Loading...
HomeMy WebLinkAbout2020-06-09 - AGENDA REPORTS - INTELLIGENT TRANS SYTEM, PHASES VI AND VII, PROJ C (2)O Agenda Item: 8 P CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL:1 DATE: June 9, 2020 SUBJECT: INTELLIGENT TRANSPORTATION SYSTEM, PHASES VI AND VII, PROJECTS C0054 AND C0052 - APPROVE PLANS AND SPECIFICATIONS AND AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: Approve the plans and specifications for Intelligent Transportation System Phase VI, Project C0054 and Phase VII, Project C0052. 2. Award a construction contract for Intelligent Transportation System Phase VI, Project C0054 and Phase VII, Project C0052 to Crosstown Electrical and Data, Inc., in the amount of $1,877,425, and authorize a contingency in the amount of $281,614, for a total contract amount not to exceed $2,159,039. 3. Award the following equipment contracts, including contingency for the construction of Intelligent Transportation System Phase VI, Project C0054 and Phase VII, Project C0052: • McCain, Inc., for traffic signal controllers in the amount of $374,677; • GridSmart Technologies, Inc., for incident management system equipment in the amount of $255,326; • Iteris, Inc., for video detection system equipment in the amount of $235,116; and • Sensys Networks, Inc., for permanent count stations in the amount of $164,070. 4. Extend the current contract and authorize an increased expenditure authority for construction support services with Kimley-Horn and Associates, Inc., for Intelligent Transportation System Phase VI, Project C0054 and Phase VII, Project C0052, in the amount of $35,000, and authorize a contingency in the amount of $5,250, for a total contract amount of $40,250. Page 1 Packet Pg. 62 O 5. Appropriate funding in the amount of $50,000 from Landscape Maintenance District (Fund 357) to expenditure account C0052357-5161.001. 6. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND In 2015, the master plan for an Intelligent Transportation System (ITS) program was developed and phased into projects. The program addresses transportation operation, maintenance, and management needs throughout the City of Santa Clarita (City) through the development and deployment of cost-effective and maintainable traffic signal and ITS infrastructure. Phases VI and VII were built upon the completion and successes of Phases I to V and will complete the current Citywide ITS program. The ITS program is identified under the Building and Creating theme of the City's five-year strategic plan, Santa Clarita 2020. ITS Phase VI In November 2017, the City executed a funding agreement with the Los Angeles County Metropolitan Transportation Authority (Metro) for the design and construction of ITS Phase VI. This phase will synchronize signals along 19 corridors at 148 intersections to enhance the adaptive system's performance during recurring peak congestion periods (Exhibit B-1). Synchronizing traffic signals on high volume arterials will give vehicles as many consecutive green lights as possible. Additionally, system detection will be deployed at 12 locations to provide additional real-time data to the City's Traffic Operations Center (Exhibit B-2). The additional system detection expands the City's ability to actively manage traffic by providing real-time data that will be used to adjust signal timing for actual conditions. This phase will also close gaps in the fiber optic lines along Bouquet Canyon Road, Decoro Drive, and Wiley Canyon Road to improve signal communications on these major arterials. These roadways serve as alternate routes to the Interstate 5 and State Route 14 freeways and often experience significant traffic impacts when the freeways are congested (Exhibit B-3). The fiber optic communication system ensures the intelligent traffic system continues to function without disruption even if there is a break in one segment of the fiber optic cable link. The City's experience with the adaptive system in previous phases has shown the benefits of having coordinated signals. TT'-', Phase VTT In December 2016, the City executed a funding agreement with Metro for Proposition C grant funds for the design and construction of ITS Phase VIL This phase will close the communication gaps by connecting existing fiber optic segments along Soledad Canyon Road, Sierra Highway, and Haskell Canyon Road, and install bicycle detection systems at 26 signalized intersections (Exhibit C-1), thereby enhancing traffic flow. Page 2 Packet Pg. 63 O Additionally, detection equipment and controllers at 57 signals will be upgraded to enhance operations for the Integrated Corridor Management System (ICM) (Exhibit C-2). The ICM will allow staff to maintain a database, notification system, and preset traffic control plans to respond to major traffic congestion or emergency situations. The ICM will display live incident information both on the web and on mobile devices. Notifications will automatically be sent to City staff and selected users from other agencies such as the California Department of Transportation, Los Angeles County Department of Public Works, and Santa Clarita Transit in order to coordinate their operations relative to congestion or an emergency situation within the City. A separate component added to these phases is to upgrade the existing network connections for Valencia Meadows Park and Valencia Glen Park. Both parks are currently being operated with outdated and slow network connections. Upgrading to a dedicated City fiber connection will greatly enhance data speeds, establish a more reliable connection, and increase overall customer service and programs at these parks. Solicitation Process for ITS Phases VI and VII - Construction Contract The design for each of these phases was completed in February 2020. In coordination with Metro, they were combined in order to be bid and constructed under one contract. In so doing, the bidders were able to present more competitive bids based on lower unit costs due to the increased volume of work. The lower bids allow staff to recommend awarding the base bid and all add alternates. An invitation to bid was prepared and published twice, on April 9 and 16, 2020, and posted on the City's website. Plans and specifications were also sent to area plan rooms for distribution to additional firms. Bids were submitted to the City and opened by Purchasing on May 12, 2020. The results of the bids are shown below: Company Location Bid Amount Crosstown Electrical and Data, Inc. Irwindale, CA $1,877,425 Elecnor Belco Electric, Inc. Chino, CA $3,213,686 Staff recommends awarding the construction contract for ITS Phases VI and VII to the lowest responsive bidder, Crosstown Electrical and Data, Inc. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The bid from Crosstown Electrical and Data, Inc., was reviewed for accuracy and conformance to the contract documents and found to be complete. The requested construction contingency will cover the cost of unforeseen site conditions, such as potential utility conflicts, abandoned utilities not shown in record drawings, and additional work required by the City. To facilitate these projects, the City will procure traffic signal controllers from McCain, Inc., incident management systems equipment from GridSmart Technologies, Inc., video detection system equipment from Iteris, Inc., and permanent count stations system detection from Sensys Networks, Inc. For these purchases, McCain, Inc., was validated as a sole source based on compatibility with existing traffic signal controllers and adaptive signal operation. GridSmart Technologies, Inc., was validated as a sole source based on compatibility with the City's Page 3 Packet Pg. 64 O proposed incident management systems. Iteris, Inc., was validated as a sole source based on compatibility with existing automated count stations as part of ITS, Phase V, and Sensys Networks, Inc., was validated as a sole source based on compatibility with existing mid -block permanent count stations. All of these systems have been previously integrated into the City's traffic database for traffic engineering analysis and evaluation. Per the City's purchasing policy, no quotes or bids are required for products or services from a validated sole source. The contract amounts for these procurements include a 15 percent contingency to cover any unforeseen conditions and provide spare equipment for future maintenance needs. In December 2017 and December 2018, the City Council approved contracts with Kimley-Horn and Associates, Inc., to provide civil engineering services for the design of ITS Phase VI and Phase VIL The recommended action to extend the current contract will provide the expertise needed to ensure compliance with the design specifications during construction. Staff negotiated a fair and reasonable fee with Kimley-Horn and Associates, Inc., for the work required to complete these projects. Adequate funds were previously appropriated as part of the Fiscal Year 2019-20 budget to support all recommended contracts for ITS Phases VI and VIL The remaining funds will provide for all anticipated project costs, including project administration and support items, such as construction and environmental support, survey, project management, inspection, and labor compliance. FISCAL IMPACT Upon approval of the recommended actions, the combined budgets for ITS Phases VI and VII, Projects C0054 and C0052, will provide adequate funds to support the recommended contracts. ATTACHMENTS Exhibit B-1 Signal Synchronization Exhibit B-2 System Detection Exhibit B-3 Fiber Optic Communication Exhibit C-1 Proposed Bicycle Detection Locations Exhibit C-2 Proposed ICM Corridors Bid Proposal for Crosstown Electrical and Data, Inc. (available in the City Clerk's Reading File) Quote for McCain, Inc. (available in the City Clerk's Reading File) Quote for GridSmart Technologies, Inc. (available in the City Clerk's Reading File) Quote for Iteris, Inc. (available in the City Clerk's Reading File) Quote for Sensys Networks, Inc. (available in the City Clerk's File) Page 4 Packet Pg. 65 o e 8.a o ���II � VASt,IUEC CAHYo I�IIIIIIII U r U LIJ r u N / o 9lw o J v, . oFa� a 0 F o �F ,do yWw '�it�ri»�nr�ra�m�7Jlll��� , q�� m PS.. POP �a-ICP ! 10 1 N e` f n/ tlP 1/ µ u W 0 SOlE09D CgNVON RN / � VALEN C\P 3c A O gAPo { ?j/, S C y Rd Traffic Signal Coordination A A M1t z �e Ca y Rd Traffic Signal Coordination 0 p , aaosa or 9 F tTaB Whlt z n ° waess � / B q tCa y RdT ffi Signal Coordination �I - LDdAEN',aI .�f%VI"IU4IMLI EVgy 'Y 1 Uyd�j 'PIlY"I"lrl"/ /I� IIIIII �oNIaD 4®m CPPne HI I D /RYe Canyon so3su o Rd Traffic Signal z d tIC v W Lyons AveTraffic Signal Coordination ou I� CyRdT fi Signal Coordination WHKell a o 0VI Prl T ffi Signal Coordination p � J? CO CANYO 0Valencia, ffi BI dT Slg IC ordination l LVONS AV , !BOrchard Vlll Village RdT Traffic Signal Coordination 0Magalc Mountain Pkwy Traffic Signal Coordination a [ o-a�.. S� FLACER rtA CANvpx �. Mav11, 1-11 rvn"aa Cc a..a e.a, c�.ao,Rd t<eq aRailroad Taffi Slg IC ordination av < NAY gRN—h ll RanchRoad ffi Signal Cordination ¢% M Bea P kw yTra CT, fi Signal Coordination - S Nq� N.. o�yn an.v 9y �an.iv. s'�yv R':o. a'.oada n ..oan.ey. o. s. N.. <n na. e: avev..�o. n " Sole I d d Ca you Rd Traffic Signal Coordination"'" cALca e e na. �o��"�.,wv m AU Re o� ( I 0 0 v 9AlJ Golden Valley Road Traffic Signal Coordination (� All m . D,oa n"v .Sl a ii W 0Sl HyT lg ICoordination C11,11 C fl4 / i ek / o o �/ ®PI a CanyonndRdT affi Signal Coordination QNewhall Avenue Traffic Signal Coordination 4�Wiley II yCa y RdT ffi Slg (Coordlnatlon u�y / �?, Q a \.. N.. A.. ". y rtd//n norm Rd �N Packet Pg. 66 o �II o O VASt10E[CAHYo e 8.b OP / COpeERHle1 // _ /' u � e, � r uro ! ✓ A � foMCA U m o N'i ON " ,,,, U f MA% 9� Existing System Detection Locations � .. i,�, So�eoA{5 -YONNO �,..... , 1 2 Bouquet Canyon Road south of Plum Canyon Road Bouquet Canyon Road south of Haskell Canyon Road q Y Y w 1 0) o 3 Bouquet Canyon Road south of Alamogordo Road B s- vC ' 4 Bouquet Canyon Road south of Newhall Ranch Road U) NA`FNC`� �� m I - �N 5 Bouquet Canyon Road north of Magic Mountain Pkwy 6 Railroad Avenue south of Oakridge Drive 1 0 I 7 8 Railroad Avenue north of 15th Street Railroad Avenue north of Lyons Avenue m 9 Newhall Avenue north of Carl Court 0 i �'" OO`D�"YaiLev� Newhall f Sierra ighway z P 1� 12 Sierra aHighway north of Newhall Sierra Highway north of Placenta Canyon Road )0,000014 13 Sierra Highway south of Golden Valley Road Sierra Highway east of Rainbow Glen Drive 15 Sierra Highway Whispering Leaves Drive U a v 0 16 east of Sierra Highway north of Jakes Way w r? g, 17 Sierra Highway American Beauty O i south of = �Sp�GO CANYp� O vrl — 18 19 Golden Valley Road east of Green Mountain Drive Golden Valley Road west of Highland Drive � z °moo i r. r LYONS AV 20 Golden Valley Road east of Robert C. Lee Parkway ��a�YL si aA kPA ANVOx 21 Golden Valley Road south of Centre Pointe Parkway oo� 22 Via Princessa east of Vista del Canon 23 Via Princessa west of Weyerhaeuser Way v N 24 Whites Canyon Road south of Soledad Canyon Road ',., I,Z444 25 Whites Canyon Road south of Stillmore Street o '�, 26 Whites Canyon Road south of Ranier Street Buubdinfou;!Fyijcju!D.3!Qspqptfe!JDN!Dpssjepst!!)JOUFMMJHFOU!USBOTQPSUBUJPO!TZTUFN-!QIBTFT!WJ 9/f Qbdlfu!Qh/!81 2 - XHIBIT C E hjkhgkjhkh ADDENDUM NO. I For City of Santa C[aritaInvitation to Bid ENG-I9-20'CO052 Intelligent Transportation System, Phases VVU& VI 4oh114,2020 This addendum must be acknowledged via BidNet and should be included with the bid response. 1. The project description has been revised toreflect the following: Generally, the Scope of Work to be performed includes, but is not limited to, furnishing and installing conduits and fiber optic cables toclose existing communication gaps within the traffic signal network, installing new CCTV and video detection cameras, realigning and relocating existing video detection cameras to enhance detection for Adaptive Signal Operation. Refer to the project drawings for a more detailed description of the work. 2. City Hall is currently closed through Sunday, May 17, 2020 in response to the COVID-19 pandemic. Items specified inthe bid tobedelivered toCity Hall, Suite 120must bereceived VIA MAIL ONLY aLthe following address: City ofSanta Oarita ATTN:Purchasin8 Z392OValencia Blvd, Suite 12O Santa Clarita, CA 91355 BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. I and accept the aforementioned. CROSSTOWN ELECTRICAL & DATA, INC. Company Name Bid "amsa9-2*om52 ADDENDUM NO.2 For City of Santa Clarita Invitation to Bid ENG-19-20-[D052 Intelligent TransSystem, Phases VIU& VI This addendum must beacknowledged via 6|dNet and should beIncluded with the bid response. There was anon-mandaton6 meeting virtually via Zoom onApril 15, 2O2Obeginning at 10:00 a.m. to discuss the required scope of work. Attending staff: * TenyBricm—AssmjateEngineer,Pub|icVVodm * [esarRomo—TrafficSigno| System Administrator, Public Works * Mary Alice Doxa||—Labor Compliance Specialist, Public Works * Melody Qart|ette—Buyer, Administrative Services ° Maya Bouchat-0m|ey'Horn * JeanFares—Kim|ey-Horn * Kyle McGowan —Kim|ey-Hm,n The following vendors were in attendance: ° Arno|dTostado—Taft Electric Company The following was reviewed: • Project Overview/Scope mfVVork • Please note that this is two project phases being combined into one bid. For accounting purposes, the correct project nunnbermnustbenmtedona||contractinvoimes. � Labor Compliance (for any questions, contact Mary Alice 8oxa8at ) • CCTV'srnustbeyupp|iedbythermntnactor- w No splicing of signal interconnect cable /S|[\ shall be permitted unless approved by Project Engineer. • Lead time for fiber optic cable isapproximately 16weeks. Corning has avery large order of4]2 SK4F[J cable which could potentially affect the project with extensive lead times. City staff had conversations with Corning representatives tosecure the fiber for this project. As soon as the projects is awarded, the contractor will need to order the fiber toguarantee shipment of fiber within 1Gweeks. Bid wxmm'zo-2o-Cooux t 25-year system warranty, The following questions were asked and answered: 1. Q. Is this meeting mandatory? A. No. 2. Q. Is NPI required to bid? A. Yes. BIDDER'S CERTIFICATE I acknowledge receipt of this Addendum No. 2 and accept the aforementioned. 05/11/2020 'Contractor's r6`pWsenta`tiv1 Date CROSSTOWN ELECTRICAL & DATA, INC. Company Name THIS PAGE OF THE DOCUMENT IS TO BE SUBMITTED WITH THE BID RESPONSE. Bid # ENG-19-20-CO052 �i DacuE'Iign ErII Q- FBIF77E59,.Z(d!7��.-�5'IF.,927(J.-T)BQ I A7515576 Bond No. CSBA-,,13798 PROPOSAL GUARANTEE BID BOND Bid 4ENG-19-20-CO052 Intelligent Transportation System, Phases VII & V City Project No. C0052 & C0054 City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that Crosstown Electrical & Date, Inr as BIDDER, ane 1�id�efian�dQe o�sitQom �an of �M"� and —as SURETY, are held and firmly bound unto the City of Santa Oarita, as CtTY, in the penal sum of dollars ($10% .), which is ten percent (10%) of the total amount bid by BIDDER to CITY for the abovenstated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. *Ten Percent of the Amount Bid THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY for the above -stated project, if said bid is rejected, or if said bid �5 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, otheivise it shall remain in full force and effectin favor of CITY. 1121111-101 8th — D@y of _.. May 2020 No MW MIE!II Ln,4- 777 South Figueroa Street, Suite 3900 SURETY* f1defitY and Deposit Corn T222Lof �arylancl Los Angeles, CA 90017, f213) 270-0600 Dwight Reilly, Attorney-i n- Fact 14111 N. Satavia St., Suite 201, Cran e, CA 9286" 17 1 A I M 11-' 1232 Subscribed and sworn to this day of '20 NOTARY PUBLIC (SEAL) nurnlIel 1ur-8&L(pLT(QFU UUM16 UU111Ut, MUSIL d�Jped� U�� UIL'_41 C's Department's most current list (Circular 570, as amended) and be authorized to transact busines in the State where the project is located, ............... . ... -- . ................. ............................................................... A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or State of California County of Orance before me, Melissa Ann Vaccaro, Notary Public (insert name and title of the officer) personally appeared DWIC ht Reli who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoin( paragraph is true and correct. WITNESS my hand and official seal. "��MN "W�GARQ "'o)r m '�--41'394 ORANY C��U�fl'y Comm, EA�WU"��,',L'Y 12 21' 02 Signature (Seal) Mefissa Ann Vaccaro A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Los Angeles County of On May 11, 2020 (insert name and title of the officer) personally appeared David Heermance who proved to me on the basis of satisfactory evidence to be the person(SO whose name(%) is/am subscribed to the within instrument and acknowledged to me that he/WQ~� executed the same in hjs1hWWMW authorized capacity(�m), and that by his/KfffflMir signature(�) on the instrument the person(6), or the entity upon behalf of which the person(g) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) SHALEA BERRY Nowri Pubk � CaMorn ILM AnjeieS Coullt� Bond No CSBA� 13798 ZURICH ANEERICAN INSU11ANCE CONIPANY COLONIAL AMERICAN CASUALTVAND SURET)TOMPAN'r FIDELITYAND DUIOSITCONIPANN OF.NI.ARYLVND POWER OF V`I'TOWNEY KNOW'ALL ',�vIEN BYTHESE PRESEN'TS: That the ZI ' MCH AMERICAN INSt.RANCE COMPANY, a corporation ofthe State of' Ne%�, York. the COLONIAL ANIERICAN CASUALTY AND SURETY CONIPANY. a corporation oftlie State o(Illinois. and the FIDELITY AND DE Posrr CONIPAN"t- OFNIARYLAND a corporation of the State or Illinois (herein coliccfivcl� caikd tire "Companies"), b " y Robert D Murray, Viet: President. ni pursuance ofauthority granted byArticle V, Section 8, ofthe By -Laws ofsaid Companies, vhich are set. fiorih on the reverse side hercofand are hereby ecrinfied to be in full force and effect on (fie date hercof, do hereby nominate. constitute, arid appoint Daniel HUCKABAY, Dv,,ight REILLY, Arturo AYALA, Shaunna ROZELLE OSTROM, Frank MORONES, Ben STONG, Michael D, STONG arid P_ NAP111, all of Orange, Caffornia, EACH its true and laivful aizent and Attornev-ot-ract. to make, execute, sea] and deliver, for, and on its behalf 11.5 5UrCtV, arid as its act and deed: any and all bonds and ul�jcrtakings, and & execution of'such bonds or undertakings in pursuance of these presents, shall be as binding uTK)n said Companies. as Cudy and arnp�y. to all intents and purposes, as it' the y had been duly executed and acknowledged by the regulady elected officers of the ZURICH AMERICAN INSUILkNCE COMPANY at its office in New York, New York,, tile regularly elected officers of the COLONIAL AMERICAN CASUAL'"FY AND SURETY COMPANY at its office in Owinas Nfills. 'Marylanti" arid the regulafly elected officers orthe FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings.`vlifis. Nlaryland- in their own proper Persons. The said Vice President docs herefiv certiN that the extract set fiorth on the reverse side hereof is a true carr, ol'Article V, Section R. of the lly-Lmvs of said Companies, and is now in fbrce� IN WITNESS WHEREOF. the said Vice-president has hereunto subscribed his/lier narrics arid affixed tbe Corporaie Seals ot'rhe said ZURICH VNIERW-AN INSURANCE CONIPANY, COLONIAL AMERICAN CASUALTY AND SURE"n' CON11"ANA, and FIDEUTYAN'D DEPOSIT COMPANY OFMARNTAND. this 15kil day oflanuary, A.D. 2020, ATTEST: ZURK ' 'H VNIERIC,0 UNSURANCE COMPAN) COLONIAL �VNIERJCAN CASU%LTV��.Ni) SLJRE'I*N COMPANN HI)ELITY.01) I)EPOSITCOMP�%NYOF MiklkN LAIND - ------------- > BY Robert D, Wurrav 1� ice Prasident BY DawnE Brown Secretary State of Marviand County ofBalthraore On this 15th day of January � A D. 2U20, beforc the sabscriber a Norary Puhl:c of the State of.Mwvland, dulv commissioned and qualified, Robert D. Murrav, Vice President and Dawn E. BrwAn. Secretan, ofthe to me personafiv known to bt- thc mdiv�dtcilsand officers described in and who executed t4e merciling instrument, and ickno�fledged die t:riecution of same, and being, by me duly sxorn, deptiseth and saith. that he�,she is the said officer of die Company affiresaid and that the scats affixed to the preceding instrument are the Corpotate Soals, ist'stud Companies, and that qhe said Corporate Sca�s arid the munature as such officer %wre duk, affixed and subscnbed to tire swd instrument by the authonty and direction ofthe said Corporations IWITSTIMONY WHEREOF, I ha,,,e hercumo ictin,� hand and aflixed my 0fflctal Scal ibe da,� and �V= First UbOVe Vanten Constance A Dunn, Notary Pubhc Nly Commismon Expires JuN 9,2023 BIDSCHEDULE Bid NENG-19-20-CO052 Intelligent Transportation System, Phases VII & VI This form must be submitted with all bids via BidNet.The total bid amount (CO052, C0054 AND ALTERNATES A, 6 & Q must be entered into the line items section of BidNet. Ifthe total entered on this page conflicts with what is entered on BidNet, the number entered on BIcINet shall govern. Bidders shall not input a price on lines that are grayed -out, as these items are being furnished by the City. City of Santa Clarita, California - Phase VII City Project C0052 Master Bid List BID ITEM NO. DESCRIPTION Teennical Space NO. EST CITY. UNIT UNIT PRICE TOTAL PRICE I Mobilization 12 1 LS 2 Traffic Control 13 1 LS s2mm s 2'0� 3 Furnish and Install new 2070 LX Controller JBV Others) 30 4 Furnish and Install new Conflict Monitor Model 2010 ECUp w/ Diode Card (By Others) 30 5 umish,and Install newl'ibe, itch VPC P—ersupplyancLall Auxiliary_ r rEthernetSw wjtn24 Eg 6T�Jnert (By at ers) 31 6 Furnish and Install two (2) new SEP Traokelvers'(By others) 31 7 Furnish and Install Breaker in Controller Cabinet 19 5 EA $ZbO $ 1 j Furnish and In stall new Edge2 Single P I rocesspr (By Others) 19 FLrd" and Install new iidgQ Dual, Processor i8y Others) 14 7 Furnish bnd"Inst IT'n'teviEctemaon Modue(ay Others) 19 7 Install City Furnished new Iteris RZ-4 Advanced WDR Video Detection Camera Assembly 19 5 EA $ 1000 $ 7 Furnish and Install new ISOTEC Siamese videolpower hybrid cables for each new Video Detection Camera 19 S EA 7 Furnish and Install new Video Detection System Auxiliary Equipment (By, Others) 19 7 Reprogram/Realign Existing Video Detection Camera 19 53 EA s 22�z s jjq 7 RemoveandSalva ' ''I ge exist Ag iterls Video Detection Processor and Equipment (By Others) 19 a Furnish and Install new 7-Way FuturePath MicroDuct is 14,000 LF $ 257 s 3'g-oc_c� 9 Furnish and Install new 3-Way FuturePath MicroDuct is 7,450 if $ 3* �s $ '2' ,;;-Ci 12- to 10 Furnish and Install new I -Way FuturePath MicroDuct is 4,050 LF $ 2 �24P $ 11 Furnish and Install new 432 SMFO Trunk Une Cable 25 26,475 LF $ 2'q $ ISE 12 Furnish and Install new 12 SMFO Branch Cable 25 850 LF .$ 2' Ir $ 13 Furnish and Install new CATS (outdoor -rated) Cable 27 350 LF $2.ss- '$ 14 Furnish and Install new 3" HDPE Schedule 80 Conduit 14 so IF $11%3 $ 0 is Furnish and Install new 4" Galvanized Rigid Steel Conduit 14 1 IS $ locc>cl' 16 Furnish and Install Conduit Expansion Couplings 14 2 EA $ 2 17 Cut and Connect existing Conduit 14 1 EA 18 Furnish and Install new Detector Lead-in Cable (DLQ 26 2,400 "' $ 2 cc�'Ixp 19 Withdraw existing 144 SMFO from existing Conduit and re -install In new Conduit 24 125 LF $ $ 20 Withdraw existing Conduclor Cable and re -install in existing Conduit 24 350 LF 1$ $ 21 22 Withdraw existing SIC from existing Conduit Run (Complete) Remove and Salvage existing CCTV Camera and Cables (Complete) 24 21 350 1 LF EA s $ is L $ 23 Remove and Salvage existing Pull Box (Complete) 22 27 EA $21S- $ 475T 24 Furnish and Install new C49 Pull Box (12") 16 25 CA $ V�w $ 25 Furnish and Install new C48 Pull Box (24") 16 33 I EA $ $ C5 ') 26 Furnish and Install new C48 Pull Box Lid 16 51 EA $ 4CX�, $ '2'0j+ C�o 27 Furnish and Install new C48 Traffic Rated Pull Box Lid 16 8 EA $35b s '6o 28 Furnish and Install new Fiber Distribution Unit and all Auxiliary Equipment 28 7 EA .$ 116W $ �,2'ko()L) 29 Fusion Splice 12 SIVITO Cable to 96/144/432 SMFO Cable 25 8 EA %+0C, 30 Fusion Splice 96 SMFO Cable to 432 SMFO Cable 25 2 EA 52o(-tD 4c,00 31 Fusion Splice 432 SMFC, Cable to 432 SMFO Cable 2S 1 EA $244C)O 2-LA o o 32 Furnish and Install new Coming Splice Enclosure 29 5 EA $ -100 $ 3S-00 33 Furnish and Install new side -mounted CCTV Camera Assembly and High PoE Midspan 21 1 EA $90co $ 9 Coo 34 Install City Furnished Gridsmart (new Automatic Incident Video Detection System-Complete� 20 10 EA 1$ $ 35 Communication System and Fiber Optic Testing 33 1 LS Ljs� 36 Furnish and Install Communication Equiptnent at Soledad Capyonituad and Klenroy Avenue (By 34 - - OtheL51 Fiber Switch, Power SuppIV, 2 SFPs, and Controller) '37 Furnish and Imstall Communication Equipment at Sole,dad Canyon Road and Mammoth Lane (By 35 Power Supply, 2 SFps, and Controll2rj _2±!gL:jfq!�� 38 Furnish and Install Communication Equipment at Valencia Glen Park 36 1 LS $ 39 Furnish and Install Communication Equipment at Valencia Meadows Park 37 I 1 LS SUBTOTAL AMOUNT BID IN FIGURES (PR( 9 %9 SUBTOTAL AMOUNT BID IN WORDS (PROJECT C0052 ONLY): a ffimd rerl �,_j j j J ",,ALTERNATE C BID LIST' 46 Furplidtirt , clinstall new Fiber E hernetSwitch with 24 VDC Power Supply and all Auxlhary 6ufvrn�ant: (4 'Others) 11 41 Furrilith a , nclbr�611'two (2) new Transcilvers S I FIR (By I Offi&sj 1 31 42 Furnish and Install new 7-Way FuturePath MicroDuct is 2,675 LF 43 Furnish and Install new 432 SMFO Trunk Line Cable 25 3,025 LF .$6-1 s I �zq 0 �0 44 lFurnish and Install new 12 SIVIFO Branch Cable 25 250 LF $2. sk, I -Vo 45 Furnish and Install new 3" HOPE Schedule 80 Conduit 14 so LF $ 46 Furnish and Install new C48 Pull Box (24") 16 6 EA $ 47 Furnish and Install new C48 Pull Box Lid 16 2 EA $ %o $ c> 48 Furnish and Install new C48 Traffic Rated Pull Box Ud 16 4 EA $ 370 1 1 co 49 Furnish and Install new Fiber Distribution Unit and all Auxiliary Equipment 28 2 EA $ J?W, $ ? 50 Fusion Splice 12 SMFO Cable to 96/144/432 SIVIFO Cable 25 2 EA $ �0 oo 51 52 Furnish and Install new Corning Splice Enclosure Communication System and Fiber Optic Testing 29 33 2 1 EA L5 �$ loo $ 1 100 $ 53 Furnish and Install new 4" HOPE Schedule 90 or Galvanized Conduit Stub -out 14 so LF is SUBTOTAL AMOUNT 810 IN FIGURES (ALTERNATE C ONLY): $ 1--,�q C1 SUBTOTAL AMOUNT BID IN W9RDS bau Y,edi-044 (ALTERNATE C ONLY): Wnlu V1, i"'I - �j J �j City of Santa Clarita, California - Phase VI City Project C0054 Master Bid List so ITEM No. 54 DESCRIPTION Mobilization Technics' Spec" NO. 12 EST CITY. 1 UNIT LS UNIT PRICE TOTAL PRICE 55 Traffic Contral 13 1 Ls 56 IFUMISKand Install new 2070 LX Controller (By Others)i 30 57 Furnish and hqftall new Conflict MonitorModel 201Q EtUp wl Diode Card (By Others) 30 Furnish and FjberEthemet , Switch with 24 VDC Power Supply and all Auxiliary ipment( 31 59, Furnish and Install two, (2) new Transceivers SEP (By Others) 31 60 Furnish and Install new 7-Way FuturePath MicroDuct is 1.3,075 LF 61 62 Furnish and Install new 3,Way FuturePath MicroDuct Furnish and Install new 432 SMFC, Trunk line Cable is 25 80 14,600 LF IT 1$ $ $ D 63 Furnish and Install new 12 SMFO Branch Cable 25 835 UP 64 Furnish and Install new CA15 (outdoor -rated) Cable 27 355 LF s 65 Furnish and Install new 3" HDPE Schedule 80 Conduit 14 so LF $ IZC;— $ 66 67 Remove and Salvage existing CCTV Camera and Cables (Compcte) Remove and Salvage existing Pull Box (Complete) 21 22 3 3 EA EA $ $ I S—cl 0 68 Furnish and Install new C48 Pull Box (24") 16 42 EA $ 'X W-1 69 Furnish and Install new C48 Pull Box Lid 16 39 EA $qw s oc> 70 Furnish and Install new C48 Traffic Rated Pull Box Lid 16 4 s ii.400 7T I.ndhand Install new Fiber Distribution Unit and all Auxiliary Equipment 28 5 EA $ $ C) C> 72 73 Fusion Splice 12 SMFO Cable to 432 SMFO Cable Furnish and Install new Corning Splice Enclosure 25 29 7 5 EA EA $ $ $ $ 74 Furnish and Install new side- mounted CCTV Camera Assembly and High PoE Midspan 21 5 EA I$9tW $ 75 171F.rn.sh Communication System and Fiber Optic Testing and Install new 4' HOPE Schedule 80 or Galvanized Conduit Stub- out 33 14 1 80 1A. LF $ jq6SO $ $ 77 Fusion Splice 144 SMFQ Cable to 432 SMFO Cable 25 1 EA $ -L-2-0 78 Remove and Salvage Existing Wireless Access Point (Complete) 23 3 Efi, Xb 5 79 Furnish and Install new Digital Radio Access Point (CompleteI 17 12 EA W) S I 90 Furnish and Install new APCC module, Isolator, and Wi-Fi Radio Antenna Assembly (Complete) Travel Time Software Service —i 17 12 FA $ 3Q $ 41c)(2 81 Furnish and Install new two (2) Wireless Sensors with Epoxy 17 12 FA $ nol L 82 Furnish and Install new Wireless Repeater 17 12 EA $ $ C"30 83 _ 11u--1h and Install new Type I-B Pole (15) with Foundation 19— SUBTOTALAMOUNT BID IN FIGURES (PROJECT CC D54 ONLY); $ SUBTOTAL AMOUNT BID IN WORDS (PROJECT C0054 ONLY): �e�"eA S IL A _Wvm Wvtd ki�kt btilt — 1-/ ALTERNATE 0 BID LIST 90 Furnishrand I =Iber Ethernet Switch with 24 VDC Power S pply and all Auxiliary u 31 Fuinish,��dins6il'tm�6(2)ri4v�TransceiveisSFP(ayot�e��I 31 92 Furnish and Install new 7-Way Futurefath MicroDuct is 930 LF s gtz> s 93 Furnish and Install new 432 SMFO Trunk Line Cable 25 1080 LF s 94 Furnish and Install new 12 SMFO Branch Cable 25 105 LF 95 Furnish and Install new Corning Splice Enclosure 29 1 EA $'I s C> 96 Furnish and Install new CATS (outdoor -rated) Cable 27 30 LF $ $ 97 Furnish and Install new 3' HOPE Schedule 80 Conduit 14 is LF $ t200 S 98 Furnish and Install new C48 Pull Box (24") 16 2 EA Ll 3-2,71 c) 99 Furnish and Install new C48 Pull Box Lid 16 2 EA s qoc) s 'i'50C> 100 Furnish and Install new Fiber Distribution Unit and all Auxiliary Equipment 28 1, EA $ I -Zoo $ 101 Fusion Splice 12 SMFO Cable to 432 SMFO Cable 25 1 EA 102 Furnish and Install new side -mounted CCTV Camera Assembly and High PoF Midspan 21 1 EA SQ 103 Communication System and Fiber Optic Testing 33 1 EA $4-LW 'S SUBTOTAL AMOUNT BID IN FIGURES (ALTERNATE 6 ONLY): $ -12- q 41 SUBTOTAL AMOU14T BID IN WORDS (ALTERNATE B ONLY): vj 0 11al &�,�J 1:�(-4u 02=979MIN TOTAL AMOUNT 810 IN FIGURES (00052, C0054 AND ALTERNATES A, 6 & Nnix-a 1; ,�Le V&ffiqr!� 6 - /Clo ir�a kor'sRe,�rntative ."C"R O"S...S.T 0 WN E'.LEP'TRI'C,A.L­_.,& DATA, INC. Company Name 5/11/2020 ­­­­ . . .. . .... . . . ....................... Date MEMMEEMEMM Bidder certifies that |nall previous contracts orsubcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. 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 affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. lidder's Name: CROSSTOWN ELECTRICAL & DATA, IN(.. State C[)NTRAC7OR'sLicense No. &Class: D|RWo.: I000000155 The following are the names, titles, addresses, and phone numbers of all individuals, firm membe partners, joint ventures, and/or corporate officers having a principal interest in this proposal: David Heermance, President �� 5454 Diaz St Irwindale, CA 91706 �� 626-813-6693 Wendy Parker, Vice President 1 5454 Diaz St Irwindale, CA 191706 1 626-813-66 Andrea Heermance, Secretary � 5454 Diaz St Irwindale, CA 91706 1 626-813-669 'IVA 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 seah-- of all aforementioned principAltp�� day of taA± 202L. Signature @8WA#*M�MlI Name and Title of Signatory 5454 DIAZ STREET IRWINDALE, CA 91706 "RIM 626-813-6693 22-3611877l Telephone Number Federal Tax I.D. No SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE ATTACHED �;ubscribed and sworn to this day of _, 20 Notary Public (SEAL) 111" �':� "- I wpw- v, ---- "'�r - �-"-V-Pym A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles Subscribed and sworn to (or affirmed) before me on this 11th day of May 2o 20 , by David Heermance proved to me on the basis of satisfactory evidence to be the person(K) who appeared before me. SHALEA BERRY,_ Notary Pubtir - Caiiforna Los Arsgeles rounty Commission I Z281272 my Comm Expires mat 16, 2023 (Seal) —�Iinature, Mm"IM-TITOMWIM H= City of Santa Clarita, California CROSSTOWN ELECTRICAL 1. Submitted by: & DATA, INC � Telephone: 626-813-6693 Principal Office Address: R454 DIAZ STREET IRWINDALE, CA 91706 gufl�� El C Corporation )n 5 Corporation 0 Individual/Sole Proprietor or Single —Member LLC U Partnership El Limited Liability Company "C" C-Corp U Limited Liability Company "S" S-Corp El Limited Liability Company "P" Partnership Q Other ZMRT� Date of Incorporation: 10 / 13 / 19 9 8 State of Incorporation: CALIFORNIA President's Name: DAVID P. HEERMANCE Vice -President's Name: WENDY PARKER Secretary or Clerk's Name: ANDREA HEERMANCE Treasurer's Name: BENJAMIN HEERMANCE 3b. if a partnership, answer these questions: Date of organizatiow N/A State Organized in: N/A . ............................................................................................ Name of all partners holding more than a 10% interest: — N/A Iresignate which are General or Managing Partners. N/A BIDDER'S QUESTIONNAIRE (cont'd) Bid #ENG-19-20-CO052 Intelligent Transportation System, Phases VII & VI City Project No. C0052 & C0054 City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: DAVID P. I-IEERMA14CE License number: 7 5 6 3 0 9 Class: . A, C-10 Expiration Date- 11/30/2020 D.I.R. Registration# 1000000155 5. CONTRACTOR's Representative: DAVID P . HEERMANCE Title: PRESIDENT Alternate: ANDREA HEERMANCE Title:SECRETARY 6. List the major construction projects your organization has in progress as of this date: F--1 Project Location: IMPERIAL HIGHWAY/ SR-90 CORRIDOR Typeof Project: INSTALLATION OF CONDUIT, FIBER CABLE, COMMUNICATION EQUIPMENT, CAMERAS, PULL BOXES B. 9rwner: CITY OF SAN DIMAS. Project Location: BORITAAT&kE1r- TIL-- Type of Project: INSTALLATION OF CONDUIT, PULL BOXES, FIBER OPTIC CABLE, ETHERNET SWITCHES, TIVIC EQUIPMENT C. owner: CITY OF YORBA LINDA -11roject Location: LAKEVIEW AVENUE/ LEMON DRIVE F07074 19 M01 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #ENG-19-20-CO052 Intelligent Transportation System, Phases VII & VI City Project No. C0052 & C0054 City of Santa Clarita, California of its establishments, and that it does not permit its employees to perform their services at any location, ut4er its coiijil, j�'j e glik"iii iii mill.,jillij, J�,e _ji ie _ _ 'T1 30A rimeriM, anu Mli 67-Mil MM7V-J=A1FVT1UL- 141F Rb t!FTJR1U'JL-eb dFTT bt!6ferdIeU IdL111LIC- ' UT =L 5 not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER 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 areais, 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 BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from the provisiopr6fItle Equal Opportunit ,v,,dause, and that it will retain such certifications in its files. DEBARMENT AND SUSPENSION CERTIFICATION (TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29) Bid #ENG-19-20-CO052 Intelligent Transportation System, Phases VII & V1 City Project No. C0052 & C0054 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 10 years. If there are any exceptions to this certification, insert the exceptions in the following space. n/a Exceptions will not necessarily result in denial of award but will be considered in determining bidde I responsibility. For any exception noted above, indicate below to whom it applies, initialing A dates of acticit. 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. .. . ....... . ... . ... —11 --'V City Project No. C0052 & C0054 City of Santa Clarita, California This bidder& DATA, INC. proposed subcontractor XXXXXX , hereby certifie.- that it 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 it has X --, has no! Aled with the Joint Re.00 i Comm' and Director of Office of Federal Contract Complianc - 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. Company: 'CR STO N E;,.5FCT—RIQAV& DATA, INC. By: Title: PRE . I ENT Date: 05/11/2020 0 0 9 1 Its 0 ill (on IN W. W M. W. P.M. Currently, the Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. DocuSign Envelope ID: FU7709-BO 17451 F-9270-0801 A7615576 1111111, 1 111 II!JI I 1� IIIIIr This form is part of the Intelligent Transportation System Phase VII and A (Project C0052 and C0054) issued by the City of Santa Clarita. Bidders must acknowledge receipt of this Exhibit in their bids. Failure to acknowledge and sign this Exhibit may cause a bid to be deemed incomplete and non -responsive. I CsFi (51 MVIRMTM f To I 1 1: 1 � I I I � I 1111 � � I I I � � i � I , � I � I � I I I I I F I � I II � � I I � I I � I� I � I I Company Name: CROSSTOWN ELECTRICAL & DATA, INC. [of, M Title: PRESIDENT a . -1 Exhibit C, Page 1 of 1 INTELIIANSPORTATI)ON SYSTEM PHASE V11 AND V1 Pwied C0052 and COEL54 NON -COLLUSION AFFIDAVIT Bid #ENG-19-20-CO052 Intelligent Transportation System, Phases '111 &'T City Project No. C0052 & C0054 City of Santa Clarita, California 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 M-41L YtPA—r-o*%n 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 -tci wit'iF aiivo-tp to irice of tkP Ridder or axv otier Imidder. or to fix--,.tv overhead. proML, or EOV FierMIML 01 Lnt! U10 PRLe, na er, or to MEIIFT TWTCWFZ-: 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. Inteffi—g—ent-Transportation System, PhaS�S—T-W&11 City Project No. C0052 & C0054 City of Santa Clarita, California STATE OF CALIFORNIA COUNTY OF LOS ANGELES DAVID P. HEERMANCE being first duly sworn deposes and says that he/she the PRF ,STDF,NT (sole owner, a partner, president, etc..) CROSSTOWN ELFCTRTCAT� & DATA. TNC. the party making the foregoing bid; that su bid is not made in the interest of or behalf of any undisclosed person, partnership, company, associatio organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has n refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreemen communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure a El ... f=:F 0 4 Wiwii i a am WWi ividual. e ner-�oi or nersau.;-q �ave a na-t-terskin or otWer fiv2-rri I I I M7417-64%71114 I Wrl LIM 101 IF ft" TOM M- SM Title PRESIDENT Subscribed and sworn to and before me this day of 20 IEKI= A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Los Angeles County of On May 11, 2020 before me, Shalea Berry, Notar'y Public (insert name and title of the officer) personally appeared David Heermance who proved to me on the basis of satisfactory evidence to be the person(SO whose name(%) is/am subscribed to the within instrument and acknowledged to me that he/gM" executed the same in his/hW#IW authorized capacity(4m), and that by his/Pff~ir signature(Al) on the instrument the person(4), or the entity upon behalf of which the person(g) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct, WITNESS my hand and official seal. Signature SHALE4 BERRY Ncwf Pub �i"c -�� IrCa"YJ 3""' 4,'Am"l Ln Anje�es Count� Cc,--is,on .7 2211272 mj ca'—m- Exp�-es Mal 16 2023 (Seal) PROPOSAL FORM Bid #ENG-19-20-CO052 Intelligent Transportation System, Phases VII & VI City Project No. C0052 & C0054 City of Santa Clarita, California 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 't Mill, at t�-p u,it acd/or lu-na su.-a grices spt fiojOm It 6P fail! %yi-tq94*SCWEJPUI-F. 211DE2 the proposal guarantee accompanying this proposal. . I -- 11 1 =K=3.1819WZ�q . are solel for the ouroose of comDaring —bbids. and that final cc w i w - if awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing t &%W"UJ e,� . . $77 Company Name: Crosstown Electrical & Data, Inc. Irwindale, CA 91706 BY: David P. Heermance Print Name 7itle: P r e s;,� t ----------- Signature: Date: 5/11/20 0 REFERERCES Bid #ENG-19-20-CO052 City Project No. C00S2 & C0054 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years, If the scope of shall govern: 1. City of Pasadena ; 221 E. Walnut Street Pasadena, CA 91101 0 WE= David Phan 626-744-4194 Name and Telephone Number of Person Familiar with Project EDGE SWITCHES, HUB SWITCHES, $7411,235�00 CORE SWITCHES, UPDATE FIBER 08/2018 02=1 City of Santa Clarit'a ; 23920 Valencia Blvd. Santa Clarita, CA 91355 Cesar Romo 661-286-4002 Name and Telephone Number of Person Familiar with Project FIBER SPLICING, TERM/TEST, CCTV $764,475.00 ETHERNET SWITCHES, OEM= 3. City of Lancaster 44933 North Fern Ave Lancaster, CA 93534 Name and Address of Owner/ Agency Jonathan Robnett 661-945-6889 Name and Telephone Number of Person Familiar with Pr Ct FIBER, SWITCHES,O�IDEO, $2,241,410.00 CCTV, WIRELESS COMMUNICATION 09/2018 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: Surety Company: Fidelity and Deposit Company of Maryland 777 South Figueroa Street, Suite 3900 Los Angeles, CA 90017; 213-270-0600 lZonding Company: CSBA - Commercial Surety Bond Agency 1411 N Batavia St Suite 201, Orange, CA 92867 ; 714-516-1232 Insurance Company: McRae Associates Insurance Services 1265 N Manassero Suite 303 Anaheim, CA 92807 ; 714-779-6999 DESIGNATION OF SUBCONTRACTORS Bid # ENG-19-20-CO052 Intelligent Transportation System, Phases VII & VI City Project No. C0052 & C0054 City of Santa Clairita, California Subcontractor DIR Registration No. Dollar Value of Work - q*1, Inc, -!Wiw�lrafk C 10000 OK- ----------- n --v I ---------- il-11 0 ------------- Age of firm: DBE: No Annual Gross Receipts: -J4E'A VS, Certifvin�gigency: rn Location and Place of Business ---------- ------------ (00 �" A- %291 ---------------------------------------------------------------------------------------------------------------------------------------------------------------------- Bid Schedule Item No's., Description of Work --------- TPCA CC" C_ C_, Ok'� �To .......................... License No. Exp. Date: '3 /31 /D-020 E 9 F-TIM 1011-1+1 ------------------ --------- ----- - - - Subcontractor DIR Registration No. I Dollar Value of Work --------------------- Age of firm: DBE: Yes No ------------------------------------------------ -- Annual Gross Receipts; Certifying Agency: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: Subcontractor DIR Registration No. Dollar Value of Work Age of firm: DBE: Yes No Annual Gross Receipts: Certifying Agency: Location and Place of Business Bid Schedule Item No's: Description of Work --------------------------------------------------------------- ------- Exp. Date. PN Am wcio,am Cesar Romo QUOTATION Quote#: JLP121719E Agency: Santa Clarita, City o Job Name: 2070LX w/ Adaptive Bid Date: 5/8/20 Estimator: Jennifer Phelan (760)734-5050 jennifer.phelan@mccain-inc.com Bid Item Qnty Description Price Extension 2070LX ATC CONTROLLER- 1 C, 2E+, 57 313, 4A, LINUX WITH OMNI AND $4,555.00 $259,635.00 ADAPTIVE SOFTWARE 57 CMU, 2010ECLIP W/10/100 ETHERNET $665.00 $37,905.00 PORT, EDI *turn on support is not included TAX 9.5% TAX $28,266.30 Reference Total $325,806.30 Prices firm for 30 days. Freight included. Add sales tax. Sale is subject to McCain's standard terms and conditions. The information transmitted is intended only for the person or entity to which it is addressed and may contain confidential and/or legally privileged material. Any review, retransmission, dissemination or other use of, or taking of any action in reliance upon, this information by persons or entities other than the intended recipient is prohibited. 1W If you received this in error, please contact the sender and delete the material from any computer. GpwoSmARTTechnn�ooieomu GRIDSMART ��� �oo4o*ominvonev�nou � �� � mnnxvi||e.Tmarea2 USA Expiration Date 12U1/2-019 Quote Date 12U1/2-019 Quote Number 00002108 Payment Terms Net3O Prepared By(Name)GabeMcFadden Contact Name Cesar Rome Prepared By(emai|) b dadd Phone (651)510-0831 Email onomu@aanta-o|ahtaxom Bill ToName Santa C|ahta.CA Ship ToName Santa C|arita.CA Bill To 2382OValencia Blvd #12O Phoebook Standard Valencia, California g1355 United States "Mm7mlmm Is GS2-RMB GS2 Processor Rack Mount Brackets $0.00 10.00 $0.00 Total Price $202.760.00 Grand Total $202.760.00 Tnhe�puoserve you better, p�eomemokesure Purchase Orders Thsqunte �ssubject tn8R]DSMARTTechnn�ogieo|nuTerms and reference Part Number(o).Quonhty.Pftng.QuntadnnNumber, Cnndihnno.Fmight,otcost nrprearranged bybuyer, wiUbeadded to o|nngwithany opecio|inotmcflnnonrohippingpreferences. P|eome oUorders FOB Factory. fA|phcingioinU.S.DnUoro(USD$) submit via emoi|to ordersaaridsmart.corn nrfax tn885-240-88O8. Thonkynu. z 0 0 D cr z LLJ 2 CL D cr LLJ C) cu 0 Cr U') r14 CY) m cu LL C� Ln r_ 0 RV N Ln r 0 CU k6 > N (J8 X d) V o X m u 'a 0 o = E 0: CL ui -4 Ln Ln LI? Ln 2 W u m m u M m Ln Ln 0.) Al� AMIL. tn Lm .C: m a m .0-0 !E V) CO UJ 0 Z E E lu u Cc E CU M M CL LA z 0 p z u 0 U u >- U U U > Lu V) 5 1: LLJ 3- V) V) < 2: a- < V) u F- z u V) F- 0 z r4 V) u r-4 Q0 u r-4 CT) m C: CU r-4 m E V) 0 m z u u - a U M U E- " u w a .- 0 to 0 " u CL cl: Q0 0) Ln Ln _0 rn 0) co < u 0 m E -Lu o M cl, > 0 00 M -M 0 rn m U CN V) V) 0 0 aj m _0 E o 0 -0 m m rn > - Z, 0 m > 2 CL m OJ u u m C: 0 U (1, OJ M , ci M CL 0 -M 0 0 =5 >. 0- C: 0 b.0 E Z bl ci 0 0 Cj Cj 0 (Ij LL m (Ij OJ 0 Cj u (1) -0 (1) Cj -E 0 0 -1 m E OJ OJ 0 o ci M 0 Cj u a- m E bb Cj 0 x m LL cu Q0 0 0 0 0 0 w u .r a) 0 0 0 0 0 0) CL r-� U� r� C; Q0 a) a) Q0 U') LU Q0 V). rn rl rl rl Q0 -L� w 00 cu Q0 0 0 0 0 u .r Q0 U� U� CL m m m U') C, -1 -1 U') r14 a) rn r,4 a (_� r,� Q0 rn �o �o �o �o 0 0 u (2) Lu Lu U m Lu Lu a- (2) (2) m OJ u V) u m z Lu C,6 L� < U u > U') > zT > zT _0 M m r-4 r-4 u r-4 r-4 0 v! 0 bz Lu aj m E CL -S CL C: =5 0 m m u w co E m E V, u m u -1 CN o 0 >. >. E m u CL w 0 bz < u 0 0 V) .0 aj u u E _0 0 (2) - (2) - L-Li (3j OJ (31 u u 0 X Lu m u u OJ u E -LU F= q m F= Z m Cj V) - m V) (3j CO < CL u — -0 [2 12 E o V) 4-;' M u 1� Cj F= Cj E U 0 LLJ 0 r14 Cj (IJ , > M U m u (D aj aj w 0 o E uo L�j uo U 2 0 L = 0 L U u aj r-4 a) U r-4 a) w - a) a) m w tO LLj b.0 b-o E m _0 > Lu _0 Lu < m ci - = C: m C: z m OJI 2 OJ - M LLJ b.0 .- 0 > b.0 m b.0 m > V) m r�o 3: 4 -Cj o u Cj M 0 C: . M 0 0 E (IJ m ci ui ui > V) > V) u 6- a ui -i < Y E Co = M Z < < u > w t z z u w z z Ln 0 C' . 4 0 V) 0 CL CN CN r� u w (D Lu (D a) LU (D < u Q0 zT 0 0) Ln Ln C3 r-� 06 rn zT Q0 r, �T 00 Ln L� 8 (2) u '0 u (2) m m 76 V) m 0 .0 76 '0 OJ c -0 0 u 0 U C: c ru Ln 0 E C: LD M a) - C: �- �E -M .�p 0- 0 V) ru >, =5 '0-0 0- C: C I aj ru U.) OJ Ln -r- m U -0 E -0 0 m 0 0- U M 0 =5 >� Ln 0 _0 -1 u 2 aj > 8 2 .0 u OJ M m �E V) 0 >- m Tn 'o m E Cl 0 U = aj —u .9� 0 aj > Ln E 'Z', a) 0 m U -c: C� aj 0 00 aj vl� '0 L -0 0 aj OJ OJ u aj aj m - V) M Ln Cl _r_ 0 m aj M -0 0 c 0 =5 M c 0 M > C: aj m M - 0 Ln 0 Z) 0 x 0-_ Ln aj C� 0 00 x 0 cl: 4.� 0 'a m u W— m a w m Iteris Roadway Sensor Products Standard Terms and Conditions of Sale iteris, 1. Sole Agreement. These Standard Terins and Conditions of Sale for the sale and purchase of goods and services between Iteris, Inc. ("Iteris") and the purchaser or buyer ("Purchaser") indicated on the face of the price quotation, proposal, contract, sales order or offer from Iteris constitute the entire agreement between Iteris and Purchaser (the "Agreement") and supersede any prior agreement or understanding, whether oral or written, relating to the subject matter of this Agreement. Iteris shall not be bound by any terms or conditions not set forth in this Agreement, including but not limited to, any purchase order or purchase contract ("Order") from Purchaser that is in any way inconsistent with or in addition to this Agreement. This Agreement may not be expanded or modified except by an instrument in writing executed by an authorized representative of Iteris. Iteris' acceptance of Purchaser's Order shall not be deemed an acceptance of any modification to any terin or condition contained herein, but rather an acceptance of Purchaser's agreement to purchase goods and services upon the terms set forth in this Agreement. All Orders, whether or not based on specific quotations, are subject to Iteris' acceptance by an authorized Iteris representative. Notwithstanding the foregoing, if Purchaser is purchasing the VantageLive! services, such services are subject to a separate agreement that Purchaser will be required to accept and agree, and nothing in the VantageLive! services agreement shall be construed to modify the terms and conditions of this Agreement for other products and services subject to this Agreement. 2. Shipment. All prices are in United States Dollars (USD or $) and quoted FCA (Free Carrier at named point, Incoterins(k 2010), or in jurisdictions that have not adopted Incoterms(k, FOB at the shipping point of Iteris, Inc. Title to goods sold hereunder (individually, a "Product" and collectively, "Products") shall pass to the Purchaser upon delivery of Products to the carrier. Iteris, however, retains a security interest and a vendor's lien against the Products until payment in full is received. Purchaser agrees to perfect and maintain such security interest for Iteris. In the absence of specific written instructions that Iteris has accepted, Iteris will ship Products by what it deems to be the most appropriate method for shipment. Although Iteris may transact for carriage, all freight charges and insurance premiums will be for the account of Purchaser. Upon delivery to the carrier, Purchaser assumes all risk of loss. Any such loss shall not relieve Purchaser of its obligation to pay Iteris in full for Products, freight and insurance. Purchaser shall have the right to negotiate with the carrier and/or insurer to recoup its loss. 3. Delivery. Standard shipments to Purchaser will be approximately 30-45 days after receipt of an Order. In the event that Purchaser requests a guaranteed ship date, Iteris reserves the right, after notice to Purchaser, to include in the final purchase price any expenses which increase the cost of production or delivery, including but not limited to, expediting and overtime expenses, parts procurement premiums, etc. Iteris reserves the right to ship complete orders in advance of the ship dates specified and, with prior approval from Purchaser, partial orders. Iteris shall not be liable for either delays in delivery or the failure to manufacture if such delay or failure is due to causes beyond Iteris' reasonable control, including but not limited to, acts of God, acts or omissions of either Purchaser or third parties, intervention of any government authority, strikes, lockouts or other labor disturbances, floods, fires, earthquakes, epidemics, quarantines, riots, wars, delays in transportation, or where Iteris is unable to obtain necessary labor, materials or manufacturing facilities. In the event of such delay or failure, the delivery date shall be extended for a period equal to the time lost by reason of the delay or failure. 4. Payment Terms. Unless an authorized Iteris representative agrees upon different credit terms in writing at the time of acceptance of Purchaser's order, the standard terins of payment shall be cash or wire transfer of funds in advance of shipment or, for international shipments, Irrevocable Sight Letter of Credit collectable within thirty (30) days after shipment. Iteris' obligation to deliver Products is subject to Purchaser's compliance with the foregoing payment terins, or in the event credit is granted by Iteris, any such credit terins provided. Iteris may at any time, in its reasonable business judgment, if the financial condition of Purchaser warrants, either alter the credit terins or suspend credit and delay delivery until such time as the revised credit terins are met. Iteris shall have the right to cancel any unfilled order, or delay its shipment, for failure of Purchaser to meet its payment schedule or obligations. In the event any payinent is not made when due, Iteris shall have the right to accelerate the due date of the entire unpaid balance and to increase the unpaid balance of the sales price at the rate of one percent (1%) per month, or the maximum allowed by law, on the unpaid balance until the account is paid in full, in addition to any reasonable attorneys' fees or other collection expenses. 5. Taxes. All prices are exclusive of any and all taxes, duties, tariffs, fees, or assessments, including but not limited to sales, use, excise, VAT, or similar taxes and export or import duties or fees applied to the sale or to the Products sold, by any United States or foreign federal, state, provincial, or local governmental body. Any such taxes that must be paid by Iteris shall be separately itemized on Iteris' invoice and paid by Purchaser, or in lieu thereof, Purchaser shall furnish Iteris a properly executed tax exemption certificate prior to shipment. 6. Limited Warranty. For the purposes of this Agreement the "End User" shall be the Purchaser or, if Purchaser is a contractor, distributor or other authorized reseller to whom Iteris delivered Products intended for use by a third party, shall be the intended third party. Iteris Hardware Products: Iteris hardware Products marked as manufactured by or for Iteris or marked with an Iteris brand or trademark are warranted, at the time of delivery to End User, to conform to Iteris' published specifications and to be free from defects in material and workmanship. The occurrence of any of the following terminates Iteris' Limited Warranty: (i) a Product fails as the result, in whole or in part, of modification or repair of the Product not conducted in conformity with Iteris' approved procedures; (ii) a Product fails as the result, in whole or in part, of improper or insufficient maintenance; (iii) a Product is damaged due to, in whole or in part, electrical power surge, lightning strike, accident, negligence, improper storage, incorrect installation, incorrect operation, unusual deterioration due to physical environments in excess of limits set forth in Product manuals, or any other type of abuse or misuse; or (iv) the removal of serial numbers, or the removal, mutilation or defacement of any part of a Product. As a condition to making any claim under this Limited Warranty, End User must request a Return Material Authorization ("RNIA") before the Limited Warranty tenninates or expires. Provided that the Limited Warranty has not tenninated or expired, Iteris shall issue the RMA and End User shall have the right to return the non -conforming Product, transportation prepaid, to Iteris for repair or, solely at Iteris' option, replacement with new or reconditioned materials. Except for repair or replacement, Iteris shall be under no other liability to Purchaser. This is a Limited Warranty only and, unless otherwise specified in writing by Iteris, shall expire thirty-six (36) months after the date of delivery of each unit of Product to Purchaser. Repaired or replaced Products have a Limited Warranty for the greater of ninety (90) days from the time of shipment or the remainder of the original warranty period. Iteris Software Products: Software Products marked as manufactured by or for Iteris or marked with an Iteris brand or trademark are warranted to the licensed End User in accordance with the software license and warranty packaged with the software. Non-Iteris Products: Hardware or software Products marked as manufactured or produced by others or marked with a brand or trademark of a party other than Iteris are warranted, if at all, by the manufacturer or producer to the End User in accordance with the warranty documentation provided by the manufacturer or producer. NO OTHER WARRANTIES OR GUARANTEES, EXPRESSED OR IMPLIED INCLUDING WITHOUT LIMITATION MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, ARISING BY LAW, CUSTOM OR CONDUCT, SHALL BE APPLICABLE. NO REPRESENTATION OR WARRANTY BY PURCHASER SHALL EXTEND THE LIABILITY OR RESPONSIBILITY OF ITERIS BEYOND THE TERMS OF THIS PROVISION. THE RIGHTS AND REMEDIES PROVIDED HEREIN ARE EXCLUSIVE AND IN LIEU OF A -NY OTHER RIGHTS OR REMEDIES. IN NO EVENT SHALL ITERIS HAVE A -NY LIABILITY UNDER ANY LEGAL OR EQUITABLE THEORY (RELATING TO THE SUBJECT MATTER OF THIS AGREEMENT) FOR CONSEQUENTIAL OR INCIDENTAL DAMAGES, OR FOR LOSS, DAMAGE OR EXPENSE DIRECTLY OR INDIRECTLY ARISING FROM USE OF THE PRODUCTS, OR AN INABILITY TO USE PRODUCTS EITHER SEPARATELY OR IN COMBINATION WITH OTHER SOFTWARE, EQUIPMENT OR MATERIALS, OR FROM A -NY OTHER CAUSE. 7. Return Material Authorizations. Upon request by the End User for an RMA whether for repair, replacement, or credit, Iteris agrees that it will either issue such RMA or provide End User with a written explanation for its refusal to issue the RMA within thirty (30) days of the request by End User. If Iteris provides a Field Replaceable Unit ("FRILT) or replacement Product in advance of receipt of an authorized return and does not receive the returned unit within 30 days of shipment, End User will be invoiced for the FRU or replacement. End User shall pay all shipping costs for items returned to Iteris. For items repaired or replaced under a valid warranty claim, Iteris shall pay shipping costs for return of repaired or replaced item to End User. Iteris Roadway Sensor Products Standard Terms and Conditions of Sale iteris, 8. Indemnification. a. Purchaser Indemnification. Iteris shall indemnify, defend and hold Purchaser, and its affiliates, directors, officers, shareholders, and employees harinless from and against any claims, damages, liabilities, costs and expenses (including, without limitation, reasonable attorney's fees and court costs) (collectively, the "Liabilities") to the extent arising out of third party claims based on a product liability or strict liability in tort relating to the Product or Iteris' negligence, or willful misconduct causing bodily injury (including death) or physical damage to tangible personal property. b. Iteris Indemnification. Purchaser shall indemnify, defend and hold Iteris, and its affiliates, directors, officers, shareholders, and employees harinless from and against any Liabilities to the extent arising out of third party claims based on products other than Iteris Products supplied by Purchaser or Purchaser's negligence, or willful misconduct causing bodily injury (including death) or physical damage to tangible personal property. In the event that Purchaser is a governmental agency or body, the foregoing Iteris Indemnification shall not apply to the extent prohibited by law. c. Indemnification Procedures. The Parties will follow the following indemnification procedures. Promptly after receipt by any entity entitled to indemnification of notice of a third party claim, the Party seeking indemnity ("Indemnitee") shall notify the other Party ("Indemnitor") of such claim in writing. No failure to provide obligations under this Agreement except to the extent that it can demonstrate prejudice attributable to the failure. Within fifteen (15) calendar days following receipt of written notice from Indemnitee, but in no event later than ten (10) calendar days before the date a response to such claim is due ("Election Notice Period"), Indemnitor shall notify Indemnitee in writing if the Indemnitor elects to assuirie control of the defense and settlement of that third party claim ("Election Notice"). If Indemnitor delivers an Election Notice relating to any third party claim within the required Election Notice Period, the Indemnitor shall be entitled to have sole control over the defense and settlement of such claim; provided that (a) the Indemnitee may participate in the defense and employ counsel at its own expense to assist with such third party claim, and (b) Indemnitor shall obtain the prior written approval of the Indemnitee before entering into any settlement of such third party claim that purports to binds the Indemnitee. After the Indemnitor has delivered an Election Notice, Indemnitor shall not be liable to the Indemnitee for any legal expenses incurred by the Indemnitee in connection with the defense of that third party claim. In addition, the Indemnitor shall not be required to indemnify the Indemnitee for any amount paid or payable by the Indemnitee in the settlement of any third party claim for which the Indemnitor has delivered a timely Election Notice, if such amount was agreed to without the written consent of the Indemnitor. If the Indemnitor does not deliver an Election Notice relating to any third party claim within the required Election Notice Period, the Indemnitee shall have the right to defend the third party claim in such manner as it may deem appropriate, at the sole cost and expense of the Indemnitor. The Indemnitor shall promptly reimburse the Indemnitee for all such costs and expenses (i.e. Liabilities). 9. Intellectual Property Indemnification. Iteris shall indemnify and hold harinless Purchaser from loss, damage or liability for infringement of a United States (U.S.) patent or U.S. copyright ("Intellectual Property") to the extent arising out of the distribution or use of Iteris Products as delivered to Purchaser by Iteris hereunder (the "IP Indemnity"); provided that Purchaser notifies Iteris in writing within ten (10) days of Purchaser's first notice of an infringement claim, threat or suit ("Infringement Claim") and fully cooperates with Iteris in the defense of such Infringement Claim and the avoidance of infringement by, including but not limited to, providing Iteris any requested authority, inforination, and assistance necessary. Iteris shall be entitled, at its election, to assume the defense of any Infringement Claim. The foregoing Indemnity shall not apply when norinally non -infringing Iteris Products are rendered infringing by (i) alteration of Iteris Products or the operation thereof, not by Iteris or duly authorized by Iteris in writing, (ii) use of Iteris Products in combination with other products, software, or services, (iii) Iteris' modification of its Products in compliance with the Purchaser's specifications or instructions, or (iv) Purchaser's failure to use and implement instructions provided by Iteris in a writing that would have rendered the Iteris Product non -infringing after reasonable time after receipt by Purchaser and before actual infringement. Iteris shall have the right to resolve any Infringement Claim in the manner it deerns appropriate, including, but not limited to, (i) obtaining a license from the owner of the alleged infringed Intellectual Property or (ii) modifying or replacing the alleged infringing Product with non -infringing Product. In the event that neither (i) or (ii) are commercially possible, then Iteris shall have the right to rescind the purchase of the affected portions of the Products and to refund the Purchaser with a pro rata amount of monies paid for such affected Products. The foregoing IP Indemnity shall not extend to claims based on infringement of Intellectual Property outside the United States of America. Iteris' sole obligation and liability to Purchaser with respect to indemnification of claims shall be as set forth in this paragraph and specifically excludes indemnification for consequential damages, incidental damages, punitive damages, and attorneys' fees. 10. Arbitration. It is the intent of the parties that any controversy will be elevated to the highest management levels within the respective organizations in an attempt to resolve the matter most efficiently. If the parties are unable, after good faith negotiations, which each hereby covenants to undertake, to resolve any dispute, claim or controversy arising between them, the parties hereby expressly agree that the exclusive means of resolving any such dispute, claim or controversy arising out of or relating to this agreement or the breach, tennination, enforcement, interpretation or validity thereof, including the deterinination of the scope or applicability of this agreement to arbitrate, shall be detennined by arbitration. If the Purchaser has an office located in the United States, arbitration shall be conducted under the Streamlined Arbitration Rules and Procedures of JAMS, a national alternative dispute resolution service (wwwjaiiisadr.com) and shall be conducted in the English language, in Los Angeles, CA USA, by one (1) arbitrator appointed in accordance with said rules. If the Purchaser does not have an office in the United States, arbitration shall be conducted under the Rules of Arbitration of the International Chamber of Commerce and be conducted in the English language, in New York, NY, USA, by one (1) arbitrator appointed in accordance with said Rules of Arbitration. Judgment on the arbitration award may be entered in any court having jurisdiction. This clause shall not preclude parties from seeking provisional remedies in aid of arbitration from a court of appropriate jurisdiction nor shall it preclude Iteris from any pursuit allowed by the full extent of the law for collection of amounts owed by Purchaser under any credit arrangement. The arbitrator may, in the award, allocate all or part of the costs of the arbitration, including the fees of the arbitrator and the reasonable attorneys' fees of the prevailing party. 11. Product Modifications. Iteris reserves the right, at any time and without notice to Purchaser, to modify Products, in whole or in part, to include therein changes deemed appropriate by Iteris which do not adversely affect the forin, fit or function of the Products, and without incurring any liability, to change or modify any Product previously delivered, or to supply new Products in replacement thereof. 12. Export Responsibility. All sales hereunder shall at all times be subject to the export control laws and regulations of the U.S. government. Purchaser agrees that it shall not make any disposition, by way of transshipment, re- export, diversion or otherwise, except as said laws and regulations may expressly pennit, of U.S. origin goods purchased from Iteris, other than as to the ultimate country of destination specified on Purchaser's order and/or declared as the country of ultimate destination on Iteris, invoices. 13. General. a. No modification of a quotation or a resulting order shall be binding unless in writing signed by an authorized representative of Iteris. b. No waiver by either party of any default shall be deemed a waiver of any subsequent default. c. Purchaser shall not assign its Order or any interest therein or any rights hereunder without the written consent of Iteris, and any such purported assignment shall be null and void and of no affect whatsoever. d. Purchaser agrees that it will not modify, reproduce, reverse engineer, reverse compile, disassemble, translate, de-coinpile, deconstruct or decrypt, the whole or any part of the Products, including any software embedded therein. e. All quotations and any resulting order shall be construed, interpreted and governed by the laws of the State of California, USA, but specifically excluding any International Convention regarding the International Sales of Goods. Should any court of competent jurisdiction detennine any portion hereof illegal or against public policy, such deterinination shall not affect that portion herein that is not illegal or against public policy. In the event that the federal, state, provincial, city or local government or any bureau or agency thereof, should promulgate any law, rule or regulation affecting prices, deliveries or any other terin of a contract resulting from a quotation, then, at the option of Iteris communicated to the Purchaser in writing within a reasonable time, the contract between Iteris and the Purchaser may be either terminated by Iteris and be of no force and effect and the parties shall be restored to the position they occupied before the contract was executed, or Iteris may make such changes in the price, delivery schedule and terins as Iteris in its reasonable business judgment may deem necessary to comply with such law, rule or regulation. Quote Details Company Address 1608 4th Street, Suite 200 Berkeley, California 94710 United States Quote Name I FS Phase \11 Contact & Shipping Information Prepared By Katherine Mertz Email kmertz@sens.y,�net�morks.com Sensys Products APCC Module with Enhanced Ethernet and Re- Identification APCC Serial Port Protocol (Digital Radio) APCC Accessory, Isolator Long -Life Repeater Universal Mounting Bracket Flush -Mount MAG2 Wireless Sensor Sensys Networks Technical Support Services Sensys Networks Technical Support Services APCC-M-E-R APCC-SPP APCC-ACC-1 RP240-BH-LL-2 KIT-MTG VSN240-F-2 VSN240-EPX-SOT TSS-01 TSS-01 Quote Number 00001954 Created Date 5/11/2-020 Expiration Date 6/2-6/2-020 Ship To Name City of Santa Clarita, CA Ship To City of Santa Clarita Field Services 25650 Rye Canyon Road Santa Clarita, CA 91355 United States APCC Module with Enhanced Ethernet and Re -Identification APCC Module with contact closure interface, wired/wireless IP connectivity, and re -identification e I P connectivity (wired or wireless) to traffic management systems, upstream servers, etc. e Detection of Bluetooth or Wi-Fi MAC addresses APCC Serial Port Protocol (Digital Radio) Radio communication: 9 To/from Sensys Networks APCC Module radio 9 To/from Sensys Networks Repeaters APCC Accessory, Isolator Electrical isolation up to 1500V • Surge protection up to 1500V • AC power cross protection Long Life Repeater Universal Mounting Bracket Flush -Mount MAG2 Wireless Sensor (Freeways/Arterials/Traffic Signal Control) Epoxy tube for installation of VSN240-F(T)-2 and VSN240-F(T)-GR Sensys Networks Technical Support Services Sensys Networks Technical Support Services 12.00 $3,099.00 12.00 $599.00 12.00 � $327.00 22.00 34.00 112.00 112.00 4.00 2.00 $1,316.00 $151.00 $499.00 $71.00 $1,500.00 $1,500.00 $31,609.80 $6,109.80 $3,335.40 $24,609.20 $4,363.90 $47,504.80 $6,759.20 $6,000.00 $0.00 Subtotal $155,226.00 S �E N S, Y�S networks � ��� �= 0 � N�~� � ���� � � � �� �� m m ~�� m . ° ~�� m � n~ �� Total Discount ($24,933.90) Total Price $13028210 Grand Total $130.28210 Notes &Terms Tax �Ths �soquntahnnnnthe goods and oerv�ceonamed, oubJect to the IbMMngterms and cnndflono. °rNmquntatinnexc|udeoany opp|icob|esales tax ° Shipping charges moyopp|y P0EASIE SUBMIT P0RCHASE01-RI0IE�S D|RIECTILY TO:: 0�IDIE�S@SIEIMSYSINIETWmO��S.,C0IM SENSYSNETWORKS, |NC.STANDARD TERINSAND CONDOOONSOFSALE 1.ACCEPTANCE OFORDER. Sensys Networks, hc. ("Sensys") hereby acknoMedges the order for products (the "Products") set forth on tNosales quntahnn.nnthe terms and cnnditinnoset forth herein. 2.SH|PINAENT. ShipmentohoUbeF.O.B.Senoyo'p|ont.SenmyoohoUdesignate mutingnnoUohipmento.SenoyowiUou*mpttnhonor but wM not guarantee Buyer's requested sNpping date or sNpping instrucflons. Orders may beohippedbyporio|nrcnmp|eteohipment.fA|hoknf |nomohoUpass tnBuyer upon de|iverynfProducts to a carrier F.O.B. Sensys' p|ant. De|ay 41 defivery of any part of the Products shaU not m|ieve Buyer from its nb|igotinn to accept and pay for remaining de|iveheo. 3. TERINASOF PAYMENT. Unless nthenwioeprovided, each invoice ohoU bedue and poyob|ein United States funds net 3Odays from date nf invoice. ki the event that payment is not made as provided her6n, Buyer agrees to pay interest at the rate of the |esser of 1-1/2%, or the highest rote oUnwed by |ow, per month on the balance due from the due dote. Buyer may not oetnffogoinot Senoyo' invoices any amounts that Buyer c|oimmare due toit. Senoyohereby reserves and Buyer hereby grants toSenoyoopurchase money oecuhtyintemotinthe Products so|d and the proceeds thereof untfl Buyer has paid the totall amount invoiced by Sensys for the Products. Buyer agrees to execute any fi nanc4ig statements or other documents as Sensys requests to protect Sensys' securfty interest. 4. VVARRANT|E& fA| warranties for the Products are provided on|e|yin accordance with those tenmode|ivered to Buyerwith the Products. SENSYSMAKES NO OTHER WARRANTY, EXPRESS ORMAPL|ED.AND ALLMAPL|EDVVARRANT|ES.|NCLUD|NGVV|THOUT L|INA|TAT|ON.MAPL|EDVVARRANT|ESOFNAERCHANTAB|L|TYAND F|TNESSFOR APART|CULARPURPOSE, ARE HEREBY D|SCLA|NAED. The exc|umive mmedieonfBuyer under the warranty set out in tNo Secflnn wiU be, otthe nphnn nfSenoyo� eithermpoir. mp|ocementnrthe issuance nfocmditto the Buyer. Buyer agrees that no agent, emp|oyee or representaflve of Sensys has authohty to Senoyo to any offinmohnn, mpmoentahnn, or warranty concerning the Products other than those wanontieo expmom|y set forth hemin. 5. RETURNS. Sensys has so|e 6screfion whether to accept or reject returns of the Products, and H' ft chooses to accept returns, may charge oreotocWngfee nfany percent nfthe purchase phceotits on|edimcrehnn. Buyer must receive phnroppmvo|from Senoyofor any return, and must inc|udewithany returned itemmowhu*nnnhfficohnnnfreturn along Mth the RINAAnumber mceivedfrom Senoyovia te|ephnneauthorizing the return. Buyer must pay oUohippingand insurance costs for any returns. 8.L|INA|TAT|0NONSENSYS'L|AB|L|TY. TOTHE EXTENT PERINMTTEDBYLAW, SENSYSSHALL HAVE NOL|AB|L|TYTOBUYER OR ANY OTHER PERSON FOR RqCCEINTAIL DAMAGES, SPECMIL DAMAGES, OR CONSEQUEN"IIAL DAMAGES (RqCLUMNG, WFI-HOUT L|INA|TAT|ON.LOSS OFREVENUE, USE, PROF|TS.DATA, OR8OODVV|LL)ORCOSTS OFPROCUR|N8SUBST|TUTEPRODUCTS, AR|S|N8OUTOF.RELAT|NGTO.OR|NCONNECT|ONVV|THTHESETERINASANDCOND|T|ONSORTHEPURCHASE.SALE.USE. OPERA"110IN OR PERFORMANCE OFTHE PRODUCTS, WHETHER AR|&ING OUTOF BREACH OF WARRANTY OR OTHER BREACH OFCONTRACT, NE8L|8ENCEOROTHERTORT.OROTHERV|SE.EVEN SENSYSSHALLHAVE BEENADV|SEDOFTHE POSS|B|L|TYORL|KEL|HOODOFSUCHPOTENT|ALLOSSORDAMA8E.FnroUnfthepurpnoeoherenttheterm^cnnoequentio| damages" ohoU inc|ude |not pmfits, peno|tieo. de|oydomogeo. |iquidoted damages nrother damages and |iobi|itieo wNch Buyer ohoU be obfigated to pay or wNch Buyer may 4icur based upon, re|ated to or ahsing out of its contracts Mth fts customers or other tNrd parfies. ki no event shaU Sensys be fialMe for any amount of damages in excess of amounts paid by Buyer for Products or services as to wNch a breach of contract has been determined tnexist. The parbes express|y agree that the pfte for the Products and the services was determined in considerafion of the fimitaflon on damages set forth here4i and such fimitafion has been specfficaUy bargained for and consfitutes an agreed aUocafion of risk wNch shaU survive the determinafion of any court of competentjuhs6cflon that any remedy here4i IeAs of fts essenflall purpose. 7. |NSPECT101N. BuyerohoUinopectoUohipmentsnfPmductsupnnorrivo|ondohoUnntiySenoyoinwhhngnfonyohnrtageonrnther Iei|umotnconform to these terms and condifions wNch are reasonalMy 6scoveralMe upon arrrvall Mthout open4ig any carton or box in wNch the Products are cnntained. Such nnticeohoUbesent witNn5days fnUnwingorrivoi AUnntfficotinnoohoUbeaccompanied bypocWngo|ipm. inopechnnreports and other documents necessary to support Buyer's c|ahis. Any shortages, overages or nonconformifies not reported to SenoyoommquiredbytNooecflnnwiUbedeemed waived. 8.FORCENAAJEURE�ALLOCAT|ONS.Foi|urenfSenoyotnmokenrBuyertntakeoUnronyportnfonyohipmenthemunder.ifouchfoi|um iodue tnacts nfGod, war. |obnrdH'fi'cu|tieo. breakdown or damage to Senoyo' p|ontfaci|iheonr Buyer's receiving foci|itieo, emborgneo, shortages of any row moteho|o or energy, shortages nftranopnrtahnn equipment. cnmp|ionce Mth any |ownrany mgu|otinn nrnrdernfony pubfic authohty and any other cause eMier shiflar or 6ssiaAar beyond the contro| of the party so faflfing, shaU not subject such party to any |iobi|ity to the other party, and 41 such event, at the request of eMier party, the totall quanflty of products to be sNpped hereunder wM be reduced by the quanfity not sNpped due to such causes. ShoWd Sensys at any fime be unalMe to supp|y fts own and aU of fts customers' S �E N S, Y�S requlrements (lncludlng customers not under supply contract) of any product, Sensys wlH allocate lts avallable supply of products to lts customers on such terms as lt, ln the exerclse of lts clscretlon, deems advlsalble, and ln such event Sensys wlH not be llable to Buyer for fall u re to shlp Buyer the fuH quantlty of such products and the balance of the order not shlpped wlH be canceled. For purposes hereof, Senoyo'customers ohoUbedeemed toinc|udeouboidiorieoand offi|ioteoof' Senoyo. 0. TAXES. ln addltlon to the purchase prlce of the Products provlded Ibr hereln, Buyer shaH pay Sensys the amount of any sales, use or other taxes now or hereafter hiposed by any federal, state or locall taxlng authorlty upon or wlth respect tothe sales, purchase, ohipment.mceiptnr use nfthe Products, other than taxes based nnthe net incnmenfSenoyo. 10. R|8HTS TO TECHNOLOGY. Any and aH lntellectuall property rlghts ln the Products wlH remaln the sole and excluslve property of Senoyo.Senoyoretainothe enhmhght.hdeand intemotinand tnany and oUinteUecmo|property hghtointhe Products, inc|udingbutnnt |imitedto, oUtrade secret, patent, cnpyrightand trademark rightoommnciotedwith the Products. Tnthe extent that the Products cnntain onftwom in any Ibnm ("Software"), Senoyo grants to Buyer nonexclusive. nontransferable |icenoe to use the Snftwom, in executable fnnm, solely as embedded in the Products, solely for Buyer's intemo| use. Buyer may not copy nrmndify the Software. Buyer acknowledges that the Software contalns trade secrets of Sensys, and, ln order to protect such trade secrets, Buyer agrees not to clsassemble, decomplle or reverse englneer the Software nor perailt any thlrd party to do so, except to the extent such restrlctlons are prohlblted by law. Sensys reserves aH rlghts and |icenoeo in and tnthe Software and oUother inteUectuo| pmpertyhghts in the Products not expressly granted to Buyer hereunder. 11 REllCUINAUll ln addltlon to any remedles granted Sensys hereunder, ln the event of Buyer's breach, Sensys shaH be enfitled to aH remedles provlded by law and aH such remedles hereunder and thereunder shaH be cumulafive. 12. L|INA|TAT|ONONACT|011VVA|VER�EXPORT. No actlon, regardless of form, arlslng out of any transactlon to whlch these terms and condltlons are appllcalble may be brought by the Buyer more than one year after the cause of actlon has accrued. WaiverbySenoyonfo breach nfany pmvioinnhereof ohoUnot bedeemed owaivernffuture cnmp|ioncetherewithand such pmviminnohoUmmoininfuUIbmeand effect. Buyer wlH not export or re-export, dlrectly or lndlrectly, the Products, or any technlcall lnformatlon related thereto, or any dlrect products therenttnonydeotinotinnnrperonnpmhibitednrmothctedbytheexpnrtcnntm||owoondmgu|ohnnonftheUnitedStateo.withnutthephnr outhnrizotinnfrom the oppmpriotegnvemmenta|outhnritieo. 13. APPL|CABLELAV AH rlghts and obfigatlons of the partles hereto shaH be governed by the lnternall laws of the State of Callfbrnla, withnutregard tnthe phncip|eonfcnmityand cnnfl'ictonflaws pmvioinnonfony]uhodictinn.The porieodimc|oimopp|icotinnnfthe United Nohnnm Convention on Contracts Ibr the |ntemohnno| Salle nfGoods. 14. SOLE AGREEMENT. Thimwhtingand any quntahnnform pmvidedbySenoyoare intendedbythe porieoomofino|and complete expmominnnftheiragreement withrespect to the Products, and ohoUsupersede oUphnrunderotandingm.whhngm.negnhohnnoand ogmementowith respect thereto. The terms and conditions set out hemin may be amended only by writing signed byduly outhnhzed agents nfthe portleo. The express terms hereof shaH not be varled by any course of deallng, performance or usage of trade. Any dfferent.cnnflicting or addltlonall terms ln any purchase order, document or the Re provlded or offered by the buyer are hereby expressly rejected. Iltandlng the forgolng, the terms and condltlons of thls wrltlng shaH not supersede (but may supplement) the terms ofexlsfing wrltten agreements between Buyer and Sensys slgned by both parbes relafing to products, servlces or obfigatlons other than as relatlng to the Products, nor shaH they supersede (but they may supplement) exlsfing agreements between Buyer and Sensys slgned by both parbes estalMlshed to govern the terms of a conflnulng commerclall relatlonshlp between Buyer and Sensys. AH of the terms and condltlons hereof shaH be deemed severable. The unenforcealblfity, Hlegallty or lnvalldlty of any provlslon hereof shaH not affect the enibrcealblfity, legalllty or vo|iditynfany other, further nroddihnno|pmvioinnhereof, oUnfwhichohoUmmoinvo|id.bindingand enibrceob|einaccordance withtheir terms. 15. R|8HTS OF THIRD PARTIES. ll ln these terms and condltlons, whether express or laiplled, ls lntended to confer any rlght or remedy under or by reason of these terms and condltlons on any person other than the Buyer and Sensys and thelr respective successors and assigno.nor ioonythingheminintendedtom|ievenrdiochorgethe nb|igabnnnr|iobi|hynfany thirdperson tnBuyer nrSensys.Thls Agreement ls not asslgnalble by Buyer any such purported asslgnment shaH be nuH and vold.