Loading...
HomeMy WebLinkAbout2018-07-10 - AGENDA REPORTS - INTELLIGIANT TRANS SYSTEM PHASE IV-B PROJ 10009-B (2)O Agenda Item: 6 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: U41 , DATE: July 10, 2018 SUBJECT: INTELLIGENT TRANSPORTATION SYSTEM PHASE IV -B, PROJECT I0009 -B - AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the Intelligent Transportation System Phase IV -B, Project I0009 -B. 2. Award the Intelligent Transportation System Phase IV -B construction contract to International Line Builders, Inc., in the amount of $247,404 and authorize a contingency in the amount of $24,741 for a total contract amount of $272,145. 3. Award the contract for the fiber management system to 3 -GIS Live, in the amount of $65,230 and authorize a contingency in the amount of $6,523, for a total contract amount not to exceed $71,753. 4. Authorize continuing appropriations of the Intelligent Transportation System Phase IV -B budget from Fiscal Year 2017-18 to Fiscal Year 2018-19 for the following funds: • Air Quality Management District funds in the amount of $112,522 and appropriate to expenditure account I0009232-5161.001. • Proposition C Local funds in the amount of $3,753 and appropriate to expenditure account I0009260-5161.001. • Proposition C Grant funds in the amount of $270,193 and appropriate to expenditure account I0009265-5161.001. • General Fund - Capital in the amount of $38,000 and appropriate to expenditure account I0009601-5161.001. 5. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. Page 1 Packet Pg. 46 O BACKGROUND In February 2015, the City of Santa Clarita (City) executed a Letter of Agreement with the Los Angeles County Metropolitan Transportation Authority (Metro) for Proposition C grant funds for the design and construction of the Intelligent Transportation System (ITS) Phase IV. After completing ITS Phase IV under budget, the City was granted approval by Metro to use the project savings to design and construct ITS Phase IV -B. The ITS Phase IV -B project builds upon the successes of the previously completed ITS phases I to IV and will maximize the use of Metro grant funds by installing the necessary infrastructure to continue expanding traveler information data collection, integration, and dissemination systems in the City. This project supports the theme of Building and Creating Community in the City's five-year strategic plan, Santa Clarita 2020. ITS Phase IV -B will enhance the City's existing traffic signal communications network by installing fiber optic lines along Lost Canyon Road from Via Princessa to the new Vista Canyon community for future bus and train station communication needs. By installing fiber optic equipment along Lost Canyon Road, this project will create a redundant, hardwired communication system which will allow the City to manage traffic operations more effectively. The project will implement an adaptive system with capabilities to measure performance of the traffic signals on select routes for the City to better optimize the timing on the routes. Finally, the project will include additional system detection to expand the City's ability to actively manage traffic and add routes for arterial travel time data collection and analysis. An invitation to bid was prepared and published three times: May 8, 12, and 15, 2018, and was posted on the City's website. Plans and specifications were also sent to area plan rooms for distribution to additional firms. Bids were submitted and opened by Purchasing on June 8, 2018. The results of the bids are shown below: Company International Line Builders, Inc Select Electric, Inc. Taft Electric Company Elecnor Belco Electric, Inc. Comet Electric, Inc. Alfaro Communications Construction, Inc. Dynalectric DBX, Inc. Servitek Solutions, Inc. Crosstown Electrical & Data, Inc Location Bid Amount Riverside, CA $247,404.39 Vista, CA $287,771.00 Ventura, CA $293,585.00 Chino, CA $358,377.00 Chatsworth, CA $379,446.00 Compton, CA $389,498.70 Los Alamitos, CA $391,251.05 Temecula, CA $399,236.36 City of Industry, CA $415,222.19 Irwindale, CA $433,983.00 Staff recommends awarding the ITS Phase IV -B construction contract to the lowest responsive bidder, International Line Builders, Inc. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The bid from Page 2 Packet Pg. 47 O International Line Builders, Inc. was reviewed for accuracy and conformance to the contract documents and found to be complete. The construction contingency requested will cover the cost associated with unforeseen site conditions, such as potential utility conflicts, abandoned utilities not shown in record drawings, and change order requests made by the contractor. As a part of the design of this project, the City updated the ITS Master Plan, which provides a road map that will guide the City through the next 13 years in the development and deployment of traffic signals and intelligent traffic systems for operation, maintenance, and management. The City's updated ITS Master Plan evaluated the available fiber management systems and identified the 3 -GIS Live fiber management system as the top ranked system. This system most closely met the City's operational and performance criteria. As a result, staff recommends awarding the fiber management system contract to 3 -GIS Live to implement their fiber management system as part of this project. The request to continue appropriations from Fiscal Year 2017-18 to Fiscal Year 2018-19 will create a budget of $424,468. This will provide for the construction contract of $247,404 to International Line Builders, Inc., and the fiber management system contract of $65,230 to 3 -GIS Live, including contingencies, and for all anticipated project costs, including project administration and support items, such as construction and environmental support, survey, Public Works inspection, and labor compliance. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available to support awarding the recommended contracts. ATTACHMENTS Location Map Bid Proposal from International Line Builders, Inc. (available in the City Clerk's Reading File) Bid Proposal from 3 -GIS Live (available in the City Clerk's Reading File) Page 3 Packet Pg. 48 a2 vmv - SAI 3S`dHd w31S kS NOIl` lUOdSN"l 1N3011131N1) dew uoi}eool :;uauayoe;}br w 3 9� n rc OaiN3faOl .q+. a N c y6- �� t��-•' . z°• o ;; U qN Ivo qm o w PD t C m ? pry a c Nyov R° Q+z+ 0 z� oaa v kyr s ++ z s� o \ C a G,0 (i 3N a� aor? oD 0o = wwa O>a 1r 00 `LCtiKmEW 0 o3Ab 111A . W-7' (e� Oy`: i V) p Cr CL Qlip '� w C RAILRo P o illi° .. e 9 x y 0 ° ,,. CL L co =1 o U o d — a o E -a ' . • 1 CL E l �G O y + d P\43� ' ter. gg ooe�� lck . w o a6 3 m, a t w y Z i 80MOOb3W Nilbd -•` �.. °V. - �'. "�. # .Od.. r NOS RD Z 1 C;ry� y2,r .=�I' 3 FIELDWOOD , �.�! , - -W,i� !.. - , p r � • � � �,� o S��/ �� ♦ Gly NOSbr .. N V911X3 a V a S d S -lb F, �L G { � � � 4` a. .'�•2o s �y z , , �.�! , - -W,i� !.. - , p r � • � � �,� o S��/ �� ♦ Gly NOSbr .. N V911X3 a V a S d SECTION C: PROPOSAL Intelligent Transportation Systems, Phase IV -13 Bid No. ENG -16-17-10009E Project No. 10009B City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS AGENCY: In accordance with AGENCY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY's option, be considered null and void. Company Name: International Line Builder's, Inc. Company Address: 2520 Rubidoux Blvd. Riverside, CA 92509 By: Earnest Brown Print Name Title: Vice Frisident Signature: Date: 06/08/2018 Project Number: 100096 C-1 BID SCHEDULE Intelligent Transportation Systems, Phase IV -B Bid No. ENG -16-17-10009B Project No. 10009B City of Santa Clarita, California Base Bid BID ITEM DESCRIPTION Tec Specs EST UNIT UNIT TOTAL NO. NO. QTY. PRICE PRICE 1 Mobilization 11 1 LS $33,789.00 $33,789.00 2 Traffic Control 12 1 LS $1,347.00 $1,347.00 3 Furnish and Install 144 strand SMFO cable into new and 13 6470 LF $3.81 $24,650.70 existing conduit. 4 Furnish and Install 12 strand SMFO cable into new and 13 90 LF $10.48 $943.20 existing conduit. 5 Furnish and Install new 3" HDPE conduit 14 5980 LF $13.44 $80,371.20 6 Furnish and Install new 3" Galvanized conduit, expansion 14 1 LS $7,553.00 $7,553.00 couplings, and surface -mounted brackets at bridge section 7 Furnish and Install #14 green trace wire into new and 24 17181 LF $0.56 $9,621.36 existing conduit. 8 Furnish and Install new No. 6 pull box with extension(s) 15 7 EA $2,038.14 $14,266.98 9 Remove existing pull box. 23 1 EA $1,354.00 $1,354.00 10 Furnish and Install new C48 (F/O) pull box with extension. 16 7 EA $2,915.57 $20,408.99 Furnish and Install HIRSCHMANN RS20-08005252TDAP 11 Fiber Switch and PHOENIX contact 24VDC 5 amp 20 2 EA $3,577.50 $7,155.00 2866750 PSU Furnish and Install Corning fiber distribution unit with fiber 12 patch panel and splice trays. Terminate 12 SMFO branch 17 1 EA $1,372.00 $1,372.00 cable. Furnish and Install 2 fiber optic duplex jumper cables with connectors 13 Furnish and Install Fiber Optic Splice Enclosure 18 2 EA $775.00 $1,550.00 14 Fusion splice 13 108 EA $20.12 $2,172.96 Furnish and Install CAT5 Cables, 19" Rack, Power Strips, 15 Connectors, Coax Cables and all Necessary 21 1 EA $1,401.00 $1,401.00 appurtenances to integrate video and data with city's Communications Network. Furnish and install shelves. Furnish and Install 2070 ATC Controller with local adaptive 16 software and conflict monitor model 2010 ECL with diode 26 2 EA $10,358.00 $20,716.00 card in existing type 332 cabinet. 17 Withdraw existing 12 PR#19 SIC 19 11200 LF $0.96 $10,752.00 Project Number: 100098 C-2 BID Techni EST UNIT TOTAL ITEM DESCRIPTION cal QTY. UNIT PRICE PRICE NO. Specs 18 Remove existing wireless access point 25 2 EA $1,075.50 $2,151.00 19 Crane and Basket construction method at bridge section 14 1 LS $2,154.00 $2,154.00 20 Communication System and Fiber Optic Testing 13,22 1 LS $3,675.00 $3,675.00 TOTAL AMOUNT BID IN FIGURES $247,404.39 TOTAL AMOUNT BID IN WORDS: TWO hundred forty seven thousand four hundred four dollars and thirty nine cents. The award of contract, if made, will be to the lowest responsible BIDDER determined solely by the AGENCY as follows: The Basis of award of the contract shall be the CONTRACTOR's BASE BID. The Agency reserves the right to award the contract for the base bid and those alternates, if any, which the City may select in its sole discretion. The Agency also reserves the right to add any of the additive alternates by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices bid for Additive Alternates constant throughout the duration of the project up to the last contract working day. No additional compensation will be allowed for Alternates added by Contract Change Order beyond the amount shown on the original bid. Additionally, the ANGECY reserves the right to reject any or all proposals, delete portions of any and all bids, to waive any irregularity, and to take the bids under advisement for a period of NINETY (90) days, all as may be required to provide for the best interest of the AGENCY. If the number entered on this page conflicts with what is entered on PlanetBids, the number entered on PlanetBids shall govern. Project Number: 10009B C-3 Intelligent Transportation Systems, Phase IV -13 Bid No. ENG -16-17-10009B Project No. 10009B DESIGNATION OF SUBCONTRACTORS Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of 1/2 of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm and annual gross receipts are required if sub contractor is participating as a DBE. Subcontractor DIR Registration No. Dollar Value of Work Horizon Underground, Inc. 1000005528 $44,000.00 Age of firm: DBE: Yes No Annual Gross Receipts: N/A Certifying Agency: N/A Location and Place of Business 2279 Eagle Glen Pkwy#112-212, Corona, CA 92883 Bid Schedule Item No's: Description of Work 5 Bore Conduit License No. Exp. Date: / / Phone ( ) 802076 06/30/2018 (951) 603-0745 Subcontractor DIR Registration No. Dollar Value of Work Age of firm: DBE: Yes No Certifying Agency: Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No. Dollar Value of Work Age of firm: DBE: Yes No Certifying Agency: Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) NOTE: A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. (Use Additional Sheets if Necessary) Project Number: 10009B C-4 REFERENCES Intelligent Transportation Systems, Phase IV -13 Bid No. ENG -16-17-100098 Project No. 10009B The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed similar work within the past 3 years: 1. City of Alhambra/ 111 South First St. Alhambra, CA 91801 Nance and Address of Owner 1 Agency Robert Bias #(626) 703-9013 _ Name and Telephone Number of Person Familiar with Project $706,748.61 Streetlight Conversion 08/2017 Contract Amount Type of Work Date Completed 2. City of Riverside/ 3900 Main St. Riverside, CA 92522_ Name and Address of Owner / Agency Julian Cardenas #(951) 826-5937 Name and Telephone Number of Person Familiar with Project $1,967,698.83 Street Light Replacement 10/2017 Contract Amount Type of Work Date Completed 3, City of Ontario/ 303 East B Street Ontario, CA 91764 Name and Address of Owner / Auencv Mauricio Diaz #(909) 395-2107 Name and Telephone Number of Person Familiz Project $556,508.00 Traffic Signal Modification 06/2016 Contract Amount Type of Work Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: Willi f Minnesota Nicole Langer/ Heather Goedtel #(763) 302-7214 8400 Normandale Lake Blvd., Suite 1700 Bloomington, MN 55437 International Line Builder's, Inc. Contractors Name TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 Project Number: 10009B C-5 DEBARMENT AND SUSPENSION CERTIFICATION Intelligent Transportation Systems, Phase IV -B Bid No. ENG -16-17-10009B Project No. 10009B City of Santa Clarita, California The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. NIA Exceptions will not necessarily result in denial of award, but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. N/A NOTE:. Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. Project Number: 10009B C-6 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Intelligent Transportation Systems, Phase IV -13 Bid No. ENG -16-17-10009B Project No. 10009B City of Santa Clarita, California This bidder international Line Builder's, Inc., proposed subcontractor , hereby certifies that he has X , has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that he has X , has not , filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are under the applicable filing requirements. el Company: Inter tional Builder's, Inc. By: Title: Earnest Brown- Vice President Date: 06/08/2018 Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60-1.5, (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, the Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such CONTRACTOR submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. Project Number: 100098 C-7 BIDDER'S INFORMATION AND CERTIFICATION Intelligent Transportation Systems, Phase IV -B Bid No. ENG -16-17-10009B Project No. 10009B City of Santa Clarita, California Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any AGENCY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affnnative action will be taken to meet all equal employment opportunity requirements of the contract documents. sidder'sName: International Line Builder's, Inc. Business Address: 2520 Rubidoux Blvd. Riverside, CA 92509 Telephone No.: (909) 682-2982 State CONTRACTOR's License No. & Class: 782515 A -C 10 DIR Registration Number: 1000007032 Original Date: 06/01/2015 Expiration Date: 05/30/2019 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: Michael Bass- President Earnest Brown- Vice President Brad Hulauist- Vice President Nicholas Olsen- Secretary Project Number. 10009E C-8 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: N/A All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: N/A IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this day of�.j 20 BIDDER: Signature Earnest Brown- Vice President Name and Title of Signatory International Line Builder's, Inc. Legal Name of Bidder 2520 Rubidoux Blvd. Riverside, CA 92509 Address (951) 682-2982 Telephone Number 91-1834347 Federal Tax I.D. No. SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED Subscribed and sworn to this \,\N Notary Public ASHLEY 0. ESPARZA Commission # 2072845 Notary Public - Calitornia Z Riverside Counly M Comm. Ex ires Jun 27, 2018 day of U , 20 � G-9 (SEAL) Project Number: 10009E BIDDER'S QUESTIONNAIRE Intelligent Transportation Systems, Phase IV -13 Bid No. ENG -16-17-100098 Project No. 10009B City of Santa Clarita, California If the bidder has answered the questionnaire within the past year and there are no significant changes in the information requested, then the bidder need not file a new questionnaire. If there are changes, indicate those changes. Should the space provided not be adequate, so indicate and complete information on a separate page(s) and attach hereto. 1. Submitted by: Rafael Robledo Telephone:(951) 682-2982 Principal Office Address: 2520 RUbldoux Blvd. Riverside, CA 92509 2. Type of Firm: Corporate Corporate: Yes Other: Individual: Partnership: 3a. If a corporation, answer these questions: Date of Incorporation :JUly 1, 1983 State of Incorporation: Delaware President's Name: Michael Bass Vice -President's Name: Earnest Brown Secretary or Clerk's Name: Nicholas Olsen Treasurer's Name.. Brad H u lq U i st 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. Project Number: 100098 C-14 4 BIDDER'S QUESTIONNAIRE (cont'd) Intelligent Transportation Systems, Phase IV -13 Bid No. ENG -16-17-10009B Project No. 100098 City of Santa Clarita, California Name of person holding CONTRACTOR's license: Michael Bass License number: 7$2515 Class: A -C 10 Expiration Date: 08/31/2018 5. CONTRACTOR's Representative: Earnest Brown Title: Vice President Alternate: Brad HUIgUISt Title: Vice President 6. List the major construction projects your organization has in progress as of this date: owner: (A) Whiting -Turner (B) Powell Constructors, Inc. Project Location: USC Riverside County/ Rte 60 Type of Project. -Streetlight & Traffic Luminaires & Barrier Rail Improvements Signals Project Number: 10009E C-15 CERTIFICATION OF NON -SEGREGATED FACILITIES Intelligent Transportation Systems, Phase IV -B Bid No. ENG -16-17-10009B Project No. 10009B City of Santa Clarita, California The CONTRACTOR certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The CONTRACTOR certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The CONTRACTOR agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The CONTRACTOR agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. International Line Builder's. Inc. CONTRACTOR Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). Project Number: 100098 C-16 PROPOSAL GUARANTEE / BID BOND Intelligent Transportation Systems, Phase IV -13 Bid No. ENG -16-17-10009B Project No. 10009B City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that International Line Builders, Inc. , as BIDDER, and Liberty Mutual Insurance Company as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of Ten Percent of Amount Bid dollars is 10% 1, which is ten percent (10%) of the total amount bid by BIDDER to AGENCY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this y of June ,)0188 BIDDER International Line Builders, Inc. 1055 Montecito Drive, Corona CA 92879 / Phone 951.682.2982 Liberty Mutual Insurance Company Willis of Minnesota Inca 8400 Normandale Lake Blvd.. Suite 1700, Bloomington, MN 55437 Phone 763.302.7100 Subscribed and sworn to this 8th day of June , 2018 AsaMICHELLE DIANE HAD ER NOTARY PUBLIC S"LQ Notary Public My Commission Expires *Provide BIDDER and SURETY name, address, and telephone nu f ie name�etie,aa[tdress, an telephone number for authorized representative. IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570, as amended) and be authorized to transact business in the State where the project is located. Project Number: 10009B C-11 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7796859 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company WestAmerican Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casually Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Brian D Car enter; Craig Olmstead; Heather R Goedtel; Jessica Hoff; Jill N. Swanson; Laurie Pflug-, Michelle Halter, Nicole Langer all of the city of Minneapolis state of MN each Individually If there be more -than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as If they have been duly stgned by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 12th day of June , 2017 Twt� 1>vsu , tKsr.�+ tNslrrr�1 0 1919 a 1912a 1901 a STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY The Ohio Casualty Insurance Company 0 Liberty Mutual Insurance Company W West merican Insurance Company +M" ""° > By; David M. Carey; Assistant Secretary >_ On this 12th day of June 2017 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. 9p PAS, COMMONWEALTH OF PENNSYLVANIA Notarial Seal 7cres8 Paste!la, Notary Public BY: -- ar Upper MerionTwp., Montgomery County Teresa Pastella, Notary Public My Commission Expires March 2S, 2021 Member. Pennsylvania Rssociation sof NegarW6 ql: y P1�8'd This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS— Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations sot forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company, When so executed such instruments shall be as binding as if signed by the president and attested by the secretary, Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assislanl secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually fixed. I, Renee C Llewellyn, the undersigned. Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and Wast American Insurance Company do hereby certify that the original power or attomey of which the foregoing Is a fun. true and correct copy of the Power of Attorney executed by said Companies, is in full, form and effect and has not been revoked. ± IN TESTIMONY WHEREOF. I have hereunto set my hand and affixed the seals of said Companies this U day of 2C� �J� sa�i�"� 't•4, p�( •aaT ro. 1919 n 1912 u 1 1991 r By a' N y Renee C. LlowNtyrKssisiam Secretary �;y''p�.,,.� vs $•y � �` ��' � ter• 154 of 500 LMS_12673_022017 c O vN (D LLJ os c �L Q M O L 3� CO E M A 4 L a 4— O m >� d a d' r� E' L 0000 00 vV- H� NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Intelligent Transportation Systems, Phase IV -13 Bid No. ENG -16-17-10009B Project No. 10009B City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICA TIONMA Y SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. Project Number: 100098 C-12 NON -COLLUSION AFFIDAVIT Intelligent Transportation Systems, Phase IV -13 Bid No. ENG -16-17-10009B Project No. 10009B City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) Earnest Brown being first duly sworn deposes and says that he is the 1 (sole owner, a partner, president, etc.) of International Line Builder's, Inc. the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted his bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or AGENCY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any membe or AGENCY thereof, or to any other individual, except to such person or persons as have a partnership or otheyfinoicial interest with said BIDDER in his general business. Signed: Title Earnest Brown- Vice President Subscribed and sworn to and before me this day of U , 201B. Seal of Notary ASHLEY 0. ESAARIA Commission # 2072845 Ir Z Notary Public - California n Riverside County MY COMM, Expires Jun 27, 2018 r Project Number: 100098 C-13 3 -GIS 3 -GIS Live — Network Solutions Proposal to City of Santa Clarita 3 -GIS LIVE Proposal City of Santa Clarita June 13, 2018 3 -GIS NZW - 350 Market Street, Suite C Decatur, Alabama 3 -GIS LLC CONFIDENTIAL - RESTRICTED ACCESS This document and the confidential information it contains shall be distributed, routed, or made available solely to authorized persons having a need to know within 3 -GIS, except with written permission of 3 -GIS. �Z IGIS 3 -GIS Live Proposal City of Santa Clarita 3 -GIS LIVE 3 -GIS Live is the hosted version of 3-GIS's innovative Web and Mobile applications. 3 -GIS Live combines the power and flexibility of 3 -GIS Web and Mobile with the reliability of Amazon Web Services. This allows a company to have a working system operational in as little as one day from contract execution. It removes the need to buy servers, database software, and other licenses as well as request IT resources for setup and configuration. 3 -GIS Live not only makes setup easy, it reduces the ongoing administrative challenges of owning an enterprise asset management system by performing all maintenance and optimization. Advantages of 3 -GIS Live: • Includes all Server Hardware for Application and Database • Includes PostgreSQL Database Software • Includes 3 -GIS Web and 3 -GIS Mobile • Includes Esri ArcGIS Server for use with 3 -GIS software • 3 -GIS performs all setup of the system • All future software updates for 3 -GIS and Esri software are included • Real-time Database Backup `r 3 -GIS web ® Layouts Telecom Editing Maps Output Smartmarks Planningmesign TCC 4 Selection History Measure Q� Custom Reporting Q Query Tool 0 Type here to search I& - 0 Map -1 x P \. Q Q IR 5` �v' C 0 Govemm, Esri, HERE, Gain, USGS, NGA, EFA, USD... 3 -GIS Live utilizes an Esri friendly data model that allows the use of other Esri applications without the need for costly server components. 3 -GIS LLC CONFIDENTIAL - RESTRICTED ACCESS 2 IGiIS 3 -GIS Live Proposal City of Santa Clarita 3-GISIWeb 3 -GIS Web addresses a need for fast editing and network data access across the web. 3 -GIS Web allows users from remote locations to work like they would in the office. Users can design new network or view and report on existing data. 3 -GIS Web provides: ➢ Secure Web Application ➢ Customized View for Each User Group ➢ Easy to Use Network Design Tools ➢ One Location for Design, Permitting, and Construction ➢ Tight Integration with 3 -GIS Mobile The goal set forth when creating 3 -GIS Web was to provide a simple web -based application that would allow users to create, edit, and view network data without the need for intensive training and administrative procedures. As long as a user has permission to the website, any user at the company can access 3 -GIS Web through an Internet browser. 3 -GIS LLC CONFIDENTIAL - RESTRICTED ACCESS 3 IC;IS 3 -GIS Live Proposal City of Santa Clarita ►+ 3 -GIS 1 Mobile 3 -GIS Mobile addresses a serious and unaddressed need in the mobile GIS space. 3 -GIS Mobile brings the following capabilities to users seeking a mobile solution: ➢ Simple to use field tool g F= En ; ➢ The ability to work totally disconnected from any network Le ➢ A dynamic user interface based on the user's task requirements ➢ Map symbology and data dictionary` driven from geodatabase 1 UndnpmuM ➢ Automatic synchronization of edits' with geodatabase � nuieioec ➢ Ability to deploy 3 -GIS Mobile on a number of computing devices ➢ Flexible, adaptable administration tools that allows 3 -GIS Mobile to be modified based on a telecommunication company's changing needs 3 -GIS Mobile is the field side software of 3-GIS's Network Solution. 3 -GIS Mobile is delivered with two installations, one for Windows 7+ and one for Android. No additional software is required to install the application. 3 -GIS LLC CONFIDENTIAL - RESTRICTED ACCESS 4 %-% 3-CaIS Software Licensing 3 -GIS Live Proposal City of Santa Clarita 3 -GIS Web can be configured to provide a wide range of capabilities based on the users assigned security group. Network designers can be given full access to create network features and make connections at splices, panels, and equipment. Read-only or limited access users can utilize the application for querying, reporting, and auditing the network data. The 3 -GIS Web license can only be used for 3 -GIS Web and does not provide access to 3 -GIS Mobile. 3 -GIS Web Named User Licenses 3-GIS's standard license is a named user license. A named user license is an exclusive license of rights assigned to a single named software user. The named user will be allowed to access the system with their personal login credentials at any time and from multiple devices at the same time. This license model allows flexibility for each user to access the system at any time required. 3 -GIS Mobile Named User License 3 -GIS Mobile is a field application that is installed on an Android tablet, Windows tablet, or Laptop. 3 -GIS Mobile allows a user to carry the entire network or a subset into the field and use the application totally disconnected from any network or the internet. For this reason, all 3 -GIS Mobile licenses are Named User licenses and are only utilized by an individual user. The license can be used for full network editing, read- only, or red -lining functions. 3 -GIS LLC CONFIDENTIAL - RESTRICTED ACCESS %-% 3 -CIS Professional Services Standard Configuration 3 -GIS Live Proposal City of Santa Clarita Standard Configuration includes setup utilizing the standard data model. Standard Configuration includes installing Esri ArcGIS Server, PostgreSQL Server, and the 3 -GIS Network Solutions product in the multi -tenant hosted environment. This includes 1 Map Service for 3 -GIS Web, 2 Web user groups, and 1 Mobile cache if applicable. Single tenant solutions are available for an additional cost. Training 3 -GIS will perform remote end-user training on 3 -GIS Web and 3 -GIS Mobile products from offices in Decatur, AL. Two days of training are included for 8 users. Onsite training is available for an additional fee. Additional online resources are available to all 3 -GIS customers including our live active search direction for Q & A's, Step by Step instructions for all functionality, Training Videos and User Manuals. Data Loading Standard Data Loading of customer provided files is not included with Standard Configuration of 3 -GIS Live. 3 -GIS will provide data loading for an additional Time & Materials hourly cost as requested. Data Loading is defined by a standard process of importing data into 3 -GIS. For the data to be loaded, the data must match the 3 -GIS Schema of the table to be loaded into. The acceptable file formats for data loading are: Shape File, CSV, Excel, File Geodatabase. Additionally, KML files may meet the criteria for data load. Project Management For Standard Implementation of 3-GIS's Out of the Box SaaS Solution, up to 16 hours of project management is included. Additional project management hours may be added to the project scope for all items outside of Standard Implementation. Data Conversion & Migration 3 -GIS has prepared a quote for City of Santa Clarita for data migration based on the data that was provided to 3 -GIS from the City. Project Description This project is for migrating data from Santa Clarita, which includes features and connectivity information derived from existing Shapefiles and Visio Diagrams data, into our 3 -GIS system and providing connectivity where connectivity is specified in the data. This proposal is based on previous work experience with the existing Shapefiles and Visio data types and other 3 -GIS LLC CONFIDENTIAL - RESTRICTED ACCESS 3 -GIS 3 -GIS Live Proposal City of Santa Clarita information provided by Santa Clarita along with our conversations with key personnel at Santa Clarita. 3 -GIS had access to Shape Files and Visio Diagrams sheets for consideration. We are including in this proposal quotes for providing connectivity in our 3 -GIS system from Santa Clarita provided Shapefiles and Visio sheets and a consistent agreed upon data model provided from Santa Clarita during our data model workshop. To accomplish the migration and subsequent connectivity, 3 -GIS is recommending conducting a data workshop and one migration/connectivity run and a production delivery cycle. The data workshop will consist of a thorough evaluation of the resulting Santa Clarita produced migration data from existing Shapefiles and Visio Diagrams including data field mapping, as well as evaluating workflow process and refining the schedule. Data migration/connectivity runs will commence after the data workshop. The migration/connectivity activity will be followed with an internal quality control process. This QC process will be a thorough review of the data with validation checks that perform spatial, geometric, attribute and connectivity validation. The client will be presented a one (1) day window to review this data in our 3 -GIS LIVE environment. The client will use the review period to note any discrepancies and provide comments/guidance which will be applied in the final migration/connectivity production cycle. Source Information Shapefiles and Visio Diagrams files Process for Migration and Shape Files and Visio Diagrams and Connectivity Per Provided Documentation 1. Data Workshop: Field Mapping and Planning 2. Primary Development Cycle: Migrate Shape Files and Visio Diagrams Data a. Data migration b. Data migration Internal QC c. Data migration Client Review 3. Primary Development Cycle: Migrated data a. Data validation and connectivity Data validation and connectivity Internal QC Data validation and connectivity Client Review d. Data validation and connectivity Delivery e. Data validation and connectivity Delivery Internal QC f. Data validations and connectivity Client Review/Acceptance Note: Data migration and connectivity total is for providing connectivity inside 3 -GIS system and does NOT Include migration or subsequent connectivity to any other system. 3-6IS LLL LONHULN TIAL - RESI BILI LU ALLLSS 3 -GIS 4. Schedule for Connectivity Estimated Duration: 6 business days Week 1 Data Workshop: 1 Days 3 -GIS Live Proposal City of Santa Clarita Week 1 Data migration, review, connectivity: 4 Days Week 1 Data migration and connectivity Client Review and 3 -GIS Development: 1 Days Estimated Start after Signed Contract (as of quote day): 5 business days S. Assumptions/Disclaimers 3. We will migrate the Shapefiles and Visio Diagrams with connectivity where specified in the data. We will provide "pass through" connectivity only where agreed upon in the data model workshop. b. We will assign default counts to any required fields as defined in the data model workshop. The purpose is to make sure that the data is performant for our software. c. Attribution will be migrated as -is unless some functional requirement needs to be met. We will not check for typos, completeness of Santa Clarita requirements or any other validation. We will only add attribution to create a performant environment for our software. d. Deviations from the initial Field Mapping defined in the data model workshop will require a Change Request and may result in changes to pricing and or schedule. Change requests for deviations to the initial field mapping will be required even where pricing and schedule remains the same as the original proposal. e. Client will verify data for the PROD cycle to ensure issues identified have been corrected and during the PROD cycle to produce the most up to date for migration and connectivity. Workshops & Advanced Configuration 3 -GIS offers a variety of workshops that may be recommended as part of 3 -GIS Implementation. All workshops recommended will be included in the final services agreement or may be requested by the client as a change request or additional purchase. 3 -GIS LLC CONFIDENTIAL - RESTRICTED ACCESS %'-0 1 raIS Support Matrix 2018 3 -GIS Live Product Offering 3 -GIS Live Proposal City of Santa Clarita Tiers of Service Professional Enterprise Enterprise with Premium Support 3 -GIS Web Advanced Named User License $315 $370 $370 3 -GIS Web Basic Named User License $165 $195 $195 3 -GIS Mobile Named User License Not Applicable $75 $75 Billing Frequency Annual Annual / Monthly Annual / Monthly Minimum Number of Advanced Users Required 1 3 10 Discount for Annual Billing (Discount to licenses only) Not Available 10% 10% Support Price Per User Per Month (Required) Not Applicable $45 per user $95 per user Configuration Time Included Per Month Not Applicable 15 minutes per user 30 minutes per user 24/7 Severity 1 Response Not Available Not Available $75 per user per month Additional Blocks of Configuration Time (footnote 1) Not Available $580 per 4 Hour Block $750 per 4 Hour Block Potential Allocation of Configuration Time Average Turnaround Time During Business Hours (Listed in Business 3 2 1 Days) Add Remove/Users X X X Full Database Export to Customer X X X Create Map Services (footnote 3) Charges Apply Charges Apply Charges Apply 3 -GIS Web Configuration changes (Add Roles, External Layers, Edit/View Not Available X X Privileges) Schema Changes (Field Changes, Domain Changes, Relationships, Non- Not Available X X Symbology MXD Changes) (footnote 2) Map Service Changes (symbology, visibility, zoom scales, display names) Not Available X X (footnote 2) Plot Template Changes Not Available X X Build Mobile Map Caches from Not Available X X Current Map Service Configuration Data Loading (footnote 5) Call for Quote X X 3 -GIS LLC CONFIDENTIAL - RESTRICTED ACCESS �. 3 -CIS 3 -GIS Live Proposal City of Santa Clarita Footnotes i 1 Additional support hours can be purchased in a minimum of 4 hr blocks. 2 These services require system downtime and will be done during the normal business hours 8am - 5pm Central. 3 Additional Map Services beyond the included number may be setup for a one-time setup fee of $1,000 per map service and a monthly maintenance fee of $250. Data loading for new map service is included if data is in the 3 -GIS telecom data model. Ask your 3 -GIS Sales Contact for a quote prior to requesting the data load if data will need to be converted from a different format. 4 Mobile map caches may be added beyond the specified number for a one-time setup fee of $300 and a monthly maintenance fee of $100. Data format must be one of the following and match the existing schema of the table to be loaded into(FGDB Feature Class; Shape File; CSV; Excel Table). Data conversion is an extra fee if required and may delay the loading beyond the normal period 3 -GIS Live Support is Subject to Change with 30 -days Notice Last Revision - April 30, 2018 3 -GIS LLC CONFIDENTIAL - RESTRICTED ACCESS 10 Support Options Knowledge Base Access and Online Service Desk Knowledge Base Access, Online Service Desk, and Support Hotline Knowledge Base Access, Online Service Desk, and Support Hotline Support Hotline Availability Not Avialable Monday - Friday (8am to 5pm CST, holidays excluded) Monday - Friday (8am to 5pm CST, holidays excluded) Bill of Materials Updates Call for Quote X X QA/QC Rule Updates Not Available X X Software Version Upgrade (footnote 2) Semi -Annual Quarterly Quarterly Map Services Included (footnote 3) 1 1 Per 15 Users 1 Per 10 Users Mobile Caches Included (footnote 4) N/A 1 Per Map Service 1 Per Map Service Standard Support Bug Reporting Response Resolution/Workaround Severity 1 (SEV 1) 4 Business Hours 2 Business Days Severity 2 (SEV 2) 2 Business Days 10 Business Days Severity 3 (SEV 3) 5 Business Days Potential Roadmap Premium Support Bug Reporting Response Resolution/Workaround Severity 1 (SEV 1) 1 Business Hour 1 Business Day Severity 2 (SEV 2) 1 Business Day 5 Business Days Severity 3 (SEV 3) 3 Business Days Potential Roadmap *Business Hours are M -F, 8am to 5pm Central US Time Footnotes i 1 Additional support hours can be purchased in a minimum of 4 hr blocks. 2 These services require system downtime and will be done during the normal business hours 8am - 5pm Central. 3 Additional Map Services beyond the included number may be setup for a one-time setup fee of $1,000 per map service and a monthly maintenance fee of $250. Data loading for new map service is included if data is in the 3 -GIS telecom data model. Ask your 3 -GIS Sales Contact for a quote prior to requesting the data load if data will need to be converted from a different format. 4 Mobile map caches may be added beyond the specified number for a one-time setup fee of $300 and a monthly maintenance fee of $100. Data format must be one of the following and match the existing schema of the table to be loaded into(FGDB Feature Class; Shape File; CSV; Excel Table). Data conversion is an extra fee if required and may delay the loading beyond the normal period 3 -GIS Live Support is Subject to Change with 30 -days Notice Last Revision - April 30, 2018 3 -GIS LLC CONFIDENTIAL - RESTRICTED ACCESS 10 4% 3-Cazs Software and Service Pricing 3 -GIS Live Proposal City of Santa Clarita The pricing in this proposal is based on 3-GIS's standard terms and conditions and is based upon 3-GIS's experiences with similar projects. Pricing may change based on the terms of the final agreement. The following software pricing is for the client's budgetary consideration. The following assumptions apply to the provided costs: Pricing does not include estimated taxes, levies and duties, unless specifically identified. Pricing in this proposal will be good for 90 days after the date of the proposal. Customer will pay all travel related expenses including a 3% administration fee. 3 -GIS Live - Web & Mobile License Pricing 3 -GIS Live 1 Quantity Annual Cost 3 year up from cost with 15% discount Named 3 -GIS Web License Advanced 2 $8,880.00 $22,644.00 Named 3 -GIS Web License Basic 1 $2,340.00 $5,967.00 Named 3 -GIS Prospector 1 $3,000.00 $7,650.00 Named 3 -GIS Mobile Licenses 1 $ 900.00 $2,295.00 Standard 3 -GIS Live Standard Support 4 $2,160.00 $6,480.00 3 -GIS Licensing Total $17,280.00 $45,036.00 1. 3 -GIS Live Web & Mobile User License —All user licenses require a 1 -year commitment for annual subscriptions and for the 15% discount the 3 year subscripton. Licenses may be canceled after 9 months by paying an early termination fee of 45% of the licensing value remaining in the contract. 3 -GIS LLC CONFIDENTIAL - RESTRICTED ACCESS 11 %-% 3 -CIS Professional Services Pricing 3 -GIS Live Proposal City of Santa Clarita Professional Services One Time Cost Standard Configuration for Out of Box $1,000.00 Standard Configuration for Prospector $5,000.00 Standard Configuration for 3 -GIS Mobile $1,000.00 Data Conversion and Migration Services $7,194.00 3 -GIS Web Remote Training for up to 8 people $2,500.00 3 -GIS Prospector Plan Training for up to 8 people $2,500.00 3 -GIS Mobile Remote Training for up to 8 people $1,000.00 Professional Services Estimate $20,194.00 Standard Configuration and Training includes setup utilizing the standard data model, 1 Map Services in Web, 2 Web user groups, and up to 1 Mobile caches. Two Days of Remote Training are included for 2-10 users. *Data Loading, Workshops, & Advanced Configuration is not included in the Standard Configuration Pricing. Total 1s' Month Cost Total 1St Month Cost for 3 -GIS Live Web & Mobile 1 Year Total 3 Year total 3 -GIS Licensing Total $17,280.00 $45,036.00 Professional Service Total $20,194.00 $20,194.00 Total Cost Estimate for annual or 3 years $37,474.00 $65,230.00 The total 3 year cost inclusive of all costs for 3 -GIS Solution licensing, support, professional services for implementation, data conversion and training equals $65,230.00. 3 -GIS LLC CONFIDENTIAL - RESTRICTED ACCESS 12 UUS What's Included with 3 -GIS LIVE 3 -GIS Live Proposal City of Santa Clarita 1. 3 -GIS Web, Prospector Plan and Mobile Software 2. ArcGIS for Server Advanced Enterprise for use with 3 -GIS Software Only 3. PostgreSQL Server 4. Amazon Hosting for 3 -GIS Network Solution, Esri Software, and PostgreSQL Server 5. Standard Support — Includes phone and email support from Sam to 5pm Central. Premium Support is an add-on service option to expand support. 6. Software Maintenance for Esri and 3 -GIS Products. 7. Support for adding and removing users to the 3 -GIS Live system as needed. 8. Regular Database Maintenance and System Optimization. What's NOT Included 1. Desktop and Mobile Hardware 2. External High Accuracy GPS Equipment 3. Travel Expenses for work performed at the customer's designated location. 3 -GIS LLC CONFIDENTIAL - RESTRICTED ACCESS 13 Attachment — 3 -GIS Itemized Quote 3 -GIS Live Proposal City of Santa Clarita 3 -GIS LLC CONFIDENTIAL - RESTRICTED ACCESS 14 3 -,GIS 3 -GIS Live Proposal City of Santa Clarita 3 -GIS LLC CONFIDENTIAL - RESTRICTED ACCESS 15 3-Gzs Live+1 Web(N)+Enterprise+Advanced Live+1 Web(N)+Enterprise+Basic Live+Prospector Live+Add(1)-Mobile(N) An nuaI-Enterp rise -Stan d a rd -Su ppo rt- User Live+StSetup(1-9) Live+ Setup+ Prospector Live+Setup+Mobile Training+P rospector+Remote 3 -GIS Live - Enterprise Advanced Web Named User License - 1 Year Total 3 -GIS Live - Enterprise Basic Web Named User License - 1 Year Total 3 -GIS Live Prospector add-on module for 1 Web Advanced Named User. - 1 Year Total 3 -GIS Live - 3 -GIS Mobile Named User License - 1 Year Total 3 -GIS Live Enterprise User Annual Standard Support Standard Setup for 3 -GIS Live for 1 to 9 Users. Refer to Standard Setup Matrix for included items. Standard Setup for Prospector Add-on Module for 3 -GIS Live Standard Setup for 3 -GIS Mobile for 1 cache. 3 -GIS Training - 1 Day Remote Training Session for up to 10 Web Users for Prospector Add-on Module. 3 -GIS Web Training - 1 Day Remote 3 -GIS Live Proposal 3 -GIS Account Name City of Santa Clarita Bill To Name City of Santa Clarita Bill To Santa Clarita, CA 91355 Quote Name 3 -GIS Live for Santa Clarita Live+1 Web(N)+Enterprise+Advanced Live+1 Web(N)+Enterprise+Basic Live+Prospector Live+Add(1)-Mobile(N) An nuaI-Enterp rise -Stan d a rd -Su ppo rt- User Live+StSetup(1-9) Live+ Setup+ Prospector Live+Setup+Mobile Training+P rospector+Remote 3 -GIS Live - Enterprise Advanced Web Named User License - 1 Year Total 3 -GIS Live - Enterprise Basic Web Named User License - 1 Year Total 3 -GIS Live Prospector add-on module for 1 Web Advanced Named User. - 1 Year Total 3 -GIS Live - 3 -GIS Mobile Named User License - 1 Year Total 3 -GIS Live Enterprise User Annual Standard Support Standard Setup for 3 -GIS Live for 1 to 9 Users. Refer to Standard Setup Matrix for included items. Standard Setup for Prospector Add-on Module for 3 -GIS Live Standard Setup for 3 -GIS Mobile for 1 cache. 3 -GIS Training - 1 Day Remote Training Session for up to 10 Web Users for Prospector Add-on Module. 3 -GIS Web Training - 1 Day Remote 3 -GIS Live Proposal Pricing for two 3 -GIS Web Advanced for 3 year subscription Pricing for one 3 -GIS Web Basic for 3 year subscription Pricing for one 3 -GIS Web Prospector Plan for 3 year subscription Pricing for one 3 -GIS Mobile for 3 year subscription Standard out of the box setup up no changes to the data model $4,440.00 6.00 $26,640.00 15.00% $22,644.00 $2,340.00 3.00 $7,020.00 15.00% $5,967.00 $3,000.00 3.00 $9,000.00 15.00% $7,650.00 $900.00 3.00 $2,700.00 15.00% $2,295.00 $540.00 12.00 $6,480.00 $6,480.00 $1,000.00 1.00 $1,000.00 $1,000.00 $5,000.00 1.00 $5,000.00 $5,000.00 $1,000.00 1.00 $1,000.00 $1,000.00 $1,250.00 2.00 $2,500.00 $2,500.00 3 -GIS LLC CONFIDENTIAL - RESTRICTED ACCESS 16 City of Santa Clarita Company Address 350 Market Street NE Decatur, AL 35601 US Phone (256) 560-0744 Quote # 06-0570 Created Date 611912018 Expiration Date 6/2912018 Prepared By Lori Sullivan Email lsuilivan@3-gis.com Pricing for two 3 -GIS Web Advanced for 3 year subscription Pricing for one 3 -GIS Web Basic for 3 year subscription Pricing for one 3 -GIS Web Prospector Plan for 3 year subscription Pricing for one 3 -GIS Mobile for 3 year subscription Standard out of the box setup up no changes to the data model $4,440.00 6.00 $26,640.00 15.00% $22,644.00 $2,340.00 3.00 $7,020.00 15.00% $5,967.00 $3,000.00 3.00 $9,000.00 15.00% $7,650.00 $900.00 3.00 $2,700.00 15.00% $2,295.00 $540.00 12.00 $6,480.00 $6,480.00 $1,000.00 1.00 $1,000.00 $1,000.00 $5,000.00 1.00 $5,000.00 $5,000.00 $1,000.00 1.00 $1,000.00 $1,000.00 $1,250.00 2.00 $2,500.00 $2,500.00 3 -GIS LLC CONFIDENTIAL - RESTRICTED ACCESS 16 .+3-GxIS 3 -GIS Live Proposal City of Santa Clarita 3 -GIS LLC CONFIDENTIAL - RESTRICTED ACCESS 17 Company Address Market Street NE 3 -GIS Decatur, AL 35641 US Phone (256) 560-0744 �« Training+Web+Remote Training Session for $1,250.00 2.00 $2,500.00 $2,500.00 up to 10 Web Users 3 -GIS Mobile Training Training+Mobile+Remote -One-half Day of $1,000.00 1.00 $1,000.00 $1,040.00 Remote Training for up to 20 Mobile Users Billing for an Inactive Data Conversion X -Legacy Item as quoted in $7,194.00 1.00 $7,194.00 $7,194.00 Salesforce Item proposal Total Price $65,230.00 3 -GIS LLC CONFIDENTIAL - RESTRICTED ACCESS 17 �L 3rGIS Account Name City of Santa Clarita Bill To Name City of Santa Clarita Bill To Santa Clarita, CA 91355 Quote Name 3 -GIS Live for Santa Clarita 'roduct Code IM& Prop Web Users for Prospector Add-on Module. 3 -GIS Web Training - 1 Day Remote Confidential Company Address 350 Market Street NE 3 -GIS Live - Enterprise Advanced Live+1 Web(N)+Enterprise+Advanced (256) 560-0744' . Quote # Web Named User Created Date License - 1 Year Total Expiration Date 3 -GIS Live - Prepared By Enterprise Basic Web Live+1 Web(N)+Enterprise+Basic Isullivan@3-gis.com $5,000.00 Named User License - 1 Year Total 1.00 3 -GIS Live Prospector $1,250.00 add-on module for 1 Live+Prospector Web Advanced Named User. - 1 Year Total 3 -GIS Live - 3 -GIS Live+Add(1)-Mobile(N) Mobile Named User License - 1 Year Total 3 -GIS Live Enterprise Annual -Enterprise -Standard -Support -User User Annual Standard Support Standard Setup for 3 -GIS Live for 1 to 9 Users. Refer to Live+StSetup(1-9) Standard Setup Matrix for included items. Standard Setup for Live+Setu p+ Prospector Prospector Add-on Module for 3 -GIS Live Standard Setup for Live+Setup+Mobile 3 -GIS Mobile for 1 cache. 3 -GIS Training - 1 Day Remote Training Session for up to 10 Train i ng+ Prospector+ Remote Web Users for Prospector Add-on Module. 3 -GIS Web Training - 1 Day Remote Confidential Company Address 350 Market Street NE Pricing for two 3 -GIS Web Advanced for 3 year subscription Pricing for one 3 -GIS Web Basic for 3 year subscription Pricing for one 3 -GIS Web Prospector Plan for 3 year subscription Pricing for one 3 -GIS Mobile for 3 year subscription $4,440.00 $2,340.00 $3,000.00 6.00 3.00 3.00 $900.00 3.00 $540.00 12.00 Standard out of Decatur, AL 35601 US Phone (256) 560-0744' . Quote # 06-0570 Created Date 6/19/2018 Expiration Date 6/29/2018 Prepared By Lori Sullivan Email Isullivan@3-gis.com Pricing for two 3 -GIS Web Advanced for 3 year subscription Pricing for one 3 -GIS Web Basic for 3 year subscription Pricing for one 3 -GIS Web Prospector Plan for 3 year subscription Pricing for one 3 -GIS Mobile for 3 year subscription $4,440.00 $2,340.00 $3,000.00 6.00 3.00 3.00 $900.00 3.00 $540.00 12.00 Standard out of the box setup up $1,000.00 1.00 no changes to the data model $5,000.00 1.00 $1,000.00 1.00 $1,250.00 2.00 $26,640.00 $7,020.00 $9,000.00 $2,700.00 $6,480.00 $1,000.00 $5,000.00 $1,000.00 $2,500.00 15.00% 15.00% 15.00% 15.00% $22,644.00 $5,967.00 $7,650.00 $2,295.00 $6,480.00 $1,000.00 $5,000.00 $1,000.00 $2,500.00 3rCa1S Train i ng+Web+ Remote Training+Mobile+Remote X -Legacy Item Confidential Training Session for up to 10 Web Users 3 -GIS Mobile Training - One-half Day of Remote Training for up to 20 Mobile Users Billing for an Inactive Salesforce Item Company Address 350 Market Street NE Decatur, AL 35601 US Phone (256) 560-0744 ' $1,250.00 2.00 $2,500.00 $2,500.00 $1,000.00 1.00 $1,000.00 $1,000.00 a Conversion uoted in $7,194.00 1.00 $7,194.00 $7,194.00 )osal Total Price $65,230.00