Completion: %
Minnesota Department of Transportation (from Column 6 Progress Report)
1500 W. County Road B2, MS 725, Roseville, MN 55113
Copy: Matt Gjersvik, Project Manager Period Ending: _______ _
Minnesota Department of Transportation Invoice Date: _______ _
1500 W. County Road B2, MS725, Roseville, MN 55113
Re: Project Description: VII for Safety, Mobility and User Fee Contract Expiration Date: November 30, 2010
SP Number: 8816-1153
TH Number: Not Applicable MnlDOT Contract No.92808
I. Direct Labor Costs:
(Sec Exhibit B for Breakdown)
2. Overhead Costs: Rate ~ 155%
(SalarvOvcrhead Rate)
3. Fixed Fee (Profit) Costs: R a t e ~ 10'10
(Fixed Fee"" $ Percent Comolete)
4. Direct Expense Costs:
(Attach Supporting Documentation)
5. Subcontractor Costs:

Athey Creek

Portland State University

KLD Consulting

James L. Wright
Net Earnings Totals:
Contractor: Complete this table when
submitting an Invoice for pa ment
Total Total Amount Billed
Contract Billing Previously This
Amount to Date Billed Invoice
$98,050.76
$153,554.36
$25,160.52
$14,000.00
$34,784.00
$10,000.00
$25,240.00
$5,050.40
$365,840.04
Total Amount Due This Invoice:
I certifY that the above statement is correct and
payment has not been received.
Activity Total Amount Billed This
Signature: _______________ _
Code Billing to Previously Invoice
Date Billed
6265
Total*
*Must Match Net Earnmgs Totals Above
For Consultant Services Use Only
Print Name: ______________ _
Title: ______________ _
Billing Address:
Telephone:
3535 Vadnais Center Drive
St. Paul, MN 55110
651.490.2000
Approved for Payment: __________ _
Date: _____________ _
Minnesota Department of Transportation
Transportat ion Building
395 John Ireland Boulevard
Saini Paul, Minnesota 55155-t 899
January 26, 2010
Ms, Rachel Gast
Mixon Hill, Inc,
12980 Metcalf Avenue, Suite 470
Overland Park, KS 66213
In reference to: MnillOT Contract No, 92808; Amendment No, 2
SP Number 8816-1153
Dear Ms Gast:
Enclosed is your executed copy of the above referenced Amendment. This Amendment is for the VII for
Safety, Mobility and User Fee Technical Program Management project-
The Amendment was fully executed on January 22, 2010 and is the date of your authorization to
proceed. Please coordinate this project with Matt Gjersvik, Mn/DOT's Project Manager, at
651-234-7064
Please send to me a signed copy of any sub-consultant contl'llcts for this IH'ojeet.
[fyou have any questions regarding thi s Contract, please contact me.
Si ncerely,
Ron Bisek
Contract Admini strator
Cc:
File (Original)
Matt Gjersvik (Copy)
An equal opportunity employer
Mil/DOT COlltract No. 95757
MMD Cert No. __ do ____ V;?"'--.LI __ _
Instructions:
PROFESSIONALITECHNICAL CONTRACT AND WORK ORDER
CERTIFICATION FORM
I) Required for ProfessionaVTechnical (PIT) services valued over $5,000, including Joint Powers Agreements for
PIT services (Minnesota Statutes 16C.08).
2) Submit TWO copies of this form, completely filled out, to Consultant Services (MS 680) to route for approval.
State Project Number (SP): Trunk Highway Number (TH): N/A
Project Identification: IntelliDrive'" for Safety, Mobility and UScI' Fee Implementation
Transportation Accountability Act (TAA) Privatization Contract: 0 Yes I8J Exempt
Agency: Dep3ltment of TranspOltation I Division: Policy, Safety & Strategic Will any Federal Funds be
Initiatives used?
Estimated Total Contract Cost: Estimated Total Contract Cost: I8J Yes o No
(original Contract period only) (original Cost plus any extension options)
$ 10,000,000.00 $
ONLY IF YOU HAVE AN OPTION TO EATEND
Contract Term:
From: January 1,2010 To: December 31, 2013 With an option to extend _ add'l_ yr periods
The total Contract term, including Amendments, CANNOT exceed five years unless otherwise provided for by law
(Minnesota Statutes 16C.08, subdivision 3 (5. The initial Contract term must not exceed two years unless the
Commissioner of Administration determined that a longer duration is in the best interest of State. If the Original
Contract term exceeds two years provide a justification: This is a large and complex project that intends to use
the latest in research and technology to achieve its objectives. This will require a great deal of coordination
between manufacturing, research and operational factions to create the desired system. In some cases, technology
will need to be developed and tested before any implementation can OCCUL Based on these issues, the four year
contract term requested is still quite ambitious, yet achievable.
Agency certifies that Minnesota Statutes 15 .061 and/or 161.20 authorizes the Agency to enter into this PIT
Services Contract. .
Nature of Contract:
This contract seeks to Implement Phase II of Minnesota's IntelliDrive"'for Safety, Mobility and User Fee
demonstration. IntelliDrive
S11
, formerly Vehicle Infrastructure Integration (VII), was developed from previous
intelligent highway vehicle programs including the Intermodal Surface Transportation Efficiency Act (ISTEA) of
1991, The TranspOltation Equity Act for the 21st Century (TEA-2l) of 1997 and finally the Intelligent Vehicle
Initiative (IVI) that was created through TEA-21. IntelliDrive
sM
seeks to improve traffic safety and mobility while
enhancing commerce in the areas where it will be implemented. Three separate applications have been identified in
Phase I of the demonstration that Mn/DOT feels will best meet their safety, mobility and funding goals. An In-
Vehicle Signing application addresses safety issues, an Enhanced Traveler Information application would improve
driver mobility and a Mileage Based User Fee (MBUF) application could counteract the problem of diminishing fuel
tax revenue. All of these applications will use aftermarket devices on a common in-vehicle platform Phase I of this
demonstration produced a Concept of Operations (ConOps) and set of preliminary requirements to be applied directly
to the Phase II implementation. The ConOps detailed possible implementation scenarios that describe what the
IntelliDrive
S1
' applications should do, and the prelimin3lY requirements set constraints on the overall system. A
prelimin3lyevaluation plan was also created during Phase I to be used during and after the full deployment of the
Phase II IntelliDrive
sM
system.
Product or Result of the Contl'3ct:
It is the goal of this project to accomplish the following:
- I -
(CSS Reviewed 6115/2009)
Mn/DOT Contract No. 95757
Evaluate the effectiveness of in-vehicle signing for improving safety using localized applications
Fill the gap between the existing IntelliDrive Proof of Concept demonstration and future funding decisions
Determine if the in-vehicle signing approach being developed could be used to implement additional
IntelliDrive applications
Assess how the proposed IntelliDrive application could be used to implement mileage-based user fees
Assess the viability of a non-network IntelliDrive safety application, especially for rural deployments
Determine if GPS probe data can be used with a set number of demonstration vehicles to develop enhanced
traveler information, especially on alierial roadways
The system will demonstrate the operation of an aftermarket platform and supporting infrastructure for providing
location-based safety, mobility, and user fee services. The platform will preferably be common to all three of these
functions, and it is likely that some degree of hardware and software integration will be necessary in order to achieve
this commonality. Infrastructure will include any roadside devices, back-end servers, software, and network services
needed to support the application services.
Contract Options: (Check One) and Complete the Appropriate Section Below
t8J Formal Request for Proposals (RFP) or Informal Solicitation Process (Complete Section A)
o Selection from Mn/DOT's Pre-Qualification Program (Complete Section B)
o Work Order Contract (Complete Section C)
o Single Source Request (Complete Section D)
o Joint Powers Agreement (Complete Section E)
Section A "Formal RFP 01' Informal Solicitation Process" (Check One)
o Contract value is between $5,000 and $100,000
Attach the following:
Informal Solicitation
Public Notice ofInfofmal Solicitation
t8J Contract value is over $100,000
Allach the following:
RFP
Public Notice of Formal RFP
I Section B "Selection from MnillOT's Pre-Qualification Program" (Check One)
o Contract value is $400,000 or less
Contractor must be Pre-Qualified in the identified work type may be directly selected under the Mn/DOT
Pre-Qualification Program guidelines.
o Contract value is between $400,000 and $800,000
The Announcement is intended only for Contractors "Pre-Qualificd" in the identified work type(s)
at the time the Announcement is posted and wiII only be posted on the Consultant Services Website.
Allach the following:
o Required Pre-Qualification program Work Type(s) needed for the project
o Announcement (including a scope. of work)
o Contract value is over $800,000
The Announcement is intended only for Contractors "Pre-Qualified" in the identified work type(s)
at the time the Announcement is posted and will only be posted on the Consultant Services Website.
Allach the following:
o Required Pre-Qualification Program Work Type(s) needed for the project
o Announcement (including a scope of work)
NOTE: You must also submit the RFP, when you get to that Phase of the selection process, prior to issuing
. it to the ShOli listed responders.
Section C "Work Order Contract" (Check One)
- 2 -
(CSS Reviewed 611 512009)
Mn/DOT Contract No. 95757
o Contractor selection is in accordance with Master T-Contract rotation process.
o Other: [e.g. indicate if using a Depmtment of Administration Master Contract)
Section D "Single Source Request"
Contractor's Name: .,--,-_____ -:-:-::-______ _
Attach the "Single Source Request" form
Section E "Joint Powers Agreement"
Name of the Governmental Unit: _________________ _
Attach the "Single Source Request" form
COMPLETE THIS SECTION FOR ALL CONTRACTS EXCEPT ENGINEERING ANDIOR
ARCHITECTURE CONTRACTS - Reverse Auction 0 ortuni
Minnesota Statutes l6C.1 0 allows for the use of reverse auctions for the procurement of goods and services with the
exception of engineering design or architectural services. Contact Contract Management with questions about reverse
auctions.
o We will utilize a reverse auction for th is procurement. (Col/tact COl/tract Mal/agemel/t First)
o After review, we have opted not to pursue the reverse auction procurement tool in this instance.
COMPLETE THIS SECTION FOR ALL CONTRACTS - Evaluation of Cost
Executive Order 05-07 requires that "all vendor selection evaluations conducted under Minnesota's 'best value'
statutes must consider price to be of significant impOltance ... ". Price information from all proposals must be
submitted on the "Price Data Sheet", which must accompany the resulting Contract for signature.
Indicate weight of price: 0%
~ I am requesting an exception to the state's guideline. A memo justitying the request is attached.
o Not applicable - Single Source Request, Joint Powers Agreement, Work Order Contract or MnIDOT's Pre-
Qualification Program (under $800,000)
COMPLETE THIS SECTION FOR ALL CONTRACTS - Foreign Outsourcing
Pursuant to the Governor's Executive Order 04-02, and the resulting state policy, agencies must consider the extent
to which PIT or standard service Contracts involve foreign outsourcing when making Contract award decisions. By
submission ofthis Celtification, the agency is attesting that it has considered whether:
I. Foreign outsourcing is likely to occur given what is known about the industry;
2. Services required are also readily available from companies that perform the services within the United States;
3. There are anticipated differences in price between offshored services and those performed within the United
States, based on market analysis, comparisons involving previous transactions or other reliable information;
4. There are anticipated differences in quality or the time in which the Contract can be performed between
offshored and domestic services; and
5. The potential for foreign outsourcing raises other relevant factors that require consideration such as effects on the
local economy, work place safety issues or potential for compromised security of data, systems or other
resources.
After consideration of these factors: (check one)
o The extent to which services will be performed within the United States will be a requirement of or a factor in the
award as set fOlth in the attached solicitation document.
~ After considering the above factors, we .have opted not to make the location where services are performed a
requirement of or a factor in the award of this Contract. (Foreign Outsourcing cannot be included when federal
funds apply).
COMPLETE THIS SECTION FOR ALL CONTRACTS
- 3 -
(CSS Reviewed 6/(512009)
Mil/DOT Contract No. 95757
In accordance with Minnesota Statutes 16C.08, subdivisions 2 and 3; the Agency provides the following:
1. Describe how the proposed Contract is necessary and reasonable to advance the statutory mission of the
agency:
This contract is necessaty to continue Minnesota's work with the National IntelliDrive'" effort and improve both
safety and mobility in various areas of the state. The proposed contract also will help to create new methods of
revenue generation for transpOliation funding.
2. Describe your plan to notify firms 01' individuals who may be available to perform the services called for
in the solicitation: (Check all that apply)
~ Consultant Services Website
o MMD Website'
~ State Register
o Not Applicable-
o Other: ---c-----::-:-c---=::-::-
Single Source Request, Joint Powers Agreement, Work Order Contract 01' direct select
from MnIDOT's Pre-Qualification Program
3. Describe the performance measures 01' other tools that will be used to monitor and evaluate Contract
performance and how the results of the work will be used.
Regular progress repOlts will be utilized during the course of the Contract; MnIDOT's standard performance
evaluation will be completed at the end of the Contract.
The results of the work will be used to ftlliher Mn/DOT's involvement in the national IntelliDrive'" effOlts
There is also a current contract that encompasses a comprehensive evaluation of the entire project.
COMPLETE THIS SECTION FOR ALL CONTRACTS - Enterprise Pl'Ocurement
Is this Contract being pursued unilaterally by the Agency as opposed to an enterprise procurement?
("Enterprise Procurement" means the process undeltaken by the commissioner to leverage economies of scale of
multiple end users to achieve cost savings and other favorable terms in Contracts for goods and services.)
~ Unilaterally, because
~ This Service is unique to this Agency
o It is not known if other agencies are engaged in similar Contracts
o Other: __ ;---:;::-__ -;:---:::-;-_--:
o Potential Enterprise Opportunity - Please call me at (inseJt your phone number) to discuss this potential
0ppOltunity to develop a multi-agency enterprise procurement Contract.
COMPLETE THIS :mCTION FOR ALL CONTRACTS - Agency Certifications
Pursuant to Minnesota Statutes l6C.08, I celiifY:
1. No state employee is (a) able and (b) available to perform the services called for by the Contract.
A. How did youl'each this conclusion?
Phase I of Minnesota's IntelliDrive'" project was completed by two separate contractors. Phase" could
not possibly be completed by State personnel alone due to the complexity, scope and overall cost of the
proposed contract.
B. List other methods considered for accomplishing the work?
The University of Minnesota (specifically the Center for Transportation Studies) has been involved in the
progress the State has made so far with IntelliDrive"" but the scope of the Phase II work is too much for
them to accomplish by themselves. Likewise, none of the other Minnesota State Colleges have the
manpower or technical expertise to adequately complete this project.
2. The normal competitive bidding mechanisms (low bid) will not provide for adequate performance of the service.
3. Reasonable effOlis will be made to publicize the availability of the Contract to the public.
4. The agency will develop and implement a written plan providing for the assignment of specific agency personnel
to manage the Contract, including a monitoring and liaison function, the periodic review of interim repOlts or
- 4 -
(CSS Reviewed 6/15/2009)
Mil/ DOT Contract No. 95757
other indications of past performance and the ultimate utilization of the final product of the services. The
following person has been assigned to manage the Contract as well as monitor and act as liaison for the Contract:
Matthew Gjersvil<, PE, PTOE - Office of Traffic, Safety and Technology
5. No one in or On behalf of the agency will authori ze the Contractor to begin work before the Contract is fnlly
executed unless an exception has been granted by the Commissioner of Administration under Minnesota Statutes
16C.05, Subdivision2a and funds are fully encumbered.
6. The Contract will not establish an employer/employee relationship between the state or the agency and any
person performing under the Contract. .
7. In the event the results of the Contract work will be carried out or continued by state employees upon completion
of the Contract, the agency will require the contractor to include state employees in development and training, to
the extent necessary, to ensure that afler completion of the Contract, state employees can perform any ongoing
work related to the same function. .
8. No current state employee will engage in the performance of the Contract.
9. Reasonable efforts have been made to avoid conflicts of interest throughout the selection and performance of this
Contract. All potential or actual conflicts of interest will be reported to MMD.
10. The Agency will not Contract out its previously el iminated jobs for four years without fi rst considering the same
former employees who are On the seniority unit layoff list who meet the minimum qualifications determined by
the Agency.
Recommellded for Approval
Authorized Representative
B y ~
Mil/DOT Approl'{t/
Person with authorit
B:
Office of Ellterprise Tec/II/ology
Required for technology contracts over $5,000.00
By:
Date:
Date:
Date:
Departmellt of Admillistratioll, Materials Mallagemellt Divisioll
ProfessionallTechnical Services Contract Section
[ By *-a . ~ [ D",lI/IIp/1f!
- 5 -
(CSS Reviewed 6115/2009)
MnIDOT Contmct No. 95757
STATE OF MINNESOTA
PROFESSIONAL AND TECHNICAL SERVICES CONTRACT
Federal Project Number: :--____ _
State Project Number (SP): ____ _
Tl'IInk Highway Number (TH): NIA
Project Identification: IntelliDrive for Safety, Mobility and User Fee Implementation
This Contract is between the State of Minnesota acting tlu'ough its Commissioner of Transportation ("State") and Battelle
Memorial Institute, Address: 505 Kings Avenue, Columbus, OH 43201 ("Contractor").
Recitals
1. Under Minnesota Statutes 15.061, State is authorized to engage such assistance as deemed necessary.
2. State is in need ofa technical deployment (implementation) during Phase II of Minnesota's IntelliDrivesM.for Safety,
Mobility and User Fee demonstration. IntelliDrive
s
", formerly Vehicle Infrastructure Integration (VII), was
developed from previous intelligent highway vehicle programs including the Intermodal Surface Transportation
Efficiency Act (ISTEA) of 1991, The TranspOtiation Equity Act for the 21st Century (TEA-21) of 1997 and finally
the Intelligent Vehicle Initiative (IVI) that was created through TEA-21. IntelliDrive
sM
seeks to improve traffic
safety and mobility while enhancing commerce in the areas where it will be implemented. Three separate
applications have been identified in Phase I of the demonstration that MnlDOT feels will best meet their safety,
mobility and funding goals. An In-Vehicle Signing application addresses safety issues, an Enhanced Traveler
Information application would improve driver mobility and a Mileage Based User Fee (MBUF) application could
counteract the problem of diminishing fuel tax revenue. All of these applications will use aftermarket devices on a
common in-vehicle platfOtID Phase I of this demonstration produced a Concept of Operations (ConOps) a set of
preliminary requirements, and a Phase II Implementation Scope of Work. The ConOps detailed possible
implementation scenarios that describe what the IntelliDrive'" applications should do, and the preliminary
requirements set constraints on the overall system. A preliminary evaluation plan was also created during Phase I to
be used during and after the full deployment of the Phase II IntelliDrive'" system.
It is the goal of this project to accomplish the following:
Evaluate the effectiveness of in-vehicle signing for improving safety using localized applications.
Fill the gap between the existing IntelliDrive
sM
Proof of Concept demonsh'ation and future funding
decisions.
Determine if the in-vehicle signing approach being developed could be used to implement additional
IntelliDrive'" applications.
Assess if the proposed IntelliDrive
sM
application could be used to implement mileage-based user fees.
Assess the viability of a non-network IntelliDrive'" safety application, especially for rural deployments.
Demonstrate the proposed IntelliDrive
sM
approach for providing location-specific traveler information and
collecting vehicle probe data.
Assess the feasibility of using consumer devices for implementing IntelliDrive'" applications.
3. Contractor represents that it is duly qualified and agrees to perform all services described in this Contract to the
satisfaction of State.
Article 1
1.1
1.2
Contmct Special Terms
Term of Contmct; Survival of Terms; Incorporation of Exhibits:
Effective Date: This Contract will be effective the date that all required signatures are obtained by
State, pursuant to Minnesota Statutes Section 16C.05, subdivision 2.
Expiration Date: This Contract will expire on November 30, 2012 or the date that all obligations
have been fulfilled and all deliverables have been approved by State, which ever
occurs first.
1
(CSS/CM Reviewed 1/12/2010)
Mn/DOT Contract No. 95757
1.3 Survival of Terms: All clauses which impose obligations continuing in their nature and which must
survive in order to give effect to their meaning will survive the expiration or
termination of this Contract. including, without limitation, the following clauses:
II. Governing Law, Jurisdiction and Venue; Aids to Interpretation; Referenced
Standards; 20. Audits and Inspections; 21. Government Data Practices and
Intellectual Propel1y; 23. Standard of Care; Liability for Work; 24. Deliverable
Standards; 31. Data Disclosure; and 34. Publicity and Endorsements.
1.4 Exhibits: Exhibits A through G are attached and incorporated into this Contract.
Article 2 Scope of Work:
The services to be provided for under this Contract by Contractor are as follows:
The contractor is to develop three separate applications that will function through a set of procured
consumer in-vehicle hardware. The contractor shall begin this design process by analyzing both the Preliminary
Requirements and the Concept of Operations delivered in Phase I, and then updating and finalizing these documents such
that they reflect the final vision of The Sate and its stakeholders. The hardware/software set will then be designed, tested
and installed in a pre-determined number of test vehicles and used for demonstrating the InteliiDrive
sM
program in the
state of Minnesota. All participants will then return the hardware/software set to the contractor after their segment of
time in the demonsh'ation has elapsed. The contractor shall design, test and deploy the following three applications:
/n- Vehicle Signing
The federal InteliiDrive
sM
concept of operations calls for several applications that could be realized through the use of in-
vehicle signing. The Conh'actor shall design, test and deploy an application to be used on aftermarket navigation devices
to relay signing information to the drivel' in a way that doesn't distract from driver attentiveness or cause undue
distractions. This may be accomplished using a combination of audio and visual cues. Some of the scenarios for In-
vehicle signing may include the following
Work zone alert
School zone alert
Speed zone alert
Curve warning
Intersection collision warning
Enhanced Traveler biforlllation
The Twin Cities Metro Area has a fully realized h'aveler information system on its network of fieeways. Some of the
services offered include travel times and traffic conditions displayed on dynamic message signs (DMS) and a 511 system
that is available on telephones and the internet. The Contractor shall develop an enhanced version of this traveler
information system by giving participants location-specific data as they drive. The Conh'actor should also examine
whether or not it is feasible to include information about h'aditionally non-insh'umented arterial roadways in the data set
transmitted to pmticipants.
Mileage Based User Fees
Current budget projections indicate that the current motor vehicle fuel taxes will not be able to meet the demands of
future transportation infrash'ucture needs. One way to solve this problem is to develop a 'pay as you go' system that
would charge drivers per mile traveled. The conh'actor shall design, test and deploy a Mileage Based User Fee (MBUF)
system that will accurately and fairly charge vehicles for miles traveled, preserve driver privacy and also contain the
ability to assess fees based on location and time of day, i.e. congestion pricing. Because this Conh'act provides for a
technical demonsh'ation, and not a state-wide implementation ofthe InteliiDrive
sM
program, participants will be given
pre-paid accounts that shall act as a proxy to a real-world revenue collection system.
2.1 See Exhibit A for additional infOimation.
2.2 Deliverables are defined as the work product created or supplied by the Contractor pursuant to the terms
of this Conhact.
2
(CSS/CM Reviewed 1/12/2010)
2.3
2.4
2.5
Article 3
3.1
3.2
3.3
3.4
Article 4
4.1
4.2
4.3
4.4
4.5
4.6
4.7
Article 5
5.1
5.2
5.3
Article 6
MnlDOT Contract No. 95757
See Exhibit A for the details on the deliverables to be provided by Contractor.
See Exhibit G for complete list of deliverables and due dates.
State's Project Manager has the authority to update and adjust all project schedules when necessary at
progress meetings within the terms of the Contract.
Items Provided and Completed by State:
After authorizing Conh'actor to begin work, State will fumish any data or material in it's possession
relating to the project that may be of use to Contractor in performing the work.
All such data fumished to Contractor, will remain the property of State and will be promptly retumed
upon State's request or upon the expiration or termination of this Contract.
Conh'actor will analyze all such data fumished by State. If Contractor finds any such data to be incorrect
or incomplete, Conh'actor will bring the facts to the attention of State before proceeding with the part of
the project affected. State will investigate the matter, and if it finds that such data is incorrect or
incomplete, it will promptly determine a method for fumishing corrected data. Delay in fumishing data .
will not be considered justification for an adjustment in compensation.
See Exhibit A for a detailed listing of responsibilities to be completed by State.
Consideration of Payment:
Contractor will be paid on a Cost Plus Fixed Fee (profit) basis as follows:
Direct Labor Costs:
Overhead Rate Costs:
Fixed Fee Costs:
Direct Expense Costs:
Subcontractor(s) Costs:
URS Corporation
Pierce Pini & Associates
TOTAL
$ 898,425.41
$1,437,480.65
$ 315,347.32
$ 509,061.00
$ 591,139.55
$ 436,999.31
$4,188,453.24
Contractor will be reimbursed for h'avel and subsistence expenses in the same manner and in no greater
amount than provided in the current "Minnesota Depatiment of Transportation Travel Regulations".
Contractor will not be reimbursed for h'avel and subsistence expenses incurred outside the State of
Minnesota unless it has received prior written approval from State for such out of state havel. State of
Minnesota will be considered the home base for determining whether travel is "out of state". See Exhibit
E for the current Minnesota Department of Transportation Reimbursement Rates for Travel Expenses.
Federal funding applies to this Contract, see the General Terms for applicable conhols.
The overhead rate of 160 .00% of direct Salaty Costs will be used on a provisional basis determined by
MnlDOT's Office of Audit and will not exceed 160%.
Allowable direct costs include project specific costs listed in Exhibit B. Any other direct costs not listed
in Exhibit B must be approved, in writing, by the State's Authorized Representative prior to incurring
costs.
See Exhibit B for Budget Details on Conh'actor and its Subconhactor(s).
State's total obligation for all compensation and reimbursements to Conh'actor will not exceed
$4,188,453.24.
Terms of Payment:
Conh'actor will use the fOimat set forth in Exhibit C when submitting Invoices.
Contractor will submit the monthly progress report set fOlih in Exhibit D showing the progress of work
in work hours according to the tasks listed in Article 2 Scope of Work.
Payment Liquidation: Conh'actor will submit invoices for payment in accordance with the following
schedule: On a Monthly Basis.
Contractor's Project Team:
3
(CSS/CM Reviewed 1/12/2010)
MnillOT Contract No. 95757
6.1 Contractor's Project Manager will be:
Name/Title: Bennett Pierce
Address: 505 King Avenue, Columbus, OH 43201
Phone: (614) 424-3905
Fax: (614) 458-3905
E-Mail: peirceb@battelle.org
If Contractor's Project Manager changes at any time during this Contract, Contractor will be responsible
to follow conditions laid out within Aliicle 16 of the General Terms.
6.2 See Exhibit F for a full listing of key personnel as defined in Atiicle 12 of the General Terms.
Article 7
7.1
State's Authorized Representative and Project Manager:
State's Authorized Representative will be:
Name/Title: Ron Bisek
Address: 1500 West County Road B2, Roseville, MN 55113
Phone: (651) 234-7057
Fax: (651) 234-7042
E-Mail: ron.bisek@state.mn.us
State's Authorized Representative, 01' his/her successor, has the responsibility to monitor Contractor's
performance and the authority to accept the services provided under this Contract. Ifthe services are
satisfactOl)" State's Authorized Representative will celiify acceptance on each invoice submitted for
payment.
7.2 State's Project Manager will be:
Article 8
8.1
8.2
8.3
8.4
Name/Title: Cory Johnson
Address: 1500 West County Road B2, Roseville, MN 55113
Phone: (651 )-234-7062
Fax: (651)234-7042
E-Mail: corvj.johnson@state.mn.us
State's Project Manager, 01' his/her successor, has the responsibility to monitor Contractor's performance
and progress. State's Project Manager will sign progress repOlis, review billing statements, make
recommendations to State's Authorized Representative for acceptance of Contractor's goods 01' services
and make recommendations to State's Authorized Representative for celiification for payment of each
Invoice submitted for payment.
Modification of the General Terms:
Article 18.3 is deleted, as authorized by Minnesota Statutes 16C.08, subdivision 5(b) for professional
services as defined in Minnesota Statutes 326.02 to 326.15.
Article 26.3.5 is deleted in its entirety and replaced with the following: Contractors policies will include
legal defense fees as pati of its liability policy limits, with the exception of26.2.5 above.
Article 26.3.6 is deleted in its entirety and replaced with the following: Contractor will obtain insurance
policies from insurance companies that are satisfactOl), to the State of Minnesota.
Article 26.5 is deleted in its entirety and replaced with the following: State reserves the right to suspend
this Contract if Contractor is not in compliance with the insurance requirements and retains all rights to
pursue any legal remedies against Contractor. If State suspends this Contract for Contractor's
noncompliance with the insurance requirements, Contractor will have 10 days from its receipt of notice
of the suspension to cure the noncompliance. If Contractor does not cure its noncompliance with the
insurance requirements within 10 days, State may immediately rescind this Contract. State shall be able
to inspect the Contractor's policies required under this Contract at a mutually agreeable time at a State
office (01' another location if agreed to by State). Contractor shall provide the required policies for State
review; however, State may not make copies of the policies, except that State may make copies of
4
(CSS/CM Reviewed 1/12/2010)
Article 9
9.1
MnlDOT Contract No. 95757
sections of the policies dealing with the process for filing claims and exclusions from coverage pertinent
to the scope of work under this Contract. As an alternative to allowing the State to make copies, the
Contractor may provide a written summary from the insurer or the insurer's authorized representative
summarizing policy coverage, exclusions pertinent to the scope of work under this Contract and the
claims process. Providing this written summary will not, however, eliminate the State's right to inspect
the policy. The State and Contractor will attempt to coordinate any policy review with a regularly-
scheduled project meeting in order to minimize expenses.
Additional Provisions:
Immigration Status Certification
9.1.1 Pursuant to the Governor's Executive Order 08-01, if this Contract, including any extension
options, is or could be in excess of $50,000.00, Contractor certifies that it and its
subcontractor(s):
9.1.1.1 Comply with the Immigration Reform and Control Act of 1986 (U.S.C. 110 1 et. seq.)
in relation to all employees performing work in the United States and do not
knowingly employ persons in violation of the United States' immigrations laws; and
9.1.1.2 By the date of the performance of services under this Contract, Contractor and its
subcontractor(s) have implemented or are in the process of implementing the E-Verify
program for all newly hired employees in the United States who will perform work on
behalf of the State of Minnesota.
9.1.2 Contractor will obtain certifications of compliance with this section from all subcontractor(s)
who will participate in the performance of this Contract. Subcontractor certifications will be
maintained by Contractor and made available to State upon request. If Contractor or its
subcontractor( s) are not in compliance with 9. 1. l.l or 9.1.1.2 above or have not begun or
implemented the E-Verify program for all newly hired employees performing work under this
Contract, State reserves the right to determine what action it may take, including, but not limited
to, canceling the Contract andlor suspending or debarring the Contractor from state purchasing.
THE BALANCE OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK.
5
(CSS/CM Reviewed 1/12/2010)
General Terms
AIticle 10
10.1
10.2
10.3
Article 11
11.1
11.2
11.3
Article 12
12.1
12.2
Article 13
13.1
13.2
Article 14
14.1
MnIDOT Contract No. 95757
Effect of General Terms; Order of PI'ecedence
This Contract consists of the "Special Terms", these "General Terms" and any other attachments or
documents incorporated herein.
The provisions of these General Terms will be enforceable unless they are specifically modified, in
writing, by the Special TetIDs of this Contract.
To the extent of any inconsistencies between the Special Terms and these General Terms, the Special
Terms will control. Minnesota law supersedes any of the Special Terms or General Terms set forth in
this Contract.
Governing Law, Jurisdiction and Venue; Aids to Interpretation; Referenced Standards
Minnesota law govems the validity, interpretation and enforcement of this Contract. Venue for all legal
proceedings arising out of this Contract, or its breach, will be in the applicable state or federal court with
competeut jurisdiction in Ramsey County, Minnesota.
1n this Contract, where appropriate: the singular includes the plural and vice versa; references to statutes
or regulations include all statutmy or regulatory provisions consolidating, amending or replacing the
statute or regulation referred to; the words "including," "included," "includes" and "include" are deemed
to be followed by the words "without limitation"; the word "shall" means "is required to"; unless
otherwise indicated, references to sections, appendices and exhibits are to the document which contains
such references; words such as "herein," "hereof' and "hereunder" refer to this entire Contract and not to
any particular provision or section; words not otherwise defined that have well-known technical
engineering or construction industry meanings are used in accordance with such recognized meanings;
references to persons include their respective permitted successors and, in the case of govemmental
persons, persons succeeding to their respective functions and capacities; and words of any gender used
herein include each other gender where appropriate. Unless otherwise specified, lists contained in the
Special Terms of this Contract defining the project or work will not be deemed all-inclusive. Contractor
further acknowledges and agrees that it had the opportunity to review this Contract with legal counsel.
Except as otherwise specified in the Special Terms of this Contract, work specified by the number,
symbol or title of any standard established by reference to a described publication affecting any portion
of the project will comply with the latest edition or revision thereof and amendments and supplements
thereto in effect on the date that Contractor signs this Contract.
Contractor's Key Pel'sollllel
Contractor's key personnel specified by name and title in the Special Terms will be considered essential
to the work being performed.
If, for any reason, substitution of a key person becomes necessaty, Contractor must provide two weeks'
advance written notification of the substitution to State's Authorized Representative, if possible. The
written notification must include the proposed successor's name and a resume ofhislher qualifications.
State's Authorized Representative will have the right to reject the proposed successor based upon
reasonable grounds.
Assignment
Contractor may not assign any rights or obligations under this Contract unless such assignment is
approved by State's Authorized Representative and documented in a written assignment agreement. An
assignment will not be effective until the assignment agreement is fully executed.
Unless otherwise specified in the written assignment agreement, State's approval of such assignment
will not relieve Contractor from the primary responsibility for performance of the services and delivety
of the goods specified in this Contract.
Subcontracts
If Contractor is authorized by State to use, or uses, any subcontractors, Contractor will be responsible for
coordinating and managing the work of such subcontractors. The use of subcontractors does not relieve
Contractor from its obligation to perform the services specified in this Contract.
6
(CSS/CM Reviewed 1/12/2010)
14.2
14.3
14.4
14.5
Article 15
15.1
15.2
15.3
Article 16
16.1
16.2
16.3
16.4
16.5
MnlDOT Contmct No. 95757
Contractor's subcontracts must contain all appropriate terms and conditions of this Conh'act, including
Articles 1,2,4,5 and 6 ofthe Special Terms and Article 20 of the General Terms of this Conh'act as
they apply to the subconh'actor,
Contractor must, in accordance with Minnesota Statutes 16A.1245, pay subconh'actors within 10 days
of receiving payment from the state for undisputed services provided by subconh'actors. Contractor must
also pay interest, at the rate of 1.5% per month or any part of a month, to subcontractors on any
undisputed amount not paid on time. The minimum monthly interest payment on a balance of $100,00 or
less is $10,00.
Conh'actor must require subconh'actors' invoices to follow the same format and contain the same
information as set forth in Article 19.
Conh'actor must submit a copy of all subcontracts exceeding $10,000.00 to State's Authorized
Representative no later than 30 calendar days after executing the subconh'act and prior to beginning
work under the subconh'act. Upon request by State, a copy of any executed subcontract under $10,000.00
must be sent to State's Authorized Representative.
Schedule Adjustments
For delays encountered that are beyond Conh'actor's control, such as a force majeure event, and upon
written request from Contractor, State's Authorized Representative will negotiate an adjustment to the
project schedule set forth in the Special Terms of this Contract. A "force majeure event" is an event
beyond Contractor's reasonable conh'ol, including, but not limited to, unusually severe weather, fire,
floods, other acts of God, labor disputes and acts of war or terrorism. Contractor will use all reasonable
efforts to minimize the duration and consequences of any delay resulting from a force majeure event and
will give State prompt notice of the occurrence of such event.
It will be Contractor's responsibility to promptly notifY, in writing, State's Project Manager and
Authorized Representative if the project will not be completed as scheduled for any reason other than the
delays described in Article 15.1. State's Project Manager will have the authority to adjust the schedule,
in writing, within the term of Conh'act.
The Expiration Date of this Contract can only be extended by a written Amendment to this Contract. The
duration of this Contract cannot exceed five years.
Amendments, Change Orders, Merger and Waiver
To be effective, any Amendment to this Conh'act must be in writing and must be executed and approved
by the same representatives who executed and approved the original Contract, or their successors in
office.
Amendments to this Contract will be considered only for unforeseen services that were not included in
the initial Scope of Work or for additional services that are considered essential and are within the
general Scope of Work in this Contract. Conh'actor's claims for extra costs due to extra work will be
disallowed unless the exh'a work has been approved by State's Authorized Representative and evidenced
by an executed Amendment to this Conh'act.
A Change Order must be in writing and approved by both parties to be effective. Change Orders may be
used to provide clari fication of the Scope of Work or other Conh'act terms, to make interim schedule
adjustments not affecting the expiration date, or to provide other minor directives. Change Orders must
be consistent with the basic purpose of this Contract and with the general Scope of Work identified in
the Special Terms, Changes in the Total Contract Amount or Conh'act Expiration Date are not permitted
in a Change Order.
This Contract, including all incorporated items, contains all prior negotiations and agreements between
Contractor and State. No other understanding regarding the subject matter of this Contract, whether
written or oral, may be used to bind either party.
Failure of a party to enforce any provision ofthis Contract will not constitute, or be construed as, a
waiver of such provision or of the right to subsequently enforce such provision.
Article 17 Terms of Payment
17.1 State will pay Contractor for services performed and goods delivered in conformance with the
requirements of this Contract. Compensation will be in accordance with the Special Terms, Article 4
"Consideration of Payment".
7
(CSS/CM Reviewed 1/12/2010)
17.2
17.3
17.4
17.5
17.6
Alticle 18
IS. 1
IS.2
IS.3
MnlDOT Contract No. 95757
If it appears at any time that Contractor might exceed the Total Contract Amount stated in the Special
Terms of this Contract, Contractor must promptly notify State's Authorized Representative in writing.
State will not pay Contractor for work performed in excess of the Total Contract Amount without a
written, fully executed, Amendment to this Contract. Any work performed beyond that which is
provided for in this Contract without a prior written Amendment signed by State, will be deemed
voluntary and Contractor will not be entitled to compensation for the extra work.
Contractor may make a claim for extra costs incurred because of any instruction, latent condition, order
of a governmental authority or other condition or occurrence that was not reasonably foreseeable. Latent
conditions are conditions not anticipated by the Special Terms of this Contract. Contractor must provide
written notice of claim for extra costs to State as soon as it becomes aware ofthe facts, conditions or
occurrences giving rise to such claim and in no event later than 30 calendar days thereafter. State may
refuse any claim made without a written notice. State's Authorized Representative will have the sole
anthority to determine whether any claimed extra costs are reasonable under the circumstances and
whether State will approve the extra costs. If State determines that such a claim is valid, in whole or in
part, the parties will cooperate to promptly negotiate an equitable amendment. Any work performed
under an amendment to this Contract that has not been properly approved and executed by the parties
will be performed at Contractor's own risk.
State will not pay overtime rates for any overtime worked by Contractor or a subcontractor unless State's
Authorized Representative has specifically authorized overtime, in writing. When State's Authorized
Representative has authorized overtime work, overtime premium pay will be reimbursed as a direct cost
for the overtime p011ion of the hourly rate and is not eligible for overhead costs or profit.
If authorized in the Special Terms, Contractor will be reimbursed for travel and subsistence expenses
actually and necessarily incurred to perform this Contract. Such travel and subsistence expenses will not
exceed the amount defined in the Special Terms, and will be reimbursed in the same manner and in no
greater amount than provided in the current "Minnesota Department of Transportation Travel
Regulations". Contractor will not be reimbursed for travel and subsistence expenses incurred outside the
state of Minnesota unless it has received prior written approval from State for such out of state travel or
unless such travel has been authorized by the Special Terms of this Contract. The state of Minnesota will
be considered the home base for determining whether travel is "out of state".
The final payment due Contractor will be based on actual acceptable costs as determined by an audit
conducted by State. The audit will be conducted using the Cost Principles and Procedures set forth in the
Federal Acquisition Regulations, 4S Code of Federal Regulations Section 31, as modified by state
policies and procedures. Based upon final audit, the final payment to Contractor may exceed the Total
Contract Amount without amending this Contract. State will pay the final payment due Contractor within
30 days of completion of the audit.
Conditions of Payment
All services and goods provided by Contractor pursuant to this Contract must be in accordance with
Article 24.1.
State will notify Contractor of any defective work and offer Contractor the opportunity to correct it
within a reasonable amount of time. Contractor will not receive payment for work determined by State's
Authorized Representative to be defective or performed in violation of federal, state or local laws,
ordinances, rules, or regulations until and unless Contractor has made the necessary conections.
Conh'actor will not receive additional compensation for rework perfOlmed to conect its defective work.
Contractor must include hours spent on rework/correction on itemized invoices, but will invoice such
hours at a rate of zero dollars pel' hour.
Retainage: Pursuant to Minnesota Statutes Section 16C.OS, subdivision 5(b), no more than 90 percent
of the compensation due under this Conh'act may be paid until the final product(s) of this Contract have
been reviewed by the Commissioner of the Minnesota Depal1ment of Transportation or the
Commissioner's designee. The balance due and owing will be paid when (1) the Commissioner or the
Commissioner's designee determines that Contractor has fulfilled all the telms of this Conh'act; and (2)
any necessary final audit has been completed.
8
(CSS/CM Reviewed 1/12/2010)
18.4
18.5
Article 19
19.1
19.2
Article 20
20.1
MnIDOT Contract No. 95757
Subject to the provisions of Article 21.2.5, all services and goods covered by progress payments made by
State will become the sole property of State. This provision must not be construed as relieving
Contractor from its sole responsibility for all work and deliverables upon which payments have been
made or from the responsibility to correct any defective work. State's tender of progress payments will
not be construed as waiving State's right to require the fulfillment of all of the terms of this Contract.
Nothing in this Contract must be construed in any way to operate to relieve Contractor Ii'om its
obligation to complete the services and deliver any goods described in this Contract for a sum not to
exceed that set forth in the Special Terms.
Procedure for Payment
State will promptly pay all valid obligations under this Contract as required by Minnesota Statutes
16A.124. State will make undisputed payments no later than 30 days after receiving Contractor's
invoices and progress reports for services performed. If an invoice is incorrect, defective or otherwise
improper, State will notify Contractor within 10 days of discovering the error. After State receives the
corrected invoice, State will pay Contractor within 30 days of receipt of such invoice.
Contractor must submit invoices for payment either monthly or as otherwise stipulated in the Special
Terms of this Contract. Invoices must be in the form prescribed by State. Contractor must send the
original of each invoice, progress report and required supporting documentation, for review and
payment, to State's Authorized Representative at:
Minnesota Depa11ment of Transportation
1500 West County Road B2, MS 725
Roseville, MN 55113
Contractor must also send a copy of each invoice, progress repOlt and required supporting
documentation to State's Project Manager. Invoices will not be considered "received" within the
meaning of Minnesota Statutes 16A.124 until the original documents are received by State's
Authorized Representative. Invoices must identify the cost for the services performed and goods
delivered for the billing period and must satisfy the requirements listed below:
19.2.1 Each invoice must contain the following information: State's Contract Number, Contractor's
invoice number (sequentially numbered), Contractor's billing and remittance address, if different
from business address, and Contractor's original signature attesting that the invoiced services
and costs are new and that no previous charge for those services and goods has been included in
any prior invoice.
19.2.2 Direct nonsalalY costs allocable to the work under this Contract, as specified in the Special
Terms of this Contract, must be itemized and supported with invoices or billing documents to
show that such costs are properly allocable to the work. Direct nonsal31Y costs are any costs that
are not the salaried costs directly related to the work of Contractor. Supp0l1ing documentation
must be provided in a manner that cones ponds to each direct cost.
19.2.3 Except for Lump Sum Contracts, Contractor must provide, upon request of State's Authorized
Representative, the following supporting documentation:
19.2.3.1 Direct salary costs of employees' time directly chargeable for the services performed
under this Contract. This must include a payroll cost breakdown identifying the name
of the employee, classification, actual rate of pay, hours worked and total payment for
each invoice period; and
19.2.3.2 Signed time sheets or payroll cost breakdown for each employee listing dates and
hours worked. Computer generated printouts oflabor costs for the project must
contain the project number, each employee's name, hourly rate, regular and overtime
hours and the dollar amount charged to the project for each pay period.
Audits and Inspections
Contractor's books, records, documents and accounting procedures and practices relevant to this
Contract are subject to examination by State's Auditors and the State Auditor or Legislative Auditor, as
appropriate, for six years from State's final payment under this Contract.
9
(CSS/CM Reviewed 1/12/2010)
20,2
20.3
Article 21
21.1
21.2
MnIDOT Contract No. 95757
Authorized representatives of State (and the Federal Highway Administration, iffederal funds are
involved) have the right to inspect Contractor's work under this Contract, whenever such representatives,
in their sole discretion, deem such inspections necessaty, Unless otherwise agreed by the parties, such
inspections will be conducted during regular working hours,
Work Effolt Audits:
20,3,1 State may conduct work effort audits for the various work tasks described in the Scope of Work.
Completed work tasks will be randomly selected for Audit. Audits will include work effort
reviews and effort level analysis to determine the reasonableness of the hours charged,
20.3.2 Contractor must maintain work effort progress reports showing work tasks, hours worked on the
task by the various personnel assigned to this work and work effort performed by subcontractors
assigned to the tasks. The progress report must be in the fotmat as descdbed in the Special
Terms of this Contract.
Government Data Practices and Intellectual Property
Government Data Practices, Contractor and State must comply with the Minnesota Government Data
Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by State under this
Contract, and as it applies to all data created, collected, received, stored, used, maintained 01'
disseminated by Contractor under this Contract. The civil remedies of Mitlllesota Statutes Section 13,08
apply to the release of the data governed by the Minnesota Government Data Practices Act by either
Contractor or the State,
21.1,1 If Contractor receives a request to release the data referred to in this Clause, Conh'actor
must immediately notify State, State will give Contractor instructions concerning the release of
the data to the requesting party before the data is released.
Intellectual Property Rights
21,2,1 Intellectual Property Rights of State, State owns all rights, title and interest in all of the
intellectual property rights, including copyrights, patents, trade secrets, h'ademarks and service
marks in the Works and Documents created and paid for under this Conh'act. Works means all
inventions, improvements, discoveries (whether or not patentable), databases, computer
programs, reports, notes, studies, photographs, negatives, designs, drawings, specifications,
materials, tapes and disks conceived, reduced to practice, created or originated by Contractor, its
employees, agents and subcontractors, either individually or jointly with others in the
performance of this Contract. Works includes "Documents", Documents are the originals of any
databases, computer programs, reports, notes, studies, photographs, negatives, designs,
drawings, specifications, materials, tapes, disks or other materials, whether in tangible or
electronic forms, prepared by Contractor, its employees, agents or subconh'actors, in the
performance of this Contract. The Documents will be the exclusive property of State and
Contractor must immediately return all such Documents to State upon completion or
cancellation of this Conh'act. To the extent possible, those Works eligible for copyright
protection under the United States Copyright Act will be deemed to be "works made for hire",
Contractor assigns all right, title and interest it may have in the Works and the Documents to
State, Contractor must, at the request of State, execute all papers and perform all other acts
necessary to h'ansfer or record State's ownership interest in the Works and Documents,
21,2,2 Intellectual Property Rights of Contractor, Contractor retains title and interest in all of its
standard details, plans, specifications and engineering computation documents ("Previously
Created Works and Documents"), whether in written or electronic form, which have been
incorporated into the Works and Documents, but which were developed by Conh'actor
independent of this Conh'act. Conh'actor issues to State a royalty-free, nonexclusive and
irrevocable license to use the Previously Created Works and Documents,
21.2.3 Notification, Whenever Conh'actor reasonably believes it, or its employees or subconh'actors,
has made an invention, improvement or discovery (whether or not patentable) in the
performance of this Conh'act, and has or actually or constructively reduced it to practice,
Contractor will immediately give State's Authorized Representative written notice thereof and
must promptly furnish State's Authorized Representative with complete infotmation and/or
disclosure thereon,
10
(CSS/CM Reviewed 1/12/2010)
21.3
Article 22
22.1
Article 23
23.1
23.2
23.3
MnlDOT Contract No. 95757
21.2.4 Representation. Contractor must perform all acts and take all steps necessary to ensure that all
intellectual property rights in the Works and Documents created and paid for under this Contract
are the sole property of State and that neither Contractor nor its employees, agents or
subcontractors retain any interest in and to the Works and Documents created and paid for under
this Contract, except that Contractor need not obtain patents, copyrights or trademarks.
Contractor represents that the Works and Documents created and paid for under this Contract do
not and will not in/hnge upon any intellectual property rights of other persons or entities.
Contractor will indemnify; defend, to the extent pelmitted by the Attorney General; and hold
harmless State, at Contractor's expense, from any action or claim brought against State to the
extent that it is based on a claim that all or part of the Works or Documents created and paid for
under this Contract infringe upon the intellectual property rights of others. Contractor will be
responsible for payment of any and all such claims, demands, obligations, liabilities, costs and
damages including but not limited to reasonable attorney fees. If such a claim or action arises, or
in Contractor's or State's opinion is likely to arise, Contractor must, at State's discretion, either
procure for State the right or license to use the intellectual property rights at issue or replace or
modify the allegedly infringing Works or Documents created and paid for under this Contract as
necessary and appropriate to obviate the infringement claim. This remedy of State will be in
addition to and not exclusive of other remedies provided by law. This Article does not apply to
Contractor's Previously Created Works and Documents as described in Article 21.2.2.
21.2.5 State's Reuse of Works and Documents. If the Works and Documents created and paid for
under this Contract are engineering plans, specifications or recommendations requiring the
certification of a licensed professional engineer, State acknowledges that such plans,
specifications and recommendations have been created solely for the specific project covered by
this Contract and may not be suitable for reuse on other projects. There shall be no restriction on
reuse of the Works and Documents created and paid for under this Contract, but reuse without
the written verification or adaptation by Contractor shall be done at State's sole risk and without
liability to Contractor.
DclivCl'y of DocullIents. The originals of non-electronic deliverables required under this Contract must
be relinquished to State:
21.3.1 Upon written notice of completion or termination of this Contract;
21.3.2 Upon written notification by State; or
21.3.3 Upon final payment by State to Contractor for this Contract.
Quality Assul'ance and Quality Contl'Oi
Contractor must have a Quality Assurance and Quality Control (QAlQC) Plan. After executing this
Contract, Contractor must promptly provide a QAlQC Plan to State's Authorized Representative for
acceptance. Contractor must adhere to the accepted QAlQC Plan in performing its work under this
Contract. Contractor's accepted QAlQC Plan is incorporated into this Contract by reference. Each
deliverable submitted to State must include Contractor's Wlitten certification that the deliverable was
developed in compliance with the QAlQC Plan. State may terminate this Contract for Conh'actor's
failure to follow the QAlQC Plan for this Contract.
Standard of Care; Liability for Work
In the performance of its professional services, Contractor will use that degree of care, knowledge and
skill ordinarily exercised by other reputable professionals in the field under like circumstances within the
State of Minnesota.
Contractor will be responsible for any damages incul1'ed as a result of its failure to comply with the
standard of care or other failure to comply with Contract requirements, and for any loss or cost to repair
or remedy such non-compliance.
Contractor will not be liable for special, incidental, consequential or punitive damages, including but not
limited to those arising from delay, loss of use, loss of profits or revenue, loss of financing commitments
or fees or the cost of capita\. State acknowledges its duty to mitigate damages.
11
(CSS/CM Reviewed 1/12/2010)
Article 24
24.1
24.2
24.3
24.4
24.5
24.6
24.7
24.8
24.9
24.10
MnIDOT Contract No. 95757
Deliverable Standanls
Any services or goods provided by Contractor pursuant to this Contract, which do not meet the
requirements of this Article 24.1, will be considered defective work. All services and goods provided by
Contractor pursuant to this Contract must be in accordance with the following:
24.1.1 The requirements and specifications set forth in the Special Terms of this Conti'act;
24.1.2 The required standard of care;
24.1.3 Applicable state and federal standards, specifications, policies and practices; and
24.1.4 Applicable federal, state, and local laws, ordinances, lUles and regulations.
State has the authority to reject services and goods that do not meet the requirements of Article 24.
Conti'actor will perform its duties as expeditiously as is consistent with professional care and skill and
the orderly progress of the project. If Contractor fails to substantially perform its duties by the time fixed
for the completion of the work, State may immediately terminate this Contiact. Neither party will be
held responsible for delay or failure to perform when such delay or failure is due to a "force majeure
event" as defined in Article 15, and the notice required by Article 15 is provided.
Acceptance of services and goods by State is not a waiver of any provision of this Contract and does not
relieve Contractor of the responsibility for correcting a subsequently- discovered failure to conform to
the requirements of Article 24.
Contractor will be responsible for promptly making such revisions, repairs or corrections to its work as
are necessary to meet the requirements of Article 24. Such revisions, repairs and con'ections will be
made without additional compensation.
It is understood by the parties that State will rely on the professional performance and ability of
Contractor. Any examination by State or the Federal Highway Administration, or any acceptance or use
of the work product of Contractor, will not be considered to be a full and comprehensive examination
and will not be considered an approval of the work product of Contractor which would relieve
Contractor from any liability or expense that could be connected with Contractor's sole responsibility for
the propriety and integrity of the professional work to be accomplished by Conti'actor pursuant to this
Contiact.
Contractor must confer with State at any time during consti'uction or any phase of work performed by
others based on deliverables provided by Contractor, when necessary for the purpose of interpreting or
clarifying such deliverables. Contractor must give immediate attention to these requests so there will be
minimal delay to the construction or other work as referenced.
If State determines that additional field or office work may be required due to Contractor's failure to
comply with the standards set forth in Article 24, then Contractor will be required to perform such
additional work as may be necessmy to bring the work into compliance with such standards. Contractor
must prepare any and all plans or data needed to correct its deliverables without additional
compensation, even though Contractor may already have received final payment. Conti'actor must give
immediate attention to these changes so there will be minimal delay to the constiuction or other work as
referenced.
State will notify Conti'actor of any request for interpretation, clarification or conection. Notification may
be in writing, or by telephone and confirmed in writing. Conti'actor will respond to such notice within
three business days and will promptly perform the necessalY services to minimize any delays to State.
Contractor may be required to make a field review of the project site, as defined in the Special TelIDs of
this Conti'act, if directed by State's Authorized Representative, and Conti'actor may be required to send
personnel to the appropriate State district office as part of performing the necessalY services.
The foregoing notwithstanding, the parties understand and agree that Contractor must rely on documents,
drawings, specifications and studies provided to Conti'actor by State and others on its behalf in making
its opinions of conformity to specifications and standards. Conti'actor will not be entitled to rely on such
documents, drawings or specifications that Contractor knows to be incorrect or incomplete, unless it has
first brought such concems to the attention of State and has been directed to proceed notwithstanding
such concems.
12
(CSS/CM Reviewed 1/12/2010)
Article 25
25,1
Article 26
26.1
26.2
MnIDOT Contract No, 95757
Indcmnity
Contractor must indemnify, save and hold State, its agents and employees harmless from any and all
claims or causes of action, including reasonable attomey's fees incurred by State, resulting from the
negligent act or omission ofConh'actor, or any entity for which the Conh'actor is legally responsible, in
the performance of this Contract. This clause will not be consh'ued to bar any legal remedies Contractor
may have for State's failure to fulfill its obligations pursuant to this Contract.
Insurance
Contractor must provide a certificate of insurance showing that Contractor has each type of insurance
coverage and limits required under this Conh'act. The certificate must be filed with State's Authorized
Representative within 30 days of execution of this Conh'act, and prior to commencement of any work
under this Contract.
Contractor must maintain and fumish satisfactoty evidence of the following insurance policies:
26,2,1 Commel'Cial General Liability Insurancc, providing coverage for claims for damages for
bodily injury, including sickness or disease, death and for care and loss of services as well as
from claims for property damage including loss of use which may arise fi'om work performed
under this Contract, whether such operations be by Contractor or by a subcontractor or by
anyone directly 01' indirectly employed under this Conh'act, Unless otherwise specified within
this Contract, Contractor's insurance minimum limits are as follows:
$2,000,000,00 - pel' occurrence
$2,000,000,00 - annual aggregate
$2,000,000,00 - annual aggregate - Products/Completed Operations
In addition, the following coverages are required:
Premises and Operations Bodily InjUty and Property Damage
Personal and Advertising Injury
Products and Completed Operations Liability
Blanket Conh'actual Liability
Name State as an Additional Insured
26,2,2 Commercial Automobile Liability Insurance, providing coverage for claims for damages for
bodily injUty, as well as fi'om claims for property damage resulting from the ownership,
operation, maintenance or use of all owned, hired and non-owned automobiles, which may arise
from operations under this Contract, and in any case where any work is subconh'acted,
Contractor will require the subconh'actor to maintain Commercial Automobile Liability
Insurance, Unless otherwise specified within this Conh'act, Conh'actor insurance minimum limits
are as follows:
$2,000,000,00 - pel' occun'ence Combined Single limit for Bodily Injury and Property
Damage
In addition, the following coverages are required:
Owned, Hired and Non-owned
26,2.3 Watercraft Liability Insurance, when necessaty to use watercraft for the performance of the
Contractor's services under the terms of this Conh'act, either by Conh'actor 01' any subcontractor,
and if excluded by commercial general liability coverage, watercraft liability with a minimum
limit of $2,000,000,00 Combined Single Limit for Bodily InjUty and Property Damage,
including Protection & Indemnity where applicable, Coverage will apply to owned, non-owned
and hired watercraft,
26,2.4 AircI'aft Liability Insurance, when necessaty to use aircraft for the perfotmance of
Contractor's services under the terms of this Conh'act, either by Conh'actor 01' a subconh'actor,
aircraft liability with a minimum limit of $5,000,000,00 Combined Single Limit for Bodily
InjUtY and Propetty Damage, including Passenger Liability, Coverage will apply to owned, non-
owned and hired aircraft, State, all approving patties and all of their officers, agents and
employees will be named as additional insured's,
13
(CSS/CM Reviewed 1/12/2010)
26.3
26.4
26.5
Article 27
27.1
MnIDOT Contt'act No. 95757
26.2.5 Professional/Technicai, Enol's and Omissions an(\lor Miscellaneous Liability Insm'ance,
providing coverage for all claims Contractor is legally obligated to pay resulting from any actual
or alleged negligent act, en'or or omission related to Contractor's professional services
performed under this Contract. Unless otherwise specified within this Contract, Contractor's
professional liability insurance minimum limits are as follows:
$2,000,000.00 - pel' claim
$2,000,000.00 - annual aggregate
On request, Contractor must allow State to view reviewed or audited financial statements signed
by a Certified Public Accountant which provides evidence that Contractor has adequate assets to
cover any deductible in excess of$50,000.00 that applies to this policy. State will treat such
financial statements as non-public data to the extent permitted by the Minnesota Govemment
Data Practices Act. The retroactive or prior acts date of coverage must not be later than the
effective date of this Contract and Contractor must maintain such coverage for a period of at
least three years following the completion of work. Ifsuch insurance is discontinued, then
extended reporting period coverage must be purchased to fulfill this requirement.
26.2.6 Railroad Pl'Otective Liability Insllt'ance, for work on railroad property, coverage in
accordance with Minnesota Depaltment of Transportation, Specificatioll 1708.2 (2005 Edition,
including any subsequent changes or modifications to this specification) if such coverage is
excluded from the insurance required by 26.2.1.
Additional Insurance Conditions:
26.3.1 Contractor's policies will be primalY insurance to any other valid and collectible insurance
available to State with respect to any claim arising out of Contractor's performance under this
Contract;
26.3.2 Contractor's policies and Certificates oflnsurance will contain a provision that coverage
afforded under the policies will not be canceled without at least 30 days advance written notice
to State;
26.3.3 Contractor is responsible for payment of Conh'act related insurance premiums and deductibles;
26.3.4 If Contractor is self insured, a Certificate of Self-Insurance must be attached
26.3.5 Contractor's policies will include legal defense fees in addition to its liability policy limits, with
the exception of26.2.5 above; and
26.3.6 Contractor will obtain insurance policies from insurance companies having an "AM BEST"
rating of "A minus", a Financial Size CategOlY VII or better and authorized to do business in the
state of Minnesota.
An Umbrella or Excess Liability insurance policy may be used to supplement Contractor's policy limits
to satisfy the full policy limits required by this Contract.
State reserves the right to immediately suspend this Contract if Conh'actor is not in compliance with the
insurance requirements and retains all rights to pursue any legal remedies against Contractor. If State
suspends this Conh'act for Contractor's noncompliance with the insurance requirements, Contractor will
have 10 days from its receipt of notice of the suspension to cure the noncompliance. If Contractor does
not cure its noncompliance with the insurance requirements within 10 days, State may immediately
rescind this Contract. All insurance policies must be open to inspection by State, and copies of policies
must be submitted to State's Authorized Representative upon written request.
Independent Contracto}'; Workers' Compensation
Any and all employees of Contractor, including its subconh'actors, or other persons while engaged in the
performance of any work or services required by Conh'actor under this Contract, will not be considered
employees of State. Any and all claims that may arise under the Workers' Compensation Act of
Minnesota on behalf of said employees, or other persons while so engaged, and any and all claims made
by any third party under the Workers' Compensation Act of Minnesota as a consequence of any act or
omission on the palt of Contractor's employees, or other person while so engaged on any of the work or
services to be rendered, will in no way be the obligation or responsibility of State.
14
(CSS/CM Reviewed 1/12/2010)
27.2
Article 28
28.1
Article 29
29.1
29.2
29.3
Article 30
30.1
MnIDOT Contract No. 95757
Prior to commencing work under this Contract, Contractor must present evidence, acceptable to State,
that Contractor is either in compliance with the requirements of Minnesota Statutes Section 176.182, or
is exempt from such requirements. If claiming exemption from such requirements, Contractor must state
the specific basis on which it claims exemption. Contractor will provide Workers' Compensation
insurance for all Contractor employees and, in case any work is subcontracted, Contractor will require
the subcontractor to provide Workers' Compensation insurance in accordance with the statutmy
requirements of state of Minnesota, including Coverage B, Employer's Liability, at limits not less than
$100,000.00 bodily injUlY by disease per employee; $500,000.00 bodily injUly by disease aggregate;
and $100,000.00 bodily injury by accident. Evidence of subcontractor's insurance must be filed with
Contractor.
Compliance with Licenses, Pel"lnits and Other Regulations
Contractor must procure all licenses, permits or other rights necessaty to fulfill its obligations under this
Contract in compliance with applicable federal and state laws.
Affirmative Action
For Contracts in excess of $1 00,000.00, Contractor certifies that it is either in compliance with or
exempt from the requirements of Minnesota Statutes Section 363A.36.
Contractor certifies that it is an equal opportunity employer and complies with Title VI of the Civil
Rights Act of 1964, and the President's Executive Order Number 11246 as amended by Executive Order
Number 11375. Accordingly, 49 Code of Federal Regulations Pati 21 (including its appendices) and 23
Code of Federal Regulations Part 200 will be applicable.
If Contractor had more than 40 full-time employees within the State of Minnesota on a single working
day during the previous twelve months Contractor must comply with the following Affirmative Action
requirements for disabled workers:
29.3.1 Contractor must not discriminate against any employee or applicant for employment because of
physical or mental disability in regard to any position for which the employee or applicant for
employment is qualified. Contractor agrees to take affirmative action to employ, advance in
employment and otherwise treat qualified disabled persons without discrimination based upon
their physical or mental disability in all employment practices such as the following: .
Employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination,
rates of payor other forms of compensation and selection for training, including apprenticeship.
29.3.2 Contractor will comply with the rules and relevant orders of the Minnesota Department of
Human Rights issued pursuant to the Minnesota Human Rights Act.
29.3.3 In the event of Contractor's noncompliance with the requirements of this clause, actions for
noncompliance may be taken in accordance may be taken in accordance with Minnesota Statutes
Section 363A.36 and the rules of relevant orders of the Minnesota Department of Human
Rights issued pursuant to the Minnesota Human Rights Act.
29.3.4 Contractor will post in conspicuous places, available to employees and applicants for
employment, notices in a form to be prescribed by the commissioner of the Minnesota
Department of Human Rights. Such notices must state Contractor's obligation under the law to
take affirmative action to employ and advance in employment qualified disabled employees and
applicants for employment and the rights of applicants and employees.
29.3.5 Contractor must notify each labor union or representative of workers with which it has a
collective bargaining agreement or other Contract understanding, that Contractor is bound by the
terms of Minnesota Statutes Section 363A.36 or the Minnesota Human Rights Act and is
committed to take affirmative action to employ and advance in employment physically and
mentally disabled persons.
Federal Clauses
If Federal Funds are involved with this Conhact, the following additional conditions apply:
30.1.1 Federal reimbursement will be limited to the Federal share of costs which are allowable under
the Federal cost principles contained in the Federal Acquisition Regulation, Conhact Cost
Principles and Procedures, 48 Code of Federal Regulations Part 31.
15
(CSS/CM Reviewed 1/12/2010)
Article 31
31.1
Article 32
32.1
Article 33
33.1
MnIDOT Contract No. 95757
30.1.2 Contractor warrants and represents that State and the Federal Highway Administration will have
a royalty-free, nonexclusive and irrevocable license to reproduce, publish or otherwise use for
federal, state or local government purposes, any patentable subject matter or copyrightable
materials developed, or any rights of copyright to which State has purchased ownership, under
this Contract, but such warranty and representation is subject to the provisions of Article 23.
When applicable, the patent rights provisions of 48 Code of Federal Regulations Part 27 will
apply to this Contract regarding rights to inventions. Such provisions are incorporated by
reference and must be incorporated in all subcontracts by reference.
30.1.3 Federal-Aid Contracts: Conh'actor acknowledges that by signing this Contract, it certifies to the
best of its knowledge and belief:
30.1.3.1 That no Federal appropriated funds have been paid or will be paid, by or on behalf of
Conh'actor, to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or employee of
Congress or an employee of a Member of Congress in connection with the awarding
of any Federal contract or the making, extension, continuation, renewal, amendment
or modification of any Federal grant, loan or cooperative agreement.
30.\.3.2 That if any funds other than Federal appropriated funds have been paid or will be paid
to any person for influencing or attempting to influence an officer or employee of any
Federal agency, a Member of Congress an officer or employee of Congress or an
employee of a Member of Congress in connection with this Federal contract, grant,
loan or cooperative agreement, Contractor must complete and submit Standard Form-
LLL, "Disclosure Form to Report Lobbying", in accordance with its inshuctions.
30.\.3.3 That this certification is a material representation of fact upon which reliance was
placed when this transaction was made or entered. Submission of this certification is a
prerequisite for making or entering into this transaction imposed by 31 United States
Code Section 1352. Any person who fails to file the required celiification will be
subject to a civil penalty.
30.1.3.4 That it must require that the language of this certification be included in all lower tier
subcontracts, which exceed $100,000.00 and that all such subcontractors must certify
and disclose accordingly.
30.1.4 Contractor must comply with applicable standards, orders or requirements issued under Section
306 ofthe Clean Air Act, 42 United States Code Section 7606; Section 508 of the Clean Water
Act, 33 United States Code Section 1368; Executive Order Number 11738; and all applicable
regulations promulgated by the United States Environmental Protection Agency.
Data Disclosure
Pursuant to Minnesota Statutes Section 270C.65, Contractor consents to disclosure of its social security
number, federal employer tax identification number and Minnesota tax identification number to federal
and state tax agencies and state personnel involved in the payment of state obligations. These
identification numbers may be used in the enforcement of federal and state tax laws which could result in
action requiring Contractor to file state tax returns and pay delinquent state tax liabilities, if any.
Printing, Paper Stock, and Ink Requirements
If this Contract results in l'CPOItS or documents paid for by State, Contractor must comply with
Minnesota Statutes Sections 16B.121 and 16B.122, for the purchase of printing, paper stock and
printing ink.
Officials Not to Benefit
Contractor must obtain State's written consent prior to employing any professional or technical
personnel to provide or assist Contractor in providing, services under this Contract when the personnel
are or have been employed by State at any time during the time period of this Contract. This Article 33
does not apply to employees who have retired from State service during the time period of this Conhact.
16
(CSS/CM Reviewed 1/12/2010)
33.2
Article 34
34.1
34.2
Article 35
35.1
35.2
Article 36
36.1
36.2
Article 37
37.1
37.2
MnIDOT Contmct No. 95757
Contractor warrants that it has not employed or retained any company or person, other than a bona fide
employee working solely for Contractor, to solicit or secure this Contract and that Contractor has not
paid or agreed to pay any company or person, other than a bona fide employee working for Contractor,
any fee, commissions, percentage, brokerage fee, gifts or any other consideration, contingent upon or
resulting from the award of making of this Contract.
Publicity and Endorsements
Contractor must obtain State's approval prior to releasing any publicity regarding the subject matter of
this Contract. Publicity includes, but is not limited to, notices, informational pamphlets, press releases,
research, reports, signs and similar public notices prepared by or for Contractor or its employees or
subcontractors. Publicity does not include notices of the Contract award or identification of the project in
statements of qualifications or proposals made to government agencies.
Contractor must not claim that State endorses its products or services.
Hazardous Materials
State will notify Contractor of any knowledge or suspicion of the presence of hazardous or dangerous
materials at a site or in a sample provided to Contractor. State agrees to provide Contractor with
information in its possession or control relating to contamination at the work site. Except where the
Contract contemplates the presence of such materials, if Contractor observes or suspects the presence of
contaminants not anticipated in the Special Terms of this Contract, Contractor may terminate its work
without liability to State or to others and Contractor will be paid for the services it has provided.
Neither this Contract nor the providing of services will operate to make Contractor an owner, operator,
generator, transporter, treater, storer or disposal facility within the meaning of the Resource
Conservation Recovery Act, as amended, or within the meaning of any other law governing the
handling, treatment, storage or disposal of hazardous materials.
Safety
Contractor will provide a health and safety plan or program for its employees, but Contractor will not be
responsible for another contractor, job or site health or safety unless Contractor accepts that duty in
writing.
If Contractor is providing site testing and observation services, State will provide Contractor, at no cost
to Contractor, with legal access to work areas to be observed or inspected by Contractor in accordance
with the Contract documents, Occupational Safety and Health Administration standards and any other
relevant safety requirements, unless Contractor accepts a duty to provide such safety measures in
writing.
Termination and Suspension
This Contract may be immediately terminated or suspended by State or the Commissioner of
Administration, at any time, with or without cause, upon written notice to Contractor. In the event of
such telmination or suspension Contractor will be entitled to payment, determined on a pro rata basis, for
services and goods performed or delivered, except for defective work. If such suspension is not lifted
within 90 days from the notice of suspension, Contractor may terminate this Contract by providing State
with a written notice of such termination.
In the event State cannot or does not obtain funding from the Minnesota Legislature, or funding cannot
be continued at a level sufficient to allow for the purchasing of the selvices and goods contained herein,
this Contract may be immediately telminated or suspended, at State's option, by written notice of
termination or suspension delivered in person, by mail or facsimile to Contractor at the address specified
in this Contract. State will not be obligated to pay for any services and goods provided by Contractor
after such notice oftelmination. If this Contract is suspended for lack of funding, State will not be
obligated to pay for any selvices and goods provided by Contractor after the date of suspension unless or
until such suspension is lifted. If such suspension is not lifted within 90 days of such notice of
suspension, Contractor may tenninate this Contract by providing State with a written notice of such
telmination.
17
(CSS/CM Reviewed 1/12/2010)
A,ticle 38
38.1
38.2
Article 39
39.1
MnIDOT Contract No. 95757
Disputes
State's Authorized Representative will be the initial interpreter of the requirements of this Contract and
will judge the acceptability of the work hereunder. Claims, disputes and other matters relating to the
acceptability of the work will be referred in writing to State's Authorized Representative, with a request
for a fotmal decision to be rendered in writing within a reasonable time. Written notice of each such
claim, dispute or other matter must be delivered by Contractor to State's Authorized Representative
within 30 days of the occurrence of the event giving rise to the claim, dispute or other matter. Written
suppotiing data must be submitted to State's Authorized Representative within 45 days of each such
occurrence, unless State's Authorized Representative allows an additional period of time to ascertain
more accurate data. Contractor will continue to perform while any such claim or dispute is pending.
The rendering of a decision by State's Authorized Representative will be a condition precedent to
Contractor's exercise of such rights and remedies as it may have under this Contract or at law in respect
to any claim, dispute or other matter.
Discrimination Prohibited by Minnesota Statutes 181.59
Contractor will comply with the provisions of Minnesota Statutes 181.59 which requires that Every
Contract for or on behalf of the State of Minnesota, or any county, city, town, township, school, school
district or any other district in the state, for materials, supplies or construction will contain provisions by
which Contractor agrees: 1) That, in the hiring of common or skilled labor for the performance of any
work under any Contract, or any subcontract, no Contractor, material supplier or vendor, will, by reason
of race, creed or color, discriminate against the person or persons who are citizens of the United States or
resident aliens who are qualified and available to perform the work to which the employment relates; 2)
That no Contractor, material supplier, or vendor, will, in any manner, discriminate against, or intimidate,
or prevent the employment of any person or persons identified in clause (1) of this section, or on being
hired, prevent or conspire to prevent, the person or persons from the performance of work under any
Contract on account of race, creed or color; 3) That a violation of this section is a misdemeanor; and 4)
That this Contract may be canceled or terminated by the State of Minnesota, or any county, city, town,
township, school, school district or any other person authorized to grant Contracts for employment, and
all money due, or to become due under the Contract, may be forfeited for a second or any subsequent
violation of the terms or conditions of this Contract.
18
(CSS/CM Reviewed 1/12/2010)
STATE ENCUMBRANCE VERIFICATION
CONTRACTOR
Contractor certifies that the appropriate person(s) have
executed the Contract on behalf of Contractor as required
by applicable articles, bylaws, resolutions or ordinances.

Title: Contracting Officer
Date: May, 11,2010
(CSS/CM Reviewed 1/12/2010)
Mn/DOT Contract No. 95757
DEPARTMENT OF TRANSPORTATION
By: ORIGINAL SIGNED BY
(with
Title: Division Director
Date: 5/oz10/U
COMMISSIONEl I' ;IINISTRATIO
By: 'a: __ _
..f eWe?
MMD No. ________________ _
19
Background
MltlDOT Contract No. 95757
Exhibit A
Scope of Work
Phase II, Implementation of the Minnesota VII for Safety, Mobility, and User Fee, (The Demonstration
Project) will be conducted to deploy and operationally test aftermarket in-vehicle units in 500 test
participants'vehicles. It is the goal of this contract to conduct this test and prepare a report that
summarizes the results.
There are 16 Tasks that will be completed for the Minnesota VII for Safety, Mobility, and User Fee
Implementation Contract. These tasks, and there associated subtasks are described in detail below.
Task 1. Project Management
The Contractor shall assign Mr. Bennett Pierce as the task leader responsible for this task for the duration of
the project, unless written approval is given by the MnJDOT project manager for a qualified replacement.
Task Breakdown
There will be four Subtasks to successfully complete this task:
Subtask 1.1: Hold Project Management Meetings
Efforts in Subtask 1.1 will begin by holding a kickoff meeting upon notice to proceed. This meeting will
include all relevant personnel to the project. Subsequent to the kickoff meeting, the Contractor will hold
monthly progress meetings for the duration of the contract. These meetings will be held at MnJDOT's
offices. Additional ad hoc meetings will be held as agreed upon with the State.
Subtask 1.2: Develop and Maintain a Detailed Project Management Plan
The Contractor will utilize the project management standard published by the Project Management Institute
(PMI) including Earned Value Management Systems (EVMS) to formalize procedures and processes for the
technical work, costs, and schedule. As part of this process the Contractor will develop and maintain a
comprehensive overall Project Management Plan (PMP) that includes chapters with a section for each of the
primary program management areas:
Communications Plan (including project team and stakeholder identification and analysis)
Integrated Change Control
Risk Management Plan
Quality Management Plan
Design and Development Planning
Control of Design and Development Changes
Records
Work Breakdown Structure
Resource Requirements
Project Signature Authority
Detailed Budget, Schedule, and Deliverables (Progress Updated Monthly/Qum1erly)
Technical and Financial Status (Progress Updated Monthly)
Subtask 1.3: Develop and Maintain an Intemet Accessible Document RepositO/y
The Contractor shall develop a project website that will be used to post project documents throughout the
duration of the project. This website will be accessible to MIl/DOT staff and others as directed by
MniDOT.
Subtask 1.4: Conduct Other Project Management Activities
Mil/DOT COlltract No. 95757
Exhibit A
Scope of Work
The Contractor shall be responsible for conducting all other management activities needed to ensure that
the appropriate resources are available to the project to prevent schedule and/or budget slippage. One of
these tasks will be the preparation of regular (Quarterly) progress reports (to be submitted to Mn/ OOT),
and for preparing brief monthly status update reports. These reports will include a summary of completed
and planned tasks, the status of current tasks, any significant accomplishments of the past month,
identification of any problems and suggested solutions and current/detailed budget statements.
Appropriate format s for the progress reports will be provided by the State. Planning and organi zation of
meetings deemed necessary to update the group as a whole will fall under thi s subtask including
preparation of meeting agendas and minutes.
Target Conl!lletion Dates
The following table summarizes the planned completion dates for each Subtask as contained in the overall
planned project schedule:
1.2 Project Management Plan Development
and
Deliverables
Deliverable # 1
Deliverable #2.
Deliverable #3.
Deliverable #4.
Deliverable #5.
Subtask 1.1: Meeting minutes and agendas
Subtask l.l : Kickoff meeting
Subtask 1.2: Project Management Plan
Subtask 1.3: Establi shment of the internal project website
Subtask 1.4: Progress reports (monthly and quarterly)
Task 2. Reqnirements Engineering
The Contractor shall assign Mr. Rob Zimmer as the Task Leader for thi s task unless written approval is
given by the MnlDOT Project Manager for a qualified replacement.
The Conh'actor will develop requirements in this task that include requirements for three applications
including the in-vehicle signage, probe, and mileage-based user fee applications as well as define
requirements related to enhanced traveler information. Additionally, requirements will be developed and
documented that cover the following requirement classes:
Functional Requirements - These requirements will describe the services that the software will
provide, how the software will react to specific inputs, and how the software will behave in
2
M,liDOT Contract No. 95757
Exhibit A
Scope of Work
different situations. For example, how the current system will use MniDOT ITS systems such as
the 511 system as inputs.
Non-Functional Requirements - These are requirements that are imposed upon the software
development and test process by actions such as schedules, resource allocations, etc. These
requirements will include:
o Product ReqUirements - Specify how the in-vehicle system must behave (execution
speed, reliability, etc.)
o Organizational Requirement - Specify those requirements imposed by the Contractor's
internal development processes and procedures (e.g., ISO 9001 certification
requirements)
o External ReqUirements - Specify those requirements that arise from factors that are
external to the in-vehicle system and developed software, such as MniDOT ITS
requirements (interoperability, etc.)
Collectively, the requirements must address, in greater detail, the areas covered by the Preliminary
System Requirements including:
In-vehicle driver interface
Vehicle physical interface
Roadside equipment interface
Communication interface
Traveler information interface
In-vehicle signage
Mileage-based user fee
Probe data collection.
Task Breakdown
This task consists of four interrelated subtasks.
Subtask 2.1 Review and Update Concept o/Operations
The Contractor will interview and meet with MnlDOT's IntelliDrive evaluation and design contractors,
SAIC and Mixon Hill, respectively, to review Phase I tasks, documents, and accomplishments as well as
to solicit feedback regarding the elements Ii-om Phase I that were important to include in Phase II.
The Contractor will review and update the existing MnlDOT's existing Concept of Operations to reflect
the proposed approach and applications. One important update to the CONOPS that will be made will be
to ensure that the CONOPS is consistent with IEEE standards 1362-1998. This standard is utilized by the
Information Technology InduShy as a "best practice" when developing or modifying a software-intensive
system such as will be required for this project. These standards require that the CONOPS include several
sections:
Scope (Clause 1 of the ConOps document)
Referenced documents (Clause 2 of the ConOps document)
Current system or situation (Clause 3 of the ConOps document)
Justification for and nature of changes (Clause 4 of the ConOps document)
Concepts for the proposed system (Clause 5 of the ConOps document)
Operational scenarios (Clause 6 of the ConOps document)
SummalY of impacts (Clause 7 of the ConOps document)
3
Analysis ofthe proposed system (Clause 8 of the ConOps document)
Notes (Clause 9 on the ConOps document)
Appendices (Appendices of the ConOps document)
Glossary (Glossary ofthe ConOps document).
MnIDOT Contract No. 95757
Exhibit A
Scope of Work
It is anticipated that the bulk of the updates will be made to the concepts for the proposed system,
operational scenarios, summary of impacts, and analysis of the proposed system.
Subtask 2.2 Reviewalld Update Prelimillwy Requiremellts
The Contractors first step of requirements development shall be to refine the system functional boundary.
The MnJDOT use cases and stakeholder requirements shall be analyzed by the Contractor. The
Contractor will revise the MnlDOT system functional boundary in terms of the behavior and properties
will be developed and documented by the Conh-actor in consultation with Mn/DOT and MnJDOT's other
conh-actors/stakeholders as part ofthe requirements development process_ These functional boundaries
will specifically be documented by the Conh-actor as requirements_ The system input and output
functions and parameters and any required system states and modes will be identified_ The system
operating environment and any identified operational consh-aints will be documented_
The Contractor will update the Preliminary Requirements by first dividing the requirements into those
associated with functionality and those associated with performance. Additional functions and
performance required ofthe system will be initially identified through collaboration with MnJDOT staff
and stakeholders_
The Conh-actor will hold several meetings and brainstorming sessions/workshops with MnlDOT staff and
their stakeholders to further refine and develop new requirements for the system. These group
discussions will be facilitated by the Contractor's staff. The Contractor will also include one-on-one
discussions with key MnJDOT staff and stakeholders_ The Conh-actor shall focus more specifically on
functional requirements as these lend themselves to a more "high-level" discussion, but it will also be
important to begin discussions on performance related requirements as well_ It is expected that there will
a total of 10 such meetings, but only 1-2 will be in-person at MnlDOT's office_ For example, one large
two-day stakeholder meeting at MnJDOT's facility with 2-5 additional follow-up meetings might be one
possibility_ The Conh-actor will also work with the University of Minnesota to coordinate their efforts
with the on-going CICAS proj ects that are being lead by Max Donath. The Contractor shall meet 1-2
times at the University to discuss integrating and coordinating efforts_
Subtask 2_3 Develop System Requiremellts
Following the gathering and updates to the preliminmy requirements document, the Conh-actor will begin
to h-anslate these preliminalY requirements into specific system requirements that can be used for system
design and implementation_ The MnlDOT stakeholder requirements, use cases, operational concept
scenarios and human-machine interactions will be transformed into a set of technical requirements within
the context of the conceptual system architecture_ The Conh-actor will engage human factors and
MANPRINT experts, within their existing team, to prepare recommendations for the human-machine
interface including specific recommendations for audio and visual driver alerts_ Each function will be
defined in quantifiable terms that when implemented will enable the system to perform desired functions_
The context of the functional and performance requirements will be toward a statewide deployment ofthe
system, however the requirements will be categorized into a classifications scheme to clearly delineate
any requirements that might apply only to this project versus to a statewide deployment. Technical and
quality performance parameters that are critical metrics will be included in a requirements document so
that the ability ofthe system to achieve its operational goals can be identified_
Subtask 2_ 4 System Architecture
4
MnlDOT Conll'act No. 95757
Exhibit A
Scope of Work
As part of revising and updating the CONOPS document, one specific element that will be updated will
be the system architecture or "systems view." This schematic/diagram will identify all of the system
components, identify the communication pathways and protocols, and will define how data enters and
exits the system. In developing the system architecture, the Conh'actor shall carefully examine how this
project, and associated systems, will "fit" in with Mn/ DOT's existing ITS systems and will include in the
architecture, information on how this system communicates and interacts with these other systems. For
example, the Contractor will examine the ITS architectures associated with Mn/DOT' s Traffic
Management Centers and identify connection points to this system such as enhanced traveler information
system input or the ability of this system to assist in identification of incidents/accidents requiring TMC
action. The Contractor shall insure that the system architechlre will be consistent with Mn/DOT's general
ITS and the City of Minneapolis' TMC and ITS Architectures. These consistencies and linkages shall be
identified and documented.
Target Completion Dates
The following table summarizes the planned completion dates for each Subtask as contained in the overall
planned project schedule:
2.4 MniDOT Review of Draft Systems
The Contractor shall not expcnd more than 10% of the resourccs for Tasks 3-8 and no work shall
bc completed on the remaining tasks until the systcm requiremcnts docnment (Snbtask 2.3) has
been formally approvcd in writing. More specifically, thc Contractor shallnDt spend morc than
1,000 of thc total labor hours allocated to Tasks 3-8 and will not spend more than 10% on
purchased serviccs ($75k) until formal aIHH'oval has been ,eccivcd. This a!l!lroval of the systcm
rcquiremcnts shall be given by both MnIDOT's and Battelle's !ll'Ojcct managcr and is not cOlllplete
until both project managers have given their written allJlrOval.
Deliverables
Deliverable #6.
Deliverable #7.
Deliverable #8.
Deli verable #9.
Subtask 2. 1: Updated CONOPS document
Subtask 2.2: Updated preliminary requirements document
Subtask 2.3: Draft Systems Requirements Document
Subtask 2.3: Final Systems Requirements Document
5
MnlDOT Conll'act No. 95757
Exhibit A
Scope of Work
Deliverable #10. Subtask 2.4: Systems view that will be included in the updated CONOPS
document.
Task 3.0 Systems Design
The Contractor shall assign Mr. Rob Zimmer as the Task Leader for this task unless written approval is
given by the Mn/DOT Project Manager for a qualified replacement. This task will build off of the results of
the earlier tasks results, and shall reflect and incorporate the system requirements as approved in Task 2. In
particular, the system design shall incorporate all of the requirements specified by topic, application,
functional and non-functional aspects.
Task Breakdown
This task shall consist of only one subtask.
Subtask 3.1 Systems Design
The Contractor shall follow an established procedl\l'e, consistent with ISO 9000, for all systems desi gn work.
This procedure shall addresses all elements of the Requirements Analysis process but may be tailored as
necessary after discussion and approval with the Mn/ DOT Project Manager to accommodate this program' s
specific in-vehicle as well as infrastructl\l'e components. The purpose of the Requirements Analysis
Procedure is to transform the stakeholder requirement-driven view of desired services (operational
capability) into a teclmical description ofa product that is capable of delivering those services. This
procedl\l'e will result in the definition of a system and individual system elements (i.e., in-vehicle
components and infrastructure components) that will meet stakeholder requirements and that, as far as
constraints permit, does not imply any specific implementation. This procedure shall result in measurable
system requirements that specify, from the developer's perspective, what characteristics the rcquired product
is to possess and to what level these characteristics will be verified to sati sfy stakeholder requirements. An
initial draft of the procedure for requirements analysis is prcsented in the following table. The Contractor
shall use thi s draft as a template for the procedure.
Procedure for Requirements Analysis
and Enhance System Functional Boundary
Revi se the Cl\l'rent functional boundary of the system in terms of the behavior and properties to
be provided.
Define system input funct ions and parameters.
Define system output functions and parameters.
Identify and define system states and modes.
Define system power requirements.
Define system physical requirements (i.e. mounting provisions, clearances, work space
characteristics, etc.).
Define system operating environment.
Define other constraints.
1'-"""IC 01' Modify Required Functions and Performance
Transform user/stakeholder requirements, operational concept scenarios, and human-machine
interactions into a set of technical requirements.
Define each function in quantifiable terms that when implemented will enable the system to
perform the desired function.
Define the environmental conditions in which the is to and all of its
6
required functions.
o Define system startup and shut down conditions.
MnlDOT Contl'act No. 95757
Exhibit A
Scope of Work
o Describe the modes of operation and the operating conditions for each mode.
o Define system states and the conditions for changing states.
o Prioritize or categorize requirements when appropriate according to a classification scheme
such as "threshold" versus
Implementation Strategy/Constraints
o Define implementation constraints that may have been introduced by stakeholder requirements
or are unavoidable solution limitations (e.g. decisions that are allocated to design at higher
level s in the structure of the
Critical
o Define teclmical and measures that enable the assessment of technical achievement.
Other Requirements Based on the lity of the System
o Identify system requirement s that arise from critical system attributes, such as safety, security,
meters.
System Requirements
o Prepare specifications for the System of Interest (SOl).
o Determine the verification method for each
1''''''')'<0 Integrity of System Requirements
o Perform an analysis of the specified requirement s to ensure that each requirement is unique,
complete, at the appropriate level of detail, unambiguous, consistent with all other
requirements, implementable and verifiable.
o Use system modeling tools, if available, to identify and resolve conflicts.
o Establish traceability between technical requirements, operational requirements and other
stakeholder requirements.
o Perform analysis of groupings of specified requirements to assure that no unintended
are introduced.
Requirements Review
o Demonstrate traceability between technical requirements, operational requirements and other
stakeholder requirements.
o Present specification and rationale for requirement s and verification methodologies.
o Present critical performance parameters and plans for measuring performance.
o Obtain stakeholder concurrence and in accordance with
ish Requirements Baseline
o Release SOl Specification to establish requirements baseline
o Ensure control measures are in
2 System Speci
o Maintain system level specification under configuration conh'ol according to the Configuration
Management Process.
o Oversee teclmical activities such that system level specification is properly interpreted and
implemented consistent with the project plan.
o Maintain
3 ive Project Documentation
o Archive data in accordance with
7
MIIIDOT COlltrnct No. 95757
Exhibit A
Scope of Work
The system shall be designed to fulfill all mandatory requirements li sted in Appendix A.
The system design shall include the following chaptersisubchapters that provide an overview of the
system, the logi cal design, the physical design, case study diagrams for each of the three in-vehicle
applications as well as the back-office systems and software (e.g., the system input/output interface in
particular).
Target Completion Dates
The following table summari zes the planned completion dates for each Subtask as contained in the overall
planned project schedul e:
3.2 Mn/ DOT Review of Draft Systems
Deliverables
Deliverable 1111. Subtask 3.1: Draft Systems Design to include multiple chapters that summari ze
the overall system design, the functional design, the physical design, case study
diagrams for each of the three in-vehicle applications as well as the back-office
systems and software (e.g., the system input/output interface in particular). This
document will not include alternative designs, but will incorporate one revi ew
cycle.
Deliverable /I 12. Subtask 3.1: Final Systems Design
Task 4. System Integration and Test Plan
The Contractor shall assign Mr. Dalyl Taavola as the Task Leader for thi s task unless written approval is
given by the Mn/ DOT Project Manager for a qualified replacement. This task will build off of the results of
the earlier tasks results, and shall reflect and incorporate the system requirements as approved in Task 2.
Task Breakdown
There will be only one subtask for this task.
Subtask 4.1. Develop Test Plans
8
iVlnlDOT Contract No. 95757
Exhibit A
Scope of Work
The Contractor will develop test plans and operations that will both individually verify and document
each and every requirement as well as the end-to-end functionality of the system. The Contractor will
facilitate a small number of in-vehicle tests in a "real-world" environment with five devices and
parti cipants.
The Contractor will develop test plans for folll' types of tests:
(1) Bench tests of individual requirements
(2) Requirements acceptance in controlled settings
(3) Full feature test with five participants and the project team or others as identified by Mn/ DOT.
(4) Usability testing of the participant website, the pay pals interface, and the in-vehicle
interface/training material s.
The full feature test with five units will include all material s,
including training videos, websites, etc. as if the units were going
to be deployed. The Contractor shall make these units available
to MnIDOT for a duration of two weeks, with all back-office
systems full y funct ional during thi s time period.
These test plans shall be prepared in a standardi zed format and
have sufficient details so that Mn/ DOT or their agent could
replicate the acceptance tests without prior knowledge of the
project. The fi gure in the text box (see right) illustrates the
information that will be included in each test plan.
Target COlllpletlon Dates
The following table summari zes the planned completion dates
for each Subtask as contained in the overall planned proj ect
schedule:
Plans
14
Dcliverables
Deliverable #13. Subtask 4.1: Draft Test Plans
Deliverable # 14. Subtask 4.1: Final Test Plans
9
1.0 INTROOUCTI ON
1.1 Purpose ofTest Plan
1.2 Scope of the Test
1.3 Partlcipation
1.4 Security
2. 0 REFERENCE DDCUI.IENTS
2.1 VII Project Documents
3.0 GENERALTEST PLAN
3.1 Systems and Components Under Test (UUT)
3.2 Tesillem Prepalation
3.3 Test Exceptions
3.4 Test Location
3.5 Test Equipment
3. 6 Test Setup
3. 7 Test Criteria
3.8 Tes! Events
4.0 VERIFICATION DESCRIPTIONS
4.1 Test
4.1. I Requirements Verified
4.l.2 Description
4.1.3 ApplicalionAcceplance Criteria
5.0 TEST OUTPUTS
5.1 Test Dala
5.2 Test Report
164
11 / 12110
178 11/ 26/ 10
Task 5. System Development of Supporting Infrastructm'e
MIl/DOT Contract No. 95757
Exhibit A
Scope of Work
The Contractor shall assign Mr. Mathew Burns as the Task Leader for this task unless written approval is
given by the MnlDOT Project Manager for a qualified replacement. This task will build off of the results of
the earlier tasks results, and shall reflect and incorporate the system requirements as approved in Task 2.
The Contractor will not deploy any roadside equipment but will rely upon an existing cellular
communication infrastructure for interacting with in-vehicle devices.
Task Bl'eakdown
The activities associated with development ofthe supporting infi'ashucture components are divided into
seven subtasks, a brief description of each is discussed below,
Subtask 5.1 Acquire llIJi'astructure Hardware/Software
The Conh'actor will be responsible for securing the infrash'ucture hardware needed for this project. This
hardware will consist of the following or similar components/systems:
Communications Servel' - HP Proliant DL 380 G6 Rack Server with a Single Quad-Core Intel
Xeon Processor, 4 GB Memory Dual Port Gigabit Network Interface Card 500 GB Hot Plug
SATA Hard Drives, Dual 460W Power Supplies, Microsoft Windows Web Server 2008 R2.
Applications Processing Server -HP Proliant DL 380 G6 Rack Server but will have more
processing capability with a Dual Quad-Core Intel Xeon Processor, 12 GB Memory and (2) 500
GB Hot Plug SATA Hard Drives.
Probe and MBUF Data Warehouse - HP Proliant DL 380 G6 Rack Server with a Dual Quad-
Core Intel Xeon Processor and 6 GB of internal memory to serve as a data warehouse for this
project. This server will include (6) 500 GB Hot Plug SAT A Hard Drives configured in a Raid 5
array. This storage configuration will provide roughly 4 TB of data storage capability while at
the same time protecting against disk failure.
Secure AT&T BackHaul Connection - A secure backhaul service shaH be used to securely
connect telecommunications infrash'ucture to the project's rack servers.
E-payment Subsystem- Utilize PayPal's or similar vendor's infi'ash'ucture as an e-payment
subsystem.
Subtask 5.2 Hare/ware/Software COllftguratioll
Once the hardware has been obtained, the Conh'actor shaH install the servers in a secure data center. As
with any computer systems, these rack mounted servers will require configuration and software
installations before becoming fully operational. In particular, the Raid 5 data configuration needs to be
established and tested prior to placement of any data.
The Conh'actor will install SQL server (or similar third party database management software) on the data
warehouse and intend to utilize this software to accumulate and manage all data collected as part of this
project.
Connection to the telecommunications backhaul shall be established and secured by the Conh'actor during
this subtask.
Subtask 5.3 Project Participant Website Developmellt
The Contractor shall develop a Project Participant Website and activate this web-site on the contractor's
server so that it can be accessed by the general public. While the specific technology used for this website
will be finalized based upon the requirements, a likely candidate would be based on Microsoft's ASP.NET
10
MnlDOT Contract No. 95757
Exhibit A
Scope of Work
using C# as the underlying coding language. The contractor will develop the content (FAQ's, training
materials, software down loads, links to PAY PALS, help files for equipment maintenance and return of
devices, etc) and design the layout of this website based on the requirements identified by the contactor in
tasks 9 - 16.
The Contractor will coordinate and allow the evaluation team to conduct surveys from this site by providing
the ability to include a hyperlink to an external survey site (not hosted by the Contractor) so that the
participant's can participate in a survey. That is, the participant web-site will serve as a gateway, via a
hyperlink, to any other website identified in the requirements gathering to support the evaluation.
Subtask 5.4 Establish Commullicatioll Protocols betweell Compollellts
Hardwire linkages between the infi"astlUcture servers will be made using an Ethernet or other high speed
wire. This connection will need to be configured and optimized to maximize the data transfer rate. The
Communication Server will be outside of the Contractor's corporate firewall and will not have a direct wire
connection to the other two servers. However, the Contractor will connect these computers using an IP
based connection to ensure that all of Battelle's firewall and security components are in place and
monitoring traffic between the servers.
Subtask 5.5 System IlIput/OUtPllt Illte/face Developmellt
The System Input/Output Interface will consist of two separate, but linked components. First, a "remote
client" that is a web-based client will be developed by the Contractor so that MnlDOT and their
stakeholders can access the system from any Internet capable computer. Second a "local client"
complementary application will be developed by, and housed on the Contractor's server to serve as an
interpreter and processor of actions initiated by a user in the remote client. The local client essentially
will serve as an administration management tool for the Contractor and will enable configuration access,
establishment of procedures for automated data parsing and processing, etc.
The System Input/Output Interface will be a graphically/menu driven application.
Subtask 5.6 Database Developmellt
The Contractor shall develop and populate a number of different databases for this project, including the
following five separate databases to support the applications, processing, and/or the integrity of the data.
These databases will include:
Pl"Ohe Data - This will be a relational database that will hold all of the generated probe
snapshots. Individual probe snapshot records will be maintained as well as commOn information
across snapshots.
MBUF Data/Invoices - This database will serve as a repository for all MBUF data sent by the
in-vehicle devices to the infrastlUcture. It is anticipated that each in-vehicle device will submit
this infOlmation every time the vehicle powers off. Following processing, this database will also
be used to store the aggregated MBUF information, which in turn will be used to generated
electronic invoices. MBUF fee tables will be included in this database and used to calculate the
MBUFs for invoicing, in accordance with the system requirements. Finalization of the fee tables
will be performed by the Contractor as part of the requirements development process.
Device Registration/Configuration - Upon staltup, each in-vehicle device will send a
registration message to the infi"astlUcture as a mechanism to verify its configuration and to make
sure that it has the most current updates. This database will store the current software
configurations of each device and can be used to "push" new configurations to in-vehicle devices.
Signage Zones - The Contractor will maintain a database of all of the user entered signage zones
that have been put into the system along with an indication of whether these zones are still active
11
MnlDOT Contract No. 95757
Exhibit A
Scope of Work
or inactive. This database will be synchronized with the in-vehicle's signage database as part of
the startup procedures or when initiated by a system operator. This data will include both Points
ofInterest as well as specific signage zones. MnlDOT will provide, at a minimum, the three
school, construction, etc. zones as indicated in the RFP. The Contractor will identify, with
MnlDOT's assistance, additional zones to populate the database.
Log Files - The Contractor will maintain and backup a transaction log for each database so that
in the event of a catastrophic disk failure, the database can be rebuilt to the current state of the
database using these logs.
Subtask 5. 7 Analysis Processing and Reporting Application Development
The Contractor shall develop an infrastructure application(s) to manage the probe data, MBUF information,
and in-vehicle signage inputs/outputs (including enhanced traveler infOtmation messages). Generally, this
application(s) will be used to decode the data received from the in-vehicle system, parse the data elements
into its component pieces (e.g., probe data into individual records for latitude, longitude, etc.) and then
perform actions on that data. These actions will include the following:
Pushing Data to the Appropriate Database - Part of the tasks associated with these
applications will be to push the decoded data elements to the appropriate database.
Analyzing the Data in the Data Warehouse - To support the use of probe data to identify
unusual traffic conditions it will be necessary to systematically analyze the incoming probe data
and compare the results against "typical" traffic information. The Contractor will provide
summary reports based upon the probe data as specified in the system requirements. Similarly,
the Contractor will provide summary reports for the in-vehicle signage and MBUF applications as
defined in the system requirements developed in Task 2.
The MBUF application will query the database nightly and generate an updated cumulative record
of the current fees for each vehicle. This infOtmation will be used to generate a monthly invoice,
which will simply be the sum of the daily aggregated charges for each vehicle over the one month
period. Upon user request (participant or Department of Public Safety), the MBUF application will
create an interim invoice so that a participant can view their current and daily aggregated fees. This
request and display of information will be made through the participant web-site unless otherwise
specified in the system requirements.
Updating the In-vehicle Systems - Unlike the Probe and MBUF applications, data
corresponding to in-vehicle signage is anticipated to flow both from and to the in-vehicle system.
New signage zones and points of interest will flow from the infrastructure components to the in-
vehicle system while log files regarding signage displays will be sent from the in-vehicle system
to the infrastructure components. The infrastructure signage application will be responsible for
this exchange of data and will be a primary tool for managing this process.
The Contractor shall develop all applications in a common development language such as C++ or C# to
be determined as part of the final system design and requirements.
The Contractor will provide access to all or any data in the data warehouse through the system
input/output interface at the direction ofMnlDOT and as indicated in the system requirements developed
in Task 2.
Target Comuletion Dates
The following table summarizes the planned completion dates for each Subtask as contained in the overall
planned project schedule:
12
MnlDOT Contract No. 95757
Exhibil A
Scope of Work
5.3 Project Participant Portal Website
\I 229 01116111 01/27/ 11
5.4 Establi sh Conununication between
7 220 01107111 01114111
5.7 Analysis Processing and Reporting Application
74 254 0211 0111 04/25111
Deliverables
Deliverable # 15. Subtask 5.1 : Infrastructure Hardware/Software Acquired
Deliverable #16. Subtask 5.2: Infrastructure Hardware/Software Configured
Deliverable #17. Subtask 5.3: Project Participant Portal Active
Deliverable #18. Subtask 5.4: Infrastructure Components Communications Established
Deliverable #19. Subtask 5.5: Draft System Input/Output Interface Completed
Deliverable #20. Subtask 5.5: Final System Input/Output Interface Completed
Deliverable #2 1. Subtask 5.6: Infrastructure Probe Database Completed
Deliverable #22. Subtask 5.6: Infrastructure MBUF Database Completed
Deliverable #23. Subtask 5.6: Device Registration/Confirmation Database Completed
Deliverable #24. Subtask 5.6: Signage Zone Database Completed
Deliverable #25. Subtask 5.6: Log Database Completed
Deliverable #26. Subtask 5.7: Data Parsing and Firewall Push Application Completed
Deliverable #27. Subtask 5.7: Database Analysis Application Completed
Deliverable #28. Subtask 5.7: In-Vehicle Update Application Infrastruchlre Component
Completed
Task 6. System Development of In-vehicle Systems
The Contractor shall assign MI'. Mathew Burns as the Task Leader for this task unless written approval is
given by the Mn/ DOT Project Manager for a qualified replacement. This task will build off of the results of
the earlier tasks results, and shall reflect and incorporate the system requirements as approved in Task 2.
13
Task Breakdown
There will be seven subtasks that will be conducted under this task.
Subtask 6.1 Hardware/Software Inte/face Development Testing
MIlfDOT Contract No. 95757
Exhibit A
Scope of Work
The Contractor will conduct stress tests on the Bluetooth connection and up to 10 TomTom devices to
ensure that the processor capabilities as well as the data transfer rates between the TomTom and cellular
phone are understood and documented. The Contractor shall conduct another hardware/software scan
prior to development of the in-vehicle system to ensure that the proposed design is still the most robust,
cost effective, and recommended platform for this project. As part of this scan, the Contractor shall
conduct an initial interface and bandwidth investigation to either eliminate or confirm the suitability of
alternative configurations. The results of this scan will be reported to (delieverable #31) and discussed
with the MnDOT project manager and a decision to proceed (or not) with the configuration will be made
at that time. The remaining 500 units can be purchased only after this decision to proceed is documented
and approved in writing by both MnlDOT's and the Contractor's Project Manager.
Subtask 6.2 Acquire In-vehicle Hardware/Software
The Conh'actor will secure the remainder of the in-vehicle hardware needed for this project. This
hardware will consist of the following components/systems (or alternative configuration as developed as
part of Subtask 6.1 and as specified in the system requirements:
TomTom GO 630 (or similar TomTom)
Sony Ericsson W81 Oi (or similar phone)
Savari Networks MobiWAVE DSRC Radio (5 units)
Automatic Power Off 3
RoadPro 12 Volt 12' Cigarette Lighter Extension Cord with Accessories Outlet Plug
Plastic storage box for the automatic power off and cell phone.
Upon receipt, the Contractor will unpack these components, inspect them for damage, and enter the serial
numbers into the project's inventory tracking system and register the equipment with the respective
COTS vendor to ensure that all warranties are established.
Subtask 6.3 Operating System Service Applications
The Contractor will develop two custom service applications that will then provide data to the remaining
applications. One service application will be a "positioning" service while the other will be a
"communications" service.
The positioning service will essentially maintain a continuous sUbscription to the output ofTomTom's
proprietary navigation software. This service will provide to other applications information regarding the
vehicle's position, heading, speed, timestamp, and acceleration! deceleration. The communication service
will be responsible for maintaining the communications stack and prioritizing communication via the
cellular phone to the inli'astructure components. Again, this service will piggy-back onto TomTom's
existing communications protocols but will provide a direct interface/functionality to the project custom
applications so that they can merge seamlessly with each other.
Subtasks 6.4 - 6.7 In- Vehicle System Application Development
The Contractor will develop three custom applications that will run on the TomTom during the duration
of the project. These applications will consist of a probe application, a MBUF application, and an in-
vehicle signage application.
The Contractor will develop custom code using C#, C++, or similar programming language for all three
applications. To facilitate the ability ofMn!DOT to utilize these systems following this project, The
14
Mn/DOT Contract No. 95757
Exhibit A
Scope of Work
Contractor will provide extensive documentation for each of these applications including embedded
comments within the code as well as a user's guide and developer notebook for each application. The
user guide and developer notebook will detail the designed operation of the application and identify
different segments of code that perform key actions (and what those actions are).
Probe Application
The Contractor will provide a customized, executable software package corresponding to the in-vehicle
probe application. This software will be developed using industry best practices and will meet the
requirements identified in Task 2. The probe application will repOlt vehicle position at intervals defined
by the system requirements, but including once every 20 seconds. The probe application will process
GPS coordinates and calculate required parameters such as speed and heading as differences fi'om the
previous navigation point. Other metrics of interest such as the average acceleration and deceleration
could also be calculated and reported. Following these calculations, the probe application will prepare a
snapshot data message following the IntelliDrive'" adopted J2735 communication protocols or similar
protocol and send these snapshots to the infrastructure components at the system operator's specified
intervals 01' at the default of every 20 seconds. The probe application will have the ability to transfer
probe snapshots regardless of where the vehicle is traveling. Snapshots will continue to be taken even if
the vehicle is outside of a coverage area and will be transmitted to the infrastructure as soon as the vehicle
returns to a coverage area and obtains a communications connection. To prevent a memOty overflow on
the TomTom, the Contractor will configure the application to implement a maximum buffer size of
snapshots.
Enhanced Ii'aveler Information
The Contractor will provide participants with real-time traffic updates through a subscription to
TomTom's Traffic Plus service (paid for by the Contractor). The Contractor shall not use probe data to
provide real-time alerts to participants. The Contractor shall be able to notify the driver of specific traffic
events as "traveler information signage" messages through a manual input process. Although these
messages and alerts will have different tones and displays than the construction, school, speed limit signs,
they will be essentially treated by the in-vehicle signage application as equivalent signs.
MBUF Application
The Contractor will provide a customized, executable software package corresponding to the in-vehicle
mileage based user fee application. This software will be developed using industry best practices and will
meet the requirements identified in Task 2. However, the general concept of operations for this
application is that it will display a message at the top of the TomTom screen that indicates the cun'ent
mileage fee for the location of the vehicle. The MBUF application will compare the city/street name to a
lookup database that will be developed by the Contractor and internally included on the TomTom device.
This look-up table will include city, road name, and fee per mile, which provides a mechanism to link
roadways to a user fee defined by MnlDOT. A default fee will also be assigned should the quely not
result in a positive match between road name/city. The application will include the ability to update this
database during the fielding of the devices on an as needed basis by sending updates to synchronize the
on-board database with the database being maintained on infrastructure components. Once a new pricing
zone is identified, the application will again query the database with and will display the updated user fee
to the study palticipant.
The MBUF application will maintain a running total of miles driven by functional roadway class or other
categories specified by the system requirements developed in Task 2, as measured by the lineal' difference
15
MnIDOT Conll'act No. 95757
Exhibit A
Scope of Work
between consecutive GPS coordinates, The accumulated MBUF mileage by roadway class will be
transmitted to the infrastructure via the fastest data connection available,
111- Vehicle SigllillgApplicatioll
The Contractor will provide a customized, executable software package corresponding to the in-vehicle
signage application, This software will be developed using indusny best practices and will meet the
requirements identified in Task 2, This software application will be developed to utilize the
communication protocols defined by the system requirements, which are expected to include 3G, SMS,
and for five units, DSRC technology,
The in-vehicle signage application will build upon the inherent features of TomTom's Navigation
software and specifically its ability to add points-of-interest (POI's) with custom icons to the TomTom
screen display, For example, points of interest cOll'esponding to school zones, speed zones, curve
warnings, steep grades, etc" will be identified by the Contractor in collaboration with MnlDOT and added
to the navigation map as pals, Therefore, as the participant approaches these locations, they will observe
a customized POI icon on their screen that provides them infOimation regarding the nature of the POI.
The Contractor will develop a customized in-vehicle signage application that will operate on the TomTom
in conjunction with the other applications developed for this project. The application will be based upon
several different aspects that will be used to determine if, when, and what type of notification to give to
the driver, The application will display the sign or audible tone for a set amount of time and will then
renllU the display to its normal configuration, The Contractor will engage nationally recognized Human
Factors experts to determine the most appropriate configuration of display and audio alerts and will
provide recommendations to MnJDOT for review and approval. Audio alerts will be broadcast to the
driver using the TomTom's external speaker,
The application will include the ability to update zones of interest "on-the-fly," Each zone will be defined
as specified in the system requirements developed in Task 2, but are expected to include the following
elements:
Distance from zone centroid to boundary of zone
LatitudelLongitude of zone centroid
Type of Zone
Audible or Visual Display (or both)
Heading criteria (Heading range for triggering driver notification)
Duration of notification,
Minimum speed or Maximum criteria for n'iggering notification
Day of week
Time range during the day that the zone is active
Priority (zones with highest priority will be displayed)
The Conn'actor will also work with the University ofMN to coordinate their efforts with the on- going
CICAS projects that are being lead by Max Donath, The Conn'actor shall meet 1-2 times at the
University to discuss integration efforts during this phase ofthis conn'act. The Contractor will include in
the in-vehicle signage application, the ability to communicate with roadside DSRC equipment developed
by the University of Minnesota and utilize this information to display an alert to the driver. The
Conn'actor will not be responsible for developing the algorithms that detelmine when the sign should be
displayed/audible tone, The specific requirements for this p0l1ion of the application will be documented
by the Contractor in the system requirements (Task 2),
Target Completion Dates
16
MnlDOT Contract No. 95757
Exhibit A
Scope of Work
The following table summarizes the planned completion dates for each Subtask as contained in the overall
planned project schedule:
6.1 Hardware/Software
Tn-Vehicle
Applications
60 265 02/21111 04122111
10 325 04/22111 05/02111
Delivel'ables
Deliverable #29. Subtask 6. 1: Acquisition of 5 in-vehicle development units
Deliverable #30. Subtask 6.1: Acquistion of lOin-vehicle unit s for development testing
Deliverable #31. Subtask 6.1: Report detailing results of processor and Bluetooth tests
Deliverable #32. Subtask 6.1: Report summarizing technology scan result s
Deliverable #33. Subtask 6.2: Acquisition of 500 in-vehicle units
Deliverable #34. Subtask 6.3: Working and tested positioning service
Deliverable 1135. Subtask 6.3: Working and tested conununications service
Deliverable 1136. Subtask 6.4: Alpha in-vehicle MBUF application for testing
Deliverable #37. Subtask 6.4: Beta in-vehicle MBUF application for testing
Deliverable #38. Subtask 6.4: Draft MBUF application for testing and requirement validation
Deliverable #39. Subtask 6.4: Final production MBUF application (prior to first system launch)
Deliverable #40. Subtask 6.5: Alpha in-vehicle Probe application for testing
Deliverable 1141. Subtask 6.5: Beta in-vehicle Probe application for testing
Deliverable #42. Sub task 6.5: Draft Probe application for test ing
Deliverable 1143. Sub task 6.5: Final production Probe application (prior to first system launch)
Deliverable 1144. Subtask 6.6: Alpha in-vehicle Signage application for testing
Deliverable 1145. Subtask 6.6: Beta in-vehicle Signage application for testing
17
Deliverable #46.
Deliverable #47.
Deliverable #48.
Deliverable #49.
MnlDOT Contract No. 95757
Exhibit A
Scope of Work
Subtask 6.6: Draft in-vehicle Signage application for testing
Subtask 6.6: Final production In-Vehicle Signage application (prior to first
system launch)
Subtask 6.7: Draft Traveler Information Custom Signage and Traffic Information
Subscription Service for testing
Subtask 6.7: Final Traveler Information Custom Signage and Traffic Information
Subscription Service (prior to first system launch)
Task 7. System Development of Communications
The Contractor shall assign Mr. Mathew Burns as the Task Leader for this task unless written approval is
given by the MniDOT Project Manager for a qualified replacement. This task will build off of the results of
the earlier tasks results, and shall reflect and incorporate the system requirements as approved in Task 2.
Task nrea kdowu
There will be one sub task that will be conducted under this task.
SlIb/ask 7.1: Develop COlllllllllliea/ioll Pr%eols
To a large extent, most of the communication protocols and data exchanges between the infrastructure
components and the in-vehicle systems will be established as part of Task 5 and Task 6. However, the
five units with DSRC radios represent a special set of units for this project and need to be h'eated
separately. The focus of this task is to develop and implement a communications protocol that allows for
the use of DSRC as well as 30 transfer of information as specified by the system requirements developed
in Task 2. These system requirements will be developed by the Conh'actor in consultation with the
University of Minnesota. This inherently includes the requirement that the in-vehicle device will have an
associated "switching" and "prioritization" communication service that can determine the appropriate
communication mechanism at any given point in time. Under this task, the Contractor will create a
second version, or a modified version of the Communications Operating System Service that includes
just such capabilities.
Target Completion Dates
The following table summarizes the planned completion dates for each Subtask as contained in the overall
planned project schedule:
10 356 OS/23/11 06/02111
Deliverables
18
MnlDOT Conll'act No. 95757
Exhibit A
Scope of Work
Deliverable #50. Subtask 7.1: Alpha in-vehicle communications service (Version DSRC) for
testing
Deliverable #51. Subtask 7.1: Beta in-vehicle communications service (Version DSRC) for testing
Deliverable #52. Subtask 7.1: Draft in-vehicle communications service (Version DSRC) for
testing
Deliverable #53. Subtask 7.1: Final production in-vehicle communications service (Version
DSRC) for testing (prior to second system launch)
Task 8. Configuration Management
The Contractor shall assign Mr. Bennett Pierce as the task leader responsible for this task for the duration
of the project, unless written approval is given by the MniDOT project manager for a qualified
replacement.
Task Breakdown
There will be two Subtasks to the Task.
Subtask 8.1: Il/vel/tOl)' Trackil/g
This project will require significant equipment that needs to be actively managed and accounted for at all
times by the Contractor in accordance with both Mn/DOT and USDOT govel'llment property accounting
regulations.
The Contractor shall maintain a dedicated Govel'llment Property InventOlY group that focuses upon
maintaining an auditable and traceable property accounting system. These systems and protocols shall be
used to manage the equipment inventory for this project together with a software-based tracking system to
deploy and track the in-vehicle devices.
Subtask 8.2: Implemellt a COllfiguratiol/ Mal/agemel/t System
The Contractor shall implement a Configuration Management (CM) system for the project Life Cycle.
This approach shall apply a technical and administrative direction to identify and document the functional
and physical characteristics for the system. It will control the changes to these characteristics, and records
and reports the change process and implementation status.
The Contractor shall use a CM approach that is based upon ANSIlEIA 649, National Consensus Standard
for Configuration Management and MIL-HDBK-61, Configuration Management Guidance, IEEE/EIA
12207, Software Life Cycle Process and ISO 10007, Guidelines for Configuration Management. The
approach will be designed to address three critical functions:
The orderly establishment, documentation, and maintenance ofa product's functional,
performance, and physical ath'ibutes
Management of changes to the ath'ibutes
Access to accurate information essential to the product's development, fabrication, production,
use, maintenance, procurement, and eventual disposal/archival.
At the statt of this project, a CM plan will be generated as part of the PMP to define how CM will be
perfOlmed for the project. It will describe the controls that will be used to handle the release, distribution,
and revision of conh'olled documents. The key to successfully implementing CM is to baseline the design
early to ensure that any future modifications to the system can be assessed and its impacted detened. A
baseline identifies an agreed to description of the attributes of a product at a point in time and provides a
known configuration to which changes are addressed. Once a baseline is identified, any problems or
19
MnillOT Contract No. 95757
Exhibit A
Scope of Work
potential enhancements can be systematically assessed to detelmine the COiTect action for the program.
The output of the CM process is a set of documentation that will take the form of specifications, interface
control documents (rCDs), and drawings that define the system.
The Contractor will maintain configuration control of the baseline. Any modifications to the system will
require an authorized change to be implemented. These modifications can be to correct an elTor in
documentation, replace obsolete components, or enhance a system capability. No changes will be allowed
to be made unless the authorized change has been released ..
Once an item is released into the configuration management database, it is considered to be the master
version of the document. All subsequent changes are made based upon this baseline documentation. Any
changes at this point are accomplished using a systematic, measurable change process.
Any change request initiated will trigger a potential change. As part of the change identification task, a
description of the requested change and its impact that is of sufficient detail for an evaluation and
detelmination for its approval level can be made. The Contractor's CM process shall allow for a review
that is conducted either face-to-face, on-line via Live Meeting, virtual via electronic routing/digital
signatures or a combination thereof. Together the Contractor and MniDOT (and stakeholders) will
consider the technical; support, schedule, and cost impact of the requested change and determine the
appropriate decision. As part of the project status reporting, the Contractor will provide information on
the changes being evaluated, changes that have approved, and changes that are presently being
implemented.
A description of the proposed change will be documented as an Engineering Change Proposal (ECP). For
configuration changes that do not affect the form, fit, or function to the system, a Class II Document
Control Number (DCN) and ECP will be generated. For significant requirements issues that have an
impact on the system operation, a Class I DCN and ECP will be generated.
Process (or Class I COl/figuratiol/ Chal/ges
A Class I configuration change is considered a major change because it can change the form, fit or
function, performance, logistics supportability or interface characteristics for the system. If the initial
assessment warrants implementation, a Class r will be generated and sent to the MnlDOT project manager
for approval prior to implementation. The Class I ECP will include the following information to clearly
define the change and allow MnlDOT to make an informed evaluation:
Unique change identifier
Originator or responsible individual
Class of change
Systems, major components, and interface affected
Contract and configuration documents affected
Scope and description of change
Effects on specified performance, operation, maintenance, servicing, operation and maintenance
training, and repair parts
Reason and justification for the change
Priority/urgency of the change
Requested approval date
Change implementation and delivery schedules
Estimated cost increase or savings
Alternatives.
20
Mil/DOT COil tract No. 95757
Exhibit A
Scope of Work
Once approved in writing by the Mil/ DOT project manager, the Contractor will implement the change in
accordance with the CM Plan. The actual implementation of the change will be reported as part of the
status reporting.
Process {or Class II Configllration Changes
The Contractor will resolve Class II configuration changes through internal project meetings. A Class II
configuration change is considered a minor change that does not affect the form, fit or function of the
system. These minor changes are dell ned as material substitutions, clarification of documentation, and
drawing nomenclature.
If the initial assessment warrants implementation, a Class II DCN will be generated by the team member
identifying the need for a change and sent to the Contractor's Management Team. The Class II ECI' will
include the following information to clearly define the change and allow the board to make an informed
evaluation:
Unique change identifier
Originator or responsible individual
Class of change
Systems, major components, and interface affected
Conllguration documents affected
Description of change
Reason for the change.
Once approved by the Contractor's Management Team, Contractor staff will implement the proposed
change, again in accordance with the CM plan.
Target Completion Dates
The following table summarizes the planned completion dates for each Subtask as contained in the overall
planned project schedule:
Delivembles
Deliverable #54. Subtask 8.1: Populated InventOly/Asset Tracking Database
Deliverable #55. Subtask 8.1: Predeployment report detailing log of the number and reason for
each equipment return prior to deployment
Deliverable #56. Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month # I
Deliverable #57. Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month #2
Deliverable #58. Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month #3
21
MltlDOT Contract No. 95757
Exhibit A
Scope of Work
Deliverable #59. Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment retum for deployment month #4
Deliverable #60. Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment retum for deployment month #5
Deliverable #61. Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment retum for deployment month #6
Deliverable #62. Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month #7
Deliverable #63. Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month #8
Deliverable #64. Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month #9
Deliverable #65. Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month # I 0
Deliverable #66. Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month # 11
Deliverable #67. Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month #12
Deliverable #68. Subtask 8.1: Final inventory report detailing the status of all project inventory
(hardware).
Deliverable #69. Subtask 8.2: All Class I Engineering Change Proposals
Deliverable #70. Subtask 8.3: The output of the CM process. This documentation that will take
the form of specifications, interface control documents (ICDs), and drawings that
define the system. These documents will be suitable for inclusion into the final
report as an appendix.
Task 9. Participant Recruitment and Training Materials
The Contractor shall assign Mr. Daryl Taavola as the task leader responsible for this task for the duration
of the project, unless written approval is given by the MniDOT project manager for a qualified
replacement. Mr. Taavola will be the subtask leader for the development of the training and participant
materials. Ms. Rhonda Pierce will be the subtask leader for participant recruitment.
Task Breakdown
This task will consist of two Subtasks.
Subtask 9.1: Developmellt of Ti'aillillg and Participallt Materials
The Contractor will be responsible for developing and maintaining information for palticipants including
general project infOlmation, Frequently Asked Questions (FAQs) and Answers regarding the project, and
Installation Help Guides. The Contractor will support the participation recruitment process by being
available for the Evaluation Team to refer potential participants to us to have questions and concerns
regarding the equipment answered.
22
MnlDOT Contract No. 95757
Exhibit A
Scope of Work
The Contractor will provide the Evaluation Team training materials for participants and users of the
system that will include a detailed installation manual as well as "how to get help" instructions. An
installation and user guide DVD will be developed and included as additional materials sent to
participants.
The Contractor will make such materials available to project participants t1u'ough a web-page identified in
Task 5.3 and included with the initial installation package of the in-vehicle devices.
Subtask 9.2: Participallt Recmitlllellt Support
The Conh'actor will support SAIC in their recruiting efforts but will not be responsible for the
identification and ultimate recruitment of the 500 persons to participate in the demonstration. The
Contractor's support will include activities such as providing SAlC with participant materials,
coordinating with SAlC on the installation and operation of the devices, and other such activities. It is
the Contractors understanding that SAIC will identify these persons and ensure that they are a
representative sample of users. It is also the Contractor's understanding that SAIC will prepare a
participant agreement and consent forms outlining commitments and expectations for all parties. The
Contractor will be responsible for securing internal Institutional Review Board (lRB) approval for the
study.
Prior to shipping equipment to project participants, the Contractor shall verify the shipping address and
the willingness of the project participants to participate in the study via a telephone call. The Contractor
shall also make one additional attempt by telephone and e-mail to contact the participant during the
fielding period to, verify installation of equipment, encourage participation, and answer questions (second
contact covered under Task 15).
The Conh'actor shall establish "PayPal" (or other payment system) accounts for each participant as well
as user accounts for the project's web-page. This web-page shall be available to project participants
throughout the entire fielding period. The contractor will coordinate with the SAIC to determine how the
participants are to be reimbursed for their MBUF usage. The Contractor expects that SAlC will
reimburse the participants.
The Contractor shall provide additional participant support by maintaining a local office in the
Minneapolis/St. Paul area, manning a telephone "hot-line" during normal business hours, during Tasks 9-
I G, and responding to participant's e-mails (included as activities in Task 15).
Target Completion Dates
The following table summarizes the planned completion dates for each Subtask as contained in the overall
planned project schedule:
Parllcipant Recruitment and Training
Materials
23
9.2 Pmiicipation in Recruitment Process 285
Deliverables
335
MnlDOT Contract No. 95757
Exhibit A
Scope of Work
05102/11 02111112 I
Deliverable #71. Subtask 9.1: Draft Training Materials to include (User Guide, Installation Guide,
VideofDVD, and FAQ)
Deliverable #72. Subtask 9.1: Final Training Materials to include (User Guide, Installation Guide,
VideofDVD, and FAQ)
Deliverable #73. Subtask 9.2: Completion of First Deployment Pre-Shipment Telephone Contact
Deliverable #74. Subtask 9.2: Completion of Second Deployment Pre-Shipment Telephone
Contact
Deliverable #75. Subtask 9.2: Completion of Final Deployment Pre-Shipment Telephone Contact
Deliverable #76. Subtask 9.2: Establishment of First Deployment User Accounts
Deliverable #77. Subtask 9.2: Establishment of Second Deployment User Accounts
Deliverable #78. Subtask 9.2: Establishment of Final Deployment User Accounts
Deliverable #79. Subtask 9.2: Approval fi'om the Contractor's IRE for conducting the study
Task 10. System Testing, Reqnirements Demonstration, Revisions
The Contractor shall assign Mr. Datyl Taavola as the Task Leader for this task unless written approval is
given by the MnfDOT Project Manager for a qualified replacement.
Task Breakdown
This Task will consist of three Subtasks.
Subtask 10.1 Implemellt Test Plalls
Activities conducted under this Subtask will consist of implementing the test plans developed in Task 4.
Subtask 10.2 Five Ullit System Reliability Test
The Contractor shall make five units (non-DSRC) available to the State for a 30 day testing period to
conduct end-to-end testing of both the in-vehicle systems as well as access to the necessary infrastructure
components. The Contractor shall provide all in-vehicle equipment, and materials for this pilot test as if
the system were to be deployed to the 500 participants. These tests shall be conducted using the draft
software applicationslservices, which will have already been reviewed by the Contractor for adherence to
the system requirements (Subtask 10.1). This pilot test shall take place in the Minneapolis I St. Paul
Area at a location convenient for the five participants. This test shall be led or conducted by MnfDOT or
their evaluation contractor, SAle.
Subtask 10.3 Pe/form System Modificatiolls/Updates
Should the testing reveal any deficiencies or requirements that have not been completely met, the
Contractor will revise the software/hardware configuration and retest those requirements. Regression
testing of any interdependent components that may be impacted by the modifications will be performed to
ensure that the modifications do not cause unforeseen actions on other requirements. The Contractor will
revisit the system requirements and design documentation and generate Class I and Class II configuration
change documents as needed (see Task 8).
24
Target Conl!lletion Dates
MnlDOT Conto'act No. 95757
Exhibit A
Scope of Work
The following table summarizes the planned completion dates for each Subtask as contained in the overall
planned project schedule:
10. System TestIng, Requirements Demonstration,
Revisions
Delivcrables
Deliverable #80. Subtask 10. 1: Test Plan Report(s)
Deliverable #81. Subtask 10.2: Five complete units (without DSRC) with all draft
software/services for testing
Deliverable #82. Subtask 10.2: Infrastructure components ready to support 5 user test
Deliverable #83. Subtask 10.3: Final system modifications and updates
Tasks 11-[3. First, Second, and Fina[ System Laullch and Operatiolls
The Conh'actor shall assign Mr. Bennett Pierce as the task leader responsible for thi s task for the duration
of the project, unless written approval is given by the Mn/DOT project manager for a qualified
replacement.
Task Breakdown
These three tasks will consist of4-5 subtasks depending upon the sequence of system launches. In all but
the first system launch (Task II), minor system modifications will be made prior to assembly and fielding
the next wave of devices. Otherwise, four sets of activities (assembly, testing, di sh'ibution, and field
deployment) within each task. The Contractor will not deploy any roadside equipment but will rely upon
an existing cellular communication infrastructure for interacting with in-vehicle devices.
Subtask /2./, /3./ System Modifications/Updates
Should the phase [ or II operational periods reveal any additional issues; the Contractor wi[1 revise the
software/hardware configuration and retest those requirements through utili zation of the Configuration
Management process (see Subtask 8.2). Regression testing of any interdependent components that may
be impacted by the modifications will be performed to ensure that the modifications do not cause
unforeseen actions on other requirements.
If necessary, system software modifications (patches) will be distributed to the field devices by the
Conh'actor's local help support office. Participants would be asked to schedule a meeting for the software
to be updated on their in-vehicle equipment. The Contractor will investigate the feasibility of pushing
software patches remotely to the in-vehicle devices using the cellular communications bridge and will
25
MlilDOT Contl'act No. 95757
Exhibit A
Scope of Work
implement this approach if determined to be cost-effective and efficient by the Contractor's Project
Manager.
Subtask 11.1, 12.2, 13.2, Assembly of /n- Vehicle System
The Contractor will assemble the in-vehicle systems at an International Organization and Standardization
(ISO) 9001:2000 certified facility. The system will be largely based upon commercial off the shelf (COTS)
hardware but some assembly will be required to combine the power outlets for each device as well as to
secure a cellular phone in a plastic case to be put under the car seat for safety purposes. The Contractor will
integrate the installation of custom software applications and OS Services with the electrical assembly
process.
Subtask 11.2, 12.3, 13.3 Quality Assurance Testing of Assembled Units
The Contractor shall employ a quality management system (QMS) that requires that each unit undergo
quality assurance testing prior to being released for deployment. These procedures will include the
following activities:
Verify that the system correctly obtains power and does not draw power when the vehicle is not
running
Verify that the menu system is fully functional and that the menu options work as intended
Verify that all applications and OS Services have been installed and that they are the current
version/configuration
Verify the serial numbers of the equipment against the inventory tracking/configuration
management database
Conduct a limited test of the Probe, In-vehicle signage, and MBUF applications by installing the
unit in a vehicle and driving the vehicle through a closed environment to verify notifications are
displayed when expected
Verify that probe data from the controlled experiment drive was received into the database
Verify that MBUF information was sent to the database following vehicle shut-down
Inspect the wire connections for loose connections
Inspect the plastic box to ensure that the cellular phone and power supply unit are secured within
the container.
A formal checklist of these and other quality control and quality assurance tests and verifications will be
developed and documented in the PMP.
Subtask II.3, 12.4,13.4 Distribution of Units
All units that have passed the quality procedures will then be ready for distribution to project participants.
The Contractor will re-pack the equipment into a shipping container, including appropriate packing
material to prevent breakage. Prior to sealing the container the Contractor will visually verify that all
components of the system including mounting brackets, installation guides, etc. are included in the
package and will document this inspection on a checklist.
Subtask 11.4, 12.5, 13.5 Field Deployment
The Contractor shall mail or otherwise dish'ibute the in-vehicle units to participants so that the
participants can install the units themselves. The Contractor shall deploy the system using a staggered
approach and three overlapping pa11icipant groups. Each participant group will test the equipment for six
months which will be broken into a baseline, early and a late evaluation phase. Activities regarding the
operation, maintenance and management of this equipment are included in Task 14. The Contractor shall
26
MnlDOT Contract No. 95757
Exhibit A
Scope of Work
provide Mn/DOT (and their delegates such as SAIC), with the ability to identify participants that have not
installed the equipment or have un installed the equipment. This will be defined as a system requirement,
but is expected to be a report made avai lable through the system input/output interface (see Task 5).
Target COJl\!lletioll Dates
The following table summarizes the plalmed completion dates for each Subtask as contained in the overall
planned project schedule:
Deliverables
Deliverable 1184. Subtask 11.2: ISO tested invehicle units ready for deployment
Deliverable 1185. Subtask 12. 1: Updated in-vehicle Probe software (if needed)
Deliverable 1186. Subtask 12.1: Updated in-vehicle MBUF software (if needed)
Deliverable 1187. Subtask 12.1: Updated in-vehicle sigtlage software (if needed)
Deliverable #88. Subtask 12.1: Updated in-vehicle communication service (if needed)
Deliverable #89. Subtask 12.1 : Updated in-vehicle positioning service (if needed)
Deliverable #90. Subtask 12.3: 175 tested in-vehicle units ready for deployment
Deliverable 1191. Subtask 12.3: 5 of the 175 tested in-vehicle units (deliverable #72) equipped with
DSRe capability
Deliverable #92. Subtask 13.1: Updated in-vehicle Probe software (if needed)
27
MII/DOT Contract No. 95757
Exhibit A
Scope of Work
Deliverable #93. Subtask 13.1: Updated in-vehicle MBUF software (if needed)
Deliverable #94. Subtask 13.1: Updated in-vehicle signage software (if needed)
Deliverable #95. Subtask 13.1: Updated in-vehicle communication service (if needed)
Deliverable #96. Subtask 13.1: Updated in-vehicle positioning service (if needed)
Deliverable #97. Subtask 13.3: 175 tested in-vehicle units ready for deployment
Task 14. Hosting, OIJerations, and Maintenance
The Contractor will host the supporting infrash'ucture and systems, perform operations of the system, and
perform the maintenance needed to maintain the system at operational levels. This maintenance is
expected to include routine backup of the collected data, archiving of transaction logs, and facilitating the
repair andlor replacement of any failed in-vehicle components.
The Contractor shall assign Mr. Daryl Taavola as the task leader responsible for this task for the duration
of the project, unless written approval is given by the MnlDOT project manager for a qualified
replacement. Subtask leaders include:
Subtask 14.1: Technology Demonstration for IS
th
Annual ITS World Congress (Ben Pierce)
Subtask 14.2 Odometer Readings (Rhonda Pierce)
Subtask 14.3 Help SuppOtt (Rhonda Pierce)
Subtask 14.4 Equipment Repair and Maintenance (Rhonda Pierce)
Task Bl'eakdown
Activities associated with this task are summarized in the following foul' subtasks.
SlIbtask 14.1 Techllology Demollstratioll for 18th AllllllallTS World COllgress
The Contractor will develop a technology demonstration for display at the 18
th
Annual ITS World
Congress in Orlando, Florida cUl1'entiy scheduled for October 16-20, 2011. The demonstration will
highlight all of the components ofMnlDOT's IntelliDrive"" initiative as implemented in this project. The
Conll'actor will collaborate with MnlDOT and participate in the ITS World Congress demonstrator
meetings to fully define the demonstration, but this demonsll'ation will likely include the following:
Booth Display - The Contractor will develop a booth display that summarizes the project and
provides attendees with the ability to examine the developed in-vehicle system.
Test Vehicles - The Contractor will provide vehicles with in-vehicle devices as well as staff that can
chauffeur attendees while explaining the system and answering questions regarding system operation
and design. The Contractor will establish a short (-1-2 mile) route that will include various signage
zones, as well as the MBUF and Probe applications.
Take-Away Materials - The Contractor will prepare materials that can be distributed at the
World Congress.
The Conll'actor will coordinate all activities with the ITS World Congress organizers and officials. The
contractor shall prepare a short summary report (2-5 pages) as to what was demonstrated and what
successes where achieved. Identification of what elements were well received and which elements were
not, key contacts established, follow-up issues that need addressing, etc.
SlIbtask 14.2 Odometer Readillgs
28
MltIDOT Contract No. 95757
Exhibit A
Scope of Work
The Contractor will collect odometer readings from study participants both prior-to and post-equipment use.
The Contractor will operating an "Odometer Reading Facility(ies)" for one-month prior to each wave of
deployments and for one-month following each deployment period completion, The Contractor will
prepare easy to use templates and instlUctions for odometer readings, collection of payments, record
keeping of questions (to be included and maintained in a database), installation assistance, and various
supp0l1 information required by project paI1icipants, The Contractor will instruct the participants to install
the equipment themselves and then to come to the odometer reading station for equipment validation (visual
inspection) and the actual odometer reading within 2-3 days following installation of the equipment. The
Contractor will validate that the participants installed the system correctly through a visual inspection,
The Contractor will develop the FAQ content, standard responses and messages, and training curriculum,
etc, for the proper training of the Contractor's (or their subcontractors) support personnel so that a
consistent message and accurate repairs and SUppOlt is delivered to the project participants,
The Conh'actor will make their facility available during normal business hours for "drop-in" readings or
for scheduled readings,
SlIbtask 14,3 Help SliP part
The Contractor will provide project participants several different alternatives to receive help and to have
their questions answered. The Conh'actor will establish and monitor a dedicated "help line" during
normal business hours. All questions or concerns of project participants identified during any interaction
will be documented and included in a project database. The frequency and types of requests/assistance
will be provided by the Contractor to Mn/OOT. The Contractor will include FAQs and e-mail request for
assistance via a web-site. The Conh'actor will also support project participants at their facility to receive
in-person assistance or to ask questions. The Conh'actor will develop the FAQ content, standard responses
and messages, and training curriculum, etc. for the proper training of the Conh'actor's (or their
subconh'actors) support personnel so that a consistent message and accurate repairs and support is
delivered to the project palticipants.
The Conh'actor will create accounts and allow project participant's to pay mileage fees using credit/debit
cards. Money orders, check payments, or cash payments will be accommodated through U.S. mail or in-
person at the Conh'actor's facility. The Conh'actor shall report any non- compliance users as defined by
the system requirements developed in Task 2 to MnlDOT and evaluation team (SAIC).
The Conh'actor shall provide the project team with a monthly detailed deployment report in addition to
the monthly project report. The content ofthis deployment report will be determined during the
requirement identification (task 2) and coordinated with the evaluation team's effort. This report will
focus will be on the system operational performance during the field testing, the field units deployment
status, participant compliance, and participant usage of the applications.
SlIbtask 14,4 Equipment Repair and Maintenallce
The Contractor will provide the project participant with materials needed to ship defective units back to
the Conh'actor while at the same time sending a replacement unit. The conh'actor expects the maximum
down time for a participant will be 24 hours from notification of the defective unit. Defective units will be
returned to the COTS vendor for warranty repair or re-wired if the defect is fOlmd to be the wiring harness
assembled by the Conh'actor. A log of the number and reason for each return will be kept by the
Contractor (covered in Task 8.1).
Target Completion Dates
The following table summarizes the planned completion dates for each Subtask as contained in the overall
planned project schedule:
29
14.1 Tcclmology Demonstration for 18th
Annual ITS World
Dclivcl'ables
MnlDOT Contract No. 95757
Exhibit A
Scope of Work
Deliverable 1198. Subtask 14.1: Take-away materials for the World Congress
Deliverable 1199. Subtask 14.1: Booth Display for the World Congress
Deliverable II I 00. Subtask 14.1: Test vehicles and updated software for World Congress
Demonstration
Deliverable II I O!. Subtask 14.1: Summary Report of Lessons Learned and ITS World Congress
Follow-up
Deliverable 11102. Subtask 14.2: Templates for odometer readings
Deliverable 11 103. Subtask 14.3: Help-line number and FAQ
Deliverable 11104. Subtask 14.3: Monthly Detailed Deployment Report III
Deliverable 11105. Subtask 14.3: Monthly Detailed Deployment Report 112
Deliverable 11106. Subtask 14.3: Monthly Detailed Deployment Report 113
Deliverable 11107. Subtask 14.3: Monthly Detailed Deployment Report #4
Deliverable 11108. Subtask 14.3: Monthly Detailed Deployment Report 115
Deliverable 11109. Subtask 14.3: Monthly Detailed Deployment Report 116
Deliverable 11 110. Subtask 14.3: Monthly Detailed Deployment Report 117
Deliverable II I I!. Subtask 14.3: Monthly Detailed Deployment Report 118
Deliverable 11112. Subtask 14.3: Monthly Detailed Deployment Report 119
Deliverable 11 113. Subtask 14.3: Monthly Detailed Deployment Report 1110
Deliverable 11 114. Subtask 14.3: Monthly Detailed Deployment Report 1111
Deliverable 11115. Subtask 14.3: Monthly Detailed Deployment Report 1112
30
Task 15. Independent Evalnation SIIPllorl
MnIDOT Contract No. 95757
Exhibit A
Scope of Work
The Contractor shall assign Mr. Ben Pierce as the task leader responsible for this task for the duration of
the project, unless written approval is given by the Mn/ DOT project manager for a qualified replacement.
Task Breakdown
There are two Subtasks to the Task.
SlIbtask 15.1 Data Extmetiolls
The Contractor will support MnlDOT's Evaluation Team in conducting an evaluation of the systems and
participant's reactions by providing access to data and reports that were generated during the fielding of
the devices or during fielding of devices by the Evaluation Team. The Contractor shall include the
capabi lity to conduct statistical analysis and data reduction on the collected data, though the Contractor's
primary support will consist of data extraction and delivery to the Evaluation Team. The Contractor shall
retain this data in electronic format for a period of five years following the conclusion of the project.
However, additional data extractions and/or retrieval of the data from this electronic repository may
require a separate contract and resource allocation by Mn/DOT.
SlIbtask 15.2 Testillg SlIpport
The Contractor will support the independent testing activities of the Evaluation Tcam ifneeded by
supporting the "turning on" of vehicle identifiers in the Probe Software for limited periods of time to
support specific testing activities. The Contractor will not be responsible for providing stalTto be vehicle
testers, but will provide testing support in terms of troubleshooting applications, infrastructure
components, etc.
Targel Completion Dales
The following table summarizes the planned completion dates for each Subtask as contained in the overall
planned project schedule:
Deliverables
Deliverable #116. Subtask 15. I: Data Extraction(s)
Task 16. Projecl Wrap-up and Syslem Rellll'll
The Contractor shall assign Mr. Ben Pierce as the task leader responsible for this task for the duration of
the project, unless written approval is given by the Mn/DOT project manager for a qualified replacement.
31
Task Breakdown
Activities for this Task would be conducted under four Subtasks.
Subtask 16.1 Prepare Final Report
MnlDOT Contract No. 95757
Exhibit A
Scope of Work
Following the conclusion ofthe field deployments, the Contractor will prepare a comprehensive report
for MniDOT that summarizes the operational aspects of the project (i.e., an Operations Summaty Report)
and includes copies of all hardcopy deliverables provided to MniDOT throughout the project. The
delivery and acceptance of this Operations Summaty Report will represent the final deliverable and
approval by MnlDOT to close the project.
This report will include the following minimum chapters:
Overview of the system design and operations
Requirments
ConceptualizationiOverview of the operation of each application
Summaty of lessons learned from an operational perspective
Final inventOty and useage reports (fees assessed)
Comparison of equipment reported miles and odometer readings
Recruitment materials
Configuration Management records
Summaty of frequently asked questions and operational issues
Summary of comments from participants
Assessment and recommendations for operational improvements.
The Contractor shall coordinate with MnlDOT's evaluation contractor in developing this Operations
Summaty Report for consistency. The Contractor will not address MBUF policy or political issues but
will focus on the systems and operations viewpoint. For example, the Contractor would summarize the
comments given to us by participants and repairs, but would not specifically solicit comments by the
participants or public to put into the Operations Summaty Report.
Subtask 16.2 Prepare Equipment for Hal/{lover to Mn/DOT
The Contractor will prepare the equipment for handover to MnJDOT. This will include verifying the
serial numbers against the inventOty tracking database, packaging the equipment and delivety of the
equipment to the MnJDOT project manager or his/her designee.
Subtask 16.3 Termination of License Agreements
The Contractor will tetminate all license agreements (software or teleconununications) associated
following the completion of the deployment period.
Subtask 16.4 Complete Project Closeout
The Contractor will complete all final project closeout activities including preparing and submitting final
invoices to MnJDOT.
Target COIllpletion Dates
The following table summarizes the planned completion dates for each Subtask as contained in the overall
planned project schedule:
32
16.2 MniDOT Review Draft Operations Summary
16.5 Termination of Communication
Services/Licenses
Deliverables
Deliverable # 117. Subtask 16.1: Operations Summary Draft Report
Deliverable # 118. Subtask 16.1: Operations Summary Final Report
MnfDOT Contract No. 95757
Exhibit A
Scope of Work
Deliverable #119. Subtask 16.2: Delivery/disposal of infrastructure hardware
Deliverable # 120. Subtask 16.2: Delivery/disposal of in-vehicle hardware
Deliverable # 121. Subtask 16.3: Verification of license/communication termination
Deliverable # 122. Subtask 16.4: Final project invoice
Consolidated Project Schedule
The Contractor will utilize a time-phased budget to manage schedule and resources for this project. This
budget and schedule combination will provide metrics such as the Cost-Performance-Index (Cpr) and the
Schedule-Performance-Index (SPI) that provide an instantaneous summary of the project status with
respect to schedule and budget.
The following summaries the schedule that will service as the Baseline project schedule.
2.4 Mn/ DOT Review of Draft Systems
2.6 Architecture
5. System Development of Suppol'ting
(nfl'Rst 1'1Ictnl'C
te
5:7 Analysis Processi ng and Reporting
6.
ion
10
34
325
MnIDOT Contl'act No. 95757
Exhibit A
Scope 01' WOl'k
04/22/11 05/02/1 1
9. Participant Recrnitmcnt and Training
9.1 .2 Mn/ OOT Review of Draft Training
Materials
10. System Testing, Requircments Demonstration,
Revisions
35
Mil/DOT Contract No. 95757
Exhibit A
Scope of Work
MnlDOT Contract No. 95757
Exhibit A
Scopc of Work
16.2 Mn/DOT Review Draft Operations Summary
Consolidated List of Project Dclivcrables
Deliverable # 1.
Deliverable #2.
Deliverable #3.
Deliverable #4.
Deliverable #5.
Deliverable #6.
Deliverable #7.
Deliverable #8.
Deliverable #9.
Deliverable # 1 O.
Deliverable # 11.
Deliverable # 12.
Subtask 1.1: Meeting minutes and agendas
Subtask 1.1: Kickoff meeting
Subtask 1.2: Project Management Plan
Subtask 1.3: Establishment of the internal project website
Subtask 1.4: Progress reports (monthly and quarterly)
Subtask 2.1: Updated CONOPS document
Subtask 2.2: Updated preliminary requirements document
Subtask 2.3: Draft Systems Requirements Document
Sub task 2.3: Final Systems Requirements Document
Subtask 2.4: Systems view that will be included in the updated CONOPS
document.
Subtask 3.1: Draft Systems Design to include multiple chapters that summarize the
overall system design, the functional design, the physical design, case study
diagrams for each of the three in-vehicle applications as well as the back-office
systems and software (e.g., the system input/output interface in particular). This
document will not include alternative designs, but will incorporate one review
cycle.
Subtask 3.1: Final Systems Design
36
Deliverable #13.
Deliverable #14.
Deliverable #15.
Deliverable #16.
Deliverable #17.
Deliverable # IS.
Deliverable #19.
Deliverable #20.
Deliverable #21.
Deliverable #22.
Deliverable #23.
Deliverable #24.
Deliverable #25.
Deliverable #26.
Deliverable #27.
Deliverable #2S.
Deliverable #29.
Deliverable #30.
Deliverable #31.
Deliverable #32.
Deliverable #33.
Deliverable #34.
Deliverable #35.
Deliverable #36.
Deliverable #37.
Deliverable #3S.
Deliverable #39.
Deliverable #40.
Deliverable #41.
Deliverable #42.
Deliverable #43.
Deliverable #44.
Deliverable #45.
Deliverable #46.
Deliverable #47.
Deliverable #4S.
Deliverable #49.
Deliverable #50.
Deliverable #51.
Subtask 4.1: Draft Test Plans
Subtask 4.1: Final Test Plans
MnfDOT Contract No. 95757
Exhibit A
Scope of Work
Subtask 5.1: Infrastl11cture Hardware/Software Acquired
Subtask 5.2: Infrastructure Hardware/Software Configured
Subtask 5.3: Project Participant Portal Active
Subtask 5.4: Infrastructure Components Communications Established
Subtask 5.5: Draft System Input/Output Interface Completed
Subtask 5.5: Final System Input/Output Interface Completed
Subtask 5.6: Infrastructure Probe Database Completed
Subtask 5.6: Infrastructure MBUF Database Completed
Subtask 5.6: Device Registration/Confirmation Database Completed
Subtask 5.6: Signage Zone Database Completed
Subtask 5.6: Log Database Completed
Subtask 5.7: Data Parsing and Firewall Push Application Completed
Subtask 5.7: Database Analysis Application Completed
Subtask 5.7: In-Vehicle Update Application Infi1lshucture Component Completed
Subtask 6.1: Acquisition of 5 in-vehicle development units
Subtask 6.1: Acquistion of 10 in-vehicle units for development testing
Subtask 6.1: Report detailing results of processor and Bluetooth tests
Subtask 6.1: Report summarizing technology scan results
Subtask 6.2: Acquisition of 500 in-vehicle units
Subtask 6.3: Working and tested positioning service
Subtask 6.3: Working and tested communications service
Subtask 6.4: Alpha in-vehicle MBUF application for testing
Subtask 6.4: Beta in-vehicle MBUF application for testing
Subtask 6.4: Draft MBUF application for testing and requirement validation
Subtask 6.4: Final production MBUF application (prior to first system launch)
Subtask 6.5: Alpha in-vehicle Probe application for testing
Subtask 6.5: Beta in-vehicle Probe application for testing
Subtask 6.5: Draft Probe application for testing
Subtask 6.5: Final production Probe application (prior to first system launch)
Subtask 6.6: Alpha in-vehicle Signage application for testing
Subtask 6.6: Beta in-vehicle Signage application for testing
Subtask 6.6: Draft in-vehic Ie Signage application for testing
Subtask 6.6: Final production In-Vehicle Sigtlage application (prior to first system
launch)
Subtask 6.7: Draft Traveler InfOlmation Custom Signage and Traffic InfOlmation
Subscription Service for testing
Subtask 6.7: Final Traveler Information Custom Signage and Traffic InfOlmation
Subscription Service (prior to first system launch)
Subtask 7.1: Alpha in-vehicle communications service (Version DSRC) for testing
Subtask 7.1: Beta in-vehicle communications service (Version DSRC) for testing
37
Deliverable #52.
Deliverable #53.
Deliverable #54.
Deliverable #55.
Deliverable #56.
Deliverable #57.
Deliverable #58.
Deliverable #59.
Deliverable #60.
Deliverable #61.
Deliverable #62.
Deliverable #63.
Deliverable #64.
Deliverable #65.
Deliverable #66.
Deliverable #67.
Deliverable #68.
Deliverable #69.
Deliverable #70.
Deliverable #71.
Deliverable #72.
Deliverable #73.
Deliverable #74.
Deliverable #75.
Deliverable #76.
MnlDOT Contract No. 95757
Exhibit A
Scope of Work
Subtask 7.1: Draft in-vehicle communications service (Version DSRC) for testing
Subtask 7.1: Final production in-vehicle communications service (Version DSRC)
for testing (prior to second system launch)
Subtask 8.1: Populated Inventory/Asset Tracking Database
Subtask 8.1: Pre-deployment report detailing log of the number and reason for each
equipment return prior to deployment
Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month #1
Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month #2
Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month #3
Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month #4
Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month #5
Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month #6
Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month #7
Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month #8
Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month #9
Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month # I 0
Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month # II
Subtask 8.1: Monthly Report detailing log of the number and reason for each
equipment return for deployment month #12
Subtask 8.1: Final inventoty report detailing the status of all project inventoty
(hardware).
Subtask 8.2: All Class I Engineering Change Proposals
Subtask 8.3: The output of the CM process. This documentation that will take the
form of specifications, interface conh'ol documents (ICDs), and drawings that
define the system. These documents will be suitable for inclusion into the final
report as an appendix.
Subtask 9.1: Draft Training Materials to include (User Guide, Installation Guide,
Video/DVD, and FAQ)
Subtask 9.1: Final Training Materials to include (User Guide, Installation Guide,
Video/DVD, and FAQ)
Subtask 9.2: Completion of First Deployment Pre-Shipment Telephone Contact
Subtask 9.2: Completion of Second Deployment Pre-Shipment Telephone Contact
Subtask 9.2: Completion of Final Deployment Pre-Shipment Telephone Contact
Subtask 9.2: Establishment of First Deployment User Accounts
38
Deliverable #77.
Deliverable #78.
Deliverable #79.
Deliverable #80.
Deliverable #81.
Deliverable #82.
Deliverable #83.
Deliverable #84.
Deliverable #85.
Deliverable #86.
Deliverable #87.
Deliverable #88.
Deliverable #89.
Deliverable #90.
Deliverable #91.
Deliverable #92.
Deliverable #93.
Deliverable #94.
Deliverable #95.
Deliverable #96.
Deliverable #97.
Deliverable #98.
Deliverable #99.
Deliverable #100.
Deliverable # 10 I.
Deliverable # I 02.
Deliverable #103.
Deliverable #104.
Deliverable #105.
Deliverable # I 06.
Deliverable #107.
Deliverable #108.
Deliverable #109.
Deliverable #110.
Deliverable #111.
Deliverable #112.
Deliverable #113.
Deliverable #114.
MnIDOT Contract No. 95757
Exhibit A
Scope of Work
Subtask 9.2: Establishment of Second Deployment User Accounts
Subtask 9.2: Establishment of Final Deployment User Accounts
Subtask 9.2: Approval from the Conh'actor's IRB for conducting the study
Subtask 10.1: Test Plan Report(s)
Subtask 10.2: Five complete units (without DSRC) with all draft software/services
for testing
Subtask 10.2: Infrash'ucture components ready to support 5 user test
Subtask 10.3: Final system modifications and updates
Subtask 11.2: 150 tested in-vehicle units ready for deployment
Subtask 12.1: Updated in-vehicle Probe software (if needed)
Subtask 12.1: Updated in-vehicle MBUF software (if needed)
Subtask 12.1: Updated in-vehicle signage software (if needed)
Subtask 12.1: Updated in-vehicle communication service (if needed)
Subtask 12.1: Updated in-vehicle positioning service (if needed)
Subtask 12.3: 175 tested in-vehicle units ready for deployment
Subtask 12.3: 5 of the 175 tested in-vehicle units (deliverable #72) equipped with
DSRC capability
Sub task 13.1: Updated in-vehicle Probe software (if needed)
Sub task 13.1: Updated in-vehicle MBUF software (if needed)
Subtask 13.1: Updated in-vehicle signage software (if needed)
Subtask 13.1: Updated in-vehicle communication service (if needed)
Subtask 13.1: Updated in-vehicle positioning service (if needed)
Subtask 13.3: 175 tested in-vehicle units ready for deployment
Subtask 14.1: Take-away materials for the World Congress
Subtask 14.1: Booth Display for the World Congress
Subtask 14.1: Test vehicles and updated software for World Congress
Demonstration
Subtask 14.1: Summary Report of Lessons Learned and ITS World Congress
Follow-up
Subtask 14.2: Templates for odometer readings
Subtask 14.3: Help-line number and FAQ
Subtask 14.3: Monthly Detailed Deployment Report #1
Subtask 14.3: Monthly Detailed Deployment Report #2
Subtask 14.3: Monthly Detailed Deployment Report #3
Subtask 14.3: Monthly Detailed Deployment Report #4
Subtask 14.3: Monthly Detailed Deployment Report #5
Subtask 14.3: Monthly Detailed Deployment Report #6
Subtask 14.3: Monthly Detailed Deployment Report #7
Subtask 14.3: Monthly Detailed Deployment RepOlt #8
Subtask 14.3: Monthly Detailed Deployment Report #9
Subtask 14.3: Monthly Detailed Deployment Report #10
Subtask 14.3: Monthly Detailed Deployment Report #11
39
Deliverable #115.
Deliverable #116.
Deliverable # 117.
Deliverable #118.
Deliverable # 119.
Deliverable #120.
Deliverable # 121.
Deliverable # 122.
MltlDOT ContIact No. 95757
Exhibit A
Scope of Work
Subtask 14.3: Monthly Detailed Deployment Report #12
Subtask 15.1: Data Extraction(s)
Subtask 16.1: Operations Summary Draft Report
Subtask 16.1: Operations Summary Final Report
Subtask 16.2: Delively/disposal of infiastructure hardware
Subtask 16.2: Delively/disposal of in-vehicle hardware
Subtask 16.3: Verification oflicense/communication termination
Subtask 16.4: Final project invoice
40
Id,,, """ I
(I mportance;
Mandatory!
Valued)
010
MandatOlY
020
Mandatory
030
Mandatory
110
Mandatory
120
Mandatory
130
MandatOlY
210
MandatOlY
MnlDOT Contract No. 95757
Exhibit A
Scope of Work
Appendix A
Meeting
Preliminary System
Requirements
I
Description of How the Contractor's System
I ~ e q u irement Design aud AI1lll'Oach Will i\leet the
Requirement
In-Vehicle Drivel' Interfaces
The system shall base the in-vehicle The Contractor's system will be based upon the
driver interface on aftermarket commercially available TomTom GO 630 or
consumer devices with navigation comparable TomTom device.
capabilities.
The system's visual in-vehicle
driver interfaces shall be discernible
when operating the vehicle from the
driver's normal position and
posture.
The system' s auditory in-vehicle
driver interfaces shall be discernible
over ambient cabin noise at all
times.
Vehicle Physical Interfaces
The system shall not require any The TomTom dashboard mounting equipment
permanent physical modification to does not require any permanent physical
participant vehicles for installation modification to participant vehicles.
or operation.
The system shall be usable in The Conh'actor' s system will operate in any
passenger cars, pickups and vans. vehicle with an accessible and operational 12 volt
power port.
The system shall not draw power The Contractor will include an aftermarket
from the vehicle when the vehicle's vehicle power port voltage monitor, the AP03, to
ignition switch is "off'. prevent the system li'om drawing power
following ignition "off," including in vehicles
where the power port remains active unless the
power requirements of this device are greater
than the TomTom and Cell Phone combined.
Roadside Equilllnent
The system's roadside equipment The Contractor will not deploy any roadside
shall be able to be deployed without equipment but will rely upon an existing cellular
a landline communications communication infrastructure for interacting with
interface. Roadside equipment may in-vehicle devices. The Contractor will provide
be deployed in areas without fixed five DSRC 5.9 GHz radios that will be able to
services. interact with the University of Minnesota's
41
Identifier
(Importance;
i reme n t
;\Iandatory/
Valned)
220
The system's roadside equipment
Mandatory shall be able to be deployed without
an external grid power supply.
Roadside equipment may be
deployed in areas without fixed
servIces.
230 The system's roadside equipment
Mandatory shall comply with environmental
requirements of the National
Electrical Manufacturer's
Association eNEMA) Standards
Publication TS 2-2003.
Comlllunications Interfaces
310 The system shall provide real-time
Mandatory communication between the in-
vehicle system and back-end
services.
320 The system shall use 5.9 GHz
MandatOlY DSRC as described in the IEEE
802.llp and 1609 specifications for
communication between the
roadside and the in-vehicle interface
for in-vehicle signing in at least one
test location.
Tl'avel., Infol'matlon
410
The system shall provide route-
Mandatory specific real-time traffic condition
information to the driver via the in-
vehicle interface. The underlying
goal is to enable the driver to make
alternative routing decisions.
420 The system shall provide real-time
Mandatory in-vehicle indication of h'affic
incidents to the driver where data
are available.
430
The system shall provide real-time
Mandatory in-vehicle indication of
construction/work zones to the
driver where data are available.
42
lVhlIDOT Contract No. 95757
Exhibit A
Scope of Work
Description of lIo\\' the Contractor' s System
Design and "1111I'oaeh Will i\leet the

roadside equipment for the intersection collision
warning testing/demonstration.
The Contractor will utilize existing cellular
communication infrastructure for real-time
communication.
The Contractor will provide Savari Networks'
MobiWAVE DSRC radios or similar equipment
for the five vehicles that require these radios.
The Contractor will provide real-time traffic
information to the driver through subscription to
TomTom's traffic service or other similar service.
This subscription will be included as part of the
equipment package dish'ibuted to project
participants by the Contractor.
The Contractor will meet this requirement
tlu'ough the in-vehicle signage application. These
indications will include Points-of-Interest and
specific signage notification.
,,,.,,,;n,, I
( 1l1Illol'tance;
i\Jandatol'yl
ReI) II il'el1lellt
Vailled)
440 The system shall provide real-time
Mandatory in-vehicle indication of anticipated
travel times to the driver where data
are available. Travel times shoilid
represent the time from the
presentation location to downstream
locations (for example, major
interchanges, destinations, or
landmarks).
I n-Vehicle Signing
505 The system shall recogni ze safety
Mandatory zones with no intervention by the
driver.
510 The system shall provide in-vehicle
MandatOlY signing and alerts to drivers only on
the affected roadway.
515 The system shall provide in-vehicle
Mandatory signing and alerts to drivers only in
the affected direction of travel.
520 The system shall provide in-vehicle
MandatOlY signing and alerts to drivers only in
affected time periods.
525 The system shall use a standard
Mandatory visual indication consistent with the
MUTCD' for each type of in-vehicle
signing.
530 The system shall use a standard
Mandatory audible indication for each type of
in-vehicle signing.
535 The system shall use a standard
Mandatory audible indication for each type of
in-vehicle alert. In-vehicle alerts are
audible only, with no visual
component that might distract the
driver from the view of roadway
conditions.
I
MnlDOT Contract No. 95757
Exhibit A
Scope of Work
[)escription of 1I0w the Contnlctol"s Systel1l
[)esigll and AIIIIl'Oach Will i\leet the
Rel)lIil'cl1Icllt
This feature is inherent to TomTom's proprietary
navigation service, which provides both
estimated miles as well as times to the end-
destination as well as upcoming waypoints.
The Conh'actor will implement in-vehicle signage
using two different mechanisms. First, the
Contractor will rely upon the inherent features of
TomTom's Navigation software and specifically
it s ability to add points-of-interest (POI' s) with
custom icons to the TomTom screen display.
These points of interest will be developed by the
Contractor in consultation with Mn/ DOT.
Second, the Contractor's application will
maintain in a temporary buffer the current
heading, position, and speed of the vehicle and
update this with output from the navigation GPS
data. This information will be used by the
application to calculate the current linear distance
of the vehicle relative to all zones of interest that
have been defined for the project. These distance
calculations as well as heading information will be
used by the application to determine if an alert is
needed to be presented to the driver and what the
nature of the alert is. The application will display
the sign for a set amount of time and will then
return the display to its normal configuration. The
Contractor will mimic MUTCD signs for display
purposes or other signs as directed by Mn/ DOT.
Audio alerts will also be used for some zones of
interest and will be broadcast to the driver using
the TomTom's external speaker.
I U.S. Department ofTransportatioll Federal Highway Administratioll, Mallual 011 Uni/orlll Traffic COlilrol Devices
jor Streets and Highways, 2003 Edition with Revisions 1 and 2, http://mutcd.fhwa.dot.gov
43
hi.";,;,, I
( 1IllI,o,tance;
"Iandatory/
I{c'ln irclllent
Valucd)
540 The system shall provide in-vehicle
Mandatory signing of school zones to drivers at
three or more test locations.
Provides indication of a change in
the speed limit.
545 The system shall provide in-vehicle
Valued alerting of excessive speed in school
zones to drivers at tlu'ee or more test
locations. Provides indication that
vehicle speed is exceeding the local
limit.
550 The system shall provide in-vehicle
Mandatory signing of speed zones to drivers at
three or more test locations.
555 The system shall provide in-vehicle
Valued alerting of excessive speed in speed
zones to drivers at three or more test
locations.
560 The system shall provide in-vehicle
Mandatory signing of construction/work zones
to drivers at tlu'ee or more test
locations.
565 The system shall provide in-vehicle
Valued alerting of excessive speed in
construction/work zones to drivers
at three or more test locations.
570 The system shall provide in-vehicle
Mandatory signing of roadway-related warnings
(e.g., curve speed) to drivers at three
or more test locations.
575 The system shall provide in-vehicle
Valued alerting of roadway-related
excessive speed (e.g., curve speed)
to drivers at three or more test
locations.
580 The system shall provide in-vehicle
Mandatory intersection collision warnings
(alerts) to drivers at one or more test
locations.
44
I
MnfDOT Contract No. 95757
Exhibit A
Scope of Work
Ucscription of HoI\' the ('on tractor's Systelll
Uesign and "I'I"'oaeh Will "Icet the
RC1luirclllcnt
The Contractor will provide a mechanism to
update the signage zones during vehicle operation.
The Contractor will define each zone as a circle
and will include the following mandatory
elements:
Distance from zone centroid to boundary
of zone
Latitude/Longitude of zone centroid
Type of Zone
Audible or Visual Display
Heading criteria (Heading range for
triggering driver notification)
Duration of notification
Additionally, the Contractor will include the
ability for additional notification criteria:
Minimum speed or Maximum criteria for
triggering notification (can be used for
excessive speed notification)
Day of week
Time of Day
Priority (zones with highest priority will
be displayed)
Date Range for When Zone Active (zones
outside of the date range will be removed
from the on-board database at startup).
The Contractor will outfit five vehicles with 5.9
GHz DSRC radios.
hi .. "",,,
( Importancc;
Mandatory!
Rcqnircmcnt
Valucd)
585 The system shall record all in-
MandatOlY vehicle warnings and alerts for
project reporting.
Probe Data
610 The system shall report basic
Mandatory vehicle probe information (time,
location, vehicle speed, and
direction of travel or heading) from
the participant vehicles to the back-
end probe data service at a
configurable interval with a default
of 20 seconds. The default probe
data interval is based on the default
interval used in the IntelliDrive'"
(VII) Proof-of-Concept Probe Data
Generation Application.
620 The system shall be able to calculate
Mandatory point-to-point travel times from the
vehicle probe information.
630 The system shall be able to provide
Mandatory origin-destination pair data from the
vehicle probe information.
640 The system shall manage all vehicle
Mandatory probe information and calculated
performance measures for project
reporting.
650 The system shall not associate
Mandatory vehicle identification with vehicle
probe information. Protects driver
and vehicle privacy.
660 The system shall not associate driver
Mandatory identification with vehicle probe
information. Protects driver and
vehicle privacy.
45
I
MnmOT Contract No. 95757
Exhibit A
Scope of Work
I>cscription of Bow thc Contractor' s Systcm
I>csign and Apllroach Will Mcct thc
Rcquircmcnt
The Contractor will have a logging service that
all applications can access to log events. These
logs will be transmitted to the infrastructure upon
vehicle shutdown.
The Contractor will obtain the probe information
indicated by subscribing to the TomTom's
Navigation Application output, which provides
GPS position, time, heading, speed, road name,
and city that has been "snapped" to a roadway.
The Contractor will implement the probe data
collection on all roadways unless the application
is shut off by the study participant.
The Contractor will provide this information
using a MS SQL query on the probe data
warehouse. "Pairs" or "trips" will be identified
tlu'ough the device registration event, which is
transmitted to the infrastructure by the in-vehicle
system following each system initialization.
The Conh'actor will incorporate a dedicated data
warehouse and processing server to caphn'e and
process all vehicle probe information.
The Contractor will not associate vehicle
identification information with the probe
information. However, each in-vehicle system
will assign a unique random identifier upon
system startup (different for each starhlp) so that
probe records for a given trip can be grouped and
processed together.
I d,",'';" I
( hllllOl'tallcc;
Malldatol'Y/
Re,!ui I'emcllt
Valued)
670 The system shall provide a means
Mandatory for the driver or operator to enable
and disable the sending of probe
data. Protects driver and vehicle
privacy.
680 The system shall publish probe data
Mandatory information and calculated traffic
performance measures in SAE
12354 (center-to-centcr) format for
project reporting.
Mileage-Dased User Fee
705 The system shall record mileage
Mandatory traveled by all participant vehicles.
710 The system shall calculate the base
Mandatory mileage-based user fee from manual
odometer readings.
712 The system shall provide a means
Valued for the driver to enable the system to
record the routes and times traveled
by participant vehicles.
713 The system shall record the routes
Valued and times traveled by participant
vehicles for which the driver has
enabled that recording.
46
I
MllmOT COlltract No. 95757
Exhibil A
Scope of Work
J)cSCl'iptioll of lIow the COli tractor' s System
Ilesigll alld Approach Will Meet the
Rrlluil'cmcllt
The Contractor will provide a customized
TomTommenu that will enable the participant to
enable or disable all of the developed
applications.
The Contractor will process the probe data and
provide data extractions and probe summaries for
project reporting.
The MBUF application will accumulate mileage
for each vehicle trip and submit this to the
inti'astructure upon vehicle shutdown.
The Contractor will conduct manual odometer
readings prior to and following the device
deployment period. Interim MBUF fees will be
generated using information from the in-vehicle
MBUF application. Final base mileage-based
user fees will be calculated using the total
mileage captured from the before/after odometer
readings.
These features shall be embedded in the
Contractor's proposed approach for probe data
collection, which is to capture location data at 20
second interval s unless the participant "turns-off'
this application.
The participant shall have the ability to indicate
that probe data be stored onboard the in-vehicle
unit for audit purposes. Other than as specifically
directed by the Evaluation Contractor, vehicle
specific identification will not be combined with
probe data.
'd." dO" I
(I milo rta
i\I a ndato 1')'/
Rcqnircmcnt
Yalucd)
715 The system shall record mileage
Mandatory traveled in each fee structure
category by participant vehicles
equipped with in-vehicle systems.
All mileage traveled by participant
vehicles is to be allocated to one or
more fee st ructure categories.
Mileage fee structures could be
based on parameters including:

Country

State

Zone

Roadway facility

Time of day

Yehicle type

Vehicle make and model
720 The system shall calculate mileage-
Mandatory based fees for each participant
vehicle.
725 The system shall provide in-vehicle
Mandatory display of mileage fee pricing rates
to the driver for the vehicle's current
location and time of day.
730 The system shall enable the driver
Mandatory and vehicle owner to view the
current accumulated miles and
accumulated fees .
47
I
Mil/DOT COlltract No. 95757
Exhibit A
Scope of Work
of How Contl':.ctor's
I)csigll and Allllroach Will Mcct thc
ircmcnt
The Contractor's MBUF application will access
the corrected GPS coordinates from the TomTom
navigation software and compare the city/street
name to a lookup database. A default fee will
also be assigned should the query not result in a
positive match between road name/city.
Mileage-based fees will be calculated by
aggregating all MBUF trip summaries reported
by the in-vehicle devices as well as the odometer
readings. This will be performed for each
participant.
The Contractor will provide the instantaneous
mileage fee per mile (not cumulative fee) to
project participants. The Contractor's MI3UF
application shall accesses the corrected GPS
coordinates from TomTom's navigation software
and compares the city/street name to a lookup
database. This look-up table will include city,
road name, and fee per mile, which provides a
mechanism to link roadways geographical areas,
times of day, and vehicle information to a user
fee defined by Mn/ DOT. A default fee will also
be assigned should the quely not result in a
positive match between road name/city. Changes
to the city/street output of the navigation service
will result in a new lookup comparison and fee
pricing display.
The current fee will therefore always be
displayed to the study participant unless they
have chosen to disable thi s application.
The Contractor will provide this capability
through a project specific web-site. This will be
a standard report that a user can generatc upon
request.
Idcntificr
(1IIIporlancc;
l{c1ln i I'cllleni
Mandalol'Y!
Vailled)
735
The system shall provide a means
Mandatory for the system administrator to add,
delete, 01' modify the instances of
the mi leage fee parameters upon
which the fee structure is based.
The administrator is to be able to
add, for example, new zones,
particular facilities, or time-of-day
exceptions for the fee structure.
740
The system shall provide a means
Mandatory for the system administrator to
change the rate structure based upon
the mileage fee parameters.
745
The system shall provide a payment
Mandatory account for each participant vehicle.
750
The system shall produce periodic
MandatOlY bills for the participating vehicles.
755 The system shall be able to establish
MandatOlY varying billing cycles to fit
consumer needs.
760
The system shall provide a means
Mandatory for the participant to make payments
by cash, check, credit, or debit.
765
The system shall provide a means
Mandatory for the system administrator to
manage the payment account.
770
The system shall provide a means
Mandatory for the participant to manage his or
her payment account.
775
The system shall provide auditable
MandatOlY records of vehicle mileage.
780
The system shall provide auditable
MandatOlY records of mileage fees.
48
I
MII!DOT COli tract No. 95757
Exhibit A
Scope of Work
I>cscriplion of How thc Conlraclor's SyslclII
Dcsign and Approach Will Mcct thc
I{C11"il'clllcnt
The contractor will provide the ability to update
the vehicle's on-board database of roadways,
geographic zones, and fees through a System
Input/Output interface. Requested changes to fee
schedule will be pushed to devices as database
updates on an as needed basis.
The Conh'actor shall establish a funded PayPal
account (or similar account) for each participant
vehicle to provide for a mechanism to facility e-
payments.
The Contractor will produce monthly bills or
invoices upon request by study participants.
The Contractor will allow for participants to
request and pay an elech'onic invoice at any time.
Credit and debit payment will be accomplished
through PayPal. Cash and check will be
accomplished through manual processing by
Contractor staff. The Contractor shall permit
participants to mail or pay in-person.
The Contractor will provide this feature as part of
the System Input/Output application.
The Contractor will provide this feature as part of
the project specific web-site.
Following generation of an invoice, whether
periodic or upon request, the Contractor will also
generate an electronic document that includes
both mileage and fees that will be stored on-site
at the Contractor's facility and available for
auditing. Manual odometer readings will be
placed into the same Document Control System
to ensure their ability to be audited.
785
Mandatory
790
Mandatory
The system shall provide auditable
records of mileage fee payments.
Payment enforcement methods will
be developed in conjunction with
the MBUF system.
The system shall provide a means
for the Driver and Vehicle Services
Division of the Depatiment of
Public Safety to access the payment
status of each participant account.
Administrativc Rcporting
Mil/DOT COlltract No. 95757
Exhibit A
Scope of WOI'k
I>cscl'iptioll of lIow the Contractor's Systcm
I>csign and AI'ln'oaeh Will Mcct thc
RcC\n ircmcnt
The Contractor will assist Mn/ OOT in developing
an entorcement strategy that will include
notification on the in-vehicle device, as well as a
process of additional notification including
system generated e-mail and letters.
Payment status of invoices is available through
PayPalreports and will be made available to
Mn/OOT via the System Input/Output Interface.
The Contractor will provide the ability for the
Department of Public Safety to ascertain the
payment status of participant's vehicles (based
upon VIN) through an Internet connection. The
staff querying the system will be provided a
binary response as "Paid to Date" or "Currently
Owe $XX" or similar message as directed by
Mn/DOT. Paid-to-Date would indicate that all
MBUFs up to a date prior to the query (to be
determined) have been paid by the participant.
810
Mandatory
The system shall provide reports of These reports will be developed as SQL queries
mileage records and fees for all against the Contractor's data warehouse and
participants.
made available to Mn/DOT via the System
f------ - t-'----''------- -------j Input/Output Interface.
820 The system shall provide summary
Mandatory reports of all probe data from
participant vehicles.
830
Mandatory
9\0
Mandatory
The system shall providc summary
reports of all in-vehicle signing
presented on participant in-vehicle
displays.
Training and Docnmentation
The system shall provide uscr
manuals for project participants.
49
The Contractor will institute an in-vehicle event
logging system that will be transmitted and stored
in an infrastructure warehouse as described for
requirement #585. These logs will specifically
include the vehicle position information as well
as the timestamp and signs displayed.
The Contractor will develop user installation and
operation manuals as well as answers to
Frequently Asked Questions and post these
documents to a web-site. The Contractor will
include a hardcopy of the installation guide as
part of the equipment delivery to study
participants.
Mn/DOT Conto'aet No, 95757
Exhibit A
Scope of Work
Idcnlificr I I I) " I' 'I I ( ' , S
I I
Cscl'Illflnn n ow I IC ontractor s , , 'stcm
111)01' ancC"
(i\1 I I I /' RC1luircmcut ()csign and Approach Will i\lcct thc
I alH a OI'V .
Valued)'
920
Mandatory
The system shall provide user
assistance for project participants,
E,g" a help desk
50
The Contractor will provide help via e-mail
support initiated by study participants using a
project specific web-site, The Contractor will
also establish a project specific telephone help
line that participants can call during normal
working hours to receive support.
TASKS
I ;Jmm. I I Bu",
2$ 10 180 714
256 10 2W
61 lfl o

4t 0 ..!
116
I"""
Revisions
n .... _.I
382
705

o
I Mj
570
251 508
00


43
el and Hours
I nmclio I Swepston
324 547
328 II
II

Ped< I S!yiDn I Sampson
17
o
o
o o o
,--,--,:,-111
o o


o

o
o
o
o
o
o
M
MnlDOT Contract No. 95757

..!
o
o
o
o
..!

o
o
o
o
URS




ExhibitB
Budget
TOTAl
& I COSTS
Assodales
m451JS
137,715.9
84143.$




10.500.00 I
52.23311
I 6.IM.00
14 15,987.52 17,318.00 195.485.16
14 173)62.00 I
14 I I3l7.43 I 17.311.001 I
14.0 HosIngOoEiiiiOns and 1638 4t 210 77 0 0 1016 175 0 0 0 31 0 0 0 0 42l31.11 51m.00 639.7$..
15JlndependentEvaluaiionSUpport 266 10 0 10 0 0 0 0 0 0 0 0 0 0 87relO 101112
51 00 77 0 0 III V 49 0 0 0 0 0 0 0 0 . 165llJ.
I 38i. 1147L.L 1751 I 94i I 3SOO I 106fT I 191230- I I I I 241 I I 43
,ROJECTTOJAlSTAFFI S 912.0U I S 214.845.61[ S 2UI.III S I S I S II II 323.3U I S I S 3.301.191 S 17.100121 S 11.42mI S 13.204JJ I S I S II SM.049151 i
Ralelhou S S 56.83 S 49.46 S 46.52 I 36.48 S 3310 S 38.77 S 48.69 I 66.77 S 34.86 S 38.86 I 'i68 I 38.77 S iii'l IS.S7 I 1995 'f3&i7
laborToial S S 21.937.69 S S 11.400.00 I I S S 51.701.14 S S 66227 S 1.009.11 S I 5.115lS S S 4,47,l) S 111lM I S
Overheall.61 S 494123.17 I 35.10011 I ; 130WM S S 239.434.67 S I 175.303.# S S S 1.700.17 S 91U S 6.19559 I S 3.090.71 S 2.6U S
Fee 133% S 101.410.01 S 7.700.13 I S S 14.901M S 11.024.76 S 5'52i.03 S 16.IU S S I 3.09,02 S S 2MI.I7 S 1)5924 S S S I 315lU
I S M.718.13 S 21414a61 S S S S S 151.590.73 S 323)25lJ; 3.301.19 S 17.160S2 S II,4m1 S I 5.711A9 S S
I S [)lS,061
3.100.314
00::::
URSI -- I;

Pierce Pini Extense!
J.
1


; 431.90011
4,166.453.23
Battelle Expenses
Item Description Unit Cost
Wireless Service $ 309,979.00
TomTom's Traffic Plus $ 59.68
PayPal Fees for E-Payments $ 0.03
USPS Shipping Fees for Large Flat Rate Boxes $ 14.67
ITS World Congress Exhibit Fees $ 25,290.00
Purchased Equipment Secure Backhaul $ 3,147.00
Communications Server $ 4,160.71
Applications Server $ 5.785.34
Data Warehouse Server $ 14,140.14
MObiWAVE- Wireless vehicular on-board unit-
flexible open platform based on linux. 500Mhz
AMD Geode Lx800 $ 3,034.80
Computer Usage Computer Usage $ 10,500.00
Purchased Materials Computer Tapes $ 759.00
Friction Fit Plastic Craft Box and Lid - Item #16 $ 0.77
Travel (See Breakdown) $ 38,348.00
# Trips/#
Origin/Destination People
30 Trips/1
Cleveland OH/Minneapolis MN Person
Cleveland OH/Orlando FL 1 Trip/1 Person
Detroit MIIOrlando FL 1 Trip/1 Person
2 Trips/1
Columbus OH/Orlando FL Person
6 Trips/2
Columbus OH/Minneapolis MN People
2 Trips/1
Columbus OH/Orlando FL Person
TOTAL
TOTAL EXPENDITURES
IQuantity ISubtotal
1 $ 309,979.00
1000 $ 59,684.00
100000 $ 2,529.00
1100 $ 16,135.00
1 $ 25,290.00
1 $ 3,147.00
1 $ 4,161.00
1 $ 5,785.00
1 $ 14,140.00
6 $ 18,209.00
1 $ 10,500.00
1 $ 759.00
510 $ 395.00
1 $ 38,348.00
Equivalen
tTrips Duration (Days) Airfare
30 2 $ 434.00
1 5 $ 399.00
5 $ 280.00
2 5 $ 260.00
12 4 $ 881.00
2 5 $ 237.00
2
Per Diem
$ 273.00
$ 767.00
$ 767.00
$ 876.00
$ 624.00
$ 795.00
MnJDOT Contract No. 95757
Exhibit B
Budget
Other Subtotal
$ 153.00 $ 23,010.00
$ 767.00 $ 1,335.00
$ 767.00 $ 1,229.00
$ 876.00 $ 2,364.00
$ 211.00 $ 8,046.00
$ 350.00 $ 2,364.00
$ 38,348.00
$ 509,061.00
URSine.
Task
lin Prnij:lr.t I
m Integration and Test Plan
I_ti n
I Daryl Taavola
491
3;
2l
37
2l
...!i
4
o
4(
C
11
41
41
81
Ming-5hiun
Lee
f
-'
4(
120
24
John
Crawford
-'!
2'
Hours
Joe
2'
4(
161
41
11
11
MnlDOT Contract No. 95757
Erik Rowdy
Seiberlich Paul Lamb Kemnitz
o 80
80 81
40 24
o 8C
24 1!
ExhibitB
Budget
GRAND
TOTAL
120.679.33
59.078.76
33.315,40
60.886.85
1724821
n
ieSystems

...1
I(
C
.J
I: Ie 2' to.438.17
13.967.39
20.81128
.J
f
121 24
o 41
40 4(
80 8C
dTraining Materials o o
10.0 ..
Revisions
11.0 I
112.0 Second Systems Launeh
13.0 Final ms Launch
14.0 Hostin 0 erations and
15.0 Independent Evaluation Support
116.0 Proied Wran.Un ::lind Sv!tlem Return
Totals
Expenses

Document Reproduction
2011 Congress Orlando
TOTAL
73 0 0 24 180 0 8 400 0 40 162 4 95.928.98
24 0 0 5 11 0 0 53 0 0 52 0 15.987.52
101 01 01 51 ,,1 01 01 531 01 01 531 01 13.307,49
101 0 0 5 11 0 0 53 0 0 53 0
731 80 24 0 24 0 0 0 0 0 40 0 42.895.19
00040040 0 04008.703.39
Ralelhour S 7525 $ 92.57 $ 78.71 S 78.04 $ 51.74 $ 52.32 $ 62.39 S 39.71 $ 58.85 S 37.00 $ 211.19 S 78.35
$ 68.929.00 S 1221924 $ 5.35228 S 19.041.76 S 33.320.56 $ 7.534.08 $ 2.495.60 S 37.446.53 $ 4.708.00 $ 12.691.00 S 27217.68 S 3.134.00.,
head 1.198 $ 82.576.94 S 14.638.85 $ 6.412.03 S 22.812.03 S 39.918.03 S 9.025.83 $ 2.989.73 S 44.680.94 S 5.640.18 $ 15203.82 S 32.606.78 S 3.754.53 $ :
Fee (13.5% $ 20.453.30 S 3.625.82 S 1.188.18 $ 5.65026 S 9.88721 S 2235.59 S 740.52 S 11.111.51 S 1.397.00 $ 3.765.80 S 8.076.30 $ 929.95 $
57.435.21
454l
$ 171.959 S 30.464 S 13.352 $ 47.504 $ 83.126 S 18.795 S 6226 $ 93,419 S 11.745 $ 31.661 S 67.901 $ 7.818 $ 583.990.67
11M Overhead::: 1.198 Fee::: 13.50%
$151,505.94 S 26,857.89 $ 11,764.31 $ 41,853.79 S 73,238.59 $ 16,559.91 $ 5,485.33 $ 82,307,47 $ 10,348.18 $ 27,894.82 S 59,824.48 $ 6,888.53
S 1,000.00
$ 998.88
$ 1,750.00
1 $ 1,000.00
1 $ 998.88
2 $ 3,500.00
$ 7,148.88
3
Pierce Pini & Assoc.
Principal Civil Project Civil
Task Engineer Engineer
1.0 Project Management a a
2.0 Requirements Engineering a a
3.0 System Design a a
4.0 System Integration and Test Plan a a
5.0 SysJem Devel""ment of Supporting. Infrastructure a a
6.0 System Development of In-Vehicle Systems a a
7.0 System Development of Communications 0 a
8.0 Configuration Management a a
9.0 Participant Recruitment and Training Materials a 0
10.0 System Testing, Requirements Demonstration,
Revisions 20 20
11,0 First Systems Launch 47 47
12,0 Second Systems Launch 56 56
13,0 Final Systems Launch 47 47
14,0 Hosting Operations and Maintenance 130 130
15,0 Independent Evaluation Support a 0
16.0 Project Wrap-Up and System Return a 0
Total 300 300
Rate/hour $ 47.08 $ 39,95
Labor Total $ 14,125 $ 11,985
Overhead (1.47 $ 20,764 $ 17,618
Fee (13.5% $ 4,710 $ 3,996
Pierce Pini Total Staff $ 39,600 $ 33,600
Pierce Pini Overhead - 1.47
Expenses
Item Description Cost/Unit Quantity
Dedicated Phone Tine and Voicemail $ 2,700.00 1
Dedicated Parking Space in Parking Lot $ 3,000.00 2
Sony Ericsson W810i (per Battelle's specification of equipment) $ 258.50 510
TomTom GO 630 (per Battelle's speCification of equipment) $ 199.99 510
Automatic Power Off (AP03), OEM radio connector $ 59.95 510
Road Pro 12 Volt 12' Cigarette lighter Extension Cord $ 29.99 510
TOTAL
4
Hours
Office
Manager
a
a
a
a
a
a
0
0
a
20
90
60
90
300
a
a
560
$ 23.19
$ 12,984
$ 19,086
$ 4,330
$ 36.400
Subtotal
$ 2,700,00
$ 6,000.00
$ 131,835.00
$ 101,994.90
$ 30,574.50
$ 15,294.90
$ 288,399.30
Technicianl
Office
Manager
a
a
a
a
a
300
0
300
0
a
0
a
0
a
a
0
600
$ 23.19
$ 13,911
$ 20,450
$ 4,639
$ 39,000
Fee -
$
$
$
$
MnlDOT Contract No. 95757
ExhibitB
Budget
GRAND
TOTAL
-
-
-
-
-
19.500.00
-
19,500.00
-
6,180.00
17,318.00
17,564.00
17,318.00
51,220.00
-
-
53,006
77,919
17,675
148,600
13.50%
MnlDOT Contract No. 95757
Exhibit C
Invoice
INVOICE NO .. __ _
Original To: Ron Bisek
Copy:
Minnesota Department ofTl"ansportation
1500 West County Road B2, MS 725
Roseville, MN 55113
Cory J. Johnson, State's Project Manager
Minnesota Depattment of Transportation
Estimated Completion: ___ %
(jiOIll COIIlIllII 6 Progress Report)
1500 County Road B2, MS 725, Roseville, MN 55113 Pedod Ending: ______ _
Invoice Date: _______ _
Re: Mn/DOT Contract No. 95757
Contract Expiration Date: November 30, 2012
I
SP Number:
TH Number: N/A
Project Description: IntelliDrive"l for Safety, Mobility and User Fee Implementation
Total Total Amount Billed
Contract Billing Previously This
Amount to Date Billed Invoice
1. Direct Labor Costs:
$898,412.52
(See Exhibit B for Breakdown)
2. Overhead Costs: Rate = 160.00% $1,437,460.03
(Salary'Overhead Rate)
3. Fixed Fee (Profit) Costs: Rate = 13.5% $315,342.79
(Fixed Fee = $ Percent Complete)
4. Direct Expense Costs:
$509,526.69
(Attach SupJ)OItingDocumentation)
5. Subcontractor Costs:

URS Corporation
$591,139.00

Pierce Pini & Associates
$436,999.00
Net Eal"llings Totals: $4,188,880.03
Total Amount Due This Invoice:
I
Contractor: Complete this table when
submitting an Invoice for pavment
I certify that the above statement is correct and
payment has not been received.
Activity Total Amount Billed This
Code Billing to Previously Invoice
Signature: ______________ _
Date Billed
Print Name:
I
XXXX -------------
XXXX
Total*
*Must Match Net Earnlllgs Totals Above
For Consultant Services Use Only
(CSS Reviewed 5/3/2007)
Title: _______________ _
Billing Address: 3535 Vadnais Center Drive
st. Paul, MN 55110
Telephone: (651) 490- 2000
Approved for Payment: _________ _
Date: ________________ _
To: Ron Bisek, Authorized Representative
Copy: Cory Johnson, State's Project Manager
Contract Expiration Date: November 30, 2012
For Invoice No.:
Project Description: IntelliDrive
sM
for Safety, Mobility and User Fee Implementation
SP Number: TH Number: ___ _
ENGINEERING ESTIMATE
%of % Work
% Work
Weight %
Completed Completed Total
Completed Task Description
Contract This
to Date
This
Period Period
1 2 3 4 5
TOTALS:
I certifY that the above statement is correct:
Contractor's Project Manager Date
Weight %
Work
Completed
to Date
6
MnlDOT Agreement No. 95757
ExhibitD
Progress Report
From: (Company Name)
Billing Period: From to ____ _
Honrs Total %of
Hours Accrued Hours Budget
Budget This Accrned Hours
Period To Date Used
7 8 9 10
Approved and recommended for payment:
State's Proj ect Manager Date
If Budgeted Hours Used for task exceeds 100%, attach explanation.
This payment Progress Report must be submitted, within five working days after receipt, by State Project Manager for payment execution
Subject
Personal Car
Commercial Aircraft
Personal Aircraft
Rental Car
Taxi
Breakfast
Lunch
Dinner
Motel, Hotel, etc.
LaundrylDry Cleaning
(After seven continuous days in
Travel Status)
Telephone, Personal
Travel Status
Minnesota Depalhuent of Transportation
Reimbmsement Rates for Travel Expenses
Conditions/Mileage
(I)
(2)
( \)
(2)
(3)
Meals
(I) (5)
(I) (5)
(I) (5)
Lodging
(2) (4) (6)
(I) (3)
(I)
MnlDOT Agreement No. 95757
Exhibit E
Travel Regulations
Rate
Current IRS Rate
Actual Cost
$0.45/mile
Actual Cost
Actual Cost
$7.00/person
$9.00/person
$15.00/person
Actual Cost
$16.00/week
$3.00/day
More than 35 miles from Home Station andlor stay overnight at commercial lodging (motel, etc.).
Leave home in travel status before 6 a.m. for breakfast expense that day.
In travel status after 7 p.m. for supper expense that day.
On travel status andlor more than 35 miles from Home Station for lunch expense that day.
Restrictions
(1) A maximum rate shown or a lesser rate per actual reimbursement to an employee.
(2) Include receipt or copy of receipt when invoicing. (Coach class for aircraft, standard car size, and
standard room (not to exceed $150.00)).
(3) Include receipt or copy of receipt when more than $10.00.
(4) Reasonable for area of a stay.
(5) The gratuity is included in maximum cost.
(6) To be in Travel Status and at a commercial lodging.
Battelle Team
Name: Bennett K. Pierce
Title: Project/Program Manager
Office: (614) 424-3905
Fax: (614) 458-3095
pierceb@batte11e.org
Name: Matthew Burns
Title: Principal Research Scientist
Name: Robert Zimmer, CSEl'
Title: Senior Systems Engineer
URSTeam
Name: Daryl Taavo1a, PE
Title: Vice President - ITS and Traffic Engineering
Office: (612) 373-6889
daryl taavo1a@urscorp.com
Pierce Pilll & Associates Team
Name: Peter Mueh1bach
Title: Safety Evaluation Lead
Office: (763) 537-1311
peter@piercepini .com
Mn/ DOT Contract No. 95757
Exhibit F
Key Personnel
MniDOT Contract No.95757
Exhibit G
List of Deliverables
Deliverable #1. Sub task 1.1: Meetinl1.minutes and al1.endas
10116/2012
Deliverable #2. Sub task 1.1: Kickoff mcctiIll1.
06/112010
Delivcrable #3. Sllbtask 1.2: Proiect Manal!cment Plan
06/1812010
Delivcrable #4. Subtask 1.3: Establishment of the internalllroiect website
6/1812010
Deliverable #5. Subtask 1.4: Prol1.ress reports (monthly and quarterly)
10/14/2012
Deliverable #6. Sllbtask 2.1: Updated CONOPS document
06126/2010
Deliverable #7. Subtask 2.2: Undated Jlreliminal'v rcouirements document
7/16/2010
Deliverable #8. Subtask 2.3: Dl'aft Svstems Reouirements Document
09104/2010
Deliverable #9. Subtask 2.3: Final Systems Requiremcnts Document
10/02/2010
Deliverable #10. Subtask 2.4: Systems Vicw
10/14/2010
Delivel'ab1e #11. Subtask 3.1: Dl'aft Svstems Desil!n
1111112010
Deliverable #12. Subtask 3.1: Final Svstems Desil!n
12/0912010
Deliverable #13. Subtask 4.1: Draft Test Plans
11112/2010
Deliverable # 14. Subtask 4.1: Final Test Plans
12/24/2010
Deliverable #15. Subtask 5.1: Infi'astructure Hardware/Software Acquired
01107/2011
Deliverable #16. Subtask 5.2: Infrastructure Hardware/Software Configured
01116/2011
Deliverable #17. Subtask 5.3: Project Patiicipant Portal Active
01127/2011
Deliverable # 18. Subtask 5.4: Infrastructure Components Communications Established
01114/2011
Deliverable # 19. Subtask 5.5: Draft System InputJOutnut Interface Completed
01110/20 II
Deliverable #20. Subtask 5.5: Final SYstem InputJOutout Interface Completed
02/07/20 II
Deliverable #21. Subtask 5.6: Infrastructure Probe Database Completed
02125/2011
Deliverable #22. Subtask 5.6: Infrastructure MBUF Database Completed
0212512011
Deliverable #23. Subtask 5.6: Device Registration/Confirmation Database Completed
02/25/2011
Deliverable #24. Subtask 5.6: Signage Zone Database Completed
02125/2011
Deliverable #25. Subtask 5.6: Log Database Completed
02/2512011
Deliverable #26. Subtask 5.7: Data Parsing and Firewall Push Application Completed
03/25/2011
Deliverable #27. Subtask 5.7: Database Analysis Application Completed
0412512011
Deliverable #28. Subtask 5.7: In-Vehicle Update Application Infrash'ucture
04/2512011
Component Completed
Deliverable #29. Subtask 6.1: Acquisition of 5 in-vehicle development units
12/18/2010
Deliverable #30. Subtask 6.1: Acquisition of lOin-vehicle units for development
02/05/2011
testing
Deliverable #31. Subtask 6.1: Report detailing results of oro cess or and Bluetooth tests
1115/2011
Deliverable #32. Subtask 6.1: Renort summarizing technology scan results
1/10/2011
Deliverable #33. Subtask 6.2: Acquisition of 500 in-vehicle units
02/05/20ll
Deliverable #34. Subtask 6.3: Working and tested positioning service
02/2112011
Deliverable #35. Subtask 6.3: Working and tested communications service
02/2112011
Deliverable #36. Subtask 6.4: Alpha in-vehicle MBUF application for testing
03/2112011
Deliverable #37. Subtask 6.4: Beta in-vehicle MBUF application for testing
04/02/2011
MIl/DOT COlltract No.95757
Exhibit G
List of Deliverables
Deliverable #38. Subtask 6.4: Draft MBUF application for testing and requirement
04/22/2011
validation
Deliverable #39. Subtask 6.4: Final production MBUF application (prior to first
07/13/2011
system launch)
Deliverable #40. Subtask 6.5: Alpha in-vehicle Probe application for testing
03/21/2011
Deliverable #41. Subtask 6.5: Beta in-vehicle Probe application for testing
04/02/2011
Deliverable #42. Subtask 6.5: Draft Probe application for testing
04122/2011
Deliverable #43. Subtask 6.5: Final production Probe application (prior to first system
07/13/2011
launch)
Deliverable #44. Subtask 6.6: Alpha in-vehicle Signage application for testing
0312112011
Deliverable #45. Subtask 6.6: Beta in-vehicle Signage application for testing
04/02/2011
Deliverable #46. Subtask 6.6: Draft in-vehicle Signage application for testing
04/22/2011
Deliverable #47. Subtask 6.6: Final production In-Vehicle Signage application (prior
07/1312011
to first system launch)
Deliverable #48. Subtask 6.7: Draft Traveler Information Custom Signage and Traffic
05/02/2011
Information Subscription Service for testing
Deliverable #49. Subtask 6.7: Final Traveler Information Custom Signage and Traffic
07/13/2011
Information Subscription Service (prior to first system launch)
Deliverable #50. Subtask 7.1: Alpha in-vehicle communications service (Version
08/30/2011
DSRC) for testing
Deliverable #51. Subtask 7.1: Beta in-vehicle communications service (Version
09/3012011
DSRC) for testing
Deliverable #52. Subtask 7.1: Draft in-vehicle communications service (Version
10/1512011
DSRC) for testing
Deliverable #53. Subtask 7.1: Final production in-vehicle communications service
10126/201 I
(Version DSRC) for testing (prior to second system launch)
Deliverable #54. Subtask 8.1: Populated Inventoryl Asset Tracking Database
09/2812012
Deliverable #55. Subtask 8. I: Pre-deployment report detailing log of the number and
07/2812011
reason for each equipment return prior to deployment
Deliverable #56. Subtask 8.1: Monthly Report detailing log of the number and reason
08/3012011
for each equipment return for deployment month # I
Deliverable #57. Subtask 8.1: Monthly Report detailing log of the number and reason
09/30/2011
for each equipment return for deployment month #2
Deliverable #58. Subtask 8.1: Monthly Report detailing log of the number and reason
10/30/2011
for each equipment return for deployment month #3
Deliverable #59. Subtask 8.1: Monthly Report detailing log of the number and reason
11130/2011
for each equipment return for deployment month #4
Deliverable #60. Subtask 8.1: Monthly Report detailing log of the number and reason
12/3012011
for each equipment return for deployment month #5
Deliverable #61. Subtask 8.1: Monthly Report detailing log of the number and reason
01/30/2012
for each equipment return for deployment month #6
Deliverable #62. Subtask 8.1: Monthly Report detailing log of the number and reason
02/3012012
for each equipment return for deployment month #7
2
Deliverable #63.
Deliverable #64.
Deliverable #65.
Deliverable #66.
Deliverable #67.
Deliverable #68.
Deliverable #69.
Deliverable #70.
Deliverable #71.
Deliverable #72.
Deliverable #73.
Deliverable #74.
Deliverable #75.
Deliverable #76.
Deliverable #77.
Deliverable #78.
Deliverable #79.
Deliverable #80.
Deliverable #81.
Deliverable #82.
Deliverable #83.
Deliverable #84.
Deliverable #85.
Deliverable #86.
Deliverable #87.
Deliverable #88.
Deliverable #89.
Deliverable #90.
Deliverable #91.
Mn/DOT Contract No.95757
Exhibit G
List of Deliverables
Subtask 8.1: Monthly Report detailing log of the number and reason
03/30/2012
for each equipment return for deployment month #8
Subtask 8.1: Monthly Report detailing log of the number and reason
04/3012012
for each equipment return for deployment month #9
Subtask 8.1: Monthly Report detailing log of the number and reason
05/3012012
for each equipment return for deployment month # 1 0
Subtask 8.1: Monthly Report detailing log of the number and reason
06/3012012
for each equipment return for deployment month #11
Subtask 8.1: Monthly Report detailing log of the number and reason
07/30/2012
for each equipment return for deployment month # 12
Subtask 8.1: Final inventOlY report detailing the status of all project
9/28/2012
inventory (hardware).
Subtask 8.2: All Class I Engineering Change Proposals
08/0912012
Subtask 8.2: Output of CM Process
08/0912012
Subtask 9.1: Draft Training Materials to include (User Guide,
05112/2011
Installation Guide, VideolDVD, and FAQ)
Subtask 9.1: Final Training Materials to include (User Guide,
05/22/2011
Installation Guide, Video/DVD, and FAQ)
Subtask 9.2: Completion of First Deployment Pre-Shipment
1II30/2011
Telephone Contact
Subtask 9.2: Completion of Second Deployment Pre-Shipment
03/30/20 II
Telephone Contact
Subtask 9.2: Completion of Final Deployment Pre-Shipment
06/30/2011
Telephone Contact
Subtask 9.2: Establishment of First Deployment User Accounts
07/28/2011
Subtask 9.2: Establishment of Second Deplovment User Accounts
/111012011
Subtask 9.2: Establishment of Final Deployment User Accounts
02/23/2012
Subtask 9.2: Approval from the Contractor's IRB for conducting the
01116/2011
study
Subtask 10.1: Test Plan Report(s)
05123/20 II
Subtask 10.2: Five complete units (without DSRC) with all draft
OS/23/2011
softwarelservices for testing
Subtask 10.2: Infrastructure components ready to support 5 user test
05123/2011
Subtask 10.3: Final svstem modifications and updates
07/13/2011
Subtask 11.2: 150 tested in-vehicle units ready for deployment
07/28/2011
Subtask 12.1: Updated in-vehicle Probe software (if needed)
10/26/2011
Subtask 12.1: Updated in-vehicle MBUF software (ifneeded)
10/2612011
Subtask 12.1: Updated in-vehicle signage software (if needed)
10/26/2011
Subtask 12.1: Updated in-vehicle communication service (if needed)
10126/2011
Subtask 12.1: Updated in-vehicle positioning service (if needed)
10/2612011
Subtask 12.3: 175 tested in-vehicle units readv for deplovment
III 10120 11
Subtask 12.3: 5 of the 175 tested in-vehicle units (deliverable #72)
10126/2011
equipped with DSRC capability
3
Deliverable #92.
Deliverable #93.
Deliverable #94.
Deliverable #9S.
Deliverable #96.
Deliverable #97.
Deliverable #98.
Deliverable #99.
Deliverable #100.
Deliverable # I 0 l.
Deliverable # I 02.
Deliverable # 103.
Deliverable #104.
Deliverable #IOS.
Deliverable # 106.
Deliverable #107.
Deliverable #108.
Deliverable #109.
Deliverable #110.
Deliverable #111.
Deliverable #112.
Deliverable #113.
Deliverable #114.
Deliverable # liS.
Deliverable #116.
Deliverable #117.
Deliverable #118.
Deliverable #119.
Deliverable #120.
Deliverable # 12l.
Deliverable #122.
MnlDOT Contract No.95757
Exhibit G
List of Deliverables
Subtask 13.1: Updated in-vehicle Probe software (if needed)
02108/2012
Subtask 13.1: Updated in-vehicle MBUF software (if needed)
02/0812012
Subtask 13.1: Updated in-vehicle signage software (if needed)
02/08/2012
Subtask 13.1: Updated in-vehicle communication service (if needed)
02/08/2012
Subtask 13.1: Updated in-vehicle positioning service (if needed)
02/08/2012
Subtask 13.3: 17S tested in-vehicle units ready for deployment
03/23/2012
Subtask 14.1: Take-away materials for the World Congress
09/3012011
Subtask 14.!: Booth Display for the World Congress
09/30/2011
Subtask 14.1: Test vehicles and updated software for World Congress
09/30/2011
Demonstration
Subtask 14.1: Summary Report of Lessons Learned and ITS World
10/3112011
Congress Follow-up
Subtask 14.2: Templates for odometer readings
OS/07/20 II
Subtask 14.3: Help-line number and FAQ
10/06/2012
Subtask 14.3: Monthly Detailed Deployment Report #1
08/3012011
Subtask 14.3: Monthly Detailed Deployment Report #2
09/30/2011
Subtask 14.3: Monthly Detailed Deployment Report #3
10/30120 II
Subtask 14.3: Monthly Detailed Deployment Report #4
1lI30/2011
Subtask 14.3: Monthly Detailed Deployment Report #S
12/30/2011
Subtask 14.3: Monthly Detailed Deployment Report #6
01130/2012
Sub task 14.3: Monthly Detailed Deployment Report #7
02/30/2012
Subtask 14.3: Monthly Detailed Deployment Report #8
03/30/2012
Subtask 14.3: Monthly Detailed Deployment Report #9
04/30/2012
Subtask 14.3: Monthly Detailed Deployment Report #10
OS/3012012
Subtask 14.3: Monthly Detailed Deployment Report #11
06/30/2012
Subtask 14.3: Monthly Detailed Deployment Report #12
07/3012012
Subtask IS.!: Data Extraction(s)
10/02/12
Subtask 16.1: Operations Summary Draft Report
09/21112
Subtask 16.1: Operations Summary Final Repoti
10/14/12
Subtask 16.2: Delivery/disposal of infrastlUcture hardware
10/14/12
Subtask 16.2: Delivery/disposal of in-vehicle hardware
10/14/2012
Subtask 16.3: Verification of license/communication termination
09/0112012
Final Project Invoice
10/30/2012
4
Minnesota Department of Transportation
Transportation Bui lding
395 John Ireland Boulevard
Saint Paul, Mi nnesota 55 155-1899
June 9,2010
MI'. Bennett Pierce
Battelle Memorial Institute
505 King Avenue
Columbus,OH 43201
In reference to: MnlDOT Contract No. 95757
SP Number 8816-1153
Federal Project Number: ITS IT08(650)
Dear Mr. Pierce:
Enclosed is your executed copy of the above referenced Contract. This Contract is for the IntelliDrive'"
for Safety, Mobility and User Fee Implementation project.
The Contract was fully executed on June 3, 20 I 0 and is the date of your authorization to proceed. Please
coordinate this project with Cory Johnson, Mn/ DOT' s Project Manager, at 6S 1-234-7062.
Please send to me a signed copy of any sub-consultant contracts for this project.
If you have any questions regarding this Contract, please contact me.
Sincerely,
Ron Bisek
Contract Administrator
Cc:
File (Original)
COIY Johnson (Copy)
An equal opportunity employer
MnlDOT Contract No. 92809
Amendment No.3
CFMS Contract No. 823069

(Minnesota Statutes 16C.05, subdivision 2(d), 16C.08, subdivision 2 and 3)
IlIstmctiolls:
1. Use this form when amending a Contract that is NOT Single-Source and does NOT exceed $1
million.
2. Complete thi s form for any Amendment that will extend the end date of a Contract, addlreduce work
andlor money andlor change any other term or condition of the Contract.
3. Submit THREE copies of this form to be routed for approval prior to processing the Amendment for
approval.
4. When routing this form for approval, be sure to include the Original Contract, the Original
Certification Form, any previous Amendments and any prior Amendment Cover SheetslPre-Approval
Forms.
5. Make sure that you are using the updated Mllendment template where the State Agency signature
block reaffirms applicable sections of Mil me sot a Statutes 16C.08, subdivisions 2 and 3.
6. Retain an approved copy of this form in the Contract file.
Agency: Name of Contractor:
Transporta tioll Science Applications Intel'llational Corporation
(SAIC)
Current Contract Term: Project Identification:
December 19, 2008 to November 30, 2010 vn for Safety, Mobility and User Fee Evaluation
State Project Number: Trunk Highway Number:
8816-1153 NIA
Amendments to Contracts must entail tasks that are substantially similar to those in the Original Contract
or involve tasks that are so closely related to the Original Contract that it would be impracticable for a
different Contractor to perform the work. The conunissioner or an agency official to whom the
commissioner has delegated contracting authority under Minnesota Statutes section 16C.03, subdivision
16, must determine that an amendment would serve the interest of the state better than a new Contract and
would cost no more. Ml Amendment should be in effect before the Contract expires.
Complete Appropriate Box(es) for the Amendment Submitted
1. [8J Amendment to the end date of the Contract
Proposed New End Date: June 30, 2011
Why is it necessary to amend the end date?
This project consists of two stages. The Stage II implementation contract has been executed with Battelle
Memoriallnstitute. This Contract is being amended to allow SAlC to finalize their evaluation plan drafted in Phase
I and perform the evaluation of the Phase II implementation project. Additional time is required so that SAlC has
time to execute these new tasks.
2. [8J Amend Duties and Cost o Amend Duties Only
2a. If cost is Amended, insert amount of original Contract AND amonnt of each Amendment below:
Original Contract Amount: $ 122,193.20
Amendment I Amount: $ 0.00
Amendment 2 Amount: $ 0.00
Amendment 3 Amount: $ 178,007.34
Total Contract Amount: $ 300,200.54
2b. Describe the Amendment:
evaluation plan drafted in Phase 1. SAIC will also be instrumental in recruiting and selecting people t p, <1' ip, te
The VII for Safety, Mobility and User Fee Evaluation contract is being amended to allow SAIC to
in the 500 vehicl e demonstration planned during Phase II implementation. Participant selection will e f of
- I -
'----/
(CSS Reviewed 713 112009)
Mn/DOT Contract No. 92809
Amendment No.3
CFMS Contract No. 823069
recommendations made by the evaluation team. The evaluator will be expected to assist the State in critical
document review and technical su ort when necessa .
3. D Amendment to change other terms and conditions of the Contract
Describe the changes that are heing made:
Describe the differences between the Original Contract alld the Amended terms and conditions and why the
changes are necessaJY
THE BALANCE OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK
- 2-
(CSS Reviewed 7/3112009)
SIGNATURES:
Recommcnded for Approval:
By: L (LJ1
(Authorized Representative)
Materials Managcment Division Appre,val
(CSS Reviewed 7/3112009)
MnlDOT Contract No. 92809
Amendment No. 3
CFMS Contract No. B23069
Date: __ r:: ,-v_l+'f _ _ )..._?--fI_J- _O_I_D_
D a t e : ~ 4 r/d/IJ
- 3-
AMENDMENT NO.3 TO MnlDOT CONTRACT NO. 92809
Contract Start Date: December 19,2009
Original Contract Expiration Daie: August 31, 2009
Current Contract Expiration Date: November 30, 2010
New Contract Expiration Date: June 30, 2011
Federal Project Number: ITS IT08(650)
State Project Number (SP): 8816-1153
Trunk Highway Number (TH): N/A
Total Contract Amount:
Original Contract Amount:
Previous Amendment(s) Total:
Current Amendment Amount:
Project Identification: IntelliDrive'" for Safety, Mobility and User Fee Evaluation
MnlDOT Contract No. 92809
CFMS Contract No. B23069
$ 300,200.54
$ 122,193.20
$ 0.00
$ 178,007.34
This Amendment is by and between the State of Minnesota, through its Commissioner of Transportation ("State") and
Science Applications International Corporation, ("Contractor") ..
Redtals
1. State has a Contract with Contractor identified as MnlDOT Contract Number 92809 ("Original Contract"). The
Minnesota Department of Transportation (MnlDOT) is currently developing their InteIliDrive'" (formerly VII) for
Safety, Mobility and User Fee system in conjunction with the larger IntelliDrive'" national effort. As of June 30
th
,
2009, Phase 1 was completed which included a concept of operations, preliminary requirements, a Phase II
implementation scope of work and the preliminary evaluation plan. MnlDOT expects The Contractor to conduct a
final evaluation in Phase II to begin in 2010.
2. The contract is being amended for 'time and budget to allow SAIC to proceed \vith the fOlmal evaluation process.
This will involve finalizing the evaluation plan, creating focus groups to gain input towards finalizing the system
requirements and design, creating system test plans, assisting the Implementation contractor in selecting
demonstration participants and completing the demonstration evaluation. The original scope of work has been
modified to reflect these changes.
3. Exhibits A-I through C-l are attached and incorporated into this Contract.
4. State and Contractor are willing to amend the Original Contract as stated below.
Contract Amendment
In this Amendment deleted Contract terms will be sImek "Ht and the added Contract terms will be balded and underlined.
REVISION 1. Article 1 Term of Contract is amended as follows:
Article 1 Term of Work Order COlltract:
1.2 Expiration date: This Contract will expire on NevemBer 3'O"',;w.w JUlie 30, 2011 or the date that all
obligations have been fulfilled and all deliverables have been approved by State, whichever occurs first.
REVISION 2. Article 2 Scope of Work is amended as follows
Article 2 Scope of Work:
The services to be provided for under this Contract by Contractor are as follows; In Phase I of the H IlItelliDl'ive'" for
Safety, Mobility and User Fee project, the Evaluation Team will create and manage both the evaluation goals and
strategies of the project and development of the preliminary evaluation plan.
The Evaluation Team will also be responsible for project management duties relating to evaluation tasks and coordination
with the Technical Program Management Team. These project management duties include but are not limited to schedule
and budget maintenance, progress repOlis and document review. The Evaluation Team will also provide technical support
. on an as-needed basis. Project management activities within the Evaluation Team must be closely coordinated with the
project management duties of the Teclmical Program Management team.
(CSS/CM Reviewed 10/20/2009)
MnlDOT Contract No. 92809
CFMS Contract No. B23069
The evaluation goals and strategies ofthe If IntelliDriveS>1 for Safety, Mobility and User Fee project will be based off
of the preliminary requirements listed in the Concept of Operations developed by the Technical Program Management
Team. These evaluation goals must also reflect the evaluation goals spelled out in the ITS Evaluation Resource Guide
(http://www.its.dot.gov/evaluationieguideJesource.htm). and include, but not limited to, Safety, Mobility and Customer
Satisfaction. The evaluation process will identifY the key stakeholders most likely to affect the success ofthe project and
prioritize the importance of the evaluation goals using several Measures of Effectiveness (MOEs). Some example MOEs
may include:
Safety
Reduction in crash rate
Variations in vehicle speed
Mobility
Travel time delay
Travel time variability
Viability of vehicle probe data
Customer Satisfaction
System awareness
Expecta1ion of system benefits
System use
Response-decision-making andlor behavior change
Realization of benefits
Assessment of value
The preliminary evaluation plan will consist of a document that describes how each evaluation goal may be attained. The
RITA ITS Evaluation Resource guide states, "The Evaluation Plan should refine the evaluation approach by formulating
hypotheses. Hypotheses are 'if-then' statements that reflect the expected outcomes of the ITS project." The preliminary
evaluation plan may further specifY a quantitative change in driver behavior such as a percentage drop in specific crash
types or an expected drop in average driver speed.
The preliminary evaluation plan will also include qualitative studies that could be performed. Examples include but are
not limited to:
Implications of conforming to the National ITS Architecture'as well as adhering to the protocols set in previous
work completed through the National If IntelliDrive"l initiative.
Implementing National ITS standards
Consumer acceptance and satisfaction
Any other institutional (non-technical) issues
The preliminary evaluation plan must include non-technical measures as they can have a profound impact on gauging
success of the project as a whole.
See Exhibit A A-I for additional information. 2.1
2.2 Deliverables are defined as the work product created or supplied by the Contractor pursuant to the terms
of this Contract. The brief summmy of the deliverables of this Contract are as follows:
Items Date Due
Deliverable # I: Project Baseline - task breakdown, budget, schedule & risk 6/30/09
assessment
.
Deliverable #2: Progress reports (monthly and qualterly) 6/30/()9 11
Deliverable #3: Preliminary Phase I budget 11130/08
2
(CSS/CM Reviewed 1012012009)
MnlDOT Contract No. 92809
CFMS Contract No. B23069
Deliverable #4: Preliminary Phase I schedule 11130/08
Deliverable #5: Meeting Minutes and Agendas 6/30/W 11
Deliverable #6: PowerPoint Presentations 6/30/W 11
,
Deliverable #7: Draft Evaluation Goals and Strategies memo 3/16/09
Deliverable #8: Final Evaluation Goals and Strategies memo 4/30/09
Deliverable #9: Draft preliminaty evaluation plan 5/31109
Deliverable # 10: Final preliminary evaluation plan 6/30/09
Deliverable #11: Draft Facilitation Plan (R,equirements Group) 8111110
Deliverable #12: Final Facilitation Plan (Reouirements Groun) 8/25/10
Deliverable #13: Technical Memo of Focus Renuirements Groun 9/22/10
Deliverable #14: Draft Facilitation Plan Group) 9/29/10
Deliverable #15: Final Facilitation Plan (Design Group) 10113110
Deliverable #16: Technical Memo of Focus Design Group Findings 11110/10
Deliverable #17: Draft Evaluation Plan 9/24/10
Deliverable #18: Final Evaluation Plan 10/29110
Deliverable #19: Draft Test Plan 1128/11
Deliverable #20: In[!ut into IRB A[![!lication and Informed Consent 212011
Documentation
Deliverable #21: Fiual Test Plan 3/11111
See Exhibit A A-I for the details on the deliverables to be provided by Contractor.
State's Project Manager has the authority to update and adjust all project schedules when necessary at progress meetings
within the terms of the Contract.
REVISION 3. Article 4 Consideration of Payment is amended as follows:
4.1 Contractor will be paid on a Cost Plus Fixed Fee (profit) basis as follows:
Direct Labor Costs:
Overhead Rate Costs:
Fixed Fee Costs:
Direct Expense Costs:
Subcontractor(s) Costs:
$30,188,49
$45,008.00
$11,279.47
$4,795.50
$30,921.74
$ 83,374.91
$124,303.62
$ 31,151.77
$ 30,448.50
4.2 Contractor will be reimbursed for travel and subsistence expenses in the same manner and in no greater
amount than provided in the current "Minnesota Department of Transportation Travel Regulations".
Contractor will not be reimbursed for travel and subsistence expenses incurred outside the State of
Minnesota unless it has received prior written approval from State for such outof state travel. State of
Minnesota will be considered the home base for determining whether travel is "out of state". See Exhibit
E for the current MiImesota Department of Transportation Reimbursement Rates for Travel Expenses.
4.3 Federal funding applies to this Contract, see the General Terms for applicable controls.
4.4 The overhead rate of 149.09 % of direct Salary Costs will be used on a provisional basis determined by
MnlDOT's Office of Audit and will not exceed 160%.
4.5 Allowable direct costs include project specific costs listed in Exhibit B. Any other direct costs not listed
in Exhibit B and B-1 must be approved, in writing, by the State's Authorized Representative prior to
incurring costs.
4.6 See Exhibit B and B-1 for Budget Details on Contractor and its Subcontractor(s).
4.7 State's total obligation for all compensation and reimbursements to Contractor will not exceed
$122,193.20 $300,200.54.
REVISION 4. Article 4 Terms of Payment is amended as follows:
5.1 Contractor will use the format set forth in Exhibit G C-l when submitting Invoices.
3
(CSS/CM Reviewed 10/2012009)
"
MnlDOT Contrdet No. 92809
CFMS Contract No. 023069
The temlS of the Original Contract and all previous Amendments are expressly reaffirmed and remain in full force and
effect. The Ori ginal Contract and all previous Amendmems arC incorporated into thi s Contract by reference. Except as
amended herein, the tenns and conditions of Ihe Original Contract and all previous Amendments remain in full force and
effect.
STATE ENCl !MBRANCE VEIUFI CATION
CONTRACTOR
Contmcfor ccnifil!s that the ::Ipproprialc person(s) have executctJ
the Amendment n bchnl CofContrnclor as required by applicable
3r1iclcs. bylaw r res tUlio
Title: i'a D:p.J-." Ft..kHis
O'te: _ _ o"!-_ ___ _
4
(Css/eM Reviewed 10/2012009)
DEPARTMENT OF TRANSPORTA nON
Oato:
COMMISSIONER OF ADMINISTRATION
By:
QV/ 0
Task 1 - Project Management
MnlDOT Contract No. 92809
Exhibit A-I
Scope of Work
The project management duties for the Minnesota IntelliDrive
sM
for Safety, Mobility and User Fee
Evaluation contract are described in subtasks below. The Contractor will be expected to coordinate
certain project management duties with the Technical Program Management team.
Task breakdowlI
There will be three (3) Subtasks to successfully complete this task:
Subtask 1.1: Evaluatioll Kick-OjJMeeting
Efforts in Subtask 1.1 will begin by holding a kick-off meeting within two weeks of the notice to proceed.
The overall goal will be for the Contractor and the State to review the Preliminary Work Plan including
the draft budget and schedule and to make any necessary changes. The meeting can also allow discussion
on any data collection that is required in Phase I. The Contractor shall form an evaluation team that
consists of personnel with a direct interest in the technical direction of the evaluation process. These
personnel include stakeholders, members of the Technical Program Management team and project
managers at the state level. The Contractor shall record all meeting minutes and final versions of the
work plan, project budget, project schedule and roster ofthe' evaluation team. These items will be sent
via email to the State no later than two weeks after the kick-off meeting.
Subtask 1.2:Project Planning, Monitoringand Reporting
The basis of Subtask 1.2 lies in the overall method of managing the evaluation effort in Phase I. It can be
organized into four activities
Project Planning
o This creates the baseline for the schedule and budget by task and subtask along with
assigning personnel to these tasks
Project Monitoring
o The Contractor will keep the budget updated using an approved accounting software.
The project schedule must also be kept up to date with any changes in progress or
additional tasks that affect the original timeline.
Project Reporting
o The Contractor will be required to submit monthly progress reports to the State that
describe accomplishments, difficulties, perceived risks and assigns due dates for
upcoming activities.
o A tracking sheet should be created to monitor and resolve issues and action items that are
encountered in Phase I
Project Meetings and Technical Support
o The contractor must schedule and attend project team meetings as directed by the State.
These meetings must be preceded with agendas 48 hours in advance and followed by
meeting minutes up to a week after.
o Technical support from the contractor will consist of budget and schedule review along
with potential research necessary for the project
Subtask 1.3: Document Configuration and Change Management
The Contractor will manage versions and changes to documents to maintain compatibility between
documents
(CSS/CM Reviewed 10120/2009)
Target Completion Dates
The following table illustrates the planned completion dates of each Subtask:
Deliverables
MnlDOT Contract No. 92809
Exhibit A-I
Scope of Work
Deliverable #1 (Subtask 1.2):
Deliverable #2 (Subtask 1.2):
Project Baseline - task breakdown, budget, schedule & risk assessment
Progress reports (monthly and quarterly)
Deliverable #3 (Subtask 1.1): Preliminary Phase I budget
Deliverable #4 (Subtask 1.1): Preliminary Phase I schedule
Deliverable #5 (Subtask 1.2): Meeting Minutes and Agendas
Deliverable #6 (Subtask 1.2): PowerPoint Presentations
Tasl, 2 - Evaluation Goals and Strategies
The objective of this task is to identifY evaluation goals and strategies that will be used to formulate the
final evaluation plan in Task 3. The subtasks needed to formulate these goals and strategies are listed
below.
Task breakdown
The following four (4) subtasks will be performed to complete this task:
S"btask 2.1: IdentifY Underlying Inputs
The main source of information for identifYing the evaluation goals and strategies are the preliminary
requirements developed by the teclmical program management team .. The Contractor will identifY which
requirements could be used for evaluation purposes and formulate the goals around this information. The
Contractor will also use the goals set by the State in their RFP along with the goals of the National
IntelliOrive'" program.
Subtask 2.2: Develop Preliminmy Goals and Strategies
This subtask will consist primarily of brainstomling sessions led by the Contractor to develop a list of
evaluation goals. Once the evaluation goals have been listed, one or more evaluation strategies must be
created to support that goal. The strategies should bedeveloped at a high level so they can provide input and
direction to the evaluation plan. The strategies also help to identifY some goals that might be to difficult to
assess.
Sub task 2.3: Vet.and Prioritize Goals and Strategies
2
(CSS/CM Reviewed 1012012009)
MnlDOT Contract No. 92809
Exhibit A-I
Scope of Work
Once the evaluation goals and strategies are compiled, the Contractor must prioritize the list in order of
importance and relevance to the final evaluation effort. This prioritization should be done by conducting
a half-day workshop where all of the project stakeholders can provide their input on the preliminary goals
and strategies. A final list of evaluation goals and strategies will then be developed in subtask 2.4
Subtask 2.4: Develop Final Evaluation Goals and Strategies
This sub task consists of a Final Evaluation Goals and Strategies memo prepared by the Contractor for the
State project managers.
Target Completioll Dates
These three subtasks will be conducted over the entirety of Phase I.
Target
Deliverables
Deliverable #7 (Subtask 2.2):
Deliverable #8 (Subtask 2.4):
Draft Evaluation Goals and Strategies memo
Final Evaluation Goals and Strategies memo
Task 3 - Preliminary Evaluation Plan
The last task for the evaluation effort deals with developing the Preliminary Evaluation Plan. The plan
allows the evaluation goals and strategies to be realized and forms a framework for the Final Evaluation
Plan should the State choose to proceed with Phase II of the project.
Task breakdowlI
The following three (3) subtasks will be perfOimed to complete this task:
Subtask 3.1: Develop Draft of PreliminOlY Evaluation Plan
The majority of the work in Task 3 consists of developing a draft of the Preliminary Evaluation Plan. The
Contractor should review the latest version of the Concept of Operations and past meeting minutes from
stakeholder meetings, and discuss the project direction with the stakeholders on an as needed basis to
ensure a solid understanding of the planned deployment. The contractor should then outline the potential
sections and content of the Preliminary Evaluation Plan, preferably using these suggestions;
Introduction and Background
This section will provide a detailed descriptiou of the IntelliDrive'" project including the goals
and objectives of the National IntelliDrive'" program and the State's IntelliDrive'" project. It
details the project schedule as well as the participants and stakeholders involved at key positions.
Ultimately, this section should create a common understanding of the project objectives to all of
the evaluation team members.
3
(CSS/CM Reviewed lQ/20/2009)
Evaluation Goals and Objectives
MnlDOT Contract No. 92809
Exhibit A-I
Scope of Work
This section of the plan specifically states what the evaluation team is trying to accomplish. An
outreach plan 'can be included here that identifies the project stakeholders, what information is to
be provided to them and the methods of connnunicating this information.
Evaluation Framework
This section takes the evaluation goals from the previous section and assigns areas of study that
are applicable and can use conunon techniques. Some example study areas are customer
satisfaction, .human factors, safety, mobility, and lessons learned/feasibility assessment.
Evaluation Approach
This section identifies the hypotheses, the hypotheses measures of effectiveness, potential data
sources and analytical methods for each measure. The Contractor has already performed a high-
level assessment of some hypotheses, MOEs and data sources that they may use during the
evaluation process
Data Collection and Data Management Approach
Identifies potential data sources, how they will be accessed and the methods of data storage.
Evaluation Reports and Outcomes
This section would develop how the results of the potential studies would be produced and
presented.
Evaluation Management
This encompasses the majority of the evaluation work plan for Phase II including development of
the Phase II Budget, Scope of Work, and Schedule. The final evaluation plan may be developed
in Phase II if it is decided the project is to proceed past Phase I.
Subtask 3. 2: Vet Draft PreliminalY Evaluation Plan with Stakeholders
The Contractor has proposed conducting a half-day workshop to meet with stakeholders and review the
draft preliminary evaluation plan. This will allow the key members of the project team to have their final
say in the plan development.
Subtask 3.3: Develop Final Plan
In this task, the contractor will take all input from the stakeholder and incorporate it into the final
preliminary evaluation plan. A final version will be submitted to the State after completion.
Target Completion Dales
These three subtasks will occur towards the end of Phase I.
Target Co,,,,pieli'on
Deliverables
4
(CSS/CM Reviewed 1012012009)
Deliverable #9 (Subtask 3.1): Draft preliminary evaluation plan
Deliverable #10 (Subtask 3.3): Final preliminary evaluation plan
MnlDOT Contract No. 92809
Exhibit A-I
Scope of Work
+he .CeAlraeler may ~ e re'luiree Ie eeAliAue prejeet managemenl ane leelmieal sapjleR ser'liees fur the
e"aluatien erfurl Ihreugh jlhase II efthe VII fer Safety, Meaility aAe User Fee jlrejee!. Tasks fur jlhase II
ha"e Ael ~ e e n ajljlreyee al Ihis lime ane a eeRtrasl amenemeAI , .... ill ~ e requires ~ e f u r e aAY jlhase II werlc
eemmenees.
Task 4 - Support to Development of User Requirements
The Contractor will conduct focus groups with the public to aid the Deployment Team in
determining user requirements for the system. For pricing purposes two (2) focus groups should be
assumed. One would take place during the review of the Final Systems Requirements (Deployment
Team Task 2.4). This is scheduled to occur between 9/4/10 and 9/18/10 so it should be assumed that
the "Requirements Focus Group" would occur on or around 9/8110. The other would take place at
the time that the Deployment Team is developing the Draft System Design (Deployment Team Task
3.1). This is scheduled to occur between 10/14/10 and 11111110 so it should be assumed that the
"Design Focus GrouQ" would occur on or around 10/27110.
Task BreakdolVlI
There will be six (6) Subtasks to successfully complete this task. Note that each sub-task applies to
each focus group.
Subtask 4.1: Draft Facilitation Plan
The Contractor will solicit input from MnIDOT, the Technical Program Management team, and
the Deployment Team, and draft a facilitation plan for the focus groups.
Subtask 4.2: Vet Modifications with Stakeholders
The Contractor will deliver the draft plan to MnlDOT for review and comment. The Contractor
will facilitate a meeting with stakeholders to discuss outstanding issues and gather input for the
finn I version.
Subtask 4.3: Finalize Facilitation Plan
Based on feedback from stakeholders in Subtask 2.2, the Contractor will finalize the Evaluation Plan.
Subtask 4.4: Recruit Focus Group Participants
The Contractor will recruit participants.
Subtasl' 4.5: Conduct Focus Groups
The Contractor will conduct the focus groups per the approved facilitatioll plan.
Subtask 4.6: Summarize Findings of Focus Groups in Technical Memo
The Call tractor will prepare a summary of the focus group filldings ill the form of a technical
memorandum.
Target Completioll Dates (or Task 4 - Reqllirements Foells Grollp
5
(eSS/CM Reviewed 10120/2009)
I
19181101
Target Completioll Dates - Desigll Foells Grollp
MnJDOT Contract No. 92809
Exhibit A-I
Scope of Work
,
-8Ith/ask."'1 OlclO
4.1 9129110,"
4.2 10161100"
4.3 '10/13/10
4.4 "10120110"
4.5 10127/10
4.6 11/10/10
Deliverables - Requiremellts Focus Grollp
Deliverable #11 (Subtask 4.1): Draft Facilitation Plan
Deliverable #12 (Subtask 4.3): Final Facilitation Plan
Deliverable #13 (Subtask 4.6): Technical Memo of Focus Group Findings
Deliverables - Desigll Focus Group
Deliverable #14 (Subtask 4.1): Draft Facilitation Plan
Deliverable #15 (Snblas" 4.3): Final Facilitatioil Plan
Deliverable #16 (Subtask 4.6): Technical Memo of Focus Group Findings
Tasl, 5 - Finalize Evaluation Plan
Based on input from MnillOT, the Technical Program Management team, and the Deployment
Team, the Contractor willnpdate the Preliminary Evaluation Plan developed in Phase I (Subtask
3.3) to reflect decisions and changes for the planned system development and vehicle
instrumentation.
Task BreakdowlI
There will be three (3) Subtasks to successfully complete this task:
Subtask 5.1: Modify the Phase I Prelimina,'y Evaluation Plan .
The Conll'actor will solicit input from MnillOT, the Technical Program Man"gement team, and
the Deployment Team, and draft changes to the Preliminary Evaluation Plan that was developed in
Phase I of the Evaluation. The Draft Evaluation Plan should not be snbmitted until the
Deployment Team's System Requirements have been drafted and reviewed by MnillOT (Task 2.3).
This task is currently scheduled for 9/18/10.
Subtask 5.2: Vet Modifications with Stakeholders
The Contractor will deliver the modified Evaluation Plan to Mn/DOT for review and comment. The
Contractor will facilitate a meeting with stakeholders to discuss outstanding issues and gather input
for the final version.
Subtask 5.3: Finalize Evaluation Plan
Based on feedback from stakeholders in Subtask 3.2, the Contractor will finalize the Evaluation Plan.
The Evaluation plan should not be finalized until the Deployment Team's System Requirements arc
finalized (Tasl, 2.5). This task is currently scheduled for 10/2/10.
6
(CSS/CM Reviewed 1012012009)
Target Completion Dates for Task 5
Deliverables
Deliverable #17 (Subtask 5.n: Draft Evaluation Plan
Deliverable #18 (Sub task 5.3): Final Evaluation Plan
Task 6 - Develop Test Plan
MnJDOT Contract No. 92809
Exhibit A-I
Scope of Work
Based on the Final Evaluation Plan, the Contractor will develop a Test Plan detailing the schedule,
personnel roles, tools and technology, procedures, and materials required for the completion of
data collection and data analysis.
Task Breakdown
There will be four (41 Subtasks to successfully complete this task:
Subtask 6.1: Draft Test Plan
The Contractor will draft a Test Plan that will specify the technical requirements and necessary
precursors for data collection to begin. It will detail the procedures and materials to be used during
the pilot study, including where appropriate the elements, language, and format of instructions,
forms, and scripts to be used with participants. The Test Plan will indicate a specific schedule and
important deadlines. It will also describe in detail the tvpe and format of the vehicle/system data to
be collected and provided by the Deployment Team to the Evaluation Team. The Test Plan will
also include a proposed schedule and budget (denoting I<cy personnel by task) for the remainder of
the Phase II Evaluation activities. The Draft Test Plan should not be developed until the
Deployment Team's Final Systems Design is completed (Task 3.31. This task is currently scheduled
for 12/9/10.
Subtask 6.2: Provide Input into IRB Application and Informed Consent Documentation
As part of the Test Plan, the Contractor will assist MnffiOT and the Deployment Team as they
develop an Institutional Review Board (lRB) Application and an Informed Consent document. The
Contractor will provide input into the requirements associated with this task.
Subtask 6.3: Vet Test Plan with Stakeholders
The Contractor will deliver the Draft Test Plan to Mn/DOT for review and comment. The
Contractor will facilitate a meeting with stakeholders to discuss outstanding issues and gather input
for the final version.
Subtask 6.4: Finalize Test Plan
Based on feedback from stakeholders in Subtasl< 4.3, the Contractor will finalize the Test Plan.
Target Completion Dates (or Task 6
7
(CSS/CM Reviewed 10/2012.009)
Deliverables
Deliverable #19(Subtask 6.1): Draft Test Plan
MnlDOT Contract No. 92809
Exhibit A-I
Scope of Work
Deliverable #20 (Subtask 6.2): Input into IRB Application and Informed Consent Documentation
Deliverable #21 (Subtask 6.4): Final Test Plan
8
CCSS/CM Reviewed /0/20/2009)
TASKS
Mid-Level
Principal I Transportation I Sr. Research
Orginal Contract Amount
(CSS/CM Reviewed 10/20/2009)
Sr.
Sr.
MnlDOT Contract No. 92809
Exhibit B-1
Budget
Facilitator
TOTAL
COSTS
INVOICE N O . , ~ ~ _
MnlDOT Contract No. 92809
Exhibit C-I
Invoice
Original To: Ron Bisek, Authorized Representative Estimated Completion: %
l\'Iiuncsota Department of Tr3nsportation (from Co/ul1ln6 Progress Report)
1500 W. County Road B2, MS725, Roseville, MN 55113
Copy: Cory Johnson, Project Manager
Minnesota Department of Transportation
Period Ending: ~ ~ ~ ~ ~ ~ _
Invoice Date: _______ _
1500 W. County Road B2, MS725, Roseville, MN 55113
Re: Project Description: VII for Safety, Mobility and
User Fee Evaluation
Contract Expiration Date: June 30, 2011
SP Number: 8816-1153
TH Number: Not Applicable MnlDOT Contract No. 92809
Total Total Amount Billed
Contract Billing Previously This
Amount to Date Billed Invoice
I. Direct Labor Costs: $83,374.91
(See Exhibit B for Breakdown)
2. Overhead Costs: Rate - 149.09% $124,303.62
(Salary'Overhead Rate)
3. Fixed Fee (Profit) Costs: Rate - 15% $31,151.77
(Fixed Fee ~ $' Percent Complete)
4. Direct Expense Costs: $30,448.50
(Attach Supporting Documentation)
5. Subcontractor Costs:

CH2MHili $15,951.50

E-Squared Engineering
$14,970.24
Net Earnings Totals: $300,200.54
Total Amount Due This Invoice:
Contractor: Complete this table when submitting an
I certify that the above statement is correct and
Invoice fOl' payment
Activity Total Amount Billed This
payment has not been received.
Code Billing to Previously Invoice
Signature:
Date Billed
6265 Print Name:
Total'
'Must Match Net Eammgs Totals Above
Title: _______________ _
Billing Address: 3535 Vadnais Center Drive
,-----=F=-o-r-=C=-o-n-su-I:-ta-n-:t-,S,-e-rv-=ic-e-s-:Uc::s-e-O:::--nl,-y------, St. Paul, MN 55110
Telephone: 651.490.2000
Approved for Payment: _________ _
Date: _______________ _
.
I.
(CSS/CM Reviewed 10120/2009)
wln!DOT Contract No. 92808
PunendrnentNo.3
CFMS Contract No. B21999

(lYIinnesota Statutes 16C.OS, subdivision 2(d), 16C.08, subdivisiou 2 and 3)
Instructions:
1. Use this form when amending a Contract that is NOT Single-Source and does NOT exceed $1 million.
2. Complete this form for any Amendment that will extend the end date of a Contract, add/reduce work and/or money
and/or change any other term or condition of the Contract.
3. Submit TWO copies of this form to be routed for approval prior to processing the Amendment for approvaL
4. When routing this form for approval, be sure to include the Original Contract, the Original Certification Form, any
previous Amendments and any prior Amendment Cover SheetslPre-Approval Forms.
5. Make sure that you are using the updated Amendment template where the State Agency signature block reaffirms
applicable sections of Minnesota Statutes 16C.08, subdivisions 2 and 3.
6. Retain an approved copy of this form in the Contract file.
. Agency: Name of Contractor: Mb:on Hill Incorporated
Transportation
Current Contract Term: Project Identification:
December 19, 2008 to November 30, 2010 IntelliDrive'" for Safety, Mobility_and User Fee
State Project Number: Trunk Highway Number: N/A
.
Amendments to Contracts must entail tasks that are substantially similar to those in the Original Contract or involve tasks
that are so closely related to the Original Contract that it would be impracticable for a different Contractor to perform the
work. The commissioner or an agency official to whom the commissioner has delegated contracting authority under
Minnesota Statutes section 16C.03, subdivision 16, must determine that an amendment would serve the interest of the
state better than a new Contract and would cost no more. An Amendment should be in effect before the Contract expires.
Complete Appropriate Box(es) for the Amendment Submitted
1. I8J Amendment to the end date of the Contract
Proposed New.End Date: December 31, 2012 .
Why is it necessary to amend the end date?
The end date is being amended to allow the project management tasks to continue through Phase II of the overall
project .. . The Phase II Deployment contract was recently awarded to Battelle lvleniorial1nstitute and the new end date
for this Contract will coincide with the end date for Phase II work, with one additional month for the final report.
2. I8J Amend Duties and Cost o Amend Duties Only
2a. If cost is Amended, insert amount of original Contract AND amount of each Amendment below:
Original Contract Amount: $ 239,949.60
Amendment I Amount: $ 19,993.54
Amendment 2 Amount: $105,896.90
Amendment 3 Amount: $ 388,690.81
Total Contract Amount: $ 754,530.85
2b. Describe the Amendment:
The third amendment is necessary to allow the Technical Program Management Team to continue work through the end
of the project and complete their original contract. The duties/scope of work for this amendment are largely the same
as the previous two, with the following additional activities:

Identify and develop user needs and requirements from a potential system deployment for !vfnlDOT and
other affected state and local agencies

Develop alternative high-level strategies for integration with existing (or potentially modified) a
\1
approaches and systems within MnlDOT and other affected state and local agencies :, .'

PJ'Ovide support to !vfnlDOT to assist other state and local agencies to articulate and document eeds,
- I -
(CSS/CM Revje\ved 8/2012009)
1-1nJDOT Contract No. 92808
Amendment No.3
CFMS Contract No. B21999
requirements and impacts that may emerge from a future system deployment, for outreach and education
purposes
Evaluate operational options against back-office needs and strategies
o Operated by .tv1nlDOT
o Operated by the Department of Revenue
o Operated by the Department of Public Safety, Driver and VehiCle Services
o Outsourced operations
Evaluate technical and operational aspects ofMBUF pricing strategies in a future systemdeployment
3. 0 Amendment to change other terms and conditions of the Contract
Describe the changes that are being made:
Describe the differences between the Original Contract and the Amended terms and conditions and why the changes
are necessmy
- 2-
(CSS/CM Reviewed 8/2012009)
SIGNATURES:
Recommended for Approval:
By: -------<L' __
(Authorized Representative)
Materials Management Division Approval
By: Date: __ O-,-l
(With deJega ed Authority)
- 3-
(eSS/CM Reviewed 8/2012009)
. lVlnfDOT Contract No. 92808
Amendment No.3
CFMS Contract No. B21999
AMENDMENT NO.3 TO MnlDOT CONTRACT NO. 92808
Contact Start Date: December 18, 2008
Original Contract Expiration Date: December 31, 2009
Current Contract Expiration Date: November 30, 2010
New Contract Expiration Date: Decembcr 3.1, 2012
Federal Project Number: ,-cc--c-c-:-c:c--
State Project Number (SP): 8816-1153
Trunk Jligbway Number (TR): NIA
Total Contract Amount:
Originnl Contract Amount:
Previous Amendment(s) Total:
Current Amendment Amount:
MniDOT Contract No. 92808
CFMS Contract No. B21999
$ 754,530.85
$ 239,949.60
$ .125,890.44
$ 388,690.81
Project Identification: IntelliDrive"l (VIT) for Safety, Mobility and User Fee Technical Program Management
This Amendment is by and between the State of Minnesota, through its Commissioner ofTranspOliation ("State") and
Mixon Hill, Incorporated, 12980 Metcalf Avenue, Suite 470, Overland Park, KS 66213 ("Contractor").
Recitals
I. State has a Contract with Contactor identified as MnlDOT Contract Number 92808 ("Original Contract"). The
Technical Program Management team was tasked with overall project management oflvlinnesota's VU (now
IntelliDlive
SM
) initiative which includes project oversight, document review, technical support and coordination with
the separately conhacted Evaluation team. The Technical Project Management team had major deliverables for Phase
I of the VB for Safety, Mobility and User Fee Project. A Concept of Operations (ConOps), preliminUlY requirements
and scope of work for the Phase II implementation. These deliverables were completed as of June 30'" 2009. The
Technical Program :tvlanagement team was also responsible in supporting The State's preparation of the Phase II
implementation RFP and provided technical comments on the proposals received.
2. The contract is being amended to allow The Contractor to continue program management and technical oversight
duties during Phase II of Minnesota's IntelliDrive
sM
efforts. All duties to be performed in this amendment arc
described in the original contract scope of work and supplemented by Section 3 of The Contractor's Phase II Scope of
Service document in Exhibit A.
3. Exhibits A-3, B-3, D-3 and E-3 are attached and incorporated into this Conhact.
4. State and Contractor are willing to amend the Original Contract as stated below.
Contract Amendment
In this Amendment deleted Contract terms will be struele out' and the added Contract tenns will be boldcd and underlined.
REVISION 1. Article 1 Term of Contract: is amended as follows:
1.2 Expiration Date: This Contract will expire on I 113 Gil Q 12/31112, or the date that all
obligations have been fulfilled and all deliverables have been approved by State, which ever
occurs first.
REVISION 2. Article 2 Scopeof Work: is amended as follows:
The services to be provided for under this Contract by Contractor are as follows:
In Phase I of the VII for Safety, Mobility and User Fee project, the Technical Program Management Team will provide
general project management, technical support and develop a Concept of Operations incl,uding preliminary requirements.
The project management duties will jnclude:
Holding Project Management Meeting
(CSS/CM Reviewed 7/2112010)
Developing a Project Management Plan
Producing Progress Reports
Providing Program Coordination and Outreach
Providing Document Configuration and Change IvIanagement
Technical support provided by the Technical Program Management Team will include:
Developing a Phase II Scope of Work
Conducting Research on Existing and Emerging Technologies for Implementation
o Reviewing Preliminary and Final Documents from the Evaluation Team
Reviewing Preliminary and Final Documents from Implementation Team
lVlonitor Implementation Team's Progress. Budget and Schedule
The Concept of Operations and Preliminary Requirements will include:
Defining Vision, Goals, and Objectives for the System
Exploring Concepts for the Project
Developing Operational Scenarios
Extracting and Abstracting the Project Needs
Documenting the Concept of Operation
Developing Preliminary Requirements
Technical SuppoJ-t Relating To Longer-Term Operational Approaches will include:
Identifv and develop user needs and requirements
Develop alternative high-level strategies for integration
MniDOT Contract No. 92808
CFMS Contract No. B21999
Provide support to MnlDOT to assist other state nnd local agencies to a .. ticulate and document needs,
requirements and impacts for outreach and education purposes
If Evaluate operational options against back-office needs and strategies
o Operated bv MnlDOT
o Operated by the Department of Revenue
o Operated by the Department of Public Safety, Driver and Vehicle Services
o Outsourced operations
Evaluate technical and operational aspects of lVIBUF pricing strategies in n future system deployment
2.1 See E"hibit A 2 Exhibit A-3 for additional infonnation.
2.2 Deliverables are defined as the work product created or supplied by tbe Contractor pursuant to the temlS of
this Contract. The brief summary of the deliverables of this Contract are as follows:
Item Date Due
Deliverable #1: Meeting minutes and agendas Ongoing
Deliverable #2: Progress reports (monthly and Quarterly) Ongoing
Deliverable #3: Project management plan 01/31109
Deliverable #4: Project outreach and coordination Ongoing
documents, presentations, and electronic files
Deliverable #5: Phase II procurement documents, 6/30/09
including Scope of Work, Budget, and Schedule for the
phase II implementation.
Deliverable #6: Phase II Scope of Work, Budget and 6/30/09
Schedule for the technical program management team for
phase II.
Deliverable #7: Research summary memos and 5/31/09
infonnation meetin.gs
2
(eSS/CM Reviewed 7121/2010)
Deliverable #8: Comments on cvaluation plan
Deliverablc #9: Concept of Operations doc\lment-I draft
and I final version
Deliverable #10: Preliminary requirements technical
memo
Deliverable #11: Electronic Database files
Deliverable #12: Documented Answers to Technical
Questions
Deliverable #13: Written Reviews of Proposals
Deliverable #14: Documented Analysis ofldenlified
Technical Issues
Deliverable #15: White Paller on Agency Needs and
Requirements
Deliverable #16: White Paller on Integration
with Onerational Approaches
Deliverable #17: Outreach and Education Literature
Deliverable #18: White Paner on Technical and
Operational Aspects of MBUF Pricincr Sh'atecries
Deliverable #19: Periodic rellorts on demonstration
I project progress as reguired by MnlDOT
Deliverable #20: Technical review of concellt,
reouirements and architecture documents
Deliverable #21: naners, and pl'esentations on
sDeciDc tcchnical tonics as directed
Deliverable #22: Risk analvsis reports as required
Deliverable #23: Technical review of dcsign documents
Deliverable #24: Technical review of test nlans
Deliverable #25: Accentance test renort
Deliverable #19: Periodic rellorts on demonstration
nroiect procrress as reunired bv MnlDOT
Deliverable #20: Technical review of concent,
requirements. and architecture documents
3/31109
5/31/09
4/30109
6/30/09
1/07110
2/12110
5/3011 0
11130/10
2/28/11
5/31/11
5/31111
Ongoing
Ongoing
Ongoi&g
Ongoing
Dno-oina

Onooinl!
Ongoing
Ongoing
Mil/DOT Contract No. 92808
CFMS Contract No. 821999
2.3 See E"hibit A 2 Exhibit A-3 for the details on the deliverables to be provided by Contractor.
State's Project Manager has the authority to update and adjust all project schedules when necessruy at progress meetings
within the teons of the Contract.
REVISION 3. Article 4 Consideration or Payment: is amended as follows:
4.1 Contractor will be paid on a Cost Plus Fixed Fee (profit) basis as follows:
Direct Labor Costs:
Overhead Rate Costs:
Fixed Fee Costs:
Direct Expense Costs:
Snbcontractor(s) Costs:
(Css/eM Reviewed 7/21/2010)
S 98,050.79 $ 218,634.96
$-153,554.% S 346,489.08
25,160.52 $ 56,512.41
14,000.00 $ 44,000
75,074.4 0 S 88,894.40
Total $ 365,840.0'1 S 754,530.85
3
REVISION 4.
4.5
REVISION 5.
4.6
Article 4 Consideration of Payment: is amended as follows:
Mn/O.oT Contract No. 92808
CFMS Contract No. B21999
Allowable direct costs include project specific costs listed in Exhibit B, Exhibit B-1, and Exhibit B-2, and
Exhibit B-3. Any other direct costs not listed in Exhibit B, Exhibit B-1, lIfld Exhibit B-2. or Exhibit B-3
must be approved, in writing, by the State's Authorized Representative prior to inculTing costs.
Article 4 Consideration of Payment: is amended as follows:
See Exhibit B, Exhibit B-1, lIfld Exhibit B-2, and Exhibit B-3 for Budget Details all Contractor and its
Subcontractors.
REVISION 6. Article 4 Consideration of Payment: is amended as follows:
4.7 State's total obligation for all compensation and reimbursements to Contractor will not exceed
$365,849.94 $754,530.85.
REVISION 7. Article 5 Terms of Payment: is amended as follows:
5.1 Contractor will use the fonnat set fMh in g"llibit D Exhibit D-3 when submitting Invoices.
5.2 Contractor will submit the monthly progress report set forth in exllibit e Exhibit E-3 showing the
progress of work in work hours according to the tasks listed in Article 2 Scope of Work.
REVISION 8.
7.2
Article 7 State's Authorized Representative and Project Manager is amended as follows:
Name/Title: Maftfiew GjeFSyik, P.R, P.T.O.E., eAgi"eer Senier Cory Johnson, ITS Program Manager
Address: 1500 West County Road B2, MS 725, Roseville, lvIN 55113
Phone: (05) 234 7904651-234-7062
Fax: (651)-234-7042
E-Mail: matt.gjersvi1c@flot.state.HlR.HsCOl.y.johnson@state.mn.lls
The terms of the Original Contract and all previous Amendments are expressly reaffinned and remain in full force and
effect. TIle Original Contract and .11 previous Amendments are incorporated into this Contract by reference. Except as
amended herein, the terms find conditions of the Original Conh'act and all previous Amendments remain in fhI! force and
effect.
THE BALANCE OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK
4
(CSS/CM Reviewed 712112010)
STATE. ENCUt'tJBRANCE VERlF1CATION
Individual cert ifies that funds have been encumbered os required
by Minnesota Siatul 16 ltd . 16 5.
__ _
Dnlc:
Pi / 7 / c)
CFM B ;),1 iff
CONTRACTOR
Dale: -'---'-"'=j-""'"'-' __ '-'--==-'-==---_____ _
5
(CSS/CM Reviewed 712112010)
MniOOT Contract No. 92808
CFMS Contract No. 821999
lnnrsola Stululcs

elegalctl. authority)
Titl e, .00' I di.-,
Dale: ____ _
COL\ II' IISSIONEn OF ADl\I INISTRATION
Scope on-York
Task I - Project Management
MnlDOT Contract No. 92808
Exhibit A-3
Scope of Work
The project management duties for the Minnesota H IntelliDrive
sM
for Safety, Mobility and
User Fee Technical Program Management contract are desClibed in the listed subtasks below.
The Cnntractor will not only be responsible for project management of their team, but to some
extent the evaluation tenrn as well.
Task breakdowl1
There will be four (4) Subtasks to successfillly complete this task:
Subtask 1.1: Hold Project Management Meetings
Efforts in Subtask 1.1 will begin by holding a kickoff meeting upon the notice to proceed. This
meeting will include all relevant personnel to the project management effort including members
ofthe Evaluation Team. Subsequent to the kickoff meeting the Contractor will hold project
management meetings on a schedule agreed upon with the State. It is estimated that there will be
a total of nine project management meetings during the duration of the conh'act. Project
management sub-teams may be identified based on which personnel are to work on specific
applications. For example, separate project management sub-teams may be identified for the
Traveler Information, Mileage Based User Fce and In-Vehicle Signing applications. !vlJJ1DOT
and the Contractor will expend their best efforts to coordinate meetings of the sub-teams to
minimize travel costs.
SlIbtask 1.2: Project Management Plan
Efforts in Subtask 1.2 will be to create a Project Management Plan (PMP) that seeks to guide the
Technical Program Management team and the State for project management throughout Phase I.
This plan will be divided into three sections as listed below;
Background infonnation
o Project overview, summary of project PUJl'osc, scope and objectives.
o Project deliverables
o Reference materials
Project Organization and Technical Approach
o Organizational structure
o Organizational interfaces. i.e. methods for coordination with the State and
Evaluation team
o Summarized technical approach for each task
Risk Management Plan
o Identification of possible risks, and how to tTack, mitigate and create solutions to
potential problems
Detailed Budget and Schedule
o Detailed preliminary budget includes identifying personnel and labor categories
with appropriate hours spent on specific tasks. 1vlanagers will be required to
maintain budget to proper constraints
o Detailed preliminary schedule will include all major milestone and deliverable,
MnJDOT Contract No. 92808
ExhibitA-3
Scope of IV ork
dates. Managers wil1 be required to review progress reports and ensure that
project activities are completed on time.
Update Project Management Plan for I'll"s. II Activities
Tllis pIau willac kept up to eate aver tile eourse oflhe pF8jeet witll a major "peate requiree UpM
tile start o[Phase II.
Subtask 1.3: Progress Reports
Eftcnts in Subtask 1.3 will consist of compiling regular (monthly) progress reports. These repOlts
will include a summary of completed and planned tasks, the status of CUlTent tasks, any
significant accomplishments of the past month, identification of any problems and suggested
solutions and current/detailed budget statements. These reports will be supplemented with
quarterly progress reports encompassing all project teams that will be used by the State at their
discretion. Appropriate formats for the progress reports will be provided by the State. Planning
and organization of meetings deemed necessary to update the group as a whole will fall uncler this
subtask including preparation of meeting agendas and minutes.
Subtask 1.4: Program Coordination and Outreach
Finally, efforts in Subtask 1.4 will work with increasing the awareness of the Minnesota VII for
Safety, Mobility and User Fee project. This will be accomplished by producing literature for
dish"ibution including one-pagers, articles for newsletters, PowerPoint presentations and web
based articles on appropriate sites. This Dub-each should also include coordinating Minnesota's
project with the ongoing National It IntelliDrive
sM
effort. This task may also include
presenting the project on behalf of the State at conferences or workshop as agreed to by the
Contractor and the State.
Subtask 1.5:Document Configuration and Change A10nagement
The Contractor will manage versions and changes to documents to rnHintain compatibility between
documents and traceability between needs and requirements.
Target Completion Dates
The following table illustrates the planned completion dates of each Subtask:
Deliverables
Deliverable # 1 (Subtask 1.1):
Deliverable #2 (Subtask 1.3):
Deliverable #3 (Subtask 1.2):
Deliverable #4 (Subtask 1.4):
elechonic files
Nleeting minutes and agendas
Progress repOlts (monthly and quarterly)
Project management plan
Project outreach and coordination docnments, presentations, and
2
Task 2 - Phase I Technical SUPPOli
MrJDOT Contract No. 92808
Exhibit A-3
Scope of Work
The role of the Technical Program Management team includes providing technical SUppOlt to the
Evaluation team and the State in Phase T. This support is detailed in the subtask breakdown listed
below.
Task breakllowlI
The following three (3) subtasks will be performed to complete this task:
Sub/ask 2.1: Develop Phase 11 Scope o/Work
The Contractor will prepare procurement documents for Phase 11 ofthe H InteUiDrive"l for
Safety, Mobility and User Fee project that will be uscd to solicit the Implementation team. The
procurement documents will include a Scope of Work refcrencing the Concept of Operations aud
Preliminary Requirements developed under task 3 below, a set oftechnical specifications
prepared from the System Requirements Specification, a budget, and a schedule for
implementation of phase II of the project. These items must be finalized and approved by the
project stakeholders but will fluctuate during the development of the Concept of Operations. The
Scope of Work should be prepared after the Concept of Operations and Preliminmy Requirements
documents are submitted to stakeholders to ensure it corresponds with the overall Phase II vision
of the project.
Any policy changes in the National H IntelliDrive"l effort must be closely monitored and
evaluated to detennine any impacts to the Phase II Scope of Work.
Additionally, the Contractor will develop a detailed scope of work, budget, and schedule for Phase II
of this technical program management team effort which may be incorporated by amendment into
this Contract.
Subtask 2.2: Conduct Research on Etisling and Emerging Technologies/or Implementation
The Contractor will be expected to conduct extensive research in Phase I to determine what hardware
would be feasible for use in Phase II. This research will be done in conjunction with the creation of
the Concept of Operations document and Phase II scope of work to ensure that one or more feasible
technical approaches actually exist to implement the overall vision of the project. Hardware
considerations shall include but are not limited to communications hardware, personal navigation
devices (PNDs), cellular phone/personal data assistant (PDA) devices, global positioning satellite
(OPS) technologies and revenue collection methods. The Contractor shall facilitate contacts and
information exchanges with potential implementers of phase 11. The Contractor shall research both
existing and emerging technologies presently available to suggest a best tit system in Phase II.
Subtask 2.3: Review Preliminmy and Final Documentsfrorn Evaluation Team.
The Contractor will be required 10 review draft versions of the evaluation plan prepared by the
Evaluation team. The plllpose of this task is to verity the viability of the proposed evaluation
methods. Any comments generated by ti,e State project management personnel will be
incorporated into the Contractor's comments to simplify document version history.
3
Target Completion Dates
These three subtasks will be conducted over the entirety of Phase I.
lJeliverahles
MnlDOT Contract No. 92808
Exhibit A-3
Scope of Work
Deliverable #5 (Subtask 2.1): Phase II procurement documents, including Scope of Work, Budget,
and Schedule for the phase II implementation.
Deliverable #6 (Subtask 2.1): Phase JI Scope of Work, Budget and Schedule for the technical
program management team for phase II
Deliverable #7 (Subtask 2.2): Research summmy memos and infonnation meetings
Deliverable 118 (Subtask 2.3): Comments on evaluation plan
Task 3 - Develop Concept of Operations and Preliminary Requirements
Task 3 will consist of developing the Concept of Operations for the !l IntelliDrive'" for Safety,
Mobility and User Fee project. This Concept of Operations will include several sections listed
below and also the list of prelim in my requirements needed to progress into the implementation of
Phase II.
Task breakdown
The following six (6) subtasks will be perfonned to complete this task:
Subtask 3.1: Define Vision, Goals aud Objectives /01' the System
The Contractor will need to coordinate with every project stakeholder in order to ensure the
necessary viewpoints are represented. This group includes local and state agencies where the
system is to be deployed, potential enq users and projectrnanagers of the Evaluation team.
Subtask 3.2: Explore Concepls/or (he Project
This task consists of active "brainstorming" of ideas that will first generate the overall project
vision and scope and then possible solutions and end products. The Conn'actor is encouraged to
generate as many ideas as possible at this stage to create a wide range of creative possibilities.
The ideas generated will then be further developed or discarded based on feasibility and the scope
of the project.
Subtask 3.3: Develop Operational Sceuarios
The operational scenarios developed by the conn'actor must explicitly detail the ways in which a
potential system could operate under specific conditions. These scenarios will describe the
operation of the system from the individual stakeholder viewpoints, as well as defining
stakeholder expectations. Finally, the scenarios must describe how each orthe users'
subsystems will function with one another [IS a complete system.
4
Sublask 3.4: Exlracl and Abslracllhe Project Needs
MnlDOT Contract No. 92808
Exhibit A-3
Scope of Work
It is likely that the development of the Conccpt of Operations will generate a diverse amount of
stakeholder needs, wants and lssues, The needs and wants should be examined for project
relevance and feasibility, and then plioritized based on cost, perceived effort required and overall
usefulness to the desired end product. The needs must be listed in the Concept of Operations
document with justification as to why they were addressed or rejected. The issues generated by
the stakeholders must also be prioritized based on the pcrceived severity ofthe potential problems
they may cause. The Contractor must then resolve those issues that are identified as critical to
project completion.
Sublask 3.5: Documenllhe Concepi o/Operations
The written Concept of Operations document will consist of the following sections
Purpose of thc document
Scope of the project
Referenced documents
Background
Concepts for the proposed system
" Current operational description
Operational needs
Operational Scenarios
System overview
Operational and support environments
Summmy of impacts
The contractor must keep in mind that the Concept of Operations document will likely evolve and
change over it's Iifecycle to accommodate potential changes in project scope as dictated by the
stakeholders
Subfask 3.6 Develop Ihe Prelimillmy Requiremenls
The preliminary requirements are to be developed (iom the prioritized list of stakeholder needs
using the following criteria;
Requirements shall be uniquely identifiable to ensure traceability
Requirements shall express a major desired capability of the system
Requirements shall be solution fTee or give designers flexibility to develop the best
possible solution
Requirements shall capture the rationale or intcnt of why the capability is needed in the
system
The Contractor should be carelbl not to develop concrete tenns in the requirements that would
prevent the implementation team in Phase II from designing the best possible H InteliiDriveS>l
system. Any specific technologies that are necessary to the project will be considered conshaints
of the requirements.
Target Completion Dates
5
These six subtnsks will span most of the Phase I timcline.
Deliverables
MnJDOT Contract No. 92808
Exhibit A-3
Scope of \V ork
Deliverable #9 (Subtask 3.5): Concept o[Operations document - I draft and I final version
Deliverable #10 (Subtask 3.6): Preliminary requirements technical memo
3.3 Electronic requirements management data if the contractor uses a systems engineering tool
for managing requirements, i.e. systems engineering sofuvare or other methods used for traceability
fi0111 the Concept of Operations to the requiremcnts.
Task 4 - Demonstration Project RFP SuppDl1
Task 4 will consist of any support to Mn/DOT throughout the process of soliciting for, selecting,
and contracting with a demonstration conoactor. Inputs will include the Concept of Operations
including Preliminary Requirements, the RFP document itself and the Preliminary Evaluation
Plan. As part ofthis task, all project documentation will be distributed and routed electronically
to minimize delays, and The State will provide The Contractor with copies of all proposals
received.
Task BreakdoJVll
The following three (3) subtasks will be perfonned to complete this task:
Sub/ask 4.1: Supporl MnlDOT During the Solicilation Period
The Contractor will provide reconunendcd nnswers to technical questions fi'om proposers for
review by MniDOT as well as organizational and technical support for a pre-proposal meeting if
required,
Sublask 4.2: Proposal Review
The Contractor will review proposals received and provide comments, concerns, and
recommendations to MnfDOT for consideration. Comments must be submitted in a timely
manner to maintain the contracting process schedule developed by Mn/DOT
Sublask 4.3: Analysis o/Technical!sslIes
The Contractor will provide ongoing analysis of technical issues identilled by MIJDOT during
the proposal review period. These analyses will be documented and submitted to Mn/DOT upon
request of The State to be used in the final proposal evaluation.
6
Target Completioll Dates
Mn/DOT Contract No. 92808
Exhibit A-3
Scope of Work
These three subtasks will span the proposal review and contract negotiation process leading into
Phase II
Tm-get Completion Dates/ol' Task 4
Defivembies
Deliverable 1112 (Subtask 4.1):
Deliverable II 13 (Sub task 4.2):
Documented Answers to Technical Questions
Written Reviews of Proposals
Deliverable II 14 (Subtask 4.3): Documented Analysis ofldentilled Technical!ssues
Task 5 - Technical Support Relating to Long-Teml Operational Approaches
Task 5 will provide for the definition and assessment of longer-range operational
approaches for the project. While the ultimate operational approach will not be
implemented during the demonstration project, longer term deployment issues may impact
or influence the demonstration project and its evaluation. This task will focus on the
technical and operntionalnceds and requirements of1Vln/DOT. other state a ~
(including the Department of Revenue and the Departmcnt of Public Safety), and local
jurisdictions relating to systems deployed beyond the demonstration phase. This task will
not address policy issues which will be considered by MnJDOT in a separate project.
Task Brea/((lown
The following five (5) slIbtasks will be performed to complete this task:
Subtask 5.1: User Needs alld Requirements
The Contractor will identify and develop user needs <lad requirements from a potential
system deployment for MnJDOT and other affected state and local agencies.
Subtask 5.2: Develop High-Level Strategies
The Contractor sball develop alternative high-level strategies for integration with existing
(or potentially modified) operational approaches ami systems within Mu/DOT and other
affected state and local agencies.
Subtask 5.3: Provide Outreach Support
The Contractor shall provide support to Mn/DOT to assist other state and local agencies in
articulating and documenting needs, requirements and impacts that may emerge from a
future system deployment, for outreach and education purposes.
Subtask 5.4: Eva/utltion of Ope l'ati 011 a/ Options
The Contractor shall evaluate operational options against back-office needs and strategies
7
o Operated by MnfDOT
o Operated by the Department of Revenue
MniDOT Contract No. 92808
Exhibit A-3
Scope of Work
o Operated bv the Department of Public Safety, Driver and Vehicle Services
o Outsourced operations
SlIbtrtsk 5.5: Pricil1f! Strategies ill Futllre SYstem Deployments
The Contractor shall evaluate the technical and operational aspects of MBUF pricing
strategies in a potential future system deplovment.
Target Completioll Dates
These five subtnsks will occur in Phase II as input becomes available from the demonstration
project.
Target Completioll Dates for Task 5
Deliverables
Deliverable #15iSubtask 5.1): White Paper on Agency Needs and Requirements
Deliverable #16 (Subtask 5.2 & 5.4\: White Paper on Integration Strategies with
Operational Approaches
Deliverable #17 (Subtask 5.3\: Outreach and Education Literature
Deliverable #18 (Subtask 5.5\: White Paper on Technical and Operational Aspects of
MBUF Pricing Strategies
Task 6 - Technical Management of Demonstration Project
Task 6 will provide technical program management during the Phase II demonstration
proiect. This task will involve close interaction with the selected demonstration contl'actor.
Task Breakdown
The following two (2\ subtasks will be performed to complete this task:
Subtask 6.1: Tee/micalInput to Demo1lstratioll Desigll. Deployme/1t and Testi1lg
The Contractor shall provide input to tbe demonstration contractor on the development
process, content and format of concept, requirements, and architecture documentation for the
demonstration svstem. Furthermore, they will monitor the demonstration contractor's
schedule and budget compliance as well as the technical progress and provide periodic reports
to MnfDOT. The Contractor shall monitor the demonstmtion, oversee the demonstration
contractor's acceptance testing and provide periodic reports to h'InIDOT. During the
demonstration, Tlle Contractor shall perform ongoing risk analysis of the demonstration
8
contractor's nrogress and provide recommendations.
SlIbiask 6.2: Technical Review o(Delivembies
MniDOT Contract No. 92808
ExhibitA-3
Scope of Work
The Contractor shall provide Mo/DOT technical reviews of the coocept, requirements,
architecture documentation. proposed shop drawinp"s, design and tcst plans for
conformance with applicable MnlDOT standards.
SlIblask 6.3: General Coordinatioll
The Contractor shall address specific tcchnical topics as directed by MnlDOT to include the
convening of meetings, research and gathering of information, and preparation of written
renorts. papers. or presentations and provide coordination between the demonstration
contractor and evaluation contl'actor ifrequil'cd.
Target Completion Dates
These three subtasks will span the entirety of Phase II
Tarltet Completion Dlites for Ttlsk 6
Deliverables
Deliverable #19 (Subtask 6.1): Periodic reports on demonstration project progress as
required by Mn/DOT
Deliverable #20 (Subtask 6.2): Technical review of concept. requirements, and architecture
documents
Deliverable #21 (Subtask 6.3): Reports, papers, and presentations on specific technical
topics as directed
Deliverable #22 (Subtask 6.1): rusk analysis reports as required
Deliverable #23 (Subtask 6.2): Technical review of design documents
Deliverable #24 (Subtask 6.2): Technical review oftest plans
Deliverable #25 (Subtask 6.2): Acceptance tcst report
The COfltraetor may be required ta eontiHtlc prOl:,"FRm managemoot-afld te6fmieal SU}3p91t scrviees
tfflaugh-pllase II efthe VII fer Safel)" Mebilily a a ~ User Fee projeet. Tasles fer phase II ~ a v e net
beea app.e,ea at this tilT,e ana a "SfllRl"! amenameat will be-requirea bofe.e aflY phase II werk
eOHHBeflees.
9
Mixon Hill, Inc. $
Athey Creek Consultants $
Exhibit B-3
Amendment 3 Budget
Required Tasks Cost Summary by Firm
Labor and additives Direct Costs (Travel)
344,870.81 $ 30,000.00
13,720.00 $ 100.00
MnlDOT Contract No. 92808
Exhibit B-3
Amendment 3 Budget
Total Budget
$ 374,870.81
$ 13,820.00
[project T;;\al U[ $ ---358,590.811 $ . 30,100.00 1 $ 388,690.81 1
Required Tasks Cost Summary by Task
Task 1 - Project Management $ 59,577.51
Task 4 - Tech Support for Longer-Term Operational Approaches $ 90,071.05
Task 5 - Technical Management of Demonstration Project $ 239,042.25
[ p ~ ~ j e c t Total $ 388,690.81 I
2
3
4
5
Direct Labor
Christo her Hill
Lee Mixon
K Ie Garrett
Bryan Krueger
Brenda Bo ce
Rachel Gast
Overhead Costs
160.00%
Fixed Fee
10%
Direct Costs
Supplies
Meals
Telephone
Reprographics
Travel costs:
Mileage/car rental
Alriare
Room and board
Parking and tolls
Total direct costs
TOTAL AMOUNT
Total of items 1. 2. 3 and 4
Notes:
Mixon Hill, Inc. Summary
600 $
140 $
800 $
0 $
0 $
200 $
99.23
99.23
53.50
53.67
40.41
21.77
$4,500.00
$12,000.00
$12,000.00
$1,500.00
$
$
$
$
$
$
$
$
The salary and billing rates contained in this cost volume are basad on current rates.
59,538.00
13,892.20
42,800.00
-
-
4,354.00
192,934.72
31,351.89
$30,000.00
$374,870.81
Invoices wiIJ reflect actual overhead, not to exceed MnlDOT's maximum allowable rate, and actual salary rate
Travel Costs allow for th"lrty 2-day trips with per trip estimated expenses as follows:
Mileage/car rental: $150.00
Airfare: $400.00
Room and board: $400.00
Parking and tolls: $50.00
2
Mn/DOT Contract No, 92808
Exhibit B-3
Amendment 3 Budget
Fixed Fee Rate""
Name
Dean Deeter
Tina Roelofs
Subtotal
2 Direct Costs
Supplies
Meals
Telephone
Reprographics
Travel costs:
-----
Local Mileage/Car Rental
Airfare
Room and board
Parking and tolls
Total direct costs
3 TOTAL AMOUNT
Total of items 1 and 2
Note:
Athey Creek Consultants Summary
Hours Rate ($/hr) Total
56 $ 116.00 $ 6,496.00
84 $ 86.00 $ 7,224.00
_ ... __ . _____ J ~ L-_____ .. __ .... __ $ ____ 13,720.00.
$100.00
$100.00
$ 13,820.00
* Fixed Fee Rates reflect loaded hourly rates inclusive of overhead costs and fixed fee.
3
MnlDOT Contract No. 92808
Exhibit B3
Amendment 3 Budget
MnJDOT Contract No. 92808
Exhibit
Invoice
lL'IVOICE
Original To: Ron Bisek, Contract Administrator
l500West County Road B2, MS 725
Roseville, lVlN 55113
Estimated Completion: ___ %
(fl'om COIUIllIl 6 Progress Report)
Copy: Cory Johnson, State's Project Manager Period Ending: _______ _
Invoice Date: -:---:-:-:-:c:c-:---
Re: MnJDOT Contract No. 92808 Contract Expiration Date: December 31,2012
SP Number: 1153
Project Description: IntelliDrive
sM
for Safety, Mobility and User Fee Technical Program Management
I. Direct Labor Costs:
(Sell Exhibits B, 8-1, B-2, & B-3 for BreakdolVn)
2. Overhead Costs: Rate = 160%,
(S;ll:ll)'*Overheld Rate)
3. Fixed Fee (Profit) Costs, 10%
(Fixed Fee = S .. Percent Complete)
4. Direct Expense Costs:
(Attach SIlJ}Porting Documentation)
5. Subcontractor Costs:
Athey Creek
Portland State University
KLD Consulting
James L. Wright
Net Eal'Dings Totals:
Contractor: Complete this table when
snbmitting an Invoice for I,a mcnt
Total Total Amount Billed
Contract Billing Previously This
Amount to Date Billed Invoice
5218,634.96
5346,489.08
$56,512.41
$44,000.00
$48,604.00
$10,000.00
$25,240.00
$5,050.40
$754,530.85
Total Amount Due This Invoice:
I certify that the above statement is conect and
payment has not been received.
Activity Total Amount Billed This
Code Billing to Previously Invoice
Signature: ______________ _
Date Billed
6265
Print Name: ______________ _
Total*
Title: _______________
*Must Match Net Earnmgs Totals Above
Billing Address:
For Consultant Services Use Only
Telephone:
Approved for Payment: __________ _
Date: _______________ _
(CSS Reviewed 5/3/2007)
For Invoice No.:
To: Ron Bisek, Contract Manager From: Mixon Hill Inc.
Copy: Cory Jolmson, Project Manager
Contract Expiration Date: December 31
s
t, 2012 Billing Period: From ____ to
Project Description: IntelliDriveS>' for Safety, Mobility and User Fee Technical Program Management -----
SP Nnmber: 8816-1153 TH Number: N/A
ENGINEERING ESTIMATE
%of % '\-Vork 0/1) Work Weight % Weight 0/0
Hours
Task Total Completed Completed Completed "Vork
Budget
Description Contract This To This Completcd
Period Date Period to Date
1 2 3 4 5 6 7
1.0 Project Management
2.0 Technical Support
3.0 Preliminary Requirements and
Concept of Operations
4.0 Demonstration Project SUpPDIt
5.0 Technical Support for Longer
Tenn Approaches
6.0 Technical Management of
Demonstration Proiect
TOTALS:
.,---_.
I certify that the above statement is correct: Approved and recommended for payment:
Contractor>s Project Manager Dale State's Proj ect Manager Date
If Budgeted Hours Used for task exceeds 100%, attach explanation.
Hours
Accrued
This
Period
8
MnlDOT Contract No. 92808
Exhibit E-3
Progress Report Form
Total
00/ 0 of
Hours
Budget
Accrued
Hours
To
Used
Date
9 10
TIlis payment Progress Report must be submitted, within ihe working days after receipt, by State Project Manager for payment executioll.
1
Cess Reviewed 7/21/2010)

You might also like