HomeMy WebLinkAboutGEOGRAPHIC INFORMATION SYSTEMS - 1992-07-06 ;, n CITY OF HUNTINGTON BEACH
$5)
��- 2000 MAIN STREET CALIFORNIA 92648
OFFICE OF THE CITY CLERK
CONNIE BROCKWAY
CITY CLERK
July 21 , 1992
Utility Graphics Consultants Corp.
6200 South Syracuse Way
Suite 222
Englewood, Colorado 80111
Attn: Mark L. Epstein
The City Council of the City of Huntington Beach at the regular meeting
held Monday, July 6, 1992, approved. Amendment No. 1 to Agreement between
the City of Huntington Beach and Utility Graphics Consultants Corporation
for professional computer graphics and management consultant services.
Enclosed is an executed copy of the agreement for your records.
Connie Brockway
City Clerk
CB:bt
Enc.
(Telephone:714-536-5227)
I - 'Cd NVL9 - II Z6-9I-LO
ZO'd 17110.1
CERTIFICATE OF INSURANCE: REVISED CSR CP 07/1j/92
PRODUCER THIS CERTIFICATE 1S ISSUED AS A MATTER OF INFORMATION ONLY AND
Freharg & Company, Inc. CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
1675 Broadway, Suite 2210 POLICIES BELOW.
Denver, CO
80202- COMPANIES AFFORDING COVERAGE
PHONE 303-571-4235
INSURED COMPANY LETTER A Reliance Insurance Company
Utility Graphics Consultants COMPANY LETTER B
Corporation
6200 S. Syracuse Way, #222 COMPANY LETTER C
Englewood CO
80111 COMPANY LETTER E)
COMPANY LETTER E
> COVERAGES <_____==...... .a===== ___.,_,_
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW NAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY
PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION of ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT To
WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO
ALL TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPE of INSURANCE POLICY NUMBER POLICY EFF POLICY EXP LIMITS
LTR DATE DATE
GENERAL LIABILITY GENERAL AGGREGATE 2, 000, 000
A r0 COMMERCIAL GEN LIABILITY QB167044751 06/07/92 06/07/93 PROD-COMP/OP AGO. 2, 000, 000
( ] CLAIMS MADE (X] OCC. PERS. & ADV. INJURY 1,000,000\
( I OWNERS'S & CONTRACTOR'S APPROVau AS TO)10; EACH OCCURRENCE 1, 000, 000
PROTECTIVE GAIL . I TON FIRE DAMAGE
( I CITY AT, ORN ,Ey (ANY ONE FIRE) 200, 000
By
I I : �� ` MED. EXPENSE
Depot Cit (ANY ONE PERSON) S,000
AUTOMOBILE LIAB COMB. SINGLE LIMIT 1,000, 00
A ( ] ANY AUTO 0167044751 06/07/92 06/07/93 BODILY INJURY
( I ALL OWNED AUTOS (PER PERSON)
I I SCHEDULED AUTOS
(X) HIRED AUTOS BODILY INJURY
A NON-OWNED AUTOS (PER ACCIDENT)
( I GARAGE LIABILITY
( I PROPERTY DAMAGE
EXCESS LIABILITY EACH OCCURRENCE 1, 000, 00'
A IO UMBRELLA FORM QU167044702 06/07/92 06/07/93
( I OTHER THAN UMBRELLA FORM AGGREGATE 1, 000, 00
X 'STATUTORY LIMITS
A WORKERS' COMP QC167044750 06/07/92 06/07/93 EACH ACCIDENT 500, 000
AND DISEASE-POL. LIMIT 500, 000
A EMPLOYERS' LIAB QC167044750 06/07/92 06/07/93 DISEASE-EACH EMP. 500, 000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
Certificate Holder Named as Additional Insured (as their interest may
appear) - does not apply to Workers Compensation
> CERTIFICATE HOLDER <______________;_____...........> CANCELLATION =_________
= SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX.
= PIRATION DATE THEREOF, THE ISSUING COMPANY WILL 11✓BSIM 9CX MAIL 110
The City Of Huntington Beach = DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
TAX 71 374 1591 = t :4- '1 �Y4 ,�. ,. .4.._,. . .,.�►,� » �x
Attn: Liana Nakasone I.,• , -;•,�; ' .w: -: •_- •+
2000 Main Street -
Huntington Beach CA = AUTHORIZED REPRESENTATIVE
92648 = 0--tJ_ & 6- --C-'0#2/6<;9
ACORD 25-S (7/90)
. EO'd 926E TLS £0 T **** 00b-dI1 471dUhkd 0;)a £2:ZT E56Ti9T/2
AMENDMENT NO. 1 TO AGREEMENT BETWEEN THE
CITY OF HUNTINGTON BEACH AND
UTILITY GRAPHICS CONSULTANTS CORPORATION
FOR PROFESSIONAL COMPUTER GRAPHICS AND
MANAGEMENT CONSULTING SERVICES
THIS AGREEMENT is made and entered into this 6th day
of July , 1992, by and between the CITY OF HUNTINGTON
BEACH, a municipal corporation of the State of California,
hereinafter referred to as "CITY, " and UTILITY GRAPHICS
CONSULTANTS CORPORATION, a Colorado corporation, hereinafter
referred to as "CONTRACTOR" or "UGC. "
WHEREAS, CITY and CONTRACTOR are parties to that certain
contract, dated Aug 6 . , 1990, entitled "Agreement Between
the City of Huntington Beach and Utility Graphics Consultants
Corporation for Professional Computer Graphics and Management
Consulting Services; " and
Since the execution of the original contract, CITY desires
to request additional work from CONTRACTOR and CONTRACTOR has
agreed to perform such work; and
CITY and CONTRACTOR wish to amend the original contract to
reflect the extra work to be performed by CONTRACTOR and the
additional compensation to be paid in consideration ,thereof by
CITY to CONTRACTOR,
NOW, THEREFORE, it is agreed by and between CITY and
CONTRACTOR as follows :
1. ADDITIONAL WORK
CONTRACTOR shall provide CITY those additional
services reflected in Attachment "A" hereto dated June 5, 1992 .
- 1 -
2. ADDITIONAL COMPENSATION
In consideration of the additional services described
in Section 1 above, CITY agrees to pay CONTRACTOR such
additional sums as billed by CONTRACTOR at the rates reflected
in Addendum A and B of Attachment "A" for performing such
services . Billings will be rendered monthly for services
performed and reimbursement of costs incurred in the preceding
month. The aggregate amount payable for said additional
services shall not exceed Eighty-Nine Thousand, Eight Hundred
Fifty-Nine Thousand ($89, 859) Dollars without further express
authorization of the City Council.
3 . REAFFIRMATION
Except as specifically modified herein, all other
terms and conditions of the Agreement shall remain in full
force and effect.
(PAGE END)
- 2 -
F-
IN WITNESS WHEREOF, the parties hereto have executed this
amendment as of the date first above written.
CONTRACTOR: CITY OF HUNTINGTON BEACH,
UTILITY GRAPHICS A municipal corporation
CONSULTANTS CORPORATION of the State of California
By:
Glenn Montgomery Mayor
Its : President
By:
Mark L. Epstein
Its : Vice-President
ATTEST: APPROVED AS TO FORM:
City Clerk /&,1-- City Att rney/� 6T n- 1-
REVIEWED AND APPROVED: I T ED D
OVED:
City Admi istrator Ch of o m nistrative
Services
- 3 -
r
' ;-_��i-'�� 6: 1 F;I _
IN WITNESS WHEREOF, the parties hereto have executed this
amendment as of the date first above written.
CONTRACTOR: CITY OF HUNTINGTON BEACH,
UTILITY GRAP ICS A municipal corporation
CONSULTANT RPORAT of the State of California
"\--74-44114'
By:
Glenn ornery Mayor
t s : ' nk_
By:
Mark L. ,-5. :AZ-71------)
ps
Its :
Stcfc4tivy
ATTEST: APPROVED AS TO FORM:
4141(.4i
-9-9L
City Clerk City Att rney 6_ n_y z_.
REVIEWED AND APPROVED: IN ED D: OVER:
i
am, �.
_ ,
if .--,.--------- )
...,,,,
City Admi strator Ch of o m ni trative ,„. '
Services
- 3 --
i
iki•-rfkki- tAE
June 5, 1992
•
•
Mr. Jerry Bramlctt
Manager
Information Services
City of Huntington Beach
2000 Main Street
Huntington Beach, CA 92648
Dear Jerry:
Attached are revised versions of Addendum A and Addendum B, incorporating the changes that
you requested. These contract extensions will allow UGC Consulting to provide continuing
technical assistance to the City in the following areas:
• Addendum A -Pilot Project Implementation Assistance
• Addendum B - Communications Study
I have provided two executed copies of the document. Please return one signed copy to us and
we will proceed with the appropriate activities. You will note that each addendum requires your
signature and that of the Project Director.
•
We appreciate the opportunity to work with the City and its GIS Project Team. We look forward
• to beginning this new work.
•
Sincerely,
UGC Consulting •
j/, , /
Bart E. Elliott
Associate Principal Consultant
Attachments
cc: John M.Kelly
•
•
6200 South Syracuse Way
Suite 222
Englewood,Colorado 80111
303 773 6166
•
•
City of Huntington Beach
Pilot Project Implementation Assistance
UGC Consulting Professional Services Proposal
Proprietary and Confidential Addendum A
ADDENDUM A
PILOT PROJECT IMPLEMENTATION ASSISTANCE
Subject: Contract Extension for UGC Consulting
The following details the work tasks which UGC Consulting will provide relative to pilot project
implementation.
TASK 1: DATA CONVERSION VENDOR NEGOTIATION ASSISTANCE
1.1 Through one or more teleconferences with both the City and the chosen conversion
vendor, develop a list of issues to be discussed and resolved at a contract negotiation
session.
1.2 Schedule, attend, and play an active role in a one-day negotiation session. (Note: Holding
this session at the offices of the conversion vendor might be considered. This would have
the added benefit of allowing the City to see the vendor's facilities.)
1.3 The City will play the primary role in developing this contract, with UGC Consulting
acting in a review function. Subsequent details and "sticking points" would conceivably
be resolved through teleconferences.
TASK 2: PHYSICAL DATABASE DESIGN
2.1 UGC Consulting will develop a draft physical database design document for ARC/INFO
software. This will incorporate the database elements generated as a component of the
Strategic Implementation Plan and as listed in the Data Conversion RFP. A draft of the
database design will be delivered for the City's review.
2.2 After time is allowed for the City's review of the draft database design, UGC Consulting
will attend a half-day review session on-site.
City of Huntington Beach
Pilot Project Implementation Assistance
UGC Consulting Professional Services Proposal
Proprietary and Confidential Addendum A
2.3 As a result of the above meeting, revisions as appropriate will be made and the final
database design will be delivered to the City and to the data conversion vendor.
TASK 3: DATA CONVERSION KICKOFF MEETING
3.1 An agenda will be developed and arrangements will be made for a"kickoff' meeting with
the data conversion vendor. The meeting would be held approximately two weeks
following the signing of the contract; this time would be provided to the conversion
vendor to give him time to develop schedules and high-level document procurement/
scrub/conversion issues.
3.2 Attend a one-day meeting and discuss the issues relevant to getting the vendor started off
in the right direction. These would include the physical database design, the nature of the
source documents, scrub required, timing of deliverables, acceptance criteria, method of
edit call disposition, conversion methodologies requisite to meet graphic specifications,
mutual points of contact, status reporting responsibilities,etc.
3.3 Documentation of the issues discussed and resolved at this meeting will be provided by
UGC Consulting for mutual concurrence by the City and the data conversion vendor.
TASK 4: DEVELOPMENT OF QA/QC PROCEDURES
4.1 Based on an understanding of the source documents, the ARC/INFO software package,
the physical database design, and the procedures being utilized by the data conversion
vendor, develop a draft document of procedures that the City will utilize in checking the
accuracy of the data delivered in the pilot area, including acceptance criteria.
4.2 Submit the draft QA/QC Procedures document to the City for review and hold a telecon-
ference review.
4.3 As a result of the teleconference review and discussion, make the appropriate revisions to
what will become a "working" document to be utilized by the City throughout the data
conversion effort_
City of Huntington Beach
Pilot Project Implementation Assistance
UGC Consulting Professional Services Proposal
Proprietary and Confidential Addendum A
4.4 UGC Consulting will spend one day on-site training City individuals on the use of these
procedures. (The City will perform the actual checking of the data, incorporating the
expertise obtained from their recent ARC/INFO training.)
TASK 5: PILOT PROJECT APPLICATIONS PLANNING
5.1 A teleconference will be held with the City to discuss a list of applications that might be
considered for implementation as a component of the pilot project. The intent is to
develop a pilot project that is more than just the receipt and acceptance of data. Three or
four simple, straightforward, yet highly "visible" applications would be agreed upon. In
this way, the GIS can be demonstrated and "sold" to the City as a whole and support for
full conversion of the remainder of the City could be obtained.
5.2 A brief, concise document will be developed which lists these applications and a high-
level summary of the resources anticipated to implement them.
TASK 6: PILOT PROJECT PLANNING SESSION
6.1 UGC Consulting will incorporate the conversion vendor's delivery schedule, the charac-
teristics of the physical database design with respect to data element departmental
responsibilities, previously discussed source document procurement issues, requisite
QA/QC procedures for data acceptance, and the agreed upon pilot applications. UGC
Consulting will develop a strategy of the resources required on the part of the City to
adequately address these items.
6.2 UGC Consulting will mediate a pilot project planning workshop with the City at which a
consensus will be reached on how the City personnel will meet these requirements.
TASK 7: PILOT PROJECT DATA DELIVERABLE ASSISTANCE AND EVALUATION
7.1 Upon delivery of the pilot area data from the data conversion vendor, UGC Consulting
will spend up to two days on-site orchestrating the activities of the City's GIS personnel.
(Presence of the data conversion vendor on-site upon data delivery is a component of the
Data Conversion Technical Specifications/RFP and this would occur simultaneously with
City of Huntington Beach
Pilot Project Implementation Assistance
UGC Consulting Professional Services Proposal
Proprietary and Confidential Addendum A
UGC Consulting's presence under this subtask.) The overall intent here is to assure that
the City understands how to download the pilot data onto their system, that the data is not
corrupt in any way, and how to access and manipulate the data once it is on the system.
The remainder of the time would be spent orchestrating the QA/QC effort and assisting in
the initiation of the pilot area applications.
7.2 Once the pilot area data has been accepted and the pilot applications implemented, UGC
Consulting will develop an agenda for evaluating the pilot area. This will include a
discussion of the quality of the data, changes needed to the physical database design,
programmatic changes in the conversion vendor's methodologies, personnel resources,
etc.
7.3 A workshop will be held on-site to discuss these issues and action items for their disposi-
tion.
7.4 (OPTIONAL) UGC Consulting will develop and.deliver to the City software that can be
invoked and used to demonstrate the pilot area data and a sample of the analytic
capabilities of the GIS. This pilot "demo" package could conceivably be used to
demonstrate to City management, City Council members, other departments and
individuals, etc., in order to "sell" the capabilities and potential of the GIS and the pilot
area data set.
This optional task-will consist of the following activities and deliverables:
- Based on UGC Consulting's knowledge of the database contents and capabilities of
the GIS software, a step-by-step "script" for displaying different data in different
ways and demonstrating some analytic capabilities will be drafted and delivered to
the City for review. A teleconference with the Project Team will be held to discuss
any questions that arise upon their review of this script and any changes that need to
be made. This script will describe a "demo" that will be no more than 15-20 minutes
in duration.
City of Huntington Beach
Pilot Project Implementation Assistance
UGC Consulting Professional Services Proposal
Proprietary and Confidential Addendum A
- Based upon an approved script, UGC Consulting will write the actual software to
perform this demo. The software will consist of a series of ARC/INFO macros (Arc
Macro Language or AMLs) which will create a "point-and-click" menu environment
on the workstation screen. In this way, only a minimal amount of time will be
needed for an individual to run the demo. (The demo will not require detailed, tech-
nical expertise at a command line level of the ARC/INFO software.) The demo
software will be delivered to the City on a medium that is compatible with the City's
purchased hardware.
- UGC Consulting will deliver the demo software on-site and download it, instructing
the City individual in the process and how to invoke it. The demo will be tested to
assure that it works in the City's environment. A "walk-through" of how to use the
software will be performed. The software will become the property of the City.
- UGC Consulting will attend one demonstration session (to the City Council, for
example) and be available to answer any questions or address issues that might arise.
From this point forward, it is envisioned that the Project Team will be able to run the
demo software themselves and utilize it for several subsequent demonstrations.
City of Huntington Beach
Pilot Project Implementation Assistance
UGC Consulting Professional Services Proposal
Proprietary and Confidential Addendum A
COST ESTIMATE
UGC Consulting proposes to accomplish this work at the cost outlined below.These prices reflect
labor and estimated expenses.
COST ESTIMATE BY TASK
Labor Expense Task
fait Cast Total
Task 1:
Data Conversion Vendor
Negotiation Assistance $5,390 $1,213 $6,603
Task 2:
Physical Database Design $14,520 $3,267 $17,787
Task 3:
Data Conversion
Kickoff Meeting $3,430 $772 $4,202
Task 4:
Development of QA/QC
Procedures $11,040 $2,484 $13,524
Task 5:
Pilot Project
Applications Planning $8,470 $1,906 $10,376
Task 6:
Pilot Project
Planning Session $4,870 $1,096 $5,966
Task 7:
Pilot Project Data Deliverable
Assistance and Evaluation $5,750 $1,294 $7,044 •
TOTAL $53,470 $12,032 $65,502
City of Huntington Beach
Pilot Project Implementation Assistance
UGC Consulting Professional Services Proposal
Proprietary and Confidential Addendum A
OPTIONAL TASKS
Labor Expense Task
Qat SQI T 1
Task 7.4:
Demo Script $11,720 $2,637 $14,357
UGC Consulting will invoice the City of Huntington Beach monthly based on percent task
completion and direct expenses at. cost in accordance with general accepted information
management consulting contract practices. Payment is due upon receipt of invoice with an
interest charge of 2 percent per month on any unpaid balance over 30 days.
SCHEDULE
UGC Consulting will provide a detailed schedule upon execution of this contract extension. Any
changes in schedule can be mutually agreed to in writing by the City of Huntington Beach GIS
Project Director and the UGC Consulting Project Director.
•
City of Huntington Beach
Pilot Project Implementation A.:.;.....:.ice
UGC Consulting Professional Services Proposal
Proprietary and Confidential Addendum A
•
The blanks below provide for the ekecution of the contract. Our current contract requires signa-
ture by both Project Managers/Directors to execute a contract extension. In addition, I have
included blanks for authorized signatures for both parties.
I agree to the following contract extensions:
ACCEPTE I BY:
UGC :i nsulting • City of Huntington Beach
ovi
Jerry Branzlett
P a 1 Manager,Information Services
r 1� /pp
Date Date
bad S-gezaRr
Bart E.Elliott City of Huntington Beach
Project Director Project Director
6
Date Date
$'?:
•
City of Huntington Beach
Communications Study
UGC Consulting Professional Services Proposal
Proprietary and Confidential Addendum B
ADDENDUM B
COMMUNICATIONS STUDY
The following details the work tasks that UGC Consulting will provide relative to conducting a
communications/networking study.
TASK 1: REVIEW PREVIOUS DOCUMENTS
1.1 The City of Huntington Beach Project Manager will forward to UGC Consulting a copy
of the City's recent conceptual/preliminary networking proposal to include a sample
network configuration, and all associated backup materials, studies, surveys, vendor
technical sales information, and detailed cost spreadsheets relating to city-wide network-
ing to date.
1.2 UGC Consulting will review the documents prior to conducting an on-site work session.
TASK 2: PROJECT ORIENTATION,DATA GATHERING, AND BRIEFING
2.1 Conduct a one-day work session with the City of Huntington Beach Communications
Project Team to review and assess activities to date.
2.2 During a one-day session, conduct a series of interviews with key departments to gather
information to identify functional requirements and data-sharing issues. During the
interviews, gather information regarding the utilization of the current communication
system and methods of operation, as well as hardware/software resources, and other
pertinent information.
2.3 Based on the results of the previous work session, conduct a half-day briefing with the
Communications Project Team to review the issues associated with communications
needs at the City and to resolve outstanding issues.
City of Huntington Beach
Communications Study
UGC Consulting Professional Services Proposal
Proprietary and Confidential Addendum B
TASK 3: COMMUNICATIONS TECHNICAL SPECIFICATIONS
3.1 Develop and deliver technical specifications for a communications document to the City
of Huntington Beach Project Manager. These specifications will include a communica-
tions network design that will satisfy the requirements of all the potential users address-
ing such issues as wiring, communications hardware/software standards, site preparation,
physical layout, and location of equipment. All elements shown in Appendix A will be
addressed, analyzed, and responded to per Appendix A.
3.2 Review the technical specifications document with the Project Team via teleconference,
or meet personally with the City's Networking Committee, at the City's out-of-pocket
expense if deemed necessary by the City's Project Manager.
3.3 Upon a synergistic resolution of all issues, UGC Consulting will create and provide the
City with a document to serve as the detailed tailored specifications for an RFP written in
as generic terms as possible.
COST ESTIMATE
UGC Consulting proposes to accomplish this assignment for a lump sum cost of$10,000 which
includes labor and expenses except as shown in 3.2 above. UGC Consulting will invoice the City
of Huntington Beach upon delivery of the technical specifications document. Payment is due
upon receipt of invoice with an interest charge of 2 percent on any unpaid balance over 30 days.
City of Huntington Beach
Communications Study
UGC Consulting Professional Services Proposal
Proprietary and Confidential Addendum B
APPENDIX A TO ADDENDUM B
NETWORK STUDY REQUIREMENTS
UGC Consulting shall be given the current City Networking study/concept and all related
material, including the following:
• Network standards
• User counts
• Applications
• Security requirements
• Necessary dissimilar/similar system interface
The followingsequence of tasks shall be performed:
q
1. Analyze networking concerns/issues/questions (C.I.Q.) below.
2. Explain and/or make recommendations on approach (preferable, multiple recom-
mendations with cost) or sanction the City's preliminary concept.
3. Synergize UGC Consulting findings/recommendations with City Networking
Committee.
4. Create final specification/approach
5. Create generic networking RFP.
City of Huntington Beach
Communications Study
UGC Consulting Professional Services Proposal
Proprietary and Confidential Addendum B
CONCERNS, ISSUES, QUESTIONS (C.LQ.)
1. Use of unshielded twisted pair (UTP) vs. Coax? Cabling horizontally on sub-LANs
regarding at a minimum the issues below.
a. Flexibility e. Start topology
b. Patch panels f. Trouble shooting
c. Cost g. Toleco wall connectors
d. Maintenance
2. Fiber Distributed Data Interface (FDDI)
a. Where should conversion of 10 BASE-T (10MPS) to FDDI (100MPS) occur and
cost considerations.
b. FDDI vs. FDDI/DX (opposing dual ring), issues and cost considerations
depending on 2(a) above.
c. Fiber size 62.5 micron vs. 200 micron and cost considerations.
3. The Need for Network Management. Make recommendations on the need for, the
location of the following issues and any significant cost issues.
a. Dedicated workstation (PC) with hard disk for network management.
b. Use Statistics needs.
c. Routing, initial, and ongoing change handling.
d. Security.
e. Trouble shooting.
City of Huntington Beach
Communications Study
UGC Consulting Professional Services Proposal
Proprietary and Confidential Addendum B
b. LAN configuration and routing considerations and costing, i.e., workstation
department LAN desiring central storage, for example, Council Agenda items?
c. Use of Simple Mail Transmission Protocol (SMTP) considerations.
10. RFP Weighting Recommendations
a. Design %
b. Cost %
c. Vendor %
11. Information Systems Network Staffing
a. Address reorganization to support more than 200 users regarding installation,
training and on-going support of hardware and software, specifically regarding word
processing, electronic spreadsheet, E-Mail and network management.
•
City of Huntington Beach
Communications Study
UGC Consulting Professional Services Proposal
Proprietary and Confidential Addendum B
4. Universal Network Management Protocol
a. SNMP vs. CMIP (OSI)
1. SNMP can see through routers (network layer)?
2. CMIP can only see through bridge (data link layer)?
b. Does any vendor really have a universal product that can be of real use at backbone
level?
5. TCP/IP vs. OSI Protocol Issues
a. Availability of OSI?
b. Emerging and/or filter product?
c. Related protocols necessity?
1. SMTP (simple mail)
2. TELNET (terminal emulation)
3. FTP (file transfer)
6. Convert Technology NGEN Microprocessor Connectivity (UNISYS B28-38).
Expensive vs. phase-out? Interim operational mode?
7. Miscellaneous Networking Issues. Present pros and cons, recommended approach and
cost considerations for each subject below:
a. Conversion of Ethernet to fractional T1 for remote sites and cost?
b. UNISYS T27, (MT) terminal emulation product (ICC, CORE, etc.) and costs?
City of Huntington Beach
Communications Study
UGC Consulting Professional Services Proposal
Proprietary and Confidential Addendum B
c. Traffic segregation capabilities to allow selective message routing such as allowing
E-Mail, word processing, and file transfer through backbone and limiting local LAN
traffic and cost considerations?
d. The use of smart concentrators ability to run FDDI over copper STP to the desktop.
e. Use of a PC as a hub vs. a pure hub at horizontal sub-LANs.
f. Hub vs. concentrators on horizontal sub-LANs, define locations for each.
g. Router vs. bridge as backbone device, vs. router/bridge, in terms of:
1. Traffic suppression/traffic
2. Cost
3. Flexibility
4. OSI layer involved
h. Need for repeaters or expanders?
1. Where/why
2. Time-out problem considerations
i. Necessary Gateway tools and where.
j. Virus control software recommendations, procedures, and location.
8. Wang Word Processing Replacement
a. Conversion of existing Wang libraries to WordPerfect 5.1.
City of Huntington Beach
Communications Study
UGC Consulting Professional Services Proposal
Proprietary and Confidential Addendum B
b. Philosophy of Central word processing server. -
1. Standards
a. File naming
b. Formatting
c. Macros
2. Backup server
3. Backup/archiving device
4. Uninterruptible power supply (UPS)
5. Security can still be maintained
6. Performance monitoring/tuning
7. Disk management
8. User support and training
9. User ability to use local disk, a user option
10. Document transfer between departments
11. Printer sharing/routing
c. Use of near on-line archive disk storage for semi-retired documents.
d. Special high-speed I/O and caching for central hard disk.
e. Central hard disk storage capacity.
f. Printer sharing software requirements.
9. Electronic Mail
a. Concurrent execution of E-Mail with word processing on same server -pros, cons,
cost considerations?
REQUE= FOR CITY COUNCI ACTION
Date June 24, 1992
Submitted to: Honorable Mayor and City Council
Submitted by: Michael T. Uberuaga, City Administrat 7 ,l
Prepared by: � � •
Robert Franz, Deputy City Administrator
Subject: Geographic Information Systems (GIS) Ve ,SI
APPROVED B O NCIL
- 6 19.L
Consistent with Council Policy? k ] Yes [ ] New Policy or Exception
Statement of Issue, Recommendation,Analysis, Funding Source,AlternativeActiatiactuzza
Statement of Issue: The next step in converting existing City maps
and geographic based information to an automated, city wide data base
is the selection of a vendor for computer hardware and software and to
enter into phase III with the city's GIS consultant.
RECOMMENDATION: 1. Approve the attached contract with Environmental
Systems Research Institute (ESRI) to provide computer hardware and
software for the implementation of a Geographic Information System,,,
• (GIS) . 2. Approve amendment #1 to Contract with Utility Gr.anhir$
Corporation., The original contract was approved on August 6, 1990.
ANALYSIS: In August of 1990, the City Council approved a contract
with UGC Consulting of Englewood, Colorado to provide the city with an
independent report and cost analysis regarding the feasibility of
implementing city-wide GIS capabilities. Subsequently, UGC's report
documenting current costs of $1,798,852 per year for manual mapping,
and geographic record activities by the City, was submitted to the
City Council. The GIS automation project was approved in January of
1991. A request for proposal (RFP) was issued for the GIS hardware and
software, and, after several months of analysis, review, site visits
and user contacts regarding the top three vendors, the city staff has
selected ESRI as the vendor who can best meet the City's needs. This.
recommendation is the conclusion of the three staff groups.:
• GIS technical/user committee
• Information Systems Steering Committee
• Department Heads/Administration
•
PIO 5/85
REQUEST FOR COUNCIL ACT
Geographic Information Systems Vei Selection
ESRI is the second lowest bidder. (see attachment "2") Genasys is
the low bidder but submitted a very poor bid response, is a relatively
small firm, and has a questionable financial condition. Intergraph is
the high bidder. For the reasons above and other detailed
considerations, the city staff is recommending ESRI as the vendor
best qualified to provide hardware and software for the successful
implementation of GIS technologies with a minimum of risk and a
maximum of future flexibility. Additional selection criteria is
described in attachments 3 and 4 .
The GIS pilot project will cost an estimated $300, 000 of which the
hardware and software provided by ESRI under the proposed contract
will total $111,500. After approval of a hardware/software vendor,
design of the database can be completed. Next, proposals will be
solicited from vendors who specialize in data conversion, or base map
creation and data linkage. (see attachment 5)
FUNDING SOURCE: The 1991-92 budget included $300, 000 to fund the
recommended pilot project. These funds have been carried over to the
1992/93 budget. Both the hardware and software costs and the data
conversion costs are included in the $300, 000.
ALTERNATIVE ACTION:
1. Direct staff to select another bidder.
2 . Continue city-wide operations a without GIS using manual and
often duplicated mapping approaches without a centralized
base map and the benefits of automated analyses.
ATTACHMENTS:
1. Project Description
2 . Cost Summary (by vendors)
3 . Selection Criteria Summary
4. Sensitivity Analysis (UGC) (summarizing/scoring of all
selection phases with variable weighting percentages)
5. Implementation Schedules;
- Entire GIS Project Schedule
- Cost Estimates-
6. GIS Pilot Project Budget 1992-93
7. Proposed Contract with ESRI
8. Proposed Contract with UGC
Attachment 1
City of Huntington Beach
GEOGRAPHIC INFORMATION SYSTEMS (GIS) PROJECT
DESCRIPTION
DESCRIPTION
This project will provide a computerized map of Huntington
Beach. Every piece of property in the City will be identifiable
in the data base map, including location of all facilities
__ (within a two foot accuracy) such as buildings, water lines,
sewer lines, utility lines, traffic signals, fire hydrants,
manholes, streets, alleys, sidewalks, parking lots, catch basins
and utilitypoles. Parcel boundaries will be mapped, as will
street centerlines, right of ways, and parcel information such as
owner, address, zoning and tract numbers.
COST/BENEFIT
The systems will cost a total of about $2.5 million{
including staffing for implementation, and will be inst
alled over
three to four years. The cost to manage existing manual records
systems has been estimated to total $1.8 million per year by the
independent consulting firm Utility Graphics Consultants (UGC) of
' Englewood, Colorado. UGC estimates an annual savings of over
$350,000 upon full implementation of a GIS system. In addition,
a fee will be established for use of the new system by
developers, real estate firms, and others needing access to
public information on the GIS system. Fee revenue, plus the
potential use (for a fee or negotiated price) of the entire
mapping system by utility companies, could recover much of the
cost of the system. Even without a significant amount of fee
revenue, UGC has estimated the system will pay for itself by 1997
through savings compared to today's manual systems.
COSTS
•
The $2 .5 million cost estimate includes all costs.
Converting information from thousands of documents into the
computer system is estimated to cost about $500, 000. Computer
hardware and software cost is about $1, 000, 000. Staffing for
implementation in the first 4 years will cost about $800, 000,
training $20, 000 and consultant assistance estimated at $140, 000
(including $95, 000 expended to date) .
Attachment 1
City of Huntington Beach
GEOGRAPHIC INFORMATION SYSTEMS (GIS)
PROJECT DESCRIPTION
(Continued)
INTANGIBLE BENEFITS
In addition to productivity improvements, cost savings, and
potential revenue generation, UGC has identified "intangible
benefits" of a GIS system which are of considerable importance to
the ultimate return on investment:
1. Improve City responsiveness to complaints and citizens'
requests specifically related to geographic and
facilities information.
2. Enhance the current development processing activities
within the City by increasing mapping and geographic
record coordination among. departments.
3. Improve the economic development opportunities for the
City through the improved ability to provide up-to-date,
accurate information to potential developers and
commercial interests.
4. Improved convenience to the public and the centralized
availability of a large variety of geographic information
at any one location.
5. The GIS system, as currently envisioned, approaches the
map and geographic record information management process
on a centralized, corporate basis. One conclusion of
this study is that this technology is desired by many
groups within the City and if the corporate approach is
not taken, many departments will proceed with the
implementation of automated mapping and facilities
management technology on their own. This results in the
duplication of a large amount of work and ultimately
results in significantly higher expenditures of the
technology being borne by the taxpayer.
6. Provision of a community-wide base map which could serve
as a basis for the inventory and location of City
facilities, thereby providing a mechanism for
coordination and management of area infrastructure and- a
basis for community-wide planning.
7. Enhanced ability to quickly and accurately identify and
locate water and sewer facilities (for emergency
situations, replacement programs, etc. ) .
Attachment 1
City of Huntington Beach
GEOGRAPHIC INFORMATION SYSTEMS (GIS)
PROJECT DESCRIPTION
(Continued)
8. Standardization of methods, graphics, maps, and symbols.
9. Decreased reliance of knowledge of particular individuals
__- - (decreased information attrition) .
10: .: Enhanced ability to reference large areas of interest
quickly.
11. Improved communications and coordination.
12. Reduce potential for errors introduced by multiple
postings of changes to records.
13 . Improved staff morale.
I Attachment 2 .1.
. City of Huntington 'Beach
- Cost Summary by vendors from 'RFP response
r Estimated Future Phases Costs"-,
VENDOR . PILOT PILOT PILOT FUTURE FUTURE FUTURE GRAND
PROJECT PROJECT PROJECT PHASES PHASES PHASES TOTAL
HW/SW Maint. TOTAL HW/SW Maint. TOTAL
ESRI $95,434' $52 ,740 $148, 174 $488, 611 $236,745 $725, 356 $873,530
INTERGRAPH 194,474A 49, 672 244, 146 355,927 239,927 598, 854 840, 000
GENASYS 65, 587 49, 611 115, 198 218, 644 206,775 425, 419 540, 617 .
° the proposed contract commits the city and the vendor to the pilot project
only. Future phases costs are estimates based on current plans. actual
hardware/software needs- and costs will be determined after completion of
PILOT PROJECT.
actual Pilot project hardware and software costs following contract
negotiations is $86,752 not $95,434 as shown above, although an additional
workstation and its software, as well as additional training is included in
the recommended contract total of $111,500.
• all training costs to the city were shown in the pilot phase, for
comparison purposes the $194,474 figure, should be approximately $110, 000
to $115,000. .
Attachment 3
City of Huntington Beach
SELECTION CRITERIA SUMMARY
Described below is a narrative of the five evaluation categories
used in the SENSITIVITY ANALYSIS (see attachment /4)
• Technical
• Risk
• Cost
• Site Visits
• Reference
The SENSITIVITY ANALYSIS (SA) allow the individuals in the
selection/decision process to assign different percentage/weights
to. the COST and TECHNICAL categories as these two categories are
deemed to be the most important. Prior to performing the SA, it
was necessary to rate each vendor in the five categories
described below.
Technical
The evaluation rating of how well a vendors hardware/software
product met the specific and detailed requirements of the RFP,
primarily from an "application point of view".
Risk
The evaluators rating regarding probable degree of success
considering user visits, telephone references, support,
responsiveness and financial posture of the vendors.
Cost
Self explanatory (See cost summary contained within Attachment 2)
Site Visits
The evaluators rating/opinion of the degree of satisfaction of
actual user sites after they have implemented a given vendors
hardware/software GIS product. -
Reference
Similar to "Site Visits", although evaluators were not able to
observe the results of an end product visually or get a real feel
for how qualified a user actually was/is.
Attachment 4
City of Huntington Beach
SENSITIVITY ANALYSIS (UGC)
•
Alternatives
1 2 3 4 5 6 7
Evaluation Categories Category Weights for Each Alternative
Technical , 25% 30% 35% 40% 45% 50% 55
1 •
Risk 1 20% 20% 20% 20% 20% 20% 20%
Cost I. 40% 35% 30% 25% 20% 15% 10%
1
Site Visits i 10% 10% 10% 10% 10% 10% 10%
Refs 1 5% 5% 5% 5% 5% 5% 5%
Vendor Normalized Scores Total Weighted Normalized Scores
ESRI 10. 00 . 10.00 6. 19 9. 12 8.48 8. 31 8. 50 8. 69 8.88 9 . 07 9 . 26 9 . 45
Genasys 7.40 9.55 10. 00 9.41 8.48 9. 13 9. 00 8. 87 8. 74 8. 61 8. 48 8 . 34
Intergraph 9. 76 9.16 6.44 10. 00 10. 00 8. 35 8. 51 8. 68 8.84 9. 01 9. 18 9 . 34
First Place Vendor Gen Gen Gen ESRI ESRI ESRI ESRI
Second Place Vendor Int Int ESRI Int Int Int Int
Third Place Vendor ESRI ESRI Int Gen Gen Gen Gen II
1. 00 1. 00 1. 00 1. 00 1. 00 1. 00 1. 00
= . Attachment 5
•
_'ity of Huntington Bead
ENTIRE GIS PROJECT SCHEDULE
Years 1990 1991 1992 1993 1994 199
Activity
Quarters 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 •
I. Complete Strategic Plan
II. Conceptual Database Design „r'
III. Hardware/Software
Procurement mmmommommom •
IV. Detailed Database Design Sir
V. Data Conversion Vendor mom
Procurement
VI. Aerial Photography and Rif -
Ground Control
VII. INITIAL
IMPLEMENTATION
•
(PILOT PROJECT)
VIII. Full Base Map Conversion
•
IX. Applications and Interface
Development
74,,, Activity Length
NE Vendor Solicitation Response Time
• HW/SW Installations and Training
• COST ESTIMATES*
..............................
Cost:. t�y� y•.... ..... !!lt �..... :... ....:.:: Ceti ......
}:.?::•::::..v:::::::::ni:::::x.n...::::::: ..f.::w......,, xvv ::::... ....%.....!•....... .v..:::.+••.:i............ ........r..T�V�i v.:i:.?:i4:{i:ry:i4: ...):
m:i??:4:•�?:.}}???:??::•}?:S:iG:•?:{•}:.}??•{;:i:•.}:v.........•..v.:::}:i•:ii Yi.}:ir.}::•:•;:r:;Y.y:::::.:� . ................: . .............:...... ..
ggio
System $0 $101,000 $269,250 - $292,400 $155,000 $817,650
. Conversion • $0 $108,500 $378,850 $0 $0 $487,350
Training $0 $10,500 $1,900 $7,600 $0 - $20,000
External Support $95,000 $80,000 $0 $0 $0 $175,000
Contingency
:y}?{.;:;:jji%:':}iii'•}}'?:iiv:3}}i}}:rr.:::in.:i. }.h............::v....:.vw::::;- :..:::..:.:..v, ::n.........:... ..:tii::}<jtiti: t.`:i:�:iv;}:;:$:^j:i•..
:::•: Y}:4?iiii?}?•w:y....V. v.n.....:.::....:: .....::::n:w::nxv::....... .x:}:::::.:v:.v?:i}}:'S?.'.:y:::::.::.::::::•v:.:::::::tii�•v:............ ..........v::•,vv.•.,•::.•.•.}??}:{:.??i?:•?}:i::::::::n%'�i.x:::......{:•:n.....i.i:v:::::i;•:.}:::::::.:•. ..:........ ....:::::::�:................:....h..:...v:::vv........:............v:.
�?fii:Sti:
.......................::::x.v::::. ..v.....yr•.vvv::xv:nx.:.:vvvr.v:}i??}i'J.iiv:}i:i'fi.}:h:.... v-.v::.vv.v.:'???:^?i}:... vvv::::.v:::::4.h n .......:..vh:.•:::....:...:..:
Annual Total $95,000 $300,000 $650,000 $300,000 $155,000 $1,500,000
Cumulative Total $95,000 $395,000 $1,045,000 $1,345,000 $1,500,000
Excludes staffing costs
ATTACHMENT 6
City of Huntington Beach
GIS PILOT PROJECT BUDGET
The Pilot Project implements GIS technologies for a two square mile area to;
- test our planned approach
- validate the data base design elements
- develop necessary in-city user expertise
- provide tangible output
the entire city will be paneled, flown and controlled but aerial triangulation and stereo model set-u
will be done only for the pilot two square mile area. Data for all elements/layers will be converte
for just the pilot area
The hardware for the pilot project will consist of;
- 1 each A-type workstation
- 1 each pen plotter
- 1 each screen copy device
-- - 1 each B-type workstation
all with appropriate software tools.
ESTIMATED COSTS:
Tasks Vendor Cost
1. Data Conversion (including ground control,
aerial photography and triangulation as not yet
stated above)' selected $108,500
2. Hardware/Software (Type "A" Workstation with •
pen plotter, digitizer and screen copy device) ESRI $81,500
3. Hardware/Software (Type "C" Workstation) ESRI $19,500
4. Training (advanced training for System ESRI $10.500
Operator and training for two workstation
operators) ESRI $111,500
5. Pilot Project Management and
physical database design UGC $65,000
6. Contingency - $15.000 $80.000
Total - $300,000
Attachment 7
PROPOSED CONTRACT WITH ESRI
The proposed contract with ESRI is on file in the City Clerk's
office and is available upon request.
Attachment 8
PROPOSED CONTRACT WITH UGC
The proposed contract with UGC is on file in the City Clerk's
office and is available upon request.
njEnvironmental Systems Research Institute,Inc.
380 New York Street
Redlands, CA 92373
j a (714) 793-2853
AGREEMENT
between
ENVIRONMENTAL SYSTEMS RESEARCH INSTITUTE, INC.
and
THE CITY OF HUNTINGTON BEACH
CONTRACT NO. 92S0919
NNE 1992
•
A92-S0919/EB 6/17/92
+ -IEnvironmental Systems Research Institute, Inc.
380 New York Street
J a. Redlands, CA 92373
(714) 793-2853
TABLE OF CONTENTS
ARTICLE PAGE
1. SCOPE 1
2. PURCHASE ORDER 1
3. PAYMENT 1
-- - 4. CONTRACT DOCUMENTS 2
5. SCHEDULES 2
6: WARRANTIES 3
7. NOT EXCLUSIVE DEALINGS CONTRACT 4
8. COOPERATION 4
9. SYSTEM SOFTWARE 4
• 10. MAINTENANCE 5
11. INSTALLATION 5
12. NEW EQUIPMENT 5
13. PROJECT MANAGER 5
14. TITLE AND RISK OF LOSS 5
15. TERM 6
16. LIMITATION OF LIABILITY 6
17. INSURANCE 6 •
18. SOFTWARE AND HARDWARE DOCUMENTATION 7
19. CHANGES 7`
20. TERMINATION FOR BREACH ' . ' 7
8
21. DELAYS
22. FORCE MAJEURE 9
23. PATENTS, COPYRIGHTS,TRADE SECRETS, AND
PROPRIETARY RIGHTS 109
24. TAXES
25. NO ADDITIONAL CHARGES . 10
26. INDEPENDENT CONTRACTOR 10
27. BENENI'1-tD PARTIES 10
28. ASSIGNMENTS 10
29. SUBCONTRACTING 10
30. SUCCESSORS AND ASSIGNS 10
31. INCORPORATION OF EXHIBITS 10
32. AMENDMENTS 10
33. WAIVER OF BREACH • 10
34. SEVERABILITY 11
35. REMEDIES 11
36. GOVERNING LAW 11
37. SURVIVAL 11
38. AUTHORITY 11
39. DUPLICATE ORIGINALS 11
40. IMMIGRATION 11
A92-S0919/EB 6/17/92
njEnvironmental Systems Research Institute,Inc.
380 New York Street
n Redlands, CA 92373
(714) 793-2853
ARTICLE PAGE
41. LEGAL SERVICES SUBCONTRACTING PROHIBITED 11
42. CITY EMPLOYEES AND OFFICIALS 11
43. NONHIRE OF CONTRACTOR PERSONNEL 12
44. Rent-a-Tech RATE SCHEDULE 12
45. SOFTWARE UPGRADE 12
46. ENTIRE AGREEMENT 12
EXHIBITS
EXHIBIT A Agreed Upon Hardware, Software, and Services A-1
with Pricing Schedule
EXHIBIT B ESRI Software License Agreements B-1
EXHIBIT C Master Project Schedule C-1
EXHIBIT D Price Breakdown D-1
EXHIBIT E ARC/INFO 6.0 Installation Integration and Acceptance Test E-1
EXHIBIT F Rent-a-Tech Rate Schedule F-1
A92-S0919/EB 6/17/92
E-84 j Environmental Systems Research Institute,Inc.
380 New York Street
J Redlands, CA 92373
(714) 793-2853
ESRI Contract No. 92S0919
City Contract No.
AGREEMENT
This PROJECT AGREEMENT(hereinafter referred to as "Agreement" or "Contract") is
entered into by and between ENVIRONMENTAL SYSTEMS RESEARCH INSTITUTE,INC.
(hereinafter referred to as "ESRI"), a California corporation, with its principal location at 380 New
York Street, Redlands, California, 92373, and THE CITY OF HUNTINGTON BEACH
(hereinafter referred to as "City"), and is effective on the date it is executed.
WITNESSETH:
WHEREAS, City desires to obtain from ESRI ARC/INFO®, the support modules,
hardware, deliverables,and support services required to furnish,install, and make the Project
"Fully Operational" (as defined in Article 6) and to provide support as described in Exhibit A; and
WHEREAS, ESRI is willing to furnish such hardware, software, and support services in
accordance with the terms and conditions stated herein and for the compensation stated herein.
NOW,THEREFORE,in consideration of the mutual covenants contained herein, the
parties agree as follows:
1. SCOPE. ESRI will be providing the City Hardware, Software, and Services to
establish and maintain the City's GIS system. ESRI has been selected pursuant to Section 3.03 of
the Huntington Beach Municipal Code regarding contracts for professional services.
2. PURCHASE ORDER. No authorization for performance of this Agreement is granted
solely by the execution of this Agreement. A valid Purchase Order or Notice to Proceed will be
issued for the Project and will be ESRI's Notice to Proceed. The Purchase Order or Notice to
Proceed will include a Purchase Order number, a price and will reference this Agreement by its title
and number which shall be incorporated as part of this document. Any additional terms or terms
conflicting with this document on the Purchase Order shall be deemed deleted in their entirety.
This deletion will also apply to all future Purchase Orders issued under this Agreement.
Upon completion of the Pilot Project, City will have the option to issue a second Purchase
Order for Phase I. Receipt by ESRI of this second Purchase Order will serve as a Notice to
Proceed on Phase I. Purchase Orders will also authorize ESRI to invoice City in accordance with
provisions of Section 3—Payment.
3. PAYMENT. Payments for all requirements of System software, training,and
equipment furnished hereunder,which are not part of the initial authorization for the Project shall
be due and payable within thirty (30) days of installation date. ESRI shall submit an invoice to
City for each payment due per the billing events schedule set forth in Appendix D. The invoice
will: (1)reference this Agreement; (2) show amount due; and(3) be certified as complete by a
Principal of the firm.
ARC/INFO is a registered trademark of Environmental Systems Research Institute,Inc.
A92-S0919/EB -1- 6/17/92
jEnvironmental Systems Research Institute, Inc.
380 New York Street
Jr,.
Redlands, CA 92373
(714) 793-2853
Itemized pricing for hardware, software, and training are identified in Exhibit A, attached
• hereto.
All payments will be made within thirty (30) days of receipt by City of a documented
invoice. Late payments will be subject to a late payment charge of one and one-half percent -
(1 1/2%) per month up to a maximum of eighteen percent(18%) per year.
If City does not approve all or any portion of an invoice,City shall notify ESRI within ten
(10)calendar days of the receipt of invoice showing good cause why a portion of the invoice is
objectionable. ESRI will be paid for the portion not in dispute.
4. CONTRACT DOCUMENTS. This Agreement shall consist of the following
documents ("Contract Documents")which are listed below, and fully incorporated herein by this
reference. The Exhibits are listed in order of precedence in the event of any conflict or
inconsistency between the provisions of the Agreement and the Contract Documents.
' A. This Agreement and the attached exhibits, as follows:
Exhibit A: Agreed Upon Hardware, Software, and Services with Pricing Schedule
Exhibit B: ESRI License Agreement, Sections I, II, and III with Attachments A and B
• Exhibit C: Project Schedule
Exhibit D: Price Breakdown
Exhibit E: ARC/INFO 6.0 Installation Integration and Acceptance Test
Exhibit F: Rent-a-Tech Rates
B. Purchase Order(s) and/or Notice(s)issued pursuant to this Agreement(subject to
' Article 2, above).
C. ESRI's response to the City of Huntington Beach's original RFP which is hereby
incorporated by reference as though fully set forth herein.
D. The City of Huntington Beach's original RFP which is incorporated by reference as
though fully set forth herein.
5. SCHEDULES. The parties have agreed to integrated schedules(Exhibit C)identifying
time lines required for ordering, shipping,installation, acceptance testing,training, and integrated
Project system evaluation. Revisions to these schedules become effective only upon the mutual
written agreement of the parties.
During the term of the Project the parties will mutually agree to project level schedules and
any subsequent revisions and to acknowledge such in writing.
•
A92-S0919/EB -2- 6/17/92
Environmental Systems Research Institute, Inc.
380 New York Street
J Redlands,CA 92373
(714) 793-2853
6. WARRANTIES.
A. Hardware Warranty
Hardware warranties will be in accordance with its standard policies.
B. Software Warranty
(i) ARC/INFO Software
ESRI warrants that the standard software will conform to the published
specifications as further defined in the response to the City's RFP and will
provide necessary services to promptly correct any reported errors. If ESRI
determines that an error cannot be corrected then a patch or work around will
be provided in a timely manner.
(ii) Custom AMLs
ESRI warrants that any customized software requested by City will conform
the specifications approved by the parties at the time that work is requested and
will provide necessary services to promptly correct any reported errors. If
ESRI determines that an error cannot be corrected then a patch or work-around
will be provided in a timely manner. Other than warranting that the AML
program will perform in accordance with the specifications as stated herein, no
other warranty is provided. The City understands that this software is not
supported or updated by ESRI but may be done under separate written
agreement.
C. Project Guarantee
ESRI warrants that the components of the Project provided to City in Exhibits A
function in conjunction with each other in the operational environment of City,
rovided that the components meet the published vendor specifications. By executing this Agreement, ESRI acknowledges its commitment to successfully
integrate all components of the Project as described herein. In the event the Project
does not perform according to specifications,ESRI shall bear full responsibility for
identifying the hardware or software causing the problem or failure and for
recommending an appropriate course of action. Generally,ESRI will not be
responsible for bearing the costs of identifying the actual cause of the problem or
failure if the hardware or software causing the problem or failure was not provided
by ESRI. In the event that ESRI determines the cause is not related to products or
services provided by ESRI, ESRI shall, after receiving approval from City,
continue investigation of the problem or failure. If it is finally determined that the
cause is not directly related to ESRI-delivered product or services,the City will pay
ESRI for such investigative and problem solution service on a time-and-materials
basis based on ESRI's then applicable published rates.
•
A92-S0919/EB -3- 6/17/92
njEnvironmental Systems Research Institute, Inc.
380 New York Street
n Redlands,CA 92373
(714) 793-2853
D. Fully Operational
A fully operational Project shall consist of the following:
(i) Equipment. All equipment for the Project shall be successfully installed,
powered,on-line, and operational in accordance with manufacturer
specifications.
(ii) Software. All licensed software for the Project shall be successfully installed,
interfaced, and operational in accordance with manufacturer specifications.
(iii) Integration. The successful completion of ESRI's tests identified in the
"ARCIINFO Installation Integration and Acceptance Test" (Exhibit D).
If City should require any custom applications,a fully operational Project with
custom applications would also include the following:
Custom Development. The successful completion of installation and testing
performed by ESRI that verifies that custom software, programs, and/or
interfaces are properly functioning in relation to the specifications agreed upon
between the parties.
E. City's Responsibility for Acceptance
Once the Project is deemed be "Fully Operational" by ESRI, performance testing
will begin. Upon successful completion of the thirty (30) day performance period,
City will provide written notice to ESRI that the Project is accepted.
7. NOT EXCLUSIVE DEALINGS CONTRACT. After completion of the Pilot Project,
the parties agree that this Agreement is not intended to be and shall not be construed to be an
exclusive dealings contract between City and ESRI. City may, at its option, issue a second
Purchase Order for Phase I. Receipt of this Purchase Order by ESRI will be a Notice to Proceed
with Phase I.
City has the right to issue additional purchase orders from time to time,subject to Article 2,
and,with respect to each inquiry issued by City requesting a proposal for an item of equipment or
software, to accept or reject any or all bids and to make such award as appears, in City's sole
opinion,to be in City's best interest. City makes no commitment to expand its System by
obtaining additional equipment and software from ESRI.
8. COOPERATION. In order to facilitate the completion of City's System,ESRI agrees
to cooperate fully with City's consultants, by providing any nonproprietary information reasonably
requested.
9. SYSTEM SOFTWARE. All software furnished hereunder shall be part of the System
and shall be furnished under the terms and conditions of this Agreement, including those in
Exhibit B entitled "ESRI Software License" which is attached hereto and made a part of this
Agreement.
A92-S0919/EB -4- 6/17/92
E j
Environment&.,7..ems Research Institute,Inc.
380 New York Street
J J
Redlands, CA 92373
(714) 793-2853
10. MAINTENANCE. All support services and charges to the System during the Project
shall be in accordance with the terms and conditions of this Agreement.
11. INSTALLATION. City will be responsible for completion of site preparation, at least
seven (7) days prior to the hardware delivery date, at its expense, in accordance with vendor's
standard installation instructions.
Installation of the customized software will occur according to a schedule identified in
Exhibit C.
12. NEW EQUIPMENT. The hardware delivered under this Agreement will be of new and
original manufacture.
13. PROJECT MANAGER. Ed Yarish will be appointed as ESRI project manager
("Project Manager") and shall oversee the performance of all requirements set forth herein. If City
is not satisfied with the performance and results of the Project Manager, City may request the
appointment of a new Project Manager, however, the final selection and appointment of any Project
Manager will be subject to ESRI's sole discretion.
14. TITLE AND RISK OF LOSS.
A. Equipment
Title to the equipment shall pass to City upon final payment for the.equipment.
Risk of loss shall pass to City upon delivery of the equipment. ESRI shall have no
security interest in the equipment after final payment by City for such equipment.
B. Standard Software
Title to the ARC/INFO software will remain with ESRI. Risk of loss for all
standard software will pass to City upon installation of the software on the
hardware. Upon City's request for replacement of any software media which is
lost or damaged after installation of the software,ESRI will provide such
replacement no later than fifteen (15) days after receipt of City's request and City
shall agree to pay any standard replacement costs.
ESRI reserves the right to use, for any purpose, any programming tools, skills, and
techniques acquired or used by ESRI in the performance of the services herein.
Nothing in this Agreement shall be construed as restraining ESRI,its employees,
agent, or subcontractors in the use of the techniques and skills of computer
programming and design which may be acquired in the course of performance of
this Agreement.
C. Custom Software (AMLs)
ESRI may, at City's discretion, also deliver custom programs as ARC Macro
Language(AML)'. Macros will be designed for City according to mutually agreed
upon specifications. City will reserve the right to use or modify these customized
ARC Macro Language(AML)is a registered trademark of Environmental Systems Research Institute,Inc.
A92-S0919/EB -5- 6/17/92
ESRI j Environmental systems Research Institute, Inc.
380 New York Street
j a Redlands,CA 92373
(714) 793-2853
macros for City's internal use only. ESRI will retain the right to use, for any
business purpose, any and all programming tools, skills, and techniques acquired
or used during the performance of the services.
D. Ownership of Custom AMLs Developed under Separate Agreement
If City develops additional custom AMLs for the System or if the City contracts
with a third party to develop additional AMLs for the System, then City retains
rights to use or modify the developed AMLs. However,City may, at its sole
option, deliver a copy of the developed AMLs to ESRI for its unlimited use upon
written request by ESRI.
ESRI retains complete ownership to and all proprietary rights in additional custom
AMLs developed by ESRI under the terms of a separate Agreement. AMLs shall
not be the subject of an application for copyright by City. ESRI grants City a
nonexclusive right to use AML programs delivered to City. City may use or
modify such AMLs for any purpose. ESRI retains the right to use for any business
purpose any and all programming tools, skills, and techniques acquired or used by
ESRI in the performance of the services.
15. TERM. The term of this Agreement will extend through completion and acceptance of
the Project for the System. If City exercises its option to proceed with Phase I, then the terms of
this Agreement will be extended through completion of Phase I.
16. LIMITATION OF LIABILITY. In no event will ESRI be liable for a)any incidental,
indirect, special, or consequential damages including but not limited to loss of use, revenues,
profits, or savings even if ESRI knew or should have known of the possibility, of such damages;
b) claims,demands, or actions against City by any person except as provided in Article 23
(Patents,Copyrights,Trade Secrets, and Proprietary Rights); or c) loss of or damage to customer
data from any cause.
The entire liability of ESRI and City's exclusive remedy for damage from any cause related
to or arising out of this Agreement regardless of the action,whether in contract or tort, will not
exceed the total charges paid to ESRI for the product or service which are the subject matter of or
directly related to the cause of action asserted.
The foregoing limitation of liability does not apply to claims for personal injury or damage to
real property or tangible personal property caused by ESRI's negligence.
17. INSURANCE. ESRI shall maintain (and shall require its subcontractors to maintain)
during the term of this Contract, at its expense, policies of insurance providing, at a minimum, the
following coverages the limits and complying with the other requirements, set forth below. Before
work is begun, ESRI shall furnish to The City of Huntington Beach (Attention: Jerry Bramlett,
Manager of Information Systems), a certificate of insurance, signed by an authorized representative
of the insurance carrier, listing the policies,coverage and limits, and certifying that said policies
have been properly endorsed to comply with the below listed requirements
A. Workmen's Compensation in statutory amounts and Employer's Liability with a
minimum limit of$500,000.00 per person.
A92-S0919/EB -6- 6/17/92
•
ESRI j Environmental „, ._sts Research Institute, Inc.
380 New York Street
J Redlands, CA 92373
(714) 793-2853
B. Comprehensive General Liability, including bodily injury, property damage,
• personal and advertising injury and, if applicable, products-completed operations,
with a combined single limit of at least$1,000,000.
C. Comprehensive Automobile Liability, including owned, hired, and non-owned
automobiles with a combined single limit of at least$1,000,000.
D. The insurance policies providing the coverage required in B. and C. above shall be
endorsed to include broad form contractual coverage.
In the event of cancellation,nonrenewal, or any material change to the above policies of
insurance during the term of the Agreement,City shall be given thirty(30) days' prior written
notice(The City of Huntington Beach, Attention: Jerry Bramlett, Manager of Information
Systems)of such cancellation, nonrenewal, or material change.
It is understood that the provisions requiring ESRI to carry said insurance are minimum
requirements and shall not be considered as in any manner waiving or restricting the liability of
ESRI as to any obligations imposed under this Agreement.
18. SOFTWARE AND HARDWARE DOCUMENTATION. Subject to ESRI's published
rates,ESRI shall furnish documentation to City as provided under the provisions of the Contract
Documents. If City requests the replacement of any item of the documentation which is lost or
damaged after delivery to City, ESRI shall furnish such replacement not later than fifteen (15)days
after ESRI's receipt of City's written request therefor, subject to ESRI's standard charges.
Documentation shall be maintained by ESRI in a timely manner to be current and accurate
for the duration of this Agreement.
City agrees to make every reasonable effort to prevent unauthorized duplication of ESRI
documentation by its employees, agents, subcontractors, and so forth.
•19. CHANGES. City has the right at any time to add to or to make changes in the
requirements of this Agreement. City shall communicate such change or addition,express or •
constructive, in writing to ESRI and ESRI shall, before proceeding with City changes,notify City
of any change in the original price, including changes in schedules and delivery, and shall receive
City's agreement thereto. City acknowledges that any such changes or additions could result in
changes to the total cost of the Agreement. Any change not authorized by City shall not be paid.
City shall pay ESRI a charge equal to the additional cost incurred by ESRI as a result of such
change plus a cost for overhead and profit, to be determined solely by ESRI. Upon City's request,
an itemized listing of costs which constitute any change of original price shall be submitted by
ESRI.
• The parties agree that any such change may only be effected by a written amendment and the
issuance of a supplemental Purchase Order to the Agreement, signed by the authorized
representatives of the parties. ESRI will provide no additional products or services except subject
to the terms of a fully executed amendment.
20. TERMINATION FOR BREACH. During the term of the Agreement, City may, by
prior written notice,terminate this Agreement and any purchase order,or any authorization
thereunder,pursuant to this Agreement in the event of a material breach, including anticipatory
A92-S0919/EB -7- 6/17/92
ESR jEnvironmental systems Research Institute,Inc.
380 New York Street
Redlands, CA 92373
J a (714) 793-2853
breach,by ESRI. Failure of ESRI to comply with any of the material provisions of this
Agreement, failure to deliver equipment or software within the time specified, failure to provide
replacement or defective or nonconforming equipment within a reasonable time and failure to
provide City, upon request,with reasonable assurances of future performance shall all be causes
allowing City to terminate hereunder. If it should be determined that City has improperly
terminated hereunder for breach, the parties agree to meet to discuss terms under which the parties
may continue performance. Any advance payments made for terminated equipment shall promptly
be refunded to City.
Except as excused under Article 21, after completion of the Project should City exercise the
option to continue with Phase I by issuing a Purchase Order and if during Phase I City's funds are
withdrawn,causing City to terminate the Agreement and the Purchase Order, then City, will
immediately notify ESRI in writing of the action and will pay ESRI for all charges incurred up to
the notice of termination.
ESRI may,by prior written notice,terminate the Agreement,including license terms in
Exhibit B, for any breach of the licensing terms. Upon such notice, City agrees to immediately
return all software and documentation to ESRI and certify in writing the destruction of any
software copies.
21. DELAYS. The parties acknowledge that the Project involves establishing a GIS system
environment(which is of short duration and includes hardware,commercial software, integration
testing, and training), and that the successful and timely completion of Project can only be
accomplished through the full cooperation of the parties.
In order to ensure that the Pilot progresses with minimum interruption, the parties agree to take the
following steps to evaluate the potential effect of a delay in the delivery of the application
development effort:
A. If either party anticipates a delay in the Application Project Schedule(Exhibit C),
the parties agree that both Project Managers will immediately meet to determine
what the effect to the Project will be,if any. .
•
B. If the Project Managers do not, within five (5)business days from the date of
delay, agree on the effect of the delay and an appropriate course of action to resolve
the scheduling issue,it will be referred to ESRI's Director,Applications Division
and City's Assistant City Manager,or their designated representatives for
resolution.
C. If the individuals to whom the matter is referred under B above do not resolve the
Dispute within five (5)business days from the date the Dispute is referred to them, the
Dispute shall be referred to ESRI's President and City's Assistant Manager, or their
designated representatives for resolution.
D. If the individuals designated in C above do not resolve the Dispute within ten (10)
business days, the Dispute shall be settled by arbitration as hereinafter provided.
E. If one of the individuals designated in A,B,or C above is ill or unavailable during
sixty percent(60%) of the time specified for resolving the delay issue, his or her
immediate subordinate/supervisor shall serve instead.
A92-S0919/EB -8- 6/17/92
ES/4 j Environmental Systems Research Institute,Inc.
380 New York Street
J J Redlands, CA 92373
(714) 793-2853
F. Arbitration shall be conducted by three arbitrators under the then-current
commercial arbitration rules of the American Arbitration Association, provided that
the arbitrators shall be chosen from a panel of arbitrators knowledgeable in business
information and data processing systems. The decision and award of the arbitrator
shall be final and binding, and the award so rendered may be entered in any court
having jurisdiction thereof. The arbitration shall be held in Redlands,California, or
in a mutually convenient place.
In the event of a delay in the delivery of the system environment(Project Schedule,Exhibit C), the
parties agree to the same procedure outlined above,with the exception that the delay resolution will
be elevated within ESRI in the following manner:
1. Systems Integration Project Manager
2. Director of Operations
3. President
22. FORCE MAJEURE. Neither party shall be liable to the other party for any delay or
failure to perform its obligations under this Agreement,or otherwise, if such delay or failure arises
from any cause or causes beyond its reasonable control,including but not limited to labor disputes,
strikes, other labor or industrial disturbances, acts of God, floods, lightning, shortages of
materials,rationing,utility,technical,or communication failures, earthquakes,casualty, war, acts
of public enemy, riots, insurrections, embargoes, blockages, actions, restrictions, regulations or
orders of any government, agency or subdivision thereof.
23. PATENTS.COPYRIGHTS.TRADE SECRETS. AND PROPRIETARY RIGHTS.
ESRI shall defend any suit or proceeding brought against City which is based on a claim that any
hardware or software, or any part thereof, furnished under this Agreement constitutes an
infringement of any United States patent,copyright,trade secret, or proprietary interest of any
third party, provided that City gives ESRI prompt notice in writing of such claims, permits ESRI
to defend or settle such claim, and provides all reasonable assistance to ESRI in defending or
settling such claims. ESRI shall pay all costs and expenses of investigations,defense, and
settlement or judgment of any such claim, suit,or proceeding.
As to any product which is or in the opinion of ESRI may become subject to a claim of
infringement or misappropriation,ESRI may elect to a) obtain the right of continued use of such
product for customer or b) replace or modify such product to avoid such claim. If neither
alternative is available on commercially reasonable terms then in the case of equipment, at the
request of ESRI, the customer will discontinue use and return such equipment and ESRI will grant
a credit for the price paid to ESRI less a reasonable offset for use and obsolescence; in the case of
software, the applicable license will be terminated and no further charges will accrue.
ESRI will not defend or indemnify customer if any claim of infringement or
misappropriation a) is asserted by a parent, subsidiary,or affiliate of customer;b) results from
customer's design or alteration of any product; or c)results from use of any product in
combination with any non-ESRI product.
This Article states the entire liability of ESRI relating to patents, copyrights, trade secrets,
and proprietary rights.
A92-S0919/EB -9- 6/17/92
Environmental _L-ms Research Institute, Inc. _.
380 New York Street
J J Redlands, CA 92373
(714) 793-2853
24. TAXES. Prices as set forth in Exhibit A do not include any federal or state taxes that
may apply. Any applicable taxes will be included on ESRI's invoices to City. Should a duly
authorized taxing authority levy any taxes on the price of the subject matter of this Agreement,
ESRI shall invoice City separately for such taxes.
25. NO ADDITIONAL CHARGES. City shall not be invoiced or liable for any fees,
charges, or amounts other than those fees,charges, and amounts stated and expressly authorized in
this Agreement or in a subsequent writing signed by an authorized representative of the parties.
26. INDEPENDENT CONTRACTOR. ESRI, in performing this Agreement, shall not act
as an agent or employee of City, but shall be and act as an independent contractor, and will be free
to perform by such means and in such manner as ESRI may choose. ESRI shall do everything
else necessary to perform properly and safely and will have supervision over and responsibility for
the safety and actions of its employees and control and management over and responsibility for its
performance.
ESRI is, and shall be, acting at all times in the performance of this Agreement as an
independent contractor. ESRI shall secure,at its expense, and be responsible for any and all
payments of all taxes,social security,state disability insurance compensation, unemployment
compensation, and other payroll deductions for ESRI and its officers, agents, and employees and
all business licenses, if any, in connection with the services to be performed hereunder.
27. BENEFITTED PARTIES. It is understood and agreed that the parties are entering into
this Agreement for their own benefit.
28. ASSIGNMENTS. Neither party shall assign this Agreement in whole or in part
without the prior written consent of the other party, which consent shall not be unreasonably
withheld or delayed. Any assignment in violation of this provision shall be deemed null and void.
29. SUBCONTRACTING. ESRI shall not subcontract any of its obligations under this
Agreement in whole or in part without the prior written consent and supplemental purchase order
of City. Any subcontracting in violation of this provision shall be deemed null and void.
30. SUCCESSORS AND ASSIGNS. This Agreement shall be for g the benefit of and be
binding upon the respective successors and permitted assigns, if any, of the parties, provided that
this provision shall not be construed to permit any assignment which would be unauthorized or
void pursuant to any other provisions.
31. INCORPORATION OF EXHIBITS. The Exhibits referenced herein and attached
hereto are deemed an integral part hereof to the same extent as if written at length herein. In the
event a conflict exists in the provisions of this Agreement and any Exhibit hereto, the provisions of
this Agreement shall take precedence over the conflicting provisions of such Exhibit.
32. AMENDMENTS. No amendment to this Agreement shall be effective unless it is in
writing and signed by a duly authorized representative of each party.
33. WAIVER OF BREACH. The waiver by either party of a breach of any provision of
this Agreement shall not be construed as a waiver of any subsequent breach by the other party.
A92-S0919/EB -10- 6/17/92
nj
Environmental,,, ems Research Institute, Inc.
380 New York Street •
J J Redlands, CA 92373
(714) 793-2853
34. SEVERABILITY. If any part of this Agreement shall be held to be unenforceable by a
court having jurisdiction, such unenforceability shall not extend beyond the part affected; however,
the parties may renegotiate such part so affected to render it enforceable. The unaffected part of the
Agreement shall continue in full force and effect and shall be binding upon the parties hereto.
35. REMEDIES. Each of the rights and remedies reserved to the parties in this Agreement
shall be cumulative and additional to any other or further rights and remedies provided in law or in
equity.
36. GOVERNING LAW. All disputes relating to the execution, interpretation,
construction,performance, or enforcement of this Agreement shall be governed by the laws of the
State of California and shall be resolved in a court of competent jurisdiction located in the State of
California.
37. SURVIVAL. The provisions of this Agreement that by their sense and context are
intended to survive the completion of performance of this Agreement by either or both parties shall
so survive such completion of performance,including,but not limited to, all software licensing
terms.
38. AUTHORITY. Each party represents and warrants to the other that as of the effective
date of this Agreement: a) it is a corporation duly organized, validly existing and in good standing
under the laws of the state of its incorporation;b)it has all requisite power and authority to enter
into and perform its obligations under this Agreement; and c) there are no actions,suits, or
proceedings pending or(to the best of its knowledge) threatened which may have a material
adverse effect on its ability to fulfill its obligations under this Agreement.
39. DUPLICATE ORIGINALS. Duplicate originals of this Agreement shall be executed,
each of which shall be deemed an original but both of which together shall constitute one and the
same document.
40. IMMIGRATION. ESRI shall be responsible for full compliance with the immigration
and naturalization laws of the United States and shall, in particular,comply with the provisions of
8 U.S.C. 1324a, regarding employment verification.
41. LEGAL SERVICES SUBCONTRACTING PROHIBITED. ESRI and City agree that
City is not liable for payment of any subcontractor work involving legal services, and that such
legal services are expressly outside the scope of services contemplated hereunder. ESRI
understands that pursuant to Huntington Beach City Charter§309,the City Attorney is the
exclusive legal counsel for City; and City shall not be liable for payment of any legal services
expenses incurred by ESRI.
42. CITY EMPLOYEES AND OFFICIALS. ESRI shall employ no City official or any
regular City employee in the work performed pursuant to this Agreement. No officer or employee
of City shall have any financial interest in this Agreement in violation of California Government
Code Section 1090, et seq.
A92-S0919/EB -11- 6/17/92
ESF jEnvironmental Systems Research Institute, Inc.
380 New York Street
JaRedlands, CA 92373
(714) 793-2853
43. NONH RE OF CONTRACTOR PERSONNEL. It is hereby mutually agreed that City
• will not solicit,hire, or contract with any employee(s) of ESRI's technical staff who is associated
with efforts called for under this effort, and for a period of one (1) year after project completion.
In the event the foregoing provision is breached, liquidated damages equal to twelve (12) months
of the employee's compensation plus any legal expenses associated with the enforcement of this
provision shall be paid by City to ESRI.
44. Rent-a-Tech RATE SCHEDULE. The City may request, and ESRI shall provide upon
such request, special services either at the City or on ESRI premises. Costs for services are
provided for in Exhibit A under Rent-a-Tech and are also called out in Exhibit D under the heading
Custom Services. Said services shall be provided to the City on an hourly basis as set forth in
Exhibit F, Rent-a-Tech Rates.
45. SOFTWARE UPGRADE. ESRI hereby commits to upgrade ARC/INFO Software to
the latest release of the SunOS/UNIX Development Platform,within six (6) months of its release.
46. ENTIRE AGREEMENT. This Agreement,including all documents set forth in
Article 4,contains the entire agreement of the parties and supersedes all prior oral or written
representations, promises, or understandings with respect to the subject matter hereof. Neither the
course of conduct between the parties nor trade usage shall act to modify or alter the provisions of
this Agreement.
[INTENTIONAL BLANK]
•
A92-S0919/EB -12- 6/17/92
. Environmental systems Research Institute, Inc:
380 New York Street
Ja Redlands,CA 92373
(714) 793-2853 j qX 7y3
IN WITNESS WHEREOF,each of the parties has caused this Agreement to be executed by
its respective duly authorized representative(s) on the respective dates entered below.
ENVIRONMENTAL SYSTEMS
RESEARCH INSTITUTE, INC. CITY OF HUNTINGTON BEACH
(ESRI) (City)
Date /i/9.2
ffi.e--0
Mayor
Title:
Date: 6/n%7Cf AP OVEp AS TO FORM:
ate
City Attorney i2 ' 4/14/
APPROVED:
CP,t_e.7c,t Date G. ?
Cityinistrator
a► . ��.: 7i.2/19.2
City Cl .
ED AND APPROVED:
• Date 6h0a-
• r f dministrative Se ices /
•
•
A92-S0919/EB -13- 6/17/92
06-29-92 05:05PM FROM ATTI CS OFFICE P02
tin Environmental Systems Research Instiuue,Inc.
350 Now York Smoot
jjaRedlands,.2&CA63 9Z373
(714) 793 ,-„,
IN WITNESS WHEREOF,each of the parties has caused this Agreement to be executed by
its respective duly authorized representative(s)on the respective dates entered below.
ENVIRONMENTAL SYSTEMS
RESEARCH INSTITUTE, INC. CITY OF HUNTINGTON BEACH
�.� (City)
_Date •
Title: Ge Mayor
Date; APPROVED AS TO FORM:
$Y .. — ��
Ci Attorney t _�j'_
f1 e� 4/1-v/sz
Titlos resident
Date 30 June 1992 APPROVED:
Date 6 9-��
City .xninistrator
ATFFST:
City C Date_
�,��,►< - -►`• �++ AND APPROVED:
'�•. •r • drnuis i s e
r •ces
•
A92-S0919/EH
-13- 6/17/'92
06-29-92 05:05PM FROM ATTORNFY'S OFFICE P02
• 'in Environmental Systems Research Institute,
Ise.
y.r� 1M Now Yolk BC,.t
DDlcrdlaadz,CA 92373
f7t4) 793.2M3 A'40 ?f?
IN WITNESS WHEREOF,each of the parties has caused this Agreement to be executed by
its respective duly authorized representative(s) on the z spentive dates entered below,
ENVIRONMENTAL,SYSTEMS
RESEARCH INSTITUTE. INC, CITY OF HUNTINGTON BEACH
(City)
tipprAgiraK Ana 8rs
ttle' CQ ii / Mayor
Date;
APPl ok - 6 Awe_ _ e • te„
AtA Air — .41 01;14 bile/4'
ay
City Attorney n L `/'N 4 z
T3,tlo� resident
Dato 30 June 1992 APPROVED:
City istrator a '��
ATTEST:
City C _ Dam+
t„taf,,, '-*.• �► AND APPROVED;
/
•
AIMMMEMIIMMEN
A92-S09191EE -13- 6/17/92
• E jEnvironmental Systems Research Institute,Inc.
380 New York Street
ti Redlands,CA 92373
(714) 793-2853
EXHIBIT A
AGREED UPON HARDWARE, SOFTWARE,
AND SERVICES
WITH PRICING SCHEDULE
A92-S0919/EB A-1 6/17/92
Huntington Beach
f
Huntington Beach _ Pilot
List Unit Maint. 9 Months
Item Price Price Per Mo Qty Total Maint. Qty Total Price
ARC/INFO Software Floating/Primary
ARC/INFO EH)1 $18,000 $18,000 1 $18,000 1 $18,000.00
COGO EF19 $2,550 $2,550 1 $2,550 1 $2,550.00
NETWORK EF07 $2,550 $2,550 1 $2,550 1 $2,550.00
TIN EF13 $2,550 $2,550 1 $2,550 1 $2,550.00
ARC/INFO Software Floating/Secondary
ARC/INFO ER)2 $9,900 $9,900 1 $9,900 1 $9,900.00
PC ArcView ED02 1 1
ArcCad $3,995 $3,995 1 . $3,995 1 $3,995.00
Total ARC/IN'FO Software $39,545 $39,545.00
ARC/INFO Install(Priced as option) EY01 $2,000 $2,000 1 $2,000 1 $2,000.00
SUN Products(90 day warranty)
.SPARCstation 2 4/75GX-32-P43,32MB,424MB $16,295 $16,295 $175 1 $16,295 $1,575 1 $17,870.00
.SPARCstation IPX 4/50FGX-16-P40,16MB,207MB $9,995 $9,995 $160 1 $9,995 $1,440 1 $11,435.00
..X2013A 1.3GB SCSI,5GB Tape,and Sun CD $8,495 $8,495 $135 1 $8,495 $1,215 1 $9,710.00
..SPRN-400 SPARCprinter,w/NEWSprint $2,695 $2,695 $75 1 $2,695 $675 1 $3,370.00
..SX-9A Sun User's Guide $200 $200 1 $200 1 $200.00
..SS-23 System Software Answer Book $495 $495 1 $495 1 $495.00
..SX-21 SunOS Media $200 $200_ $100 1 $200 $900 1 $1,100.00
..SX-09 SunOS Manuals $995 $995 1 $995 1 $995.00
..X300U USA Country Kit,IPX 1 1
..X300W USA Country Kit,SPARCstation 2 1 1
Total Sun Hardware $39,370 $45,175.00
Total Sun Installation $700 $700.00
CalComp (1 yr Mx included)
.Pen Plotter 1026M(A-E size) $7,595 $7,595 1 $7595 1 S7,595.00
.Digitizer 95482(backlit) $8,684 $8,684 1 $8,684 1 S8,684.00
Total CalComp Hardware $16,279 $16,279.00
Total Calcomp Installation $590 $590.00
Shipping&Handling $700 $700.00
Rent-A•Tech $5,000 $5,000.00
Systems Integration $5,000 $5,000.00
ESRI Training Per Student Total
.Introduction to ARC/INFO(5 days) $1,500 $1,500 3 $4500 3 $4,500.03
.Advanced ARC/INFO(5 days) $1,500 $1,500 3 $4,500 3 S4,500.00
.Customizing ARC/INFO with AML(5 days) $1,500 $1,500 1 $1,500 1 $1,500.00
Total ESRI Training $10,500 $10,500.00
Sub-Total . $125,489.00
Discount 20% ($25,097.80)
Taxable Amount
Sales Tax 7.75% $101,699 $7,881.67
Total Contract Price $108,272.87
A-2
Page 1 6/26/92
nj
Environmental Systems Research Institute,Inc.
380 New York Street
J Redlands, CA 92373
(714) 793-2853
EXHIBIT B
ESRI SOFTWARE LICENSE AGREEMENTS
•
A92-S0919/EB B-1 6/17/92
• njEnvironmental Systems Research Institute, Inc.
380 New York Street
J J Redlands, CA 92373
(714) 793-2853
ESRI SOFTWARE LICENSE AGREEMENT
COMMERCIAL and STATE GOVERNMENTS
Appendix B, Section Ito Contract No. A92-S0919
This is a license agreement and not an agreement for sale. This license agreement(Agreement) is
between The City of Huntington Beach (Licensee) and Environmental Systems Research Institute,
Inc. (ESRI), and gives Licensee certain limited rights to use the proprietary ARC/INFO® Software
and Related Materials (Software and Related Materials). All rights not specifically granted in this
Agreement are reserved to ESRI.
Reservation of Ownership and Grant of License: ESRI retains exclusive title and
ownership of the Software, Related Materials, and any copies thereof licensed under this
Agreement and hereby grants to Licensee a personal, nonexclusive,nontransferable license to use
the Software and Related Materials in accordance with the terms and conditions of this Agreement.
From the date of receipt, Licensee agrees to use reasonable effort to protect the Software and
Related Materials from unauthorized use,reproduction, distribution, or publication.
Copyright: The Software and Related Materials are owned by ESRI and are protected by United
States copyright laws and applicable international treaties and/or conventions. Licensee agrees not
to export the Software and Related Materials into a country which does not have copyright laws
that will protect ESRI's proprietary rights.
Definitions: As used herein, the following words, phrases, or terms in this Agreement shall
have the following meanings:
"Software" means the actual copy of all or any portion of the computer programs delivered on
the Software Media Kit, inclusive of backups, updates, or merged copies permitted hereunder
or subsequently supplied by ESRI.
"Related Materials" means all of the printed materials,user documentation, training
documentation, and confidential software activation code supplied by ESRI under this
Agreement.
"License Manager" is the installed software program that administers the distribution of the
licensed number of Software copies to requesting end users.
Permitted Uses:
•
• ESRI employs a nondestructive License Manager to limit use of the licensed Software to
specific computer networks and/or computer systems. As each configuration of central
processing units and/or networked systems may be unique,Licensee agrees to conform
Licensee's use of the Software to the Software system configuration licensed from ESRI. Said
configuration is incorporated herein by this reference,inclusive of any written modifications
approved by ESRI.
ARC/INFO is a registered trademark of Environmental Systems Research Institute,Inc.
A92-S0919/EB B-2 6/17/92
ESR�
n j Environmental Systems Research Institute, Inc.
380 New York Street
j R(714)edlands793-2853, CA 92373
• Licensee may make only one copy of the Software for archival purposes unless the right to
make additional copies is granted to Licensee in writing by ESRI.
Uses Not Permitted:
• Licensee may not sell, rent, lease, sublicense, lend, time-share or transfer, in whole or in part,
or provide unlicensed Third Parties access to prior or present versions of the Software and
Related Materials, any updates,or Licensee's rights under this Agreement.
• Licensee may not reverse engineer, decompile,or disassemble the Software, or make any
attempt to unlock or bypass the License Manager software program used.
• Licensee may not alter, modify, or create any derivative works of the Software and Related
Materials.
• Licensee may not make additional copies of the Software and Related Materials.
• Licensee may not remove or obscure any copyright or trademark notices.
Assignment: Licensee shall not assign this contract or Licensee's rights hereunder without the
prior written consent of ESRI. Any purported assignment without such consent shall be null and
void.
Term: The license granted by this Agreement is for a term of three (3) years, which will be
automatically renewed for subsequent three(3)year terms subject to ESRI's then current licensing
policies. The Agreement will automatically terminate without notice if Licensee fails to comply
with any provision of this Agreement. Licensee will then return to ESRI the Software, Related
Materials, and any whole or partial copies, codes, modifications, and merged portions in any form.
The parties hereby agree that all provisions,which operate to protect the rights of ESRI, shall
remain in force should breach occur.
Software Support: A one (1) year complimentary period of support is provided with each
license effective from the date of keycode issuance. Support consists of software and
documentation updates and access to Telephone User Support and other benefits that are specified
in the current ARC/INFO User Support Policy. Software support beyond the complimentary
period is available, payable yearly in advance, and subject to rates and policies then in effect.
Limited Warranty: ESRI warrants that the unaltered Software will substantially conform to the
Related Materials for a period of one (1) year from,the date of keycode issuance. ESRI warrants
that the media upon which the Software is provided and Related Materials will be free from defects
in materials and workmanship under normal use and service for a period of ninety(90) days from
the date of receipt.
•
A92-S0919/EB B-3 ' 6/17/92
,. +�j
Environmental systems Research Institute, Inc. -
380 New York Street
Redlands, CA 92373
(714) 793-2853
ESRI DISCLAIMS ALL OTHER WARRANTIES, EITHER EXPRESS OR IMPLIED,
INCLUDING, BUT NOT LIMITED TO,THE IMPLIED WARRANTIES OF
MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE, WITH RESPECT
TO THE SOFTWARE AND RELATED MATERIALS.
Exclusive Remedy and Limitation of Liability: During the warranty period, ESRI's entire
liability and Licensee's exclusive remedy shall be, at ESRI's option, to attempt to correct or work
around errors, to replace the Software and Related Materials in accordance with the ESRI
ARC/INFO User Support Policy, or to return the license fees paid and terminate the Agreement
__ upon the Licensee returning the Software and Related Materials to ESRI or its Distributors with a
copy of Licensee's receipt. ESRI shall not be liable for indirect, special, incidental, or
consequential damages related to Licensee's use of the Software and Related Materials,even if
_. ESRI is advised of the possibility of such damage.
Indemnity: ESRI, at its own expense,will defend and indemnify Licensee from all claims that
the Software and Related Materials furnished under this Agreement infringe a U.S. Copyright,
_. provided that Licensee gives ESRI prompt written notice of such claims and permits ESRI the sole
right to control the defense of all such claims and provide ESRI all reasonable cooperation.
As to any Software and Related Materials which are or in the opinion of ESRI may become subject
to a claim of infringement, ESRI, at its option,will obtain the right for Licensee to continue using.
the Software and Related Materials or replace or modify the Software and Related Materials so as
• to make them noninfringing. If none of the alternatives are available on commercially reasonable
terms then Licensee agrees to return the Software and Related Materials upon ESRI's written
request.
ESRI will not indemnify or defend Licensee from any infringement claim resulting from Licensee's
modification or alteration of any Software and Related Materials.
This section states ESRI's entire obligation to Licensee and Licensee's sole and exclusive remedy
for copyright infringement.
Export Regulations: Licensee acknowledges that this Agreement and the performance thereof
are subject to compliance with any and all applicable United States laws, regulations, or orders
relating to the export of computer software or know-how relating thereto. ESRI® Software and
Related Materials have been determined to be Technical Data under United States export laws.
Licensee agrees to comply with all laws, regulations, and orders of the United States in regard to
any export of such Technical Data. Licensee agrees not to disclose or re-export any Technical Data
received under this Agreement in or to any countries for which the United States government ,
an export license or other supporting documentation at the time of export or transfer,
a po pp g p
unless Licensee has obtained prior written authorization from ESRI and the U.S. Office of Export
Control. The countries restricted at the time of this Agreement are Cambodia, Cuba, Iraq,Libya,
North Korea, and Vietnam.
Severability: If any provision(s) of this Agreement shall be held to be invalid, illegal, or
unenforceable by a court or other tribunal of competent jurisdiction, the validity, legality, and
enforceability of the remaining provisions shall not in any way be affected or impaired thereby.
ESRI is a registered trademark of Environmental Systems Research Institute,Inc.
A92-S0919/EB B-4 6/17/92
jEnvironmental Systems Research Institute, Inc.
380 New York Street
Ja
Redlands, CA 92373
(714) 793-2853
No Implied Waivers: No failure or delay by ESRI in enforcing any right or remedy under this
Agreement shall be construed as a waiver of any future or other exercise of such right or remedy
by ESRI.
Order of Precedence: Any conflict between the terms of this License Agreement and any
Purchase Order or other terms shall be resolved in favor of the terms of this License Agreement.
Additional Software Licenses: Additional ARC/INFO or extension software licenses may be
ordered without signed amendments provided the following language is incorporated in the signed
Purchase Order: "By accepting this order, both parties agree to amend the Master Software
License Agreement Number between The City of Huntington Beach and
Environmental Systems Research Institute,Inc. (ESRI),dated Jinsert Master Software License
Agreement date], which is incorporated herein by reference,to include the above software licenses,
which are hereby licensed under the same terms and conditions."
Governing Law: This Agreement, entered into in the County of San Bernardino, shall be
construed and enforced in accordance with, and be governed by, the laws of the State of California
without reference to conflict of laws principles. The parties hereby consent to the personal
jurisdiction of the courts of this county and waive their rights to change venue.
Entire Agreement and Amendments: This Agreement and the Attachments, which are
incorporated by reference,constitute the sole and entire agreement of the parties as to the matter set
forth herein and supersede any previous agreements, understandings, and arrangements between
the parties relating hereto. Except as otherwise expressly provided herein, any Amendments to this
Agreement must be in writing and signed by an authorized representative of each party. The
attachments are as follows:
Attachment A—Registered Client Information
Attachment B—Licensed Configuration
•
A92-S0919/EB B-5 6/17/92
{ Esa�j Environmental Systems Research Institute,Inc.
380 New York Street
J J
Redlands,CA 92373
r. (714) 793-2853
APPENDIX A SECTION II
ESRI ArcCADT"' License Agreement
Contract No. 92S0919
This is a license agreement and not an agreement for sale. This license agreement is between the
end user(Licensee) and Environmental Systems Research Institute, Inc. (ESRI). This ESRI
License Agreement(Agreement) gives Licensee certain limited rights to use the proprietary
ArcCADT'' Software and Related Materials (Software and Related Materials). All rights not
specifically granted in this Agreement are reserved to ESRI.
Reservation of Ownership and Grant of License: ESRI retains exclusive title and
ownership of the Software, Related Materials, and any copies thereof licensed under this
Agreement and hereby grants to Licensee a personal, nonexclusive,nontransferable license to use
the Software and Related Materials in accordance with the terms and conditions of this Agreement.
Licensee agrees to use reasonable effort to protect the Software and Related Materials from
unauthorized use, reproduction, distribution, or publication.
Copyright: The Software and Related Materials are owned by ESRI and are protected by United
States copyright laws and applicable international treaties and/or conventions.
Permitted Uses:
• Licensee may use the Software and Related Materials on a single terminal connected to a single
computer (i.e., with a single CPU) for Licensee's own internal use.
• Licensee may install the Software onto a permanent storage device.
• Licensee may make only one copy of the Software for archival purposes unless the right to
make additional copies is granted to Licensee in writing by ESRI.
Uses Not Permitted:
• Licensee may not sell, rent, lease, sublicense, lend, assign, time-share, or transfer, in whole or
in part, or provide unlicensed Third Parties access to prior or present versions of the Software
and Related Materials, any updates, or Licensee's rights under this Agreement.
• Licensee may not reverse engineer, decompile, or disassemble the Software.
• Licensee may not make additional copies of the Documentation.
• Licensee may not remove or obscure any copyright or trademark notices.
Term: The license granted by this Agreement is for a term of three (3) years,which will be
. automatically renewed for subsequent three (3)year terms subject to ESRI's then current licensing
policies. The Agreement will automatically terminate without notice if Licensee fails to comply
with any provision of this Agreement. Licensee will then return to ESRI the Software, Related
• Materials,updates, and any whole or partial copies,codes,modifications, and merged portions in
any form. The parties hereby agree that all provisions which operate to protect the rights of ESRI
shall remain in force should breach occur.
Limited Warranty: ESRI warrants that the media upon which the Software is provided and
Documentation will be free from defects in materials and workmanship under normal use and
service for a period of ninety(90) days from the date of receipt.
EXCEPT FOR THE ABOVE EXPRESS LIMITED WARRANTIES,THE SOFTWARE IS
PROVIDED "AS IS," WITHOUT WARRANTY OF ANY KIND, EITHER EXPRESS OR
ArcCAD is a trademark of Environmental Systems Research Institute,Inc.
A92-S0919/EB B-6 6/17/92
Environmental Systems Research Institute, Inc.
380 New York Street
�n Redlands, CA 92373
(714) 793-2853
IMPLIED,INCLUDING, BUT NOT LIMITED TO,THE IMPLIED WARRANTIES OF
• MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE, WITH RESPECT
TO THE SOFTWARE AND RELATED MATERIALS.
Exclusive Remedy and Limitation of Liability: During the warranty period, ESRI's entire
liability and Licensee's exclusive remedy shall be the return of the license fee paid for the Software
and Related Materials in accordance with the ESRI Customer Assurance Program that do not meet
ESRI's Limited Warranty and which are returned to ESRI or its Distributors with a copy of
Licensee's receipt.
ESRI shall not be liable for indirect,special, incidental, or consequential damages related to
Licensee's use of the Software and Related Materials,even if ESRI is advised of the possibility of
such damage.
Waivers: No failure or delay by ESRI in enforcing any right or remedy under this Agreement
shall be construed as a waiver of any future or other exercise of such right or remedy by ESRI.
Order of Precedence: Any conflict between the terms of this Agreement and any FAR, DFAR,
Purchase Order, or other terms shall be resolved in favor of the terms expressed in this Agreement,
subject to the Government's minimum rights unless agreed otherwise.
U.S. Government Restricted Rights: Use, duplication, and disclosure by the Government
is subject to restrictions as set forth in FAR §52.227-14 (JUN 1987) Alternate III (g)(3)
(JUN 1987), FAR §52.227-19 (JUN 1987), or DFARS §252.227-7013 (c)(1)(ii) (OCT 1988) of
the Rights in Technical Data and Computer Software, as applicable. Contractor/Manufacturer is
Environmental Systems Research Institute, Inc., 380 New York Street, Redlands,CA 92373
USA.
Governing Law: This Agreement is governed by the laws of the United States of America and
the State of California.
Entire Agreement: The parties agree that this constitutes the sole and entire agreement of the
parties as to ArcCAD and supersedes any previous agreements, understandings, and arrangements
between the parties relating hereto.
A92-S0919/EB B-7 6/17/92
ESRI Environmental Systems Research Institute, Inc.
380 New York Street
J Redlands, CA 92373
(714) 793-2853
APPENDIX A SECTION III
ESRI ArcViewTM License Agreement
Contract No. 92S0919
This is a license agreement and not an agreement for sale. This license agreement is between the
end user(Licensee) and Environmental Systems Research Institute, Inc. (ESRI). This ESRI
License Agreement(Agreement) gives Licensee certain limited rights to use the proprietary
ArcView Software and Related Materials (Software and Related Materials). All rights not
specifically granted in this Agreement are reserved to ESRI.
Reservation of Ownership and Grant of License: ESRI retains exclusive title and
ownership of the Software, Related Materials, and any copies thereof licensed under this
Agreement and,hereby, grants to Licensee a personal, nonexclusive,nontransferable license to use
the Software and Related Materials in accordance with the terms and conditions of this Agreement.
Licensee agrees to use reasonable effort to protect the Software and Related Materials from
unauthorized use,reproduction, distribution, or publication.
Copyright: The Software and Related Materials are owned by ESRI and are protected by United
States copyright laws and applicable international treaties and/or conventions.
Permitted Uses:
• Licensee may use the Software and Related Materials on a single terminal connected to a single
computer (i.e., with a single CPU) for Licensee's own internal use.
• Licensee may install the Software onto a permanent storage device.
• Licensee may make only one copy of the Software for archival purposes unless the right to
make additional copies is granted to Licensee in writing by ESRI.
Uses Not Permitted:
• Licensee may not sell, rent,lease, sublicense, lend, assign, time-share, or transfer,in whole or
in part, or provide unlicensed Third Parties access to prior or present versions of the Software
and Related Materials, any updates, or Licensee's rights under this Agreement.
• Licensee may not reverse engineer, decompile, or disassemble the Software.
• Licensee may not make additional copies of the Documentation.
• Licensee may not remove or obscure any copyright or trademark notices.
Term: The license granted by this Agreement is for a term of three (3) years, which will be
automatically renewed for subsequent three (3)year terms subject to ESRI's then current licensing
policies. The Agreement will automatically terminate without notice if Licensee fails to comply
with any provision of this Agreement. Licensee will then return to ESRI the Software,Related
Materials,updates, and any whole or partial copies,codes,modifications, and merged portions in
any form. The parties hereby agree that all provisions which operate to protect the rights of ESRI
shall remain in force should breach occur.
Limited Warranty: ESRI warrants that the mediaupon which the Software is provided and
Documentation will be free from defects in materials and workmanship under normal use and
service for a period of ninety (90) days from the date of receipt.
ArcView is a trademark of Environmental Systems Research Institute,Inc.
A92-S0919/EB B-8 6/17/92
Esn�j Environmental Systems Research Institute, Inc.
380 New York Street
Redlands, CA 92373
(714) 793-2853
EXCEPT FOR THE ABOVE EXPRESS LIMITED WARRANTIES,THE SOFTWARE IS
PROVIDED "AS IS," WITHOUT WARRANTY OF ANY KIND, EITHER EXPRESS OR
IMPLIED, INCLUDING, BUT NOT LIMITED TO,THE IMPLIED WARRANTIES OF
MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE, WITH RESPECT
TO THE SOFTWARE AND RELATED MATERIALS.
Exclusive Remedy and Limitation of Liability: During the warranty period, ESRI's entire
liability and Licensee's exclusive remedy shall be the return of the license fee paid for the Software
and Related Materials in accordance with the ESRI Customer Assurance Program that do not meet
ESRI's Limited Warranty and which are returned to ESRI or its Distributors with a copy of
Licensee's receipt.
ESRI shall not be liable for indirect, special,incidental,or consequential damages related to
Licensee's use of the Software and Related Materials,even if ESRI is advised of the possibility of
such damage.
Waivers: No failure or delay by ESRI in enforcing any right or remedy under this Agreement
shall be construed as a waiver of any future or other exercise of such right or remedy by ESRI.
Order of Precedence: Any conflict between the terms of this Agreement and any FAR, DFAR,
Purchase Order, or other terms shall be resolved in favor of the terms expressed in this Agreement,
subject to the Government's minimum rights unless agreed otherwise.
U.S. Government Restricted Rights: Use, duplication, and disclosure by the Government
is subject to restrictions as set forth in FAR §52.227-14 (JUN 1987) Alternate III (g)(3)
(JUN 1987), FAR §52.227-19 (JUN 1987), or DFARS §252.227-7013 (c)(1)(ii) (OCT 1988) of
the Rights in Technical Data and Computer Software, as applicable. Contractor/Manufacturer is
Environmental Systems Research Institute,Inc., 380 New York Street, Redlands, CA 92373
USA.
Governing Law: This Agreement is governed by the laws of the United States of America and
the State of California.
Entire Agreement: The parties agree that this constitutes the sole and entire agreement of the
parties as to ArcView and supersedes any previous agreements,understandings, and arrangements
between the parties relating hereto.
INTENTIONAL BLANK
,A92-S0919/EB B-9 6/17/92
Environmental Systems Research Institute,Inc.
380 New York Street
jRedlands,
CA 92373
(714) 793-2853
ATTACHMENT A
Registered Client Information
Client Name: City of Huntington Beach Ship Original
Software to: Jerry Bramlett
Mailing Address:
2000 Main Street
_ P.O, Box 190 Address: 2000 Main Street
Huntington Beach.CA 92648 Huntington Beach.CA 92648
Telephone: (714) 960-8886
---Fax No.: (714) 374-1571 (NOTE: ESRI ships via UPS or other
courier. Please provide a proper
Primary Contact: Jerry Bramlett. shipping address other than a P.O. Box
Manager of Information Systems to ensure proper delivery.)
Bill to: City of Huntington Beach
Address: 2000 Main Street
P.O. Box 190 Peripherals Currently Used as Part of
Huntington Beach.CA 92648 GIS System (check only if used):
Manufacturer Plotter Printer Digitizer
Client's Contract Administrator's CalComp ❑ ❑ ❑
Name and Address: Tektronix ❑ ❑
Contracts: Jerry Bramlett Raster Graphics 0
Telephone: (714) 960-8886 Versatec ❑
Fax No.: (714) 374-1571 Other ❑ 0 ❑
Address: 2000 Main Street
P.O. Box 190
Huntington Beach,CA 92648
A92-S0919/EB B-10 6/17/92
ESRI j Environmental Systems Research Institute,Inc.
380 New York Street
J n Redlands, CA 92373
(714) 793-2853
ATTACHMENT B
Licensed Configuration
Base CPU and CPU Operating System
Make/Model: Operating System: AOSNS UNIX ULTRIX VMS
Serial#: Other(Specify)
Media Type Required: CD—ROM (Circle One)
DAT Tape(HP only) OS Version:
Site (End User) Technical Contact Name: J.iane Nakasone
Telephone; (714) 960-8868
Installation Address; City Hall. 2000 Main Street. Huntington Beach. CA 92648
Licensed Software
Floating Maintenance/ Node Locked Maintenance/
License User Support (3-Pak) User Support
Software Licensed (Quantity) Pri. Sec. (Quantity) Pri. Sec.
ARC/INFO
ARC/INFO NETWORK
ARC/INFO TIN .
ARC/INFO COGO
ARC/INFO GRID .
•
A92-S0919/EB B-11 6/17/92
nj Environmental Systems Research Institute,Inc.
380 New York Street
J J Redlands,CA 92373
(714) 793-2853
Exhibit C
MASTER PROJECT SCHEDULE
•
•
•
•
•
A92-S0919/EB C-1 6/17/92
•
City of Huntington Beach
Master Project Schedule
Friday,June 26,1992
, Jun '92 Jul '92 Aug '92 Sept '92 Oct '92 Nov'92 Dec'92 Jan '93 Feb'93 .
Activities 15 22 29 6 13 20L27 3 10 17 24 31 7 14 21 28 5 12 19 26 2 9 16 23 30 7 14 2128 4 11 18 25 1 8 15 22 1 8
�onuact
Contract Execution xecutoni
Pilot Phase
Pilot Phase 0
KEY
Hardware Delivery • Start/End
Sun Hardware S P- 0 Draft Submittal
A Final Submittal
Calcomp Hardware s �d
==1 Client Effort
tv ARC/INFO Software Delivery Contractor Effort
' Subcontract
ESRI System integration Acceptance
Test
Client System Acceptance t 1
Client Performance Testing _
I 1
Training
Intro to ARC/INFO(5 days) lti
Customizing ARC/INFO with AML(5 days) r
r
Advanced ARC/INFO(5 days)w/NETWORK&TIN Actual training dates must be
modules confirmed through the Redlands
Leami,Center
Applications Effort
Rent-A-Tech Services
n j Environmental Systems Research Institute,Inc.
380 New York Street
J J Redlands,CA 92373
(714) 793-2853
Exhibit D
PRICE BREAKDOWN
•
A92-S0919/EB D-1 6/17/92
• t Huntington Beach
COMPENSATION SUMMARY
Total ARC/INFO Software $39,545.00
ARC/INFO Software Installation $2,000.00
Sun Workstation Hardware $45,175.00
Sun Workstation Installation $700•00
Calcomp Hardware $16,279.00
Calcomp Installation $590.00
ESRI Training $10,500.00
ESRI Custom Services $5,000.00
Systems Integration $5,000.00
Shipping $700.00
Discount ($25,097.80)
Sales Tax $7,881.67
TOTAL CONTRACT(with Tax) $108,272.87
BILLING EVENTS Invoice
Amount
Hardware Delivery and Installation $55,712.04
.Sun Hardware
.Calcomp Hardware
.Shipping
ARC/INFO Software Delivery and Installation $37,060.84
.Systems Integration
Custom Services(Billed Monthly) $5,000.00
ESRI Training $10,500.00
TOTAL CONTRACT(with Tax) $108,272.87
•
Page 2 6/26/92
D-2
njEnvironmental Systems Research Institute,Inc.
380 New York Street
J Redlands, CA 92373
(714) 793-2853
Exhibit E
ARC/INFO 6.0 INSTALLATION INTEGRATION AND ACCEPTANCE TEST
•
A92-S0919/EB E-1 6/17/92
ARC/INFO 6.01
SYSTEM INTEGRATION
AND
ACCEPTANCE
TEST
6/17/92
ARC/INFO System Integration and Acceptance J-4531
Table of Contents
Sections Page
A. Introduction 1
B. Goals 2
C. Considerations 2
D. ARC/INFO Installation and Acceptance Test Objectives 3
E. ARC/INFO Installation Integration and Acceptance Test Procedures 3-4
Annex 1 •
ARC/INFO Installation Integration and Acceptance Test Procedures
ARC/INFO System Integration and Acceptance
L
J-4531
ARC/INFO ?
Installation Integration
and Acceptance Test
A. Introduction This document outlines the procedures for
performing an integrated ARC/INFO system
level acceptance test on the geographic
information system (GIS) installed by ESRI.
• Testing will be conducted following
successful hardware and software installation
and checkout by the appropriate vendors.
ESRI will conduct acceptance testing to
demonstrate all system components are
functional and work together, including all
hardware components and GIS software
delivered under this contract. Successful
completion of this testing will satisfy all
requirements for formal acceptance of the
GIS.
B. Goals ARC/INFO acceptance testing is provided to verify that the GIS
hardware and software purchased by the Client is properly installed
and configured to operate as an integrated system. Hardware
performance shall be in accordance with the manufacturer's current
specifications. ESRI Software performance shall be in accordance
with the standards set forth in ESRI software technical and user
documentation.
6/17/92
ARC/INFO Installation Integration and Acceptance Test J-4531
C. Considerations The ARC/INFO acceptance test demonstrates the software is
operational, works within the hardware configuration identified in the
contract(i.e., digitizing,plotting, and screen graphics), and that ESRI
software was installed correctly to perform the operations set forth in
the ESRI technical and user documentation. ARC/INFO and related
software are comprised of a substantial number of commands and
operations and provide for many options within the operations. This
standard ARC/INFO Acceptance Test verifies only the operability of
ARC/INFO on the Client's integrated GIS. All ARC/INFO operations
and capabilities will not be demonstrated during ESRI system
acceptance testing.
A demonstration of ARC/INFO operations and fundamental
capabilities is provided during the Client ARC/INFO training courses.
During training, the Client receives hands-on experience with the
ARC/INFO software, acquiring sufficient knowledge to validate
software performance on the system hardware. The training program
includes a complete package of exercises that demonstrates all
functional modules of the software. These exercises can be used by
the Client during final Client validation to demonstrate that the
specified capabilities of ARC/INFO are fully operational on the
• Client's GIS.
Upon contract initiation, the client should provide a completed Client
Information Profile Sheet. This sheet identifies the hardware
platforms, configurations and model numbers. Shipping addresses,
ARC/INFO users and points of contact are also required on the Client
Information Profile Sheet.This information is required to support
shipment and install configuration planning for the ARC/INFO
application software.
•
D. ARC/INFO The ESRI ARC/INFO Installation Integration and Acceptance Test is
Installation and performed after system hardware installation and preliminary testing is
Acceptance Test successfully completed by the hardware_vendors. The test objective is
Objectives to verify the functionality of ARC/INFO,ARC/INFO extensions
(NETWORK, TIN, GRID, COGO), and DBI interfaces as applicable
to the Client's GIS. The Client will provide at least one person to
work with the ESRI system installer throughout this process to
observe and verify that all operations are successfully performed.
2 ARC/INFO Installation Integration and Acceptance Test
J-4531 ARC/INFO Installatiorintegration and Acceptance Test
1.0 Ensure All ESRI All ESRI supplied hardware and GIS software will be integrated with
Supplied Hardware ARC/INFO as part of this integrated acceptance test. Once the
is Correctly Installed vendor-supplied hardware and software are correctly installed and
and Operational accepted,the ESRI system software installer and Client system
administrator will perform the ARC/INFO Installation Integration and
Acceptance Test. The results will be documented on the forms
provided in Annex 1 and signed by the ESRI system software installer
and the Client representative.
2.0 Test The following is a summary of tests performed on the Client's system
Components to verify the operability of the ARC/INFO system using standard
acceptance test data provided by ESRI:
2.1 ARC, ARCEDIT, 1. DESCRIBE, CLEAN, BUILD, and JOINITEM,utilities will be
ARCPLOT, and INFO tested and verified.
Functions
2. ARCEDIT commands will be used to digitize a polygon, line, and
point map. These features will be displayed while in ARCEDIT.
3. Using ARCPLOT, the coverages will be graphically displayed
with reference to the INFO attribute data for shading and coloring of
the coverage's features.
4. Using ARCPLOT, IDENTIFY will be used to obtain the attribute
data from the INFO files.
5. A plot file will be created using ARCPLOT for output to the
plotters.
6. Using INFO, attribute data files will be created for joining the
coverages. Integer and character items will be used in the attribute
files.
7. Listing of the joined INFO file will be accomplished. Printing is
optional.
2.2 Digitizer Interface Testing of digitizers will be done using standard ESRI supplied maps
and ARCEDIT. A polygon, line, and point map will be digitized.
2.3 Plotter Interface Testing of plotters will be accomplished using the plot file generated
from ARCPLOT.
6/17/92 3
F F
ARC/INFO Installation Integration and Acceptance Test J-4531
2.4 COGOEDIT, 1.A coverage will be created using COGOEDIT commands to verify
Network, TIN, GRID the functions of COGOEDIT.
Functions (Optional)
2. Network functions will be tested using a standard ESRI Network
coverage to verify the route and allocate functions.
3. TIN functions will be tested using a standard ESRI TIN to display
and manipulate to verify TIN is operating properly.
4. GRID functions will be used to create a euclidean grid for
displaying and to verify GRID is operating properly.
2.5 DBI Interface 1. Connect and link ARC to the appropriate, supported external
(Optional) database.
2. Using the external database,create a file for relating to the
ARC/INFO coverage.
3. Establish a RELATE environment to link the external data in the
appropriate database and display the relate in ARCPLOT.
E. ARC/INFO The detailed test procedures provided as Annex 1 to this Appendix will
Installation be used during the ESRI ARC/INFO Installation Integration and
Integration and Acceptance Test to document the configuration and the successful
Acceptance Test integration of the system. Any anomalies identified during this test
Procedures shall be fully documented and the Client shall be immediately notified.
ESRI shall present a proposed resolution for the Client's review and
concurrence. Successful completion of this testing will verify proper
installation and integration of the Client's ARC/INFO GIS.
•
4 ARC/INFO Installation Integration and Acceptance Test
J-4531 ARC/INFO System Integration and Acceptance
Annex 1
ARC/INFO ® 6.01
SYSTEM INTEGRATION
AND
ACCEPTANCE
TEST
6/17/92
L
ARc/INFO6. O
Installation Integration
and Acceptance Test
ESRI®
Environmental Systems
Research Institute, Inc.
380 New York Street
,Redlands, California 92373
ARC/INFO® 6 . 0
Installation Integration
and Acceptance Test
Client Name and Customer Number
This report verifies that the hardware and
software have been installed, have been
tested, and have successfully passed the
integration test. If any part of the installation
is not accepted due to hardware or software
failure, it will be noted, and the solution(s) to
the problem(s) will be identified in the
Problems/Follow-up section. Problems noted
will be tracked at ESRI until a satisfactory
solution is reached.
Installation The Installation Integration Test has been completed and the
Integration Test WATCH file has been saved to a disk file.
•
April 1992 1
f
ARC/INFO® Installation Integration and AcceptanceTest. J-4843
Place a check mark(V) next to the item that has been installed and
tested;place an x (X) next to an existing piece of hardware that has
been tested;if the item is not applicable,mark the item NA.
The following DEVICE MANUFACTURER/MODEL
hardware has been Electrostatic plotter(s)
installed and tested
Pen plotter(s)
Digitizer(s)
Xstation(s)
Graphic printer(s)
Graphic terminal(s)
Printer(s)
Other
The following ARC/INFO®Revision Level Platform
software has been ARC INFO
installed and tested
COGOEDIT GRID
NETWORK TIN
Plot System ArcView
Other
The interface for all plotters has been tested and is working
correctly.
The interface for all digitizers has been tested and is working
correctly.
The interface for all printers has been tested and is working
correctly. .
The interface for all graphic devices has been tested and is
working correctly.
The interface for all Xstation(s) has been tested and is working
correctly.
2 ARC/INFO Installation Integration and Acceptance
a ,
J-4843 ARC/INFO® Installation Integration and Acceptance Test
License Manager
and Local Area
Network Integration
Test
The following tests are designed to verify that an
installation done in a network environment has been
completed correctly. The License Manager Test assures
that the floating License Manager is functioning properly.
The Local Area Network Test is strictly application-
independent and is intended to verify that all components
of the network are functional.
The following lmhostid Returns FLEXIm hostid needed for
• License Manager's licensing purposes.
executables have
been installed and lmgrd Starts the License Manager.
tested on the server lmstat Reports the status of daemons and seats
available.
lmdown Shuts down the FLEXIm License
Manager.
lmreread Updates the License Manager after
changes are made to the license.dat file.
lmremove Removes specific seats from users and
returns them to the license pool.
The License Manager server has been rebooted and
is functioning properly.
April 1992 3
a '
ARC/INFO® Installation Integration and AcceptanceTest J-4843
Local Area Network PING The PING utility can make contact with
Integration Test every workstation in the network.
TELNET Telnet can start a session on every
workstation in the network.
FTP Files can be transferred using FTP to and
from every workstation in the
network.
RLOGIN These three commands work on every
RCP workstation in the network.
RSH
PERIPHERALS
If remote ri herals are included, print
P
and jobs jobs can be sent to the remote
plot
device.
N F S If NFS is available, partitions from other
workstations can be mounted and vice
versa.
The Local Area Network Test has been completed.
Additional LAN
Comments
•
• 4 ARC/INFO Installation Integration and Acceptance
J-4843 ARC/INFO® Installation Integration and Acceptance Test
. Problems/Follow-up
System Acceptance This ARCI1NFO installation was performed at
(Client's Name and Address)
on . Any problems and/or follow-ups identified:
• (Date)
Installation is complete. No follow-up needed.
Installation is incomplete and does not require on-site visit.
ESRI will follow-up as stated and track unresolved issues until
a satisfactory resolution is reached.
Installation is incomplete. Necessity for follow-up visit is not
yet determined.
Installation is incomplete and will require a follow-up visit at a
time to be mutually determined.
Client ESRI
April 1992 5
, n
ARC/INFO® Installation Integration and AcceptanceTest J-4843
Machine Log Sheet
Client:
Model: O.S. Revision:
Serial number:
Machine name:
Location:
Network:
Disk partitions:
Swap space:
ESRI Software
Version:
License Manager: (Server, Backup Server,
Stand-alone, Client)
ARCHOME variable:
ARCVIEW variable:
Watch file location:
•
6 ARC/INFO Installation Integration and Acceptance
J-4843 ARC/INFO® Installation Integration and Acceptance Test
Peripheral LogSheet
Client:
Device:
Model:
Serial number:
Location:
Port on peripheral:
Port location on CPU:
ARC/INFO usage:
Communications
•
Parameters
Baud:
Data bits:
Stop bits:
Parity:
Protocol:
Switch settings:
Misc:
April 1992 '7
ARC/INFO® Installation Integration and AcceptanceTest J-4843
Software Log Sheet
Server Node name:
Imhostid:
Socket number:
ESRI Software
Version:
Features installed
ARC/INFO: Seats:
COGO: Seats:
Grid: Seats:
Network: Seats:
TIN: Seats:
Plotting: Seats:
ArcView: Seats:
Copy of license.dat file attached. ( Yes / No )
8 ARC/INFO Installation Integration and Acceptance
J-4843 Installation Integration Test—ARC/INFO
Installation Integration Test
ARC/INFO
Note that all text in bold should be typed by the user.
Arc: &term &mouse
Arc: &fullscreen &popup
Arc: display
Arc: &watch accept .wat
Arc: createworkepace test
Arc: workspace test
Arc: arcedit
(C) 1989,1990, 1991 Environmental Systems Research Institute, Inc.
All Rights Reserved Worldwide
ARCEDIT (COGO) Version 6.0.1
Arcedit: digitizer
Arcedit: coordinate digitizer
Arcedit: arcsnap on .15
Arcedit: nodesnap first . 05
Arcedit: createcoverage countydg
Arcedit: editfeature arc
Arcedit: &watch &off (* turn watch file off while digitizing,
otherwise file becomes too large*)
Arcedit: add
Arcedit: editfeature label
Arcedit: add
Arcedit: drawenvironment arc node errors label ids
Arcedit: draw
Arcedit: save
Arcedit: clear
Arcedit: createcoverage roadsdg countydg •
Arcedti: coordinate digitizer default
Arcedit: editfeature arc
Arcedit: add
Arcedit: draw
Arcedit: save
Arcedit: clear
Arcedit: createcoverage citydg countydg
Arcedti: coordinate digitizer default
Arcedit: editfeature label
Arcedit: add
"Arcedit: draw
Arcedit: save
Arcedit: &watch . . /accept.wat &append (*start watch file again
appending to original*)
Arcedit: quit
January 1992 9
ARC/INFO Installation Integration and AcceptanceTest J-4843
Arc: describe countydg
Arc: describe roadsdg
Arc: describe citydg
Arc: copy roadsdg roadscn
Copied roadsdg to roadscn
Arc: copy citydg citycn
Copied citydg to citycn
Arc: . clean countydg countycn .25 . 05
Cleaning /USER/TEST6_0/COUNTYDG
Sorting. . .
Intersecting. . .
Assembling polygons. . .
Arc: build roadscn line
Building lines. . .
Arc: build citycn point
Arc: editplot roadscn roadserrors 1. 0
Window plot? no
Enter legend text: <c r>
Plot Tics? yes
Plot Arcs? yes
Plot Arcs Ids? yes
Plot node errors? yes
Arc: describe countycn
Arc: describe roadscn
Arc: describe citycn .
Arc: draw roadserrors
WARNING: The Map extent is not defined
Warning: Pagesize exceeds device limits, scaling down
10 ARC/INFO Installation Integration and Acceptance
J-4843 Installation Integration Test—ARC/INFO
Arc: arcedit
(C) 1989, 1990, 1991 Environmental Systems Research Institute, Inc.
All Rights Reserved Worldwide
ARCEDIT (COGO) Version 6.0. 1
Arcedit: mapextent countycn
Arcedit: editcoverage countycn
The edit coverage is now /USER/TEST6_0/COUNTYCN
Arcedit: drawenvironment arcs node errors label ids
Arcedit: draw
Please wait. . .
Arcedit: list countycn.pat
Arcedit: editfeature label
19 element (s) for edit feature LABEL
Arcedit: select all
19 element (s) now selected
Arcedit: statistics
Enter statistical expressions. Type END or blank line to end.
Statistics: mean area
Statistics: mean perimeter.
Statistics: end
Record . FREQUENCY MEAN-AREA MEAN-PERIMETER
1 - 19 1.382272 5.160232
Arcedit: usage backcoverage
Usage: BACKCOVERAGE <cover> {symbol)
Arcedit: backcoverage roadscn 4
/USER/TEST6_0/ROADSCN is now background coverage 1 with draw symbol 4
Arcedit: backcoverage citycn 2
/USER/TEST6_0/CITYCN is now background coverage 2 with draw symbol 2
Arcedit: usage backenvironment
Usage: BACKENVIRONMENT {back cover)
ALL {ON I OFF)
ARC {ON I OFF I IDS I ARROWS I INTERSECT)
NODE {ON I OFF I IDS I ERRORS I DANGLE I PSEUDO)
January 1992 11
ARC/INFO Installation Integration and AcceptanceTest J-4843
LABEL {ON I OFF I IDS}
TIC {ON I OFF I IDS}
LINK {ON I OFF)
ANNO.subclass {ON I OFF I level. . .level)
SECTION.subclass {ON I OFF I IDS I ARROWS I
MEASURES I POSITIONS}
ROUTE.subclass {ON I OFF I IDS I ARROWS I
ROUTEERRORS I MEASUREERRORS)
Arcedit: backenvironment roadscn arc node
Arcedit: backenvironment citycn label
Arcedit: draw
Please wait. . .
Arcedit: quit
Leaving ARCEDIT. . .
•
12 ARC/INFO Installation Integration and Acceptance
J-4843 Installation Integration Test—ARC/INFO
Arc: info
INFO EXCHANGE CALL
02/12/1991 13 :59:29
INFO 9.42 11/11/86 52 .74.63*
COPYRIGHT 1986 HENCO SOFTWARE, INC.
PROPRIETARY TO HENCO SOFTWARE, INC.
US GOVT AGENCIES SEE USAGE RESTRICTIONS IN HELP FILES (HELP RESTRICTIONS)
ENTER USER NAME > arc
ENTER COMMAND > DEFINE COUNTY.CODE
ITEM NAME,WIDTH [,OUTPUT WIDTH] ,TYPE [,DECIMAL PLACES] [ ,PROT.LEVEL]
1
ITEM NAME >• COUNTYCN-ID, 4,5,B
5
ITEM NAME > NAME, 30,30,C
35
ITEM NAME > SHADE, 3,3, I
8
ITEM NAME > < c r>
ODD RECORD LENGTH ROUNDED UP TO EVEN
ENTER COMMAND > ADD
1
COUNTYCN-ID > 1, , 0
2
COUNTYCN-ID > 2, SISRIYOU, 25
3
COUNTYCN-ID > 3,PLUMAS,34
4
COUNTYCN-ID > 4,NEVADA,39
5
COUNTYCN-ID > 5,EL DORAD0,44
6
COUNTYCN-ID > 6, SONOMA, 45
7
COUNTYCN-ID > 7,MON0,50
8
COUNTYCN-ID > 8,MONTEREY, 55
9
COUNTYCN-ID > 9,INY0, 60
10
COUNTYCN-ID > 10,SAN LUIS OBISP0, 61
11
COUNTYCN-ID > 11,RERN, 66
12
COUNTYCN-ID > 12,SAN BERNARDIN0, 71
13
COUNTYCN-ID > 13,SANTA BARBARA,76
January 1992 13
i
ARC/INFO Installation Integration and AcceptanceTest J-4843
14
COUNTYCN-ID > 14,VENTURA, 77
15
COUNTYCN-ID > 15,LOS ANGELES, 82
16
COUNTYCN-ID > 16,RIVERSIDE, 87
17
COUNTYCN-ID > 17,ORANGE, 92
18
COUNTYCN-ID > 18,SAN DIEGO,26
'19- -
COUNTYCN-ID > 19, IMPERIAL, 100
20
COUNTYCN-ID > <cr>
19 RECORD(S) ADDED
ENTER COMMAND > ITEMS
DATAFILE NAME: COUNTY.CODE 12/02/1991
3 ITEMS: STARTING IN POSITION 1
COL ITEM NAME WDTH OPUT TYP N.DEC ALTERNATE NAME
1 COUNTYCN-ID 4 5 B -
5 NAME 30 30 C -
35 SHADE 3 3 • I -
ENTER COMMAND > LIST
$RECNO COUNTYCN-ID NAME SHADE
1 1 0
2 2 SISKIYOU 25
3 3 PLUMAS 34
4 4 NEVADA 39
5 5 EL DORADO 44
6 6 SONOMA 45
• 7 7 MONO 50
8 8 MONTEREY 55
9 9 INYO 60
10 10 SAN LUIS OBISPO 61
11 11 KERN 66
12 12 SAN BERNARDINO 71
13 13 SANTA BARBARA 76
14 14 VENTURA 77
15 • 15 LOS ANGELES 82
16 16 RIVERSIDE 87
17 17 ORANGE 92
18 18 SAN DIEGO 26
19 19 IMPERIAL 100 I
14 ARC/INFO Installation Integration and Acceptance
J-4843 Installation Integration Test—ARC/INFO
ENTER COMMAND > DEFINE ROADS.CODE
ITEM NAME,WIDTH [ ,OUTPUT WIDTH] ,TYPE [,DECIMAL PLACES) [ ,PROT.LEVEL]
1
ITEM NAME > ROADSCN-ID,4, 5,B
5
ITEM NAME > HIWAY, 3,3, I
8
ITEM NAME > LINE, 3,3, I
11
ITEM NAME > <cr>
ENTER COMMAND > ADD
1
ROADSCN-ID > 1, 101,42
2
ROADSCN-ID > 2, 5,47
3
ROADSCN-ID > 3,405,44
4
ROADSCN-ID > 4, 80,48
5
ROADSCN-ID > 5, 10,46
6 •
ROADSCN-ID > 6,15, 43
7
ROADSCN-ID > 7,40,42
8
ROADSCN-ID > <cr>
7 RECORD(S) ADDED
ENTER COMMAND > ITEMS
DATAFILE NAME: ROADS.CODE 12/02/1991
3 ITEMS: STARTING IN POSITION 1
COL ITEM NAME WDTH' OPUT TYP N.DEC ALTERNATE NAME
1 ROADSCN-ID 4 5 B 5 HIWAY 3 3 I 8 LINE 3 3 I -
ENTER COMMAND > LIST
$RECNO ROADSCN-ID HIWAY LINE
1 1 101 • 42
2 2 5 47
3 3 405 44
4 4 80 48
5 5 10 46
6 6 15 43
7 7 40 42
•
January 1992 15
ARC/INFO Installation Integration and AcceptanceTest J-4843
ENTER COMMAND > DEFINE CITY.CODE
ITEM NAME,WIDTH [,OUTPUT WIDTH] ,TYPE [ ,DECIMAL PLACES] [ , PROT.LEVEL]
1
ITEM NAME > CITYCN-ID, 4,5,B
5
ITEM NAME > NAME, 3 0, 3 0,C
35
ITEM NAME > <cr>
ENTER COMMAND > A D D
1
CITYCN-ID > 1,SAN BERNARDINO
2
CITYCN-ID > <cr>
ENTER COMMAND > Q STOP
Arc: usage joinitem
Usage: JOINITEM <in_info_file> <join_info_file> <out_info_file>
<relate_item>
<start_item> {LINEAR I ORDERED I LINK}
Arc: joinitem countycn.pat county.code countycn.pat countycn-id
countycn-id
Joining countycn.pat and county.code to create countycn.pat
** Item "COUNTYCN-ID" duplicated, Join File version dropped **
Arc: joinitem roadscn.aat roads.code roadscn.aat roadscn-id
roadscn-id
Joining roadscn.aat and roads.code to create roadscn.aat
** Item "ROADSCN-ID° duplicated, Join File version dropped **
Arc: joinitem citycn.pat city.code citycn.pat citycn-id citycn-id
Joining citycn.pat and city.code to create citycn.aat
** Item "CITYCN-ID" duplicated, Join File version dropped **
Arc: info
INFO EXCHANGE CALL
02/12/1991 13 :59:56
INFO 9.42 11/11/86 52.74.63*
COPYRIGHT 1986 HENCO SOFTWARE, INC. •
PROPRIETARY TO HENCO SOFTWARE, INC.
US GOVT AGENCIES SEE USAGE RESTRICTIONS IN HELP FILES (HELP RESTRICTIONS)
ENTER USER NAME>arc
ENTER COMMAND >SEL COUNTYCN.PAT
20 RECORD(S) SELECTED
16 ARC/INFO Installation Integration and Acceptance
Aa -
J-4843 Installation Integration Test—ARC/INFO
ENTER COMMAND > ITEMS
DATAFILE NAME: COUNTYCN.PAT 12/20/1991
6 ITEMS: STARTING IN POSITION 1
COL ITEM NAME WDTH OPUT TYP N.DEC ALTERNATE NAME
1 AREA 4 12 F 3
5 PERIMETER 4 12 F 3
9 COUNTYCN# 4 5 B -
13 COUNTYCN-ID 4 5 B -
17 NAME 30 30 C -
47 SHADE 3 3 I -
ENTER COMMAND > ITEMS PRINT (* optional *)
ENTER COMMAND > LIST COUNTYCN-ID,NAME,SHADE
$RECNO COUNTYCN-ID NAME SHADE
1 0 . 0
2 1 0
3 . 2 SISKIYOU 25
4 3 PLUMAS 34
5 4 NEVADA 39
6 5 EL DORADO 44
7 6 SONOMA 45
8 7 MONO 50
9 9 INYO 60
10 8 MONTEREY 55
11 12 SAN BERNARDINO 71
12 _ 11 KERN 66
13 10 SAN LUIS OBISPO 61
14 13 SANTA BARBARA 76
15 15 LOS ANGELES 82
16 14 VENTURA 77
17 16 RIVERSIDE 87
18 17 ORANGE 92
19 19 IMPERIAL 100
20 18 SAN DIEGO 26
ENTER COMMAND > LIST COUNTYCN-ID,NAME,SHADE PRINT (* optional *)
ENTER COMMAND > SEL ROADSCN.AAT
12 RECORD(S) SELECTED
ENTER COMMAND > ITEMS
DATAFILE NAME: ROADSCN.AAT 12/20/1991
9 ITEMS: STARTING IN POSITION 1
COL ITEM NAME WDTH OPUT TYP N.DEC ALTERNATE NAME
1 FNODE# 4 5 B -
5 TNODE# 4 5 B -
9 LPOLY# 4 5 B -
13 RPOLY# 4 5 B -
17 LENGTH 4 12 F 3
January 1992 17
• t
ARC/INFO Installation Integration and AcceptanceTest J-4843
COL ITEM NAME WDTH OPUT TYP N.DEC ALTERNATE NAME
21 ROADSCN# 4 5 B -
25 ROADSCN-ID 4 5 B -
29 HIWAY 3 3 I -
32 LINE 3 3 I -
ENTER COMMAND > ITEMS PRINT (* optional *)
ENTER COMMAND > LIST HIWAY, LINE
$RECNO HIWAY LINE
1 - 101 42
2 5 47
3 5 47
4 _ 80 48
5 405 44
6 405 44
7 10 46
8 5 47
9 5 47
10 15 43
11 15 43
12 40 42
ENTER COMMAND > LIST HIWAY,LINE PRINT (* optional. *)
ENTER COMMAND > SEL CITYCN.PAT
1 RECORD(S) SELECTED
ENTER COMMAND > ITEMS
DATAFILE NAME: CITYCN.PAT 12/20/1991
5 ITEMS: STARTING IN POSITION 1
COL ITEM NAME WDTH OPUT TYP N.DEC ALTERNATE NAME
1 AREA 4 12 F 3
5 PERIMETER 4 12 F 3
9 ' CITYCN# 4 5 B -
13 CITYCN-ID 4 5 B -
17 NAME 30 30 C -
ENTER COMMAND > LIST
1
AREA = 0.000
PERIMETER = 0.000
CITYCN# = 1.
CITYCN-ID = 1
NAME = SAN BERNARDINO
ENTER COMMAND > ITEMS PRINT (* optional *)
ENTER COMMAND > LIST PRINT (* optional *)
ENTER COMMAND > SPOOL (* optional *)
ENTER COMMAND > Q STOP
18 ARC/INFO Installation Integration and Acceptance
I
t
J-4843 Installation Integration Test—ARC/INFO
Arc: arcplot
(C) 1989, 1990, 1991 Environmental Systems Research Institute, Inc.
All Rights Reserved Worldwide
ARCPLOT Version 6.0.1
Arcplot: coordinate mouse
Arcplot:. mapextent countycn
Arcplot: textsymbol 41
Arcplot: textsize . 1 . 1
Arcplot: polygonshades countycn shade
Arcplot: arcs countycn
Arcplot: labeltext countycn name
Arcplot: labels countycn noids
Arcplot: identify countycn poly *
Arcplot: clear
Arcplot: usage arclines
Usage: ARCLINES <cover> {item I symbol) {lookup_table)
Arcplot: arclines roadscn line
Arcplot: textsize .2 .2
Arcplot: usage arctext
Usage: ARCTEXT <cover> <item> {lookup_table)
{POINT1 I POINT2 I LINE) {offset}
{LL I LC I LR I CL I CC I CR I UL I UC I UR I BLANK) {NOFLIP}
Arcplot: arctext roadscn hiway ur
Arcplot: arcs countycn
Arcplot: points citycn
Arcplot: pointtext citycn name
Arcplot: clear
Arcplot: reselect roadscn line hiway = 5
Arcplot: arclines roadscn line
Arcplot: arctext roadscn hiway ur
Arcplot: arcs countycn
Arcplot: display 1040
Enter Output filename: countyplot
Arcplot: mapextent countycn
Arcplot: mapscale 1. 0
Arcplot: polygonshades countycn shade
Arcplot: arcs countycn
Arcplot: textsize . 1 .1
Arcplot: labeltext countycn name
Arcplot: quit •
Leaving ARCPLOT. . .
Arc: draw countyplot.gra (site dependent)
Arc: plot countyplot.gra (site dependent)
WARNING the Map extent is not defined
January 1992 19
e -
ARC/INFO Installation Integration and AcceptanceTest J-4843
.Arc: listcoverages
Workspace: /USER/TEST6_0
Available Coverages
CITYCN CITYDG COUNTYCN COUNTYDG
ROADSCN ROADSDG
Arc: usage rename
Usage: RENAME <old_geo_dataset> <new geo dataset>
Arc: - rename countycn countyfinal
Arc: listcoverage
Workspace: /USER/TEST6_0
Available Coverages
CITYCN CITYDG COUNTYDG COUNTYFINAL
ROADSCN ROADSDG
Arc: &watch &off
Arc: quit
•
•
20 ARC/INFO Installation Integration and Acceptance
J-4843 Installation Integration Test—ARC/INFO
COGO
Arc: &term &mouse
Arc: &fullscreen &popup
Arc: display
Arc: &watch cogotest.wat
Arc: createcogo testcogo
Creating coverage TESTCOGO from $archome/template/cogoedit/singlecogo
Copied $archome/template/cogoedit/singlecogo to TESTCOGO
Coverage TESTCOGO is built for lines and has AAT. COGO items
-Arc: arcedit
(C) 1989, 1990, 1991 Environmental Systems Research Institute, Inc.
- All Rights Reserved Worldwide
ARCEDIT (COGO) Version 6.0.1
Arcedit: cogoenv testcogo
The edit coverage is now /USER/TEST6_0/TESTCOGO
WARNING the Map extent is not defined
Defaulting the map extent to the BND of /USER/TEST6_0/TESTCOGO
The snap coverage is now /USER/TEST6_0/TESTCOGO
Type in "menu" to use the menu
Type in "abb" to use cogoedit abbreviations
Arcedit: usage traverse
Usage: TRAVERSE <OPEN I CLOSED> {* I xy I P<n>} {* I xy I P<n> I SAME}
{BEARING I ANGLE <direction> I BACKSIGHT {* I xy I P<n>}
{FORESIGHT <* I xy I P<n» <angle>}}
Usage: TRAVERSE EDIT {COURSES I TAKEOFF {* I xy I P<n>} I
TIE {* I xy I P<n> I SAME}}
Usage: TRAVERSE EDIT <OPEN I ANGLE <direction> I BACKSIGHT {* I xy I P<n>) I
FORESIGHT <* I xy I P<n» <angle»
Usage: TRAVERSE ADJUST {COMPASS I TRANSIT I CRANDALL}
Usage: TRAVERSE REVERSE <ANGLE <direction> I BACKSIGHT {* I xy I P<n>}
{FORESIGHT <* I xy I P<n» <angle>}>
Usage: TRAVERSE <UNADJUST {KEEP I NOKEEP} I DELETE I STATUS>
Arcedit: traverse closed 0, 0 0, 0 bearing
course (1) : n90e, 500
course (2) : n00e, 1000
course (3) : s90w, 500
course (4) : s00w, 1000
course (5) : quit
January 1992 21
ARC/INFO Installation Integration and AcceptanceTest J-4843
Closed bearing traverse with 4 courses
Course Types: 0 curve(s) , 4 straight (s) , 0 sideshot (s)
Takeoff point 0.00 0.00
Tie point 0.00 0.00
Calculated end 0.00 0.00
Closure 0.00 0.00 S63-26-06E 0.00
Total length 3000.00 Relative error 1:84415735
Arcedit: mapextent select
Arcedit: draw
Arcedit: traverse edit course
Insert, Delete, Change, List, Status, Quit: list
Course Attribute values Input values
1 N90-00-00E 500.00 (n90e 500)
2 N00-00-00W 1000.00 (n00e 1000)
3 S90-00-00W 500.00 (s90w 500)
4 S00-00-00E 1000.00 (s00w 1000)
Insert, Delete, Change, List, Status, Quit: status
Closed bearing traverse with 4 courses
Course Types: 0 curve(s) , 4 straight (s) , 0 sideshot (s)
Takeoff point 0.00 0.00
Tie point 0.00 0.00
Calculated end 0.00 0.00
Closure 0.00 0.00 S63-26-06E 0.00
Total length 3000.00 Relative error 1:84415735
Insert, Delete, Change, List, Status, Quit: quit
Arcedit: save
Saving changes for /USER/TEST6_0/TESTCOGO
Saving arcs. . .
4 arc attribute record(s) written to /USER/TEST6_0/TESTCOGO
4 arc(s) written to /USER/TEST6_0/TESTCOGO
from the original 0, 4- added and 0 deleted
Reopening arcs. . .
Please wait. . .
Please wait. . .Saving tics. . .
** NOTE ** Tic(s) unchanged
Reopening tics. . . •
BND replaced into /USER/TEST6_0/TESTCOGO
Saving set tolerances to TOL file. . .
Re-establishing edit feature
Arcedit: quit
Leaving ARCEDIT. . .
Arc: &watch &off
Arc: quit
22 ARC/INFO Installation Integration and Acceptance
J-4843 Installation Integration Test—ARC/INFO
Arc: &term &mouse
Arc: &fullscreen &popup
Arc: display
Arc: &watch networktest.wat
Arc: copy /install_path/accepttest/data/red
Arc: describe red
Arc: arcplot
Copyright (C) 1989, 1990, 1991, 1992 Environmental Systems Research Institute, Inc.
All Rights Reserved Worldwide.
ARCPLOT Version 6.1
- Arcplot: mapextent red
Arcplot: shadeset colorname.shd
Arcplot: linecolor gold
Arcplot: markerset usgs .mrk
Arcplot: markersymbol 415
Arcplot: markercolor yellow
Arcplot: arcs red
Arcplot: annotext red all
Arcplot: usage netcover
Usage: NETCOVER <cover> <route_system>
Arcplot: netcover red schoolsi
Arcplot: addresscoverage red
Arcplot: coordinate keyboard address
Arcplot: usage demand
Usage: DEMAND (demand_item)
Arcplot: demand student
Arcplot: impedance length length
Arcplot: usage allocate
Usage: ALLOCATE (OUT I IN) (CENTERS I (* (maximum_impedance) {supply}))
Arcplot: allocate out * 5280 1200
Enter point
Enter Address: 645 olive av w
Enter point
Enter Address: 250 wabash av n
Enter point
Enter Address: 600 cajon at
Enter point
Enter Address:
Processing 3 centers
Building network •
Computing allocation
Writing routes
LENIER MAXIMUM IMPEDANCE ALLOCATED TOTAL DEMAND ALLOCATED
808 5280.000 725.450
525 5280.000 158.443
919 5280.000 759.940
January 1992 23
ARC/INFO Installation Integration and AcceptanceTest J-4843
Arcplot: usage routelines
Usage: ROUTELINES <cover> <route_system> (item I symbol) {lookup_table}
(item I offset) (lookup_table)
Arcplot: routelines red schoolsl schoolsl#
Arcplot: netcover red schools2
Arcplot: clear
Arcplot: arcs red
Arcplot: annotext red all
Arcplot: allocate out * 7920 1200
Enter point
Enter Address: 645 olive av w
Enter point
Enter Address: 250 wabash av n
Enter point
Enter Address: 600 cajon st
Enter point
Enter Address:
Processing 3 centers. . .
Building network. . .
Computing allocation. . .
Writing routes. . .
cpwrja MAXIMUM IMPEDANCE ALLOCATED TOTAL DEMAND ALLOCATED
808 7920.000 1200.000
525 7920.000 490.636
919 7920.000 1200.000
Arcplot: routelines red schoolsl schoolsl#
Arcplot: clear
Arcplot: arcs red
Arcplot: annotext red all
Arcplot: routelines red schoolsl 8
Arcplot: routelines red schoolsl 6
Arcplot: clear
Arcplot: netcover red paths
Arcplot: arcs red
Arcplot: annotext red all
Arcplot: markerset water.mrk
Arcplot: markersymbol 411
Arcplot: markercolor yellow
•
24 ARC/INFO Installation Integration and Acceptance
J-4843 Installation Integration Test—ARC/INFO
Arcplot: path * 1
Enter point
Enter Address: 380 new york st n
Enter point
Enter Address: 1645 helena la
Enter point
Enter Address: 100 cascade st s
Enter point
Enter Address: 150 wabash av n
Enter point
Enter Address: 903 chestnut av w
Enter point
Enter Address: 12851 central av
Enter point
Enter Address: 1600 capri av
Enter point
Enter Address: 380 new york at n
Enter point
Enter Address:
Processing 8 stops. . .
Building network. . .
Finding path. . .
Writing routes. . .
Arcplot: routelines red pathl 15
Arcplot: usage directions
Usage: DIRECTIONS {route_id} {street_item} {units} {conversion_factor}
{NO_COMPASS I COMPASS4 I COMPASS8}
Arcplot: directions 1 street.name miles 5280 compass8
Arcplot: clear
Arcplot: arcs red
Arcplot: annotext red all
Arcplot: netcover red tourl
Arcplot: usage tour
Usage: TOUR {STOPS I {* {route_id}}}
Arcplot: tour * 2
Enter point
Enter Address: 380 new york st n
Enter point
Enter Address: 1645 helena la
Enter point
Enter Address: 100 cascade at a
Enter point •
Enter Address: 150 wabash av n
Enter point
Enter Address: 903 chestnut av w
Enter point
Enter Address: 12851 central av
Enter point
Enter Address: 1600 capri av
Enter point
January 1992 25
ARC/INFO Installation Integration and AcceptanceTest J-4843
Enter Address:
Processing 7 stops. . .
Building network. . .
Creating OD matrix. . .100%
Constructing tour. . .
Improving tour. . .
Finding path. . .
Writing routes. . .
Arcplot: routelinea red tourl 14
Arcplot: directions 2 atreeet.name miles 5280 compaas8
Arcplot: clear
Arcplot: arcs red
Arcplot: routelinea red pathl 15
Arcplot: routelinea red tourl 10
Arcplot: quit
Leaving ARCPLOT. . .
Arc: describe red
Arc: quit
Exiting ARC . . .
•
26 ARC/INFO Installation Integration and Acceptance
J-4843 Installation Integration Test—ARC/INFO
TIN
Arc: &term &mouse
Arc: &fullscreen &popup
Arc: display
Arc: &watch tintest.wat
Arc: copy /install_path/accepttest/data/heltin60
Copied /install_path/accepttest/data/heltin60 to HELTIN60
Arc: arcplot
(C) 1989, 1990, 1991 Environmental Systems Research Institute, Inc.
All Rights Reserved Worldwide
ARCPLOT Version 6.0.1
Arcplot: usage surface
Usage: SURFACE TIN <tin> {LINEAR I QUINTIC} {z_factor}
- Usage: SURFACE LATTICE <lattice> {z_factor}
Usage: SURFACE NONE <constant>
Arcplot: surface tin heltin60
Loading TIN data structures. . .
Loading TIN data structures. . .
Arcplot: surfacedefaults
Arcplot: surfacedrape mesh
Setting up virtual surface Computing visibility map Computing Auto.
Viewfield. . .
WARNING the Map extent is not defined
Draping Mesh. . .
Draping Mesh. . .
Arcplot: usage sufacedrape
Usage: SURFACEDRAPE MESH {FISHNET I DIAGONAL I ALONGX I ALONGY} {distance}
Usage: SURFACEDRAPE LOCATOR {distance} {*}
Usage: SURFACEDRAPE COVER <cover> {LINES . I POINTS} {item I symbol}
{lookup_table}
Usage: SURFACEDRAPE XYZ <* I xy> {z value}
Usage: SURFACEDRAPE GRAPHICSFILE <graphics_file>
Usage: SURFACEDRAPE IMAGE <image> {band}
Usage: SURFACEDRAPE IMAGE <image> TRANSPARENT <foreground_shadesymbol>
Usage: SURFACEDRAPE IMAGE <image> OPAQUE <foreground_shadesymbol>
<background_shadesymbol>
Usage: SURFACEDRAPE IMAGE <image> COMPOSITE
<red band> <green_band> <blue band>
Usage: SURFACEDRAPE GRIDPAINT <grid> {item}
{IDENTITY I LINEAR I EQUALAREA I remap_table}
{WRAP I NOWRAP} {NOMINAL I GRAY I colormap_file}
Usage: SURFACEDRAPE GRIDQUERY <grid> {item}
{IDENTITY I LINEAR I EQUALAREA I remap_table)
{WRAP I NOWRAP} <logical_expression>
January 1992 27
`b
ARC/INFO Installation Integration and AcceptanceTest J-4843
Usage: SURFACEDRAPE GRIDCOMPOSITE RGB <red_grid> <green_grid> <blue_grid>
{IDENTITY I LINEAR I EQUALAREA}
Usage: SURFACEDRAPE GRIDCOMPOSITE HSV <hue_grid> <saturation_grid>
<value_grid>
{IDENTITY I LINEAR I EQUALAREA}
Usage: SURFACEDRAPE GRIDSHADES <grid> {item}
{IDENTITY I LINEAR I EQUALAREA I remap_table}
{WRAP I NOWRAP}
Usage: SURFACEDRAPE SURFACESHADE {azimuth} {altitude} {ALL I SHADE I
SHADOW}
Usage: SURFACEDRAPE SURFACECONTOURS <interval> {base_contour}
{subdivision degree}
Arcplot: clear
Arcplot: surfacedrape mesh diagonal
Computing Auto Viewfield. . .Draping Mesh. . .
Arcplot: surfacedrape surfaceshade 35 40
Computing surfaceshade. . .Computing Auto Viewfield. . .Draping image
[100x75] . . .
Arcplot: clear
Arcplot: surfaceobserver relative 0 25 5034. 014302721
Arcplot: surfacedrape surfaceshade 0 25
Computing surfaceshade. . .Computing visibility map. . .Computing Auto
Viewfield. . .Draping image [100x75] . . .
Arcplot: linecolor 2 .
Arcplot: surfacedrape mesh
Computing Auto Viewfield. . .
Computing Auto Viewfield. . .Draping Mesh. . .
Computing Auto Viewfield. . .Draping Mesh. . .
Arcplot: quit
Arc: &watch &off
Arc: quit
28 ARC/INFO Installation Integration and Acceptance
} ti
J-4843 Installation Integration Test—ARC/INFO
•
GRID
Arc: &term 9999
Arc: &fullscreen &popup
Arc: display 9999 3
Arc: &watch gridtest .wat
Arc: copy /installpath/accepttest/cotyfinal
Arc: copy /install_path/accepttest/rdcn
Arc: copy /installpath/accepttest/ctycn
Arc: listcoverages
Arc: polygrid cotyfinal countygrid cotyfinal-id
Converting polygons from cotyfinal to grid countygrid
Cell Size (square cell) : . 1
Convert the Entire Coverage? (Y/N) : y
Number of Rows = 83
Number of Columns = 75
Arc: grid
(C) 1989, 1990, 1991 Environmental Systems Research Institute, Inc.
All Rights Reserved Worldwide
GRID Version 6.0.1 (December 2, 1991)
Grid: commands •
Grid: mapextent countygrid
Grid: gridshades countygrid
Grid: linecolor 8
Grid: arcs cotyfinal
Grid: quit
Leaving GRID. . .
Arc: polygrid cotyfinal countygrid2 cotyfinal-id
Converting polygons from cotyfinal to grid countygrid2
Cell Size (square cell) : . 05
Convert the Entire Coverage? (Y/N) : y
Number of Rows = 166
Number of Columns = 150
Arc: describe cotyfinal
Arc: pointgrid ctycn citygrid ctycn-id
Converting points from ctycn to grid citygrid
Cell Size (square cell) : . 05
Convert the Entire Coverage(Y/N) ?: n
Grid Origin (x, y) : 1.525,1.037
Grid Size (nrows, ncolumns) : 166,150
Enter background value (NODATA I ZERO) : nodata
Number of Rows = 166
Number of Columns = 150
January 1992 29
4 V
ARC/INFO Installation Integration and AcceptanceTest J-4843
Arc: grid
(C) 1989,1990, 1991 Environmental Systems Research Institute, Inc.
All Rights Reserved Worldwide
GRID Version 6.0 .1 (December 2, 1991)
Grid: mapextent cotyfinal
Grid: gridshades countygrid2
Grid: linecolor 8
Grid: arcs cotyfinal
Grid: linecolor 2
Grid: arcs rdcn
Grid: points ctycn
Grid: point text ctycn name
Grid: distgrid = eucdistance(citygrid)
Start Euclidean Distance Mapping. . . Please Wait. . .
Grid: clear
Grid: mapextent distgrid
Grid: image distgrid
Grid: points ctycn
Grid: pointtext ctycn name
Grid: clear
Grid: finalgrid = selectmask(distgrid, countygrid2)
Grid: gridshades finalgrid # linear
Grid: clear
Grid: shadeset rainbow
Grid: gridshades finalgrid it linear
Grid: arcs cotyfinal
Grid: points ctycn
Grid: textcolor 4
Grid: pointtext ctycn name
Grid: linecolor 8
Grid: • arcs rdcn
Grid: quit
Leaving GRID. . .
Arc: listgrids
Arc: &watch &off
Arc: quit
30 ARC/INFO Installation Integration and Acceptance
4 � nj Environmental Systems Research Institute,Inc.
380 New York Street
J Redlands,CA 92373
(714) 793-2853
Exhibit F
Rent-a-Tech RATE SCHEDULE
•
A92-S0919/EB F-1 6/17/92
A M
ESRI j Environmental Systems Research Institute, Inc.
380 New York Street
J J Redlands, CA 92373
(714) 793-2853
Rent-A-Tech Professional and Production Rate Schedule
Outlined below is an ESRI rate schedule for the Rent-A-Tech program. Services will be
contracted on a time-and-materials basis. Hourly labor rates have been provided for each
labor category for calendar year 1992. The hourly labor rates for services that are
contracted after 1992 will be escalated by the rate of 7.5% for each calendar year that
follows. Other direct costs, such as computer, travel,reproduction, subcontractor,
telecommunication/freight,or materials will be burdened and invoiced.
ESRI Professional Staff
Senior Consultant/Manager Hourly Rate: $120.00
Lead staff for database and project design. This may include review of needs and existing
designof ARGINFO layers and coding structures,design and development of data
data, of mapping dictionary, design of quality assurance programs, and identificationaPP g and
automation methods. These staff also identify tasks, schedule and resource requirements
for implementation planning.
Consultant/Manager Hourly Rate: $95.00
during database/project design
staff suppor
t Senior Co
nsultant on an as needed basis d g P ]
and documentation.
Senior Applications Programmer Hourly Rate: $115.00
Design and write user interfaces and application programs for model and product
development. Work with project managers in final physical design and development of
database development procedures. Review existing digital data/systems and develop
methods for interfacing with ARC/INFO.
Applications Programmer-Specialist Hourly Rate: $95.00
,Supervise the technical specialists and data processors in carrying out the technical aspects
of database development using procedures designed by Consultants and Senior
Applications Programmer.
Technical Specialist Hourly Rate: $80.00
Oversee technical aspects of database development using procedures designed by the
Applications Programmers. These staff are very proficient in production procedures for
data entry,editing, and building final data files (libraries).
A92-S0919/EB F-2 6/17/92
: . •
njEnvironmental Systems Research Institute,Inc.
380 New York Street
J n Redlands,CA 92373
(714) 793-2853
ESRI Production Staff
Cartographer Specialist Hourly Rate $65.00
These staff specialize in_database documentation, graphics for documentation, and quality
control.
Data Processor Specialist Hourly Rate: $50.00
Perform editing and topology creation tasks using ARC/INFO coverages and develop
coverages using automated scanning devices.
Digitizer Hourly Rate: $35.00
Manual digitizing and key entry attribute codes.
•
A92-S0919/EB F-3 6/17/92
PUG 9 '9I 11: I u
ii--- * . .1 1101 4r INSURANCE os o9 t ci,> >}� ,
s
P.R.X,!JCCR THIS CERTIFICATE IS ISSUED Ab A MATTER OP INFORMATION ONLY AND CONFERS
F r e��e r Company , I nC . NO RIGHTS UPON TILE:CERTIFICATE HOLDER.IRIS CERTIFICATE DOER NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BE♦•QW,
16 7 r ,? I ' S 1 1 ' 2`'1 (1 --. . ..... ____r.- -.._.— ----
11er; I 1.., ;A), +JL.'. • 'iM,ri+- `1NIES AFFORDING COVERAGE
I 'I=-TrrP A,..��11•_InC:4 Insurance Company
_-1;ibLMCD , TIErlY74 BTransarnericanaurance Company
Utility Cy!aphics C.r!!a c H GU100,ms r c
Corporation ;v. Utility Craph cs 1 ,) iTEiT
Consultant!.; Limited COMPANY iii. —_-
r
6200 S . Syracuse Way , Suite 22 LETTER -- ^—
It %r{ , [
«w
4 77[- . ..r...,. .. .....
,j, +me^,IS TO(;ER I IF t THAT POL'C'-= , ;INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAME()AROV!FOR THE POLICY PERIOD INDICATED,
t-IOTWITHSTANDm;AP•4.!RFCI II•' '. 'i I 'FRM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
BE I$,ULD OR MAY i'LF-"{&IN '.+ . , . .`'LANCE AP OROFC+BY-Ike POt,C:IES c11:SCRIRED rtERLIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS,AND CONDI-
►I0t4S or SUCH 03i.CiES. _ ---__�—. — _
r.n 1 _ I �. ! P:':.rY gIfeY v POLf�Y EXINIAMN ALL LIMITS IN THOUBANGS
nY I'L V '..:-.. c C poi I r yolf-R l) ITr rAL'ZYV '4 (4�6�JOLY
GENERAL LIABILITY' ___RA1.ALGREGATT i$ 2 ,000,
- --- ' L 7 �ii� 107 f 90 06r(07/91 k ono:5=c,Mp.paSAGGREGAlt $ 2, 009
11 1 1 . PLU 'JAL$A^ViRTIS' C,NJURY $ 1 y y000 s
FAL'M^':fl;Rf:EIJL'E- 000,
OIAC OAMxCE;ANY 00Ir mu) $ 50 ,
MEOIGAi.cxrENSE IANY OliF PERdON). 5 ,
AL.TOMOBILE-LIABILITY
AP py:
'� b fAS'TOFORM:1 )t-'/07/90 06/07/91,.. Is 1 , 000,
!--I ,„ GAIL HUTTON I aS0411 $
I CITY
':':' �'.a'.CC ByG i ffi
Attorney
SAFAt;f I AEI;nv i Deputy it pAMaaery
i } ;
Y 'F Ex(ESS LIABILITY E..F+i •igRtAATE
BCCLFAENL'E
' Iu 1 : 4U1670/t47 h6/I"i7/90 06/07/91 $ 1 ,000, $1 , 000,
w,. Y I _ — T
;,TA UTpgY .:.
WORKERS COMPENSATi:)N .r 500 Er.Ln aCCrPFNrs
A '
B 1 ril, 18025810706 / 07/90 06/07/91 ' JW
r 500, (01S£ASf'POLICV uMlrl
k Mf'L^.YF RS LIMA!:ITT 1 , L_.aa1.S �y/�. WISEASF•FACN UAfLUYEEI
1 _. _ —
1 i
1 __. . --____..l_ ___.!_ !
6rSCA1P'frcrl,:)r.:,r,r•,'.*:. .�..t.)r,t: ,�11r:._t:. 'ES = _r.5 ::r..;;i.;L ''TrI/c7
* The t;iLy oi Hunt. : ngton Beach, ,.:: 11 ornia , it . , gerriS, officers and
F1l'1t11 (1"!,f" y-r ,,. r rpretl -1`a .,p 4 lri-j I i,,rrly 1 1 :,,r d Rg th&ir interer;Y may
appear .
The City of Huntington Beach SHOULD ANY OF Tr•E.AdO IL UESCRIBEO POLICIES BE CANCELLED BEFORE THE EX.
2AIRAT ON RATE THEREOF, THE ISSUING COMPANY WILL VE 'kra4.>"d0'
Huntingtonug n StreetBe MAIL JU DAYS V $TTEN NOTICE TO THE CERTIFICATE HOLGER NAM THE
Attn: ia e Nakasone
oCn r �64�3 I-EP7. BKO ARNAICII 3�IR ht CNW3V422R2' " eC
Liane Nakasone r min( ndfA '+xl fta ;,.:.. -:attic
. AUTHORIZE: R.aEO NiT.kT1VF' .-
. Carol/ Parsons
boo . io
REQUES i FOR CITY COUNCI._ ACTION
Date August 6, 1990
Submitted to: Honorable Mayor and City Council
� s
Submitted by: Michael T. Uberuaga, City Administrator W' f z
Caj
Prepared by: Robert J. Franz, Deputy City Administrato 2 �,
Subject: eographic Information System Consultant P ROVED Z. 2
, CIL
r 6
Consistent with Council Policy? [x] Yes [ ] New Policy or Exce tion
C TY CLERK
Statement of Issue, Recommendation, Analysis, Funding Source,Alternative Actions, Attachments:
Statement of Issue: The hiring of a consultant to review the City's Geographic
Information System (GIS) needs is proposed. This will involve a study of current City
operations for automated mapping and automated facilities recordkeeping of a geographic
nature. Based on the current state-of-the-art GIS technology, the consultant would
recommend an approach for the City, including a cost/benefit analysis,y timing
and
procedure (Phase I). Depending on the viability of Phase I, the consultant would create a
detailed RFP as part of Phase II, as well as optionally, performing ultimate vendor
selection, conversion specifications and conversion contractor selection.
Recommendation:
1. Approve the attached contract with Utility Graphics Consultants to conduct a
Geographic Information System feasibility study for a cost of $54,268 and pending
the positive results of Phase I above, authorize the additional expense of $39,623 for
Phase II optional task for a grand total of $93,891.
2. Waive the Professional Liability insurance requirement of the City (Section 10b).
Analysis: In the Fall of 1987, the Warner Group was hired by the City to complete a
Strategic Technology Plan (STP) regarding six general areas of technology; Public Safety
Systems, Telephone Systems, Computer Networking, Mainframe upgrade, Information
Systems and GIS. The City has completed, or is in the process of completing, the STP
recommendations on four of the six items (all of these projects are long term in nature).
The two remaining are Networking and GIS.
When the City's long range technology plan was prepared in 1987, the one time installation
cost for a GIS system was estimated to range from $796,000 - $969,000. Implementation
typically takes 3-5 years. Although the cost of the system is currently unfunded, this
consultant study will result in recommendations for phasing and funding that will result in
a feasible project implementation plan.
Due to the complex nature of GIS, the long implementation period, the degree of expense
and the possibility of failure, it is recommended that this study precede any
implementation action by the City. The City's Electronic Data Processing Committee,
representing all departments, has placed a high priority on this project and has assisted in
preparing the Request for Proposals (copy attached) outlining an approach to insure all
City needs are met with state-of-the-art technology. Public Works and Planning are
expected to be the biggest users of a GIS system and have interviewed the top two firms
along with Information Systems staff. UGC has been unanimously selected by departments
as the best qualified consultant due to their independence, experience, approach, and
cost. The other top rated firms lacked independence (they also sell GIS software or
hardward products) or were prohibitively expensive.
PIO 5/85
•
_ QUEST FOR COUNCIL ACTION
GEOGRAPHIC INFORMATION SYSTEM CONS 'ANT
The waiver of the City's professional liability insurance requirement is appropriate since
none of the top rated firms carry this insurance, the consulting work is not the type for
which professional liability insurance is normally required, and the cost (per attached
letter from UGC) would be prohibitive.
Funding Source; The 1989/90 budget had $100,000 approved for this study and has been
carried over to 1990/91 budget.
Alternative Action:
1. Do not fund and continue current operation as is.
2. Attempt to enter the GIS business with limited in-house GIS expertise.
Attachments:
1. Summary of Proposals
2. City of Huntington Beach Consultant RFP
3. Cost Estimates from 1987 Strategic Technology Plan
4. UGC Contract
-2-
5315j
GIS RFP ANALYSIS '
SORTED BY PROBABLE DEGREE OF CAPABILITY, EXPERIENCE & REPUTATION
CITY QUALITY
COST MAN-HOURS PHI & PHII MARKET STAFF INTER- OF RFP
VENDOR PHI PHII TOTAL PHI PHII TOTAL DURATION HW(SW EXPERIENCE REQUIRE VIEWS RESPONSE
B
E ESRI 25,365 18,975 $44,340 382 289 671 6/16 WKS Y/Y Numerous, Sect. 6 PM & Interviews 10 Indivd. Great
S
T UTIL. GRAPHICS 39,733 14,535 $54,268 429 163 592 12/20 Wks N/N Numerous, Sect. 10 PM & Interview 9 sessions Great
NAIL SYS & RES 33,962 42,930 $76,893 524 896 1,420 6/20 WKS N/N Primarly Large Fed PM & Interview Unclear Great
A contract, no Med.Size
B City.
• 0
✓ AMCAD 49,460 41,660 $91,120 584 608 1,092 6/? WKS ?/? Appears Limited ? , ? Impressive
E in experience but not H
specific H
a
A (')
✓ PLANGRAPHICS 60,200 33,500 $93,700 644 328 972 7/21 WKS N/N Numerous PM & Interviews 2-10 Indivd. Great
E Pg 1-9 thru 1-12 2-3 Group M •
R Z
H
A J. MONTGOMERY 65,000 33,000 $98,000 622 320 1,032 16/28 WKS N/N Numerious, Sect IV PM & Interviews 12 Sessions Above )--,
G Average
E
BSI 17,170 17,825 $34,995 ? 7 ? 6/8 WKS N/N Numerous, Slect. V ? ? Average
A
✓ HUGHES 52,500 22,500 $75,000 ? ? 850 11/16 WKS 7 Large Fed application, PM & interviews 25-30 Indivd. Average
G Winnebago City WI.
•
Los Alamos Lab.
ENTIRE $22,500 7/? 7 ? 7 Poor
U
N D. EVANS & ASSOC. 20,300 9,650 $29,950 300 144 444 6/10 WKS N/N Appears somewhat ? ? . Average
A limited exper (GIS)
C more engr. orient.
C
E PUB. SAF. ASSOC ? ? $35,330 ? ? ? 8 WKS N/N Very Limited Exper. ? ? Poor
P
T WARNER GROUP 29,000 20,000 $49,000• 7 ? ?• 10/21 WKS N/N No Spec GIS Exper. 7 ? Average
(?) Means vendor did not respond correctly to requirements of the RFP
ATTACHMENT 2
REQUEST FOR PROPOSALS
TO PREPARE A GEOGRAPHIC INFORMATION SYSTEM STRATEGIC PLAN
FOR THE
CITY OF HUNTINGTON BEACH, CALIFORNIA
"R.F.P. No. "
The City of Huntington Beach invites proposals for experienced consultant assistance in
the preparation of a Geographic Information System Strategic Plan.
I. PROPOSAL INFORMATION
This request for proposal is issued by the City of Huntington Beach. Questions
concerning this request should be directed to:
Jerry Bramlett
Information Systems Manager
(714) 960-8893
Proposals (eight copies) must be received no later than 4:00 P.M., Thursday,
May 31, 1990. Late proposals will not be considered. Proposals submitted must
have "R.F.P. " indication on the outside of the sealed envelope and sent to
the address listed below:
CITY OF HUNTINGTON BEACH
Administrative Services Department
P.O. Box 190, 2000 Main Street
Huntington Beach, California 92648
Attention: Purchasing/Central Services Division
II. BACKGROUND INFORMATION
The City of Huntington Beach is located in Orange County, California. Population
187,000. The City has approximately 1,075 total full time employees, and an
annual budget of over $150 million. The City has a Council - Manager form of
government and is organized into the following departments:
Administrative Services (includes Information Systems)
Community Services
Community Development (Planning and Building)
Public Works
Police
Fire
Redevelopment
City Attorney
City Clerk
City Treasurer
The City recognizes the need to investigate the advisability/feasibility to
implement a city-wide automated geo-based mapping system for multi-purpose
applications. Some of the applications are shown below and are currently in use
with various levels of automated accuracy and capabilities.
A. Water Operations - A geo-based system of the underground water network
infrastructure to simulate pressure and flow options running on an AST
microprocessor using a Boyle Engineering software package.
B. City Yard - A non-geo base automated street inventory currently exists on a
stand alone, single user microprocessor.
C. Public Works - Has the need to have an automated geo-based system to
manage the City's non-water infrastructure facilities, sewers, drainage,
traffic control devices (TCD), etc. (The TCD is automated but not geo-based.)
D. Police and Fire - Needs are probably being met with the automated geo-based
system LANDTRACK which is interfaced to a McDonnel-Douglas System 18
Computer Aided Dispatching System (CADS), the geo-based system is
primarily used for operational statistical analysis.
E. Planning and Building - Currently have an automated permit and street
address system, but it would be desirable to convert to geo-based system for
demographics analysis and planning studies.
III. SCOPE OF WORK
This request for proposals is to solicit responses from qualified firms interested in
providing the City with:
1. A GIS needs assessment and a conceptual design for a GIS Strategic Plan
and,
2. Prepare a Request for Proposals from GIS hardware and software vendors
to meet the City's needs.
The City expects to budget for the first phase of the acquisition of
hardware and software for a GIS System in fiscal year 1990/91. The City
is expected to utilize the selected consultant for the following activities:
PHASE I - Develop a GIS Strategic Plan
A. Inventory present information systems operations
B. Determine preliminary functional requirements of the project based upon user
interviews.
C. 1. Define alternative techincal solutions for hardware, software,
applications, communications, confirguration strategies, system
interfaces, data conversion, etc.
2. Define alternative approaches for meeting personnel requirements,
maintenance needs, system growth, etc.
D. Develop a workable implementation plan.
E. Calculate costs and benefits.
F. Present management with findings and recommendations.
-2-
•
PHASE II — Develop Detailed Specifications — Based upon a strategic plan
approved by the City at the conclusion of Phase I, prepare detailed GIS System
specifications RFP for:
A. Hardware/software
B. Conceptual database design
C. Base map and facilities conversion specifications
D. Initial applications/and pilot project
E. System interface requirements
F. System maintenance
IV. THE PROPOSAL
The following information should be presented with the proposal:
A. A narrative statement clearly explaining how the above work will be
organized and will be conducted including:
1. Methodology to be utilized in conducting the study.
2. Process to be followed to provide for input, review and comment from
the City.
B. A timetable based upon submittal of a preliminary report by August 15, 1990.
C. A budget detailing the cost for the requested service indicating the cost per
hour, estimated hours and maximum cost to the City, with separate totals for
Phase I and Phase II.
D. Requested payment schedule tying together cost for performing scope of work
and project schedule.
E. Resumes for project manager and staff to be assigned to project and
estimated allocation of time for consultant staff members assigned to the
project.
F. A list of clients, with names and telephone numbers of principals, for whom
the consultant has performed a similar service and brief description and
example(s) of any such similar projects.
G. Identification of expectations of the consultant regarding data to be provided
by the City and/or work to be performed by City staff as a part of the project.
H. Additional services the firm is capable of performing that may be of
assistance to the City in the successful completion of the project.
I. Successful bidder will be required to provide the established insurance and
indemnity requirements for Professional Services Contractors as per attached
City of Huntington Beach Resolution#6023.
V. PROPOSAL EVALUATION
The proposal submitted in response to this request will be evaluated by a
committee. Proposals will be evaluated utilizing the following criteria.
—3—
A. Responsiveness to the Request for Proposal.
B. Practicality and logic of methodology.
C. Experience on similar projects. •
D. Competency of project team.
E. Availability and capability for follow-up work, consultation and/or related
assignments.
F. Work program schedule.
G. Independence/Objectivity of firm.
H. Fee(s).
I. Comments from references
Following evaluation of proposals, responding firms may be interviewed by a
screening committee. Selection will be made by a screening committee subject to
approval of the City Administrator and City Council. The City of
Huntington Beach reserves the right to reject all proposals. The City also reserves
the right to re-advertise or extend the deadline, if necessary.
Proposals (eight copies) must be submitted by 5:00 P.M., Thursday, May 31, 1990.
RJF:skd
0686J
-4-
' r ' ATTACHMENT 3 •
Page 1of2
CITY OF HUNTINGTON BEACH
STRATEGIC TECHNOLOGY PLAN
ESTIMATED ANNUAL RECURRING COSTS
MAPPING SYSTEM
TOTAL
Maintenance
Computer Hardware/System Software $30,000 - $35 , 000
Computer Software 24, 000 - 28,000
Supplies 5 , 000 - 8 , 000
Contingency (15% of Hardware
and Software) 8 , 000 - 9 , 500
TOTAL COSTS $67, 000 - $80 ,500
•
•
ATTACHMENT 3
Page 2 of 2
CITY OF HUNTINGTON BEACH
STRATEGIC TECHNOLOGY PLAN
ESTIMATED ONE-TIME COSTS
MAPPING SYSTEM
Computer Hardware (7 stations) $ 350 , 000 - $ 400, 000
Software ' 200 , 000 - 240 , 000
Sales Tax 36 , 000 - 42, 000
SUB-TOTAL $ 586, 000 - $ 682, 000
Site Preparation 10 , 000 -
15, 000
Ancillary Equipment 20, 000 - 25, 000
One-Time Supplies 7,000 - 10, 000 •
Selection Assistance 6 , 000 - 8 , 000
Implementation Assistance/Support 12,000 - 15, 000
Conversion/Installation/ Digitizing 100 , 000 - 150 , 000
Expense
Contingency (10% of Hardware 55,000 - 64 , 000
and Software)
TOTAL $ 796 ,000 - $ 969 ,000
•
;4
AGREEMENT BETWEEN THE CITY OF HUNTINGTON BEACH AND
UTILITY GRAPHICS CONSULTANTS CORPORATION FOR
PROFESSIONAL COMPUTER GRAPHICS AND MANAGEMENT
CONSULTING SERVICES
7 J
TABLE OF CONTENTS
PAGE
1. WORK STATEMENT 1
2 . CITY STAFF ASSISTANCE 2
3 . TIME OF PERFORMANCE 2
4 . COMPENSATION 2
5 . EXTRA WORK 2
6 . METHOD OF PAYMENT 3
7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS 4
8 . INDEMNIFICATION AND HOLD HARMLESS 5
9 . WORKERS' COMPENSATION 5
10 . INSURANCE 6
11. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED
ENDORSEMENTS 7
12 . INDEPENDENT CONTRACTOR 8
13 . TERMINATION OF AGREEMENT 8
14 . ASSIGNMENT AND SUBCONTRACTING 8
15 . COPYRIGHTS/PATENTS 8
16 . CITY EMPLOYEES AND OFFICIALS 9
17. NOTICES 9
18 . IMMIGRATION 9
19 . ENTIRETY 10
AGREEMENT BETWEEN THE CITY OF HUNTINGTON BEACH
AND UTILITY GRAPHICS CONSULTANTS CORPORATION
FOR PROFESSIONAL COMPUTER GRAPHICS AND MANAGEMENT
CONSULTING SERVICES
THIS AGREEMENT, made and entered into this 6tX, day
of 621114�,u , 1990, by and between the CITY OF
HUNTINGTON BEACH, a municipal corporation of the State of
California, hereinafter referred to as "CITY, " and UTILITY
GRAPHICS CONSULTANTS CORPORATION (UGC) , a Colorado corporation,
hereinafter referred to as "CONTRACTOR. "
WHEREAS, CITY desires to engage the services of a professional
computer graphics and management contractor to provide technical
and management consulting expertise to the City of Huntington
Beach; and
Pursuant to documentation on file in the office of the City
Clerk, the provisions of HBMC Chapter 3 . 03, relating to
procurement of professional service contracts, has been complied
with; and
CONTRACTOR has been selected to perform said services,
NOW, THEREFORE, it is agreed by CITY and CONTRACTOR as follows :
1. WORK STATEMENT
CONTRACTOR shall provide all services as described in the
Request for Proposal and CONTRACTOR' S Proposal (hereinafter
collectively referred to as Exhibit "A"),, which is attached hereto
and incorporated into this Agreement by this reference. Said
services shall sometimes hereinafter be referred to as "PROJECT. "
- 1 -
CONTRACTOR hereby designates Mark L. Epstein, who shall
represent it and be its sole contact and agent in all
consultations with CITY during the performance of this Agreement.
2. CITY STAFF ASSISTANCE
CITY shall assign a staff coordinator to work directly
with CONTRACTOR in the performance of this Agreement.
3 . TIME OF PERFORMANCE
Time is of the essence of this Agreement. The services
of the CONTRACTOR are to commence as soon as practicable after the
execution of this Agreement and all tasks specified. in Exhibit "A"
shall be completed in a timely fashion from the date of this
Agreement. These times may be extended with the written
permission of the CITY. The time for performance of the tasks
identified in Exhibit "A" are generally to be as shown in the
Scope of Services on the Work Program/Project Schedule. This
schedule may be amended to benefit the PROJECT if mutually agreed
by the CITY and CONTRACTOR.
4 . COMPENSATION
In consideration of the performance of the services
described above, CITY agrees to pay CONTRACTOR a fee not to exceed
$54,268 for Phases I and II (not including optional tasks) , which
includes direct reimbursable expenses at cost. The fee for Phase
II optional tasks shall not exceed $39 , 623, which includes all
labor and direct reimbursable expenses at cost.
5 . EXTRA WORK
In the event CITY requires additional services not
- 2 -
included in Exhibit "A, " or changes in the scope of services
described in Exhibit "A, " CONTRACTOR will undertake such work
after receiving written authorization from CITY. Additional
compensation for such extra work shall be allowed only if the
prior written approval of CITY is obtained.
6 . METHOD OF PAYMENT
A. CONTRACTOR shall be entitled to progress payments
toward the fixed fee set forth in. Section 4 herein in accordance
with the progress and payment schedules set forth in Exhibit A" .
B. Delivery of work product: A copy of every technical
memo and report prepared by CONTRACTOR shall be submitted to the
CITY to demonstrate progress toward completion of tasks. In the
event CITY rejects or has comments on any such product, CITY shall
identify specific requirements for satisfactory completion. Any
such product which has not been formally accepted or rejected by
CITY shall be deemed accepted.
C. The CONTRACTOR shall submit to the CITY an invoice
for each progress payment due. Such invoice shall:
1) Reference this Agreement;
2) Describe the services performed;
3) Show the total amount of the payment due;
4) Include a certification by a principal member
of the CONTRACTOR' S firm that the work has been
performed in accordance with the provisions of
this Agreement; and
5) For all payments include an estimate of the
percentage of work completed.
- 3 -
Upon submission of any such invoice, if CITY is
satisfied that CONTRACTOR is making satisfactory progress toward
completion of tasks in accordance with this Agreement, CITY shall
promptly approve the invoice, in which event payment shall be made
within thirty (30) days ' of receipt of the invoice by CITY. Such
approval shall not be unreasonably withheld. If the CITY does not
approve an invoice, CITY shall notify CONTRACTOR in writing of the
reasons for non-approval, within seven (7) calendar days of
receipt of the invoice, and the schedule of performance set forth
in Exhibit "A" shall be suspended until the parties agree that
past performance by CONTRACTOR is in, or has been brought into
compliance, or until this Agreement is terminated pursuant to
Section 12 hereof.
D. Any billings for extra work or additional services
authorized by the CITY shall be invoiced separately to the CITY.
Such invoice shall contain all of the information required under
paragraph 6C, and in addition shall list the hours expended and
hourly rate charged for such time. Such invoices shall be
approved by CITY if the work performed is in accordance with the
extra work or additional services requested, and if CITY is
satisfied that the statement of hours worked and costs incurred is
accurate. Such approval shall not be unreasonably withheld. Any
dispute between the parties concerning payment of such an invoice
shall be treated as separate and apart from the ongoing
performance of the remainder of this Agreement.
7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS
CONTRACTOR agrees that all materials prepared hereunder,
- 4 -
including all original drawings, designs, reports, both field and
office notes, calculations, maps and other documents, shall be
turned over to CITY upon termination of this Agreement or upon
PROJECT completion, whichever shall occur first. In the event
this Agreement is terminated, said materials may be used by CITY
in the completion of PROJECT or as it otherwise sees fit . Title
to said materials shall pass to the CITY upon payment of fees
determined to be earned by CONTRACTOR to the point of termination
or completion of the PROJECT, whichever is applicable. CONTRACTOR
shall be entitled to retain copies of all data prepared hereunder.
8 . INDEMNIFICATION AND HOLD HARMLESS
CONTRACTOR hereby agrees to indemnify and hold and save
harmless CITY, its officers and employees from any and all
liability, including any claim of liability and any and all losses
or costs arising out of the negligent performance of this
agreement by CONTRACTOR, its officers or employees .
9 . WORKERS' COMPENSATION
CONTRACTOR shall comply with all of the provisions of the
Workers ' Compensation Insurance and Safety Acts of the State of
California, the applicable provisions of Division 4 and 5 of the
California Labor Code and all amendments thereto; and all similar
state or federal acts or laws applicable; and shall indemnify,
defend and hold harmless CITY from and against all claims,
demands, payments, suits, actions, proceedings and judgments of
every nature and description, including attorney' s fees and costs
presented, brought or recovered against CITY, for or on account of
any liability under any of said acts which may be incurred by
- 5 -
reason of any work to be performed by CONTRACTOR under this
Agreement.
CONTRACTOR shall obtain and furnish evidence to CITY of
maintenance of statutory workers ' compensation insurance and
employers ' liability in an amount of not less than $100, 000 bodily
injury by accident, each occurrence, $100, 000 bodily injury by
disease, each employee, and $250, 000 bodily injury by disease,
policy limit.
10 . INSURANCE
In addition to the workers ' compensation insurance and
CONTRACTOR' S covenant to indemnify CITY, CONTRACTOR shall obtain
and furnish to CITY the following insurance policies covering the
PROJECT:
A. General Liability Insurance.
A policy of general public liability insurance, including
motor vehicle coverage. Said policy shall indemnify CONTRACTOR,
its officers, agents and employees, while acting within the scope
of their duties, against any and all claims of arising out of or
in connection with the PROJECT, and shall provide coverage in not
less than the following amount: combined single limit bodily
injury and property damage, including products/completed
operations liability and blanket contractual liability, of
$1, 000, 000 per occurrence. If coverage is provided under a form
which includes a designated general aggregate limit, the aggregate
limit must be no less than $1, 000, 000 . Said policy shall name
CITY, its officers, and employees as Additional Insureds, and
shall specifically provide that any other insurance
- 6 -
coverage which may be applicable to the PROJECT shall be deemed
excess coverage and that CONTRACTOR'S insurance shall be primary.
B. Professional Liability Insurance.
ti*/
CO TOR shall it `
acqu e a professional li • y
insurance policy coverin e work per e by it hereunder.
Said policy shall provide erage ONTRACTOR' S professional
liability i amount not less than $500, 000 pe aim. A claims
e :policy shall be acceptable.
11. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED ENDORSEMENTS
Prior to commencing performance of the work hereunder,
CONTRACTOR shall furnish to CITY certificates of insurance subject
to approval of the City Attorney evidencing the foregoing
insurance coverages as required by Sections 9 and 10 herein; said
certificates shall provide the name and policy number of each
carrier and policy, and shall state that the policy is currently
in force and shall promise to provide that such policies will not
be cancelled or modified without thirty (30) days prior written
notice to CITY. CONTRACTOR shall maintain the foregoing insurance
coverages in force until the work under this Agreement is fully
completed and accepted by CITY.
The requirement for carrying the foregoing insurance
coverages shall not derogate from the provisions for
indemnification of CITY BY CONTRACTOR under Section 8 of this
Agreement. CITY or its representative shall at all times have the
right to demand the original or a copy of all said policies of
insurance. CONTRACTOR shall pay, in a prompt and timely manner,
the premiums on all insurance hereinabove required.
- 7 -
A separate copy of the additional insured endorsement to
each of CONTRACTOR'S insurance policies, naming the CITY, its
officers and employees as Additional Insureds shall be provided to
the City Attorney for approval prior to any payment hereunder.
12 . INDEPENDENT CONTRACTOR
CONTRACTOR is, and shall be, acting at all times in the
performance of this Agreement as an independent contractor.
CONTRACTOR shall secure at its expense, and be responsible for any
and all payments of all taxes, social security, state disability
insurance compensation, unemployment compensation and other
payroll deductions for CONTRACTOR and its officers, agents and
employees and all business licenses, if any, in connection with
the services to be performed hereunder.
13 . TERMINATION OF AGREEMENT
All work required hereunder shall be performed in a good
and workmanlike manner. CITY may terminate CONTRACTOR' S services
hereunder at any time with or without cause, and whether or not
PROJECT is fully complete. Any termination of this Agreement by
CITY shall be made in writing through the City Engineer, notice of
which shall be delivered to CONTRACTOR as provided in Section 16
herein.
14 . ASSIGNMENT AND SUBCONTRACTING
This Agreement is a personal service contract and the
supervisory work hereunder shall not be delegated by CONTRACTOR to
any other person or entity without the consent of CITY.
15 . COPYRIGHTS/PATENTS
CONTRACTOR shall not apply for a patent or copyright on
- 8 -
any item or material produced as a result of this Agreement.
16 . CITY EMPLOYEES AND OFFICIALS
CONTRACTOR shall employ no CITY official nor any regular
CITY employee in the work performed pursuant to this Agreement.
No officer or employee of CITY shall have any financial interest
in this Agreement in violation of California Government Code
Sections 1090 et seq.
17. NOTICES
Any notices or special instructions required to be given
in writing under this Agreement shall be given either by personal
delivery to CONTRACTOR' S agent (as designated in Section 1
hereinabove) or to CITY' S Chief of Administrative Services, as the
situation shall warrant, or by enclosing the same in a sealed
envelope, postage prepaid, and depositing the same in the United
States Postal Services, addressed as follows :
TO CITY: TO CONTRACTOR:
Mr. Jerry Bramlett Mr. Mark L. Epstein
Administrative Services Dept. Utility Graphics Consultants
City of Huntington Beach Corporation
2000 Main Street 6200 South Syracuse Way
Huntington Beach, CA 92648 Suite 222
Englewood, Colorado 80111
18 . IMMIGRATION
CONTRACTOR shall be responsible for full compliance with
the immigration and naturalization laws of the United States and
shall, in particular, comply with the provisions of 8 U.S.C. §
1324a regarding employment verification.
- 9 -
19 . ENTIRETY
The foregoing, and Exhibit "A" attached hereto, set forth
the entire Agreement between the parties .
IN WITNESS WHEREOF, the parties hereto have caused this
Agreement to be executed by and through their authorized officers
the day, month and year first above written.
CONTRACTO' CITY OF HUNTINGTON BEACH,
UTILITY • • ,'HICS //lof
A municipal corporation
CONSULT. '. CORPOR. . iN the State of California
1 .......T9a...n)„z_---- ... ..
I : i0/0fd19. / I, ..---\• \N.-41S
ir
Ats
Glenn '• •J�
� 7 y: P -sident Mayor
By: 1/1147
Mark pstein
Its : Vice-President
ATTEST: APPROVED AS TO FORM:
alfigsto
tail/data?
si - / ZLa_,-._____,
City Clerk ff by " City Attorney -1.-24„e.a 1
REVIEWED AND APPROVED: I4 A El A • ,-PROVED:
I�
City Administrato A ie T Admynistrat ' -
Services
- 10 -
City of Huntington Beach
GIS Strategic Plan
UGC Professional Services Proposal
Proprietary and Confidential
EXHIBIT A
SCOPE OF WORK
City of Huntington Beac__
GIS Strategic Plan
UGC Professional Services Proposal
Proprietary and Confidential Exhibit A
EXHIBIT A
SCOPE OF WORK
The following scope of work was developed based on the Request for Proposal and
personal discussions with members of the GIS Committee. There are several notes
of interest related to the scope of work which should be highlighted:
- Tasks 1 through 7 (Phase I) represent those tasks found in a traditional
needs analysis and feasibility study. Task 8 (Phase II).represents the
work activities associated with the development of hardware/software
specifications. Tasks 1 through 8 were addressed in the Request for
Proposal. The selection of the preferred supplier is proposed as an
option (Task 9).
- Because of the importance of database construction to the success of the
City of Huntington Beach GIS project, UGC has created two new tasks,
10 and 11, to address the development of conversion specifications and
the selection of a preferred conversion contractor. These tasks are
presented as options.
- Included in Task 1 is UGC's project management which provides the
City with on-call assistance, status reports, project management
assistance, etc.
In summary, the scope of work can be divided into the following major tasks:
Phase I
Task 1: Project Initiation, Education, and Ongoing Management
Task 2: Data Gathering
Task 3: Performance and Baseline Analysis
Task 4: Needs Assessment
Task 5: Strategic Implementation Plan
Task 6: Cost-Benefit Analysis
A-1
• • City of Huntington Beach
GIS Strategic Plan
UGC Professional Services Proposal
Proprietary and Confidential Exhibit A
Phase II
Task 7: Final Report and Presentation
Task 8: GIS Hardware/Software Specifications
Task 9: (OPTIONAL) GIS Vendor Selection
Task 10: (OPTIONAL) Land and Facilities Conversion Specifications
Task 11: (OPTIONAL) Conversion Contractor Selection
PHASE I: DEVELOP GIS STRATEGIC PLAN
TASK 1: PROJECT INITIATION, EDUCATION, AND ONGOING
MANAGEMENT
1.1 Develop and deliver a project workbook for use by the GIS Committee to
serve as a reference over the course of the project. UGC will conduct an
organization or "kick-off" meeting to cover the organization and execution
of the project, including scheduling, interviews, scope, and other procedural
issues.
1.2 In conjunction with Task 1.1, UGC will present a two-hour orien-
tation/education seminar for City staff members to explain the purpose and
scope of the GIS study. The seminar will also serve as the project
orientation session and will provide opportunity for questions and answers.
It will cover the following topics:
GIS technology overview (concepts, technology status, applications,
database issues, organizational factors, etc.)
Description of the multiparticipant work plan and issues to be
addressed
Description of involvement/effort expected from the staff
Potential uses of GIS technology for mapping, land records systems,
planning, public works, and infrastructure management
A-2
•
City of Huntington Beach
GIS Strategic Plan
UGC Professional Services Proposal
Proprietary and Confidential Exhibit A
Project case studies
1.3 UGC will meet with the City of Huntington Beach GIS Project Manager to
establish logistical controls for this project. Such issues as invoicing
procedures, status reports, contractual issues, etc., will be discussed and
finalized.
1.4 Project management, on-call assistance, and ongoing support/management
will be established and performed for Phase I. This will entail cor-
respondence, teleconference calls, and other project management activities.
(Phase II project management has been included as part of Task 9.)
Deliverable Products for Task 1:
GIS project workbook
Project organizational meeting
Orientation/education seminar
- Phase I monthly project status reports, invoices, and on-call assistance
r
A-3
City of Huntington Beach
GIS Strategic Plan
UGC Professional Services Proposal
Proprietary and Confidential Exhibit A
TASK 2: DATA GATHERING
2.1 UGC will develop concise questionnaires to be completed through personal
interviews. These questionnaires will be reviewed with the City of
Huntington Beach GIS Project Manager via telephone prior to the interviews
and will. be revised as necessary. The following categories of questionnaires
will be developed:
User Group
System Interface
Cost Data
Management
2.2 As previously discussed, UGC will work with the GIS Project Manager to
identify the groups to be interviewed. For this proposal, we have estimated
four detailed interviews with Public Works (three) and Community
Development (one). Two high-level interviews will be conducted, one each
with Police and Fire. For this agreement, high-level will refer to the fact
that, based on the City's RFP, neither the Police nor Fire Department will
require the same level of detailed data gathering as either Planning or
Public Works.
2.3 UGC will conduct the four on-site user group interviews. These interviews
will utilize the questionnaires developed in Task 2.1 to solicit appropriate
technical, management, and economic data related to the implementation of
GIS. The two high-level interviews will be conducted with Police and Fire
to solicit technical data regarding the interface of GIS with their existing
geo-based system. In addition, UGC will conduct one Information Systems
interview to assess existing and planned computer systems/applications that
may impact or be impacted by the GIS project.
2.4 UGC's Project Manager, along with the GIS Committee Project Manager,
will conduct three management interviews. The purpose of these interviews
will be to assess management's perspective on the strategic value of. GIS
project for the City, solicit input and guidance to the GIS Committee with
A-4
i S
City of Huntington Beach
GIS Strategic Plan
UGC Professional Services Proposal
Proprietary and Confidential Exhibit A
respect to the overall process, and gather information (e.g., financial,
schedule, personnel) which could impact how GIS is implemented in the
City.
2.5 UGC will instruct the GIS Committee on the completion of the system
interface and cost data questionnaires. Once all of the questionnaires have
been completed, UGC will reproduce and bind them into deliverable
appendices for reference throughout the life of the GIS project.
Deliverable Products for Task 2:
Data gathering questionnaires
Four user group interviews
Two high-level interviews
Three management interviews
Bound appendices
A-5
City of Huntington Beach
GIS Strategic Plan
UGC Professional Services Proposal
Proprietary and Confidential Exhibit A
TASK 3: PERFORMANCE AND BASELINE ANALYSIS
3.1 UGC will compile the results of the Public Works and Community
Development interviews to determine the following major current
performance characteristics:
Inventory of key existing maps/graphic products
Inventory of key existing nongraphic geographic records
Costs to create, maintain, seek/verify, and use these maps and records
Resources required to create, maintain, seek/verify, and use these
maps and records
Identification of major problems associated with existing maps and
records
Identification of major benefits of the existing map and record system
Inventory and analyze existing departmental automated systems which
could impact or be impacted by the implementation of GIS
3.2 Deliver report section simultaneous with the deliverable for Task 4.2. UGC
will review the draft performance and baseline analysis as part of Task 4.3.
Deliverable Products for Task 3:
Draft performance and baseline analysis report section (included -with
Task 4.2)
A-6
City of Huntington Beach
GIS Strategic Plan
UGC Professional Services Proposal
Proprietary and Confidential Exhibit A
TASK 4: NEEDS ASSESSMENT
4.1 UGC will develop a functional requirements matrix which details identified
GIS needs for Public Works and Community Development. This matrix will
address functions and applications to be provided by the GIS, as well as
required database elements. The functions/applications will be prioritized
based on needs versus wants and will identify functions/applications being
performed today, as well as those which cannot be performed today.
4.2 UGC will prepare a draft high-level System Requirements document to
address specific issues including:
•
System hardware requirements
User-defined workstation requirements
Software requirements (system)
Interface requirements to existing systems/applications/databases
System security requirements
Other user-specified GIS requirements, as applicable
4.3 UGC will review the draft report section with the GIS Committee prior to
inclusion in the final report via teleconference.
Deliverable Products for Task 4:
Functional requirements matrix
Draft system requirements report section
Finalized report section
A-7
City of Huntington Beach
GIS Strategic Plan
UGC Professional Services Proposal
Proprietary and Confidential Exhibit A
TASK 5: STRATEGIC IMPLEMENTATION PLAN
5.1 Based upon Tasks 1-4, a draft strategic implementation plan will be pre-
pared in workbook format to address the following issues:
Organization/Administration
Project schedule and milestones for pilot project system purchase, data
conversion, applications implementation, and full implementation
Development of consensus on issues leading to a determination of pro-
ject organization and administration
Implementation team resource requirements for pilot project and ongo-
ing full implementation operations
Training requirements
Personnel/staffing requirements
Physical site preparation requirements (if any)
Operation/organization procedures plan
Other issues and requirements that may affect schedule and annual
budgetary costs of pilot project and full implementation, including an
assessment of potential interface with Orange County's planned or
existing GIS efforts.
Data Conversion:
GIS accuracy requirements and recommendations for ground control
strategy
General GIS database content, scale, and accuracy requirements
Determination of optimal data conversion methodology and strategy,.
including maintenance responsibilities
Source documents (maps and records) for compilation of GIS database
(internal and external)
Application/Interface:
Applications requirements
Identification of pilot and full implementation GIS interfaces to
existing or planned databases
A-8
City of Huntington Beach
GIS Strategic Plan
UGC Professional Services Proposal
Proprietary and Confidential Exhibit A
Gateway requirements to support data transfer with existing auto-
mated systems
Development of a prioritized implementation schedule for GIS applica-
tions and interfaces, focusing on the pilot project
Hardware/Software:
General system hardware requirements
General system software requirements
Distribution of workstations and support hardware
- Local area network and remote communication requirements
Physical and database security requirements
5.2 UGC, based on the information collected, will develop up to three GIS
design/configuration alternatives. These alternatives will address satisfying
both the functional and implementation requirements identified in previous
tasks. These alternatives will provide various scenarios, depending upon the
desired objectives of the City of Huntington Beach GIS.
5.3 UGC will conduct a two-day strategic planning workshop meeting with the
GIS Committee. The purpose of this on-site strategic planning workshop
will be to review the draft strategic plan, including the possible
design/configuration alternatives, and to develop a realistic and cost-
justifiable project implementation approach.
5.4 Based on the results of Task 5.3, UGC will refine the draft strategic imple-
mentation plan workbook and will issue the final strategic implementation
plan section of the final report. This important document will provide
detailed source material for subsequent hardware, software, and conversion
specification documents and provide a schedule and approach for pilot
project (if selected) and full implementation.
A-9
t 1
City of Huntington Beach
GIS Strategic Plan
UGC Professional Services Proposal
Proprietary and Confidential Exhibit A
Deliverable Products for Task 5:
Draft strategic implementation plan workbook
Strategic planning work session
Final strategic implementation plan report section
A-10
City of Huntington Beach
GIS Strategic Plan
UGC Professional.Services Proposal
Proprietary and Confidential Exhibit A
TASK 6: COST-BENEFIT ANALYSIS
6.1 Based on input from the functional requirements definition and strategic
implementation plan, UGC will complete a cost-benefit analysis to assess the
costs and benefits of the total GIS project as proposed. This analysis will
provide a performance and business case examination of the productivity
and economic prudence of implementing the GIS for the City of Huntington
Beach. Using UGC's proprietary strategic planning and cost-benefit model,
a preliminary cost-benefit analysis will be completed and extended over the
study period. The cost-benefit analysis will reflect all costs and phase-in
timing issues reflected in the strategic plan, including:
System hardware
Software/applications development
System interface development
System maintenance
Communications network
Project preparation activities
Personnel and labor resources
Project assistance and incidentals
Project schedule phase-in
System replacement schedule and cost
Other specific cost items which may impact the cost-benefit analysis
Source document scrub cost
In-house versus contracted conversion
Conversion schedule and costs
6.2 In addition to the above cost-benefit analysis, which identifies and projects
quantifiable parameters, qualitative or intangible benefits will be listed
separately.
A-11
City of Huntington Beach
GIS Strategic Plan
UGC Professional Services Proposal
Proprietary and Confidential Exhibit A
6.3 For the study period, the results of the economic analysis will be presented
in the following formats:
Gross investment
Gross saving
Payback point and time
Total annual costs in present-value dollars (base year 1990)
Total annual costs in inflated dollars (base year 1990)
Projections will be presented in both constant-value and inflated dollars.
6.4 UGC will compile all the economic data into a high-level cost-benefit anal-
ysis section of the final report for review via teleconference. The GIS
Committee will return all comments to UGC for inclusion in the final
report.
Deliverable Products for Task 6:
Draft cost-benefit analysis document and teleconference review
Finalized report section
A-12
•
•
City of.Huntington Beach
GIS Strategic Plan
UGC Professional Services Proposal
Proprietary and Confidential Exhibit A
TASK 7: FINAL REPORT AND PRESENTATION
7.1 UGC will prepare a final report document based on results of the previous
project tasks. This will include all previous project documents and report
sections, including conclusions and recommendations. UGC will deliver
eight copies of the final report to the City of Huntington Beach GIS Project
Manager.
7.2 UGC will prepare a draft executive summary providing an overview and
summary of findings, conclusions, and recommendations for comment by the
GIS Committee.
7.3 UGC will finalize the executive summary and deliver a reproducible
original to the City of Huntington Beach GIS Project Manager for
distribution to management and appropriate external groups.
7.4 UGC will conduct a presentation to the GIS Committee which will cover the
findings and results of the GIS Committee's effort, as well as present the
next-step action plan. Based on comments from the GIS Committee, the
presentation will be refined and delivered to executives and senior manage-
ment in the City.
Deliverable Products for Task 7:
Draft report document
Final report document
Draft executive summary
Final executive summary
Draft presentation
- . Final presentation
A-13
•
•
City of Huntington Beach
GIS Strategic Plan
UGC Professional Services Proposal
Proprietary and Confidential Exhibit A
PHASE II: DEVELOP DETAILED SPECIFICATIONS
TASK 8: GIS HARDWARE/SOFTWARE SPECIFICATIONS
8.1 Outline hardware and software specifications and discuss format and pur-
chase/acquisition/development with the GIS Committee. (This task also
includes Phase II project management activities.)
8.2 Develop draft hardware/software specifications, addressing such areas as:
Functionality
Performance
Maintenance
Support Services
Project Team
Warranty
Price
Etc.
8.3 UGC will conduct a one-daywork session to review the draft hard-
ware/software specifications with the GIS Committee.
8.4 Based on comments received and subsequent changes, UGC will prepare the
final hardware/software specifications suitable for use in a bid package.
UGC will assist in the Request for Proposal preparation, including
incorporation of the City's own commercial terms.
Deliverable Products for Task 8:
Draft hardware/software specifications
One-day review work session
Final hardware/software specifications
Phase II monthly project status reports, invoices, and on-call assistance
A-14
•
•
City of Huntington Beach
GIS Strategic Plan
UGC Professional Services Proposal
Proprietary and Confidential Exhibit A
TASK 9: (OPTIONAL) GIS VENDOR SELECTION
9.1 UGC will develop a systematic methodology and criteria for objective
evaluation of the potential suppliers of GIS hardware and software. We
will also develop a formal, step-by-step written methodology/procedure, for-
mat, andpoint-evaluation criteria for rankingindividual proposals which
p p
may include site visits, oral presentations, track record evaluation,
references, etc.
9.2 UGC will assist the City of Huntington Beach GIS Project Manager with the
preparation of a questionnaire to be used to prequalify potential GIS
vendors. This task will also include assisting in the collection of
information, predominantly by phone, in response to these questions. The
objective of this task will be to select a list of four vendors to whom
requests for proposal will be sent.
9.3 During the bid response period, UGC will support the GIS Project Manager.
This may include responding to vendor questions, participating in a vendor
briefing, etc.
9.4 UGC will review/analyze up to four vendor bid response packages. UGC
will use a proprietary evaluation program and models to apply weightings to
technical, cost, and risk scores.
9.5 UGC will participate in a two-day vendor selection meeting with the GIS
Committee. We will utilize our vendor evaluation model to provide the City
with an examination of weighting for various evaluation criteria and assist
in the compilation of vendor proposal item clarification question lists.
9.6 UGC will provide guidance to the GIS Project Manager in the solicitation of
answers from the vendors in response to questions generated above. Upon
receipt of answers to these questions, UGC will conduct a two-day meeting
A-15
•
City of Huntington Beach
GIS Strategic Plan
UGC Professional Services Proposal
Proprietary and Confidential Exhibit A
to revise the technical and risk scores to determine the preferred GIS
vendor. UGC will summarize the evaluation process in the form of a
written deliverable document.
9.7 UGC will participate, as required, in establishing the terms of the contract
and negotiating specific contract issues with the selected GIS vendor.
Deliverable Products for Task 9:
Vendor selection criteria, methodology, and model
Ongoing support
Review of up to four vendor proposals
On-site vendor evaluation and selection meeting
• A-16
r •
411
City of Huntington Beach
GIS Strategic Plan
UGC Professional Services Proposal
Proprietary and Confidential Exhibit A
TASK 10: (OPTIONAL) LAND AND FACILITIES CONVERSION
SPECIFICATIONS
10.1 Outline land facilities conversion specifications and discuss format and
approach with the GIS Committee.
10.2 Compile relevant information for documents, reports, etc., which will impact
conversion specifications. Provide the City with guidelines for preparing
selected statistical and source data needed for input to the specifications.
10.3 Develop draft land and facilities conversion specifications. Address both
technical and cost issues.
10.4 Review draft land and facilities conversion specifications with the GIS
Committee.
10.5 Prepare final land and facilities conversion specifications suitable for use
in conversion bid packages.
Deliverable Products for Task 10:
- Land and facilities conversion specifications outline
- Draft land and facilities conversion specifications
- Meeting to review draft conversion specifications
- Final conversion specifications
A-17
•
J •
City of Huntington Beach
GIS Strategic Plan
UGC Professional Services Proposal
Proprietary and Confidential Exhibit A
TASK 11: (OPTIONAL) CONVERSION CONTRACTOR SELECTION
11.1 Establish conversion contractor prequalification criteria and assist GIS
Project Manager in the selection of the conversion contractors to respond to
the conversion bid package.
11.2 Assist the GIS Project Manager with the issuance of the conversion RFP for
public tender to short-listed firms. Monitor receipt of bids and support GIS
Project Manager in answering bidder questions. Assist GIS Project Manager
with producing RFP addenda as necessary.
11.3 Conduct a one-day conversion contractor prebid meeting in Huntington
Beach with the GIS Committee and short-listed conversion contractors.
Assist the GIS Project Manager with follow-up from the meeting as
necessary.
11.4 Develop a systematic procedure/criteria for objective evaluation and
selection of the conversion contractor. Develop the common step-by-step
written methodology/procedure, format, and point evaluation criteria for
ranking individual conversion contractor proposals based on the conversion
specifications.
11.5 Conduct with the GIS Committee a detailed and formal evaluation of up to
three conversion contractor bids. Complete a contractor quantitative scoring
to select the best price/performance conversion contractor. The evaluation
will address technical, cost, and risk factors.
11.6 Conduct a two-day, on-site conversion contractor selection meeting to assist
the GIS Committee in the determination of the optimal conversion
contractor.
11.7 Determine need for conversion contractor site visits for each of the three
evaluated conversion contractors. Develop a site visit questionnaire if
required.
A-18
Y1
City of Huntington Beach
GIS Strategic Plan
UGC Professional Services Proposal
Proprietary and Confidential Exhibit A
Deliverable Products for Task 11:
- Short-list questionnaire
- Assistance in RFP process
- Prebid meeting
- Conversion contractor selection criteria, methodology, and model
- Review of up to three bids
- Two-day evaluation meeting
A-19
4.
111
UOCJuly 25, 1990
UTILITY GRAPHICS CONSULTANTS
Mr. Jerry Bramlett
City of Huntington Beach
2000 Main Street
Huntington Beach, CA 92648
Dear Mr. Bramlett:
Pursuant to our conversation regarding finalization of the
agreement between the City of Huntington Beach and Utility
Graphics Consultants Corporation, this letter will serve as
justification for non-compliance with paragraph 10.B,
"Professional Liability Insurance", of the subject agreement.
Since its inception in 1985, Utility Graphics Consultants
Corporation (UGC) has never obtained nor been required to obtain
Professional Liability Insurance. Typically, such insurance is
required for engineering design and construction firms who deal
with major capital improvement projects. Inasmuch as the nature
of our work is professional, technical, and management consulting
services, we do not provide capital project design services.
Therefore we feel, our work does not require obtaining
Professional Liability Insurance.
At the request of previous clients, we have investigated the
possibility of obtaining Professional Liability Insurance. We have
found that, because of the nature of our GIS/management
information systems (as opposed to more traditional engineering/
architectural services) consulting services, UGC has been unable to
locate a knowledgeable underwriter to obtain such insurance at
costs which could justify its purchase. Previous research indicates
the annual premiums would be in excess of S50,000.
I trust this letter meets your requirements for completion of our
agreement.
Sincerely,
Utility Graphics Consultants Corporation
iqtlit6GlI '
Ma/rk L. pst in
Principal
6200 S. Syracuse Way, Suite 222
Englewood, Colorado 80111
303 773 61 66