Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2008-022Temp. Reso. # 11353 February 11, 2008 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2008- o� A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING THE AWARD OF RFP NO. 08-02R ENTITLED "PLANIMETRIC BASE MAP UPDATE" TO BAE SYSTEMS NATIONAL SECURITY SOLUTIONS FOR UPDATES TO THE CITY'S PLANIMETRIC BASE MAP; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AGREEMENTS WITH BAE SYSTEMS NATIONAL SECURITY SOLUTIONS FOR UPDATES TO THE CITY'S PLANIMETRIC BASE MAP FOR AN AMOUNT NOT TO EXCEED $451,512; PROVIDING FOR CONFLICTS, PROVIDING FOR SEVERABILITY• PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac wishes to update the GIS, obtain new Digital Aerial Photography, update the Planimetric Map, and install Arc Server Software; and WHEREAS, on October 7, 2007 and October 14, 2007 the City published RFP No. 08-02R to update to the GIS, obtain new Digital Aerial Photography, update the Planimetric Map, and install Arc Server Software, incorporated herein by reference and on file in the office of the City Clerk and is incorporated herein as "Exhibit 1 "; and WHEREAS, on November 8, 2007, the City, via an Evaluation Committee, reviewed and evaluated said responses per RFP No. 08-02R; and WHEREAS, on November 15, 2007, the top three ranked submitters were invited to make presentations to the evaluation committee to provide additional information, the short listed firms included, BAE Systems National Security Solutions, Aerial Cartographics of America, and Surdex, Inc.; and 1 Temp. Reso. # 11353 February 11, 2008 Page 2 WHEREAS, the Evaluation Committee determined that BAE Systems National Security Solutions best met the needs and requirements of the City, a copy of BAE Systems National Security Solutions Response to RFP No. 08-02R is attached hereto as "Exhibit 2" and a copy of the Evaluation Committee rankings is attached hereto as "Exhibit 3"; and WHEREAS, the Director of Community Development and Purchasing/Contracts Manager recommend that the City execute agreements with, BAE Systems National Security Solutions for updates to the GIS, obtain new Digital Aerial Photography, update the Planimetric Map, and install Arc Server Software; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to execute agreements with BAE Systems National Security Solutions for updates to the GIS, obtain new Digital Aerial Photography, update the Planimetric Map, and install Arc Server Software. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The appropriate City Officials are hereby authorized to execute agreements with BAE Systems National Security Solutions for updates to the GIS, Digital Aerial Photography, updates to the Planimetric Map, and installation of Arc Server Software, hereto attached as Exhibit 'A". Temp. Reso. # 11353 February 11, 2008 Page 3 1 1 SECTION 3: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day o1� 2008. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: V/M PORTNER DIST 2: COMM ATKINS-CIAAD DIST 3: COMM. SULTANOF DIST 4: COMM. DRESSLER yZgZ City of Tamarac Purchasing & Contracts Division AGREEMENT BETWEEN THE CITY OF TAMARAC UKL7 BAE SYSTEMS NATIONAL SECURITY SOLUTIONS INC. THIS AGREEMENT is made and entered into this,2?Ay of , 2008, by and between the City of Tamarac, a municipal corporation with prin al offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "City") and BAE Systems National Security Solutions Inc., a Delaware corporation with principal offices located at 10920 Technology Drive, San Diego, CA 92127 (the "Consultant") to provide for Planimetric Base Map Update services. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Consultant agree as follows: 1) The Contract Documents The contract documents shall consist of this Agreement, Request For Proposal Document No.08-02R, titled "Planimetric Base Map Update" including all conditions therein, (including any General Terms and Conditions, Supplementary Conditions, Statement of Work or any other provisions contained within the document), any and all addenda, Proposal executed and submitted by the Consultant, specifications, bond(s), (if applicable), and insurance certificate(s), Attachment "A" the City Resolution awarding the project, and all modifications issued after execution of this Agreement. These documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event of a conflict between this document and any other contract documents, this Agreement shall prevail, followed in precedence by the City issued Request for Proposal Document No. 08-02R, followed by the RFP No. 08-02R as submitted by Consultant. 2) The Work 2.1. The Consultant shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Consultant shall furnish all labor, materials, and equipment necessary to perform the scope of work detailed in Attachment "A" of this Agreement. 2.1.2 Consultant shall comply with all provisions of the contract documents. 2.1.3 Consultant shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Consultant shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Consultant shall at all times have a competent field City of Tamarac Purchasing & Contracts Division supervisor on the job site to enforce these policies and procedures at the Consultant's expense. 2.1.4 Consultant shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. 2.1.5 Consultant shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Consultant, its employees, agents or sub -consultants, if any, with respect to the work and services described herein. 3) Insurance 3.1. Consultant shall obtain at Consultant's expense all necessary insurance in such form and amount as specified in the original bid or proposal document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Consultant shall maintain such insurance in full force and effect during the life of this Agreement. Consultant shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Consultant will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. Consultant shall indemnify and hold the City harmless for any damages resulting from failure of the Consultant to take out and maintain such insurance. Consultant's Liability Insurance policies shall be endorsed to add the City as an additional insured. Consultant shall be responsible for payment of all deductibles and self-insurance retentions on Consultant's Liability Insurance policies. 4) Schedule The work to be performed under this Agreement shall be commenced after City execution of this Agreement. All work elements shall be completed no later then (14) months from date of aerial imagery acquisition however the contract term shall remain open for a period of (24) months from the City's Notice to Proceed. 5) Contract Sum The Contract Sum for all service elements and deliverables described in the Scope of Work dated January 18, 2008, Attachment "A", is Four Hundred Fifty -One Thousand, Five Hundred Twelve Dollars and no cents ($451,512.00). City of Tamarac Purchasing & Contracts Division 6) Payments Upon completion of individual tasks as listed in Attachment "A", Project Fees, and within thirty (30) days of City's receipt of a properly submitted and correct Application for Payment, the City shall make payment to Consultant. City shall pay Consultant for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. Ten percent (10%) of all monies earned by Consultant shall be retained by City until the Work is totally completed as specified, and accepted by City. All payments shall be governed by the Local Government Prompt Payment Act, F.S., Part VII, Chapter 218. 7) Indemnification 7.1. GENERAL INDEMNIFICATION: Consultant shall, in addition to any other obligation to indemnify the City and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the City, their agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), costs arising out of any actual or alleged: a). Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the Consultant, any sub - Consultant, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in the performance of the Work; or b). violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by Consultant in the performance of the Work; or c). liens, claims or actions made by the Consultant or any sub -consultant under workers compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including attorney's fees, incurred by the City to enforce this agreement shall be borne by the Consultant. 7.2. Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. 7.3. The Consultant shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. 7.4. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Consultant under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. City of Tamarac Purchasing & Contracts Division 8) Non -Discrimination & Equal Opportunity Employment During the performance of the Contract, the Consultant shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Consultant will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Consultant shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Consultant further agrees that he/she will ensure that Sub -consultants, if any, will be made aware of and will comply with this nondiscrimination clause. 9) Independent Contractor This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Consultant is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Consultant shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Consultant's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Consultant, which policies of Consultant shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Consultant's funds provided for herein. The Consultant agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Consultant and the City and the City will not be liable for any obligation incurred by Consultant, including but not limited to unpaid minimum wages and/or overtime premiums. 10) Assignment and Subcontracting Consultant shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. a City of Tamarac Purchasing & Contracts Division 11) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CN11CA City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONSULTANT BAE Systems National Security Solutions, Inc. 124 Gaither Drive Mt. Laurel, NJ 08054 Phone: 856-866-9700 12) Termination 12.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Consultant for such termination in which event the Consultant shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Consultant abandons this Agreement or causes it to be terminated, Consultant shall indemnify the city against loss pertaining to this termination. 12.2 Default by Consultant: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Consultant neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Consultant of written notice of such neglect or failure. 13) Uncontrollable Forces 13.1 Neither the City nor Consultant shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non- City of Tamarac Purchasing & Contracts Division performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 13.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 14) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 15) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 16) Signatory Authority The Consultant shall provide the City with copies of requisite documentation evidencing that the signatory for Consultant has the authority to enter into this Agreement. 17) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 18) Merger; Amendment This Agreement constitutes the entire Agreement between the Consultant and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Consultant and the City. of Tamarac lu 19) No Construction Against Drafting Party Purchasing & Contracts Division Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. Remainder of Page Intentionally Blank City of Tamarac Purchasing & Contracts Division IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONSULTANT, signing by and through its President, duly authorized to execute same.. ATTEST: Marion Swenson; CMC City Clerk -71 Date ATTEST: (Corporate Secretary) Robert A. White Type/Print Name Asst. Corporate Secy CITY OF TAMARAC A49" w— / 11b eth I sbaum-Talabisco, Mayo Date L Je rey . ill r, City Manager Date: Approv7q as to form and legal sufficiency: City Attorney ,a /9& /d Date BAE Systems National Security Solution_ s Company Name A / �ee� 1/140 Ile gnature of V.P., D William A. Wulff Type/Print Name of Vice President a (CORPORATE SEAL) Date City of Tamarac CORPORATE ACKNOWLEDGEMENT STATE OF :SS COUNTY OF / o Purchasing & Contracts Division I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared William A. Wulff, Vice President, Director of Contracts of BAE Systems National Security Solutions Inc., a Delaware Corporation, to me known to be the person(,) described in and who executed the foregoing instrument and acknowledged before me thatpshe executed the same. WITNESS my hand and official seal this day of 70 J , 200 . LOM LN RllNil► ComnpWMor► • I?�M6- � a"�" CW* C;4�c::e" -�� Signatur,6 of Notary Public State of G at Large Print, Type or Stamp Name of Notary Public ❑ Personally known to me or Produced Identification Type of I.D. Produced ❑ DID take an oath, or 9 DID NOT take an oath. ATTACHMENT A City of Tamarac Florida Scope of Work (REVISED) (Flanimetric & DEM base map update & digital orthophotography with 3" pixel resolution) January 18, 2008 Provided by BAE SYSTEMS City of Tamarac. Florida - Scope of Work (REVISED) City of Tamarac Community Development 7525 N.W. 88th Avenue Tamarac, FL 33321-2401 Attention: Mr. Trevor Feagin GIS Manager Reference: Scope of Work for Color Aerial Photography Acquisition, Ground. Control Surveys, Planimetric base map update & DEM, and Color Digital Orthophotography for the entire City of Tamarac, Florida Dear Mr. Feagin: We are pleased to submit the following proposal outlining the Scope of Work and associated Cost for the above referenced project. This Scope of Work is a brief description from our proposal response to the City's RFP dated November 1, 2007. Project Understanding and Approach BAE SYSTEMS is pleased to provide the City of Tamarac this scope of work for producing a planimetric base map update & DEM, as well as digital orthophotography at a 3" pixel resolution. Accurate maps are an invaluable tool for performing storm water flow analysis, developing illicit discharge detection and elimination measures, supporting storm water construction plans, and providing background for public education and outreach. We fully understand the City's desire to utilize an approach that delivers the most value in terms of quality, schedule, and cost. Project Area The project areas to be mapped will be the entire City limits of Tamarac, FL (approximately 12 square miles), including 150' outside of the City boundary. This area is based on the shaded map provided to BAE SYSTEMS by the City of Tamarac included with this document as Attachment A. Project Management Ms. Debra Taylor has been assigned overall project manager for this very important project. She will be BAE SYSTEMS primary point of contact and will have overall management responsibility. Ms. Taylor should be used as the central point for communication. Status Meetings and Reporting Ms. Taylor will prepare written reports to track the status of production and to note milestones and / or issues that require resolution. Report format and reporting frequency will be confirmed during the project initiation phase. The report format will be revised, if necessary, as each project phase progresses to reflect any other information that participants would like to have available. If necessary, a special meeting with technical staff members and the City will be held to review ongoing City of Tamarac, FL Page 2 of 7 January 18, 2008 City of Tamarac, Florida Scope of Work (REVISED) production, to assess progress, and to address any issues. BAR SYSTEMS will also prepare and submit monthly invoices tied with progress reports, percentage complete, or product delivery. SCOPE OF SERVICES Aerial Photography New digital color aerial imagery will be flown at 2894' above mean terrain (A '1) utilizing the DiMAC digital camera. The negative scale of the aerial imagery will be 1" = 300', with 60% forward overlap and 30% side lap between images. There are a total of (13) flight lines with (533) images. We will collect aerial photography in a manner that will optimize ground visibility. The flight will occur with the solar angle at 30 degrees or higher. It will be gathered when clouds, fog, smoke, soot or other atmospheric obstructions are at a minimum. The crab will not be in excess of three degrees (30) measured with respect to both lines of flight. The tilt of the camera from vertical at the instant of exposure will not exceed three degrees (3°), nor will it exceed five degrees (5°) between successive exposure stations. Average tilt over the entire project will not exceed one degree (1°). The flying height will not exceed five percent (59/4). The aerial photography will cover the entire city including the shaded areas outside of the city limits depicted on Attachment A. A camera calibration report and (1) color photo index map will be delivered. Ground Control Surveys BAE SYSTEMS will design the survey effort for this project in an efficient and comprehensive manner to provide the necessary geodetic information in support of the accuracy requirements for the production of the digital orthophotography and the planimetric base map update. Geodetic Control Surveys will be performed to achieve the accuracy standard as well as guaranteeing the required accuracy of the final mapping products. A control plan and network diagram will be prepared for this project prior to the commencement of field observation. This plan will show the approximate locations to be surveyed along with the flight lines. BAR SYSTEMS has determined that a total of (104) new horizontal and vertical control points will be needed for the project. These control points will be pre-flight targets set in the proper locations to ensure a strong geometric solution for the flight block. As with the previous planimetric base map update and to maintain consistency, all horizontal control shall be referenced to the Florida State Plane Coordinate System East Zone (NAD83) adjusted to 1990. The vertical control will be referenced to mean sea level (NAVD88), as established by the United States National Geodetic Survey. A ground control survey report will be delivered. Analytical Aerotriangulation BAR SYSTEMS will perform fully analytical aerotriangulation to supplement the ground control effort. To collect the aerotriangulation data, BAR SYSTEMS uses Socet Set Multi -sensor Triangulation package, this is a "softcopy" analytical aerotriangulation technology. The softcopy AT process is an entirely digital process using digital fume images. It is a more advanced, accurate and economical method than traditional aerotriangulation. Softcopy allows maps of equal or better accuracy to be produced, and in fact requires less effort and cost than manual procedures. An AT report will be delivered. City of Tamarac, FL Page 3 of 7 January 18, 2008 City of Tamarac, Florida - Scope of Work (REVISED) Planimetric Base Map Update Our technical approach for extracting data from the aerial imagery for this project will be centered on the use of the Digital Photogrammetric Softcopy Workstation. This platform is the premier photogrammetric tool suite for the generation of real -world, photo -specific databases. It enables our photogrammetrists to geo-position imagery and extract information from this imagery with an unparallel degree of accuracy and flexibility. This platform provides our technical production teams with a comprehensive set of photogrammetric functions, which allow for the import of multiple data formats, the efficient digital capture of data and multiple data export functions. BAE SYSTEMS in- house state of the art, SOCET SETO Softcopy photogrammetric workstations allow us to provide the City of Tamarac with digital mapping products of the highest accuracy and quality. The planimetric base map update will cover the entire city including the shaded areas outside of the city limits on Attachment A. We are going to follow the existing standard already established by BAE SYSTEMS for the city in July 2002. The layers and attribution will be the same as the most recent database design established for the city by BAE SYSTEMS in October 2004, We will deliver (1) set of planimetric & DEM and above ground utility data delivered in the City's geodatabase format on DVD and (1) set of mylar plots of the areas of new development since February 2003. Digital Orthophotography Digital orthorectification will include a spatial and radiometric transformation of the imagery from line / sample space into the specified ground coordinate system. Inputs into the orthorectification process are the imagery, the interior and exterior orientation parameters for each image, corrections for lens distortion, earth curvature & atmospheric refraction, camera calibration information. In the process, each pixel in the scanned image is geometrically transformed from a line/sample value to a geographic location. The interior and exterior orientation parameters are used to project each pixel into the ground coordinate system, while the DEM is used to correct for relief displacement. Using this approach, BAE SYSTEMS highly skilled and experienced staff will produce and deliver color digital orthophotos at a 3" pixel ground resolution_ Once the images are ortho-rectified, they are checked for geometric accuracy, image quality, and tone balancing. The final color digital orthophotography product is a seamless database of imagery produced from a large number of images. Achieving this goal requires that the tone of the imagery be matched for consistency, and that the individual overlapping orthophotos be mossicked together. Once the mosaics are finished, we clip out the individual tiles. Imagery along adjacent tile edges will not be displaced by more than one pixel_ The digital orthophotography will covet the entire city including the shaded areas outside of the city limits. (2) sets of .tif world and Ad images of the final digital orthophotography; (1) set in the 1250' x 1250' tile format and (1) set in a citywide format on DVD will be delivered. The digital orthophotography will have a 3" pixel resolution City of Tamamc, FL Page 4 of 7 January 18, 2008 City of Tamarac Florida - Scope of Work (REVISED) Photogrammetric Field Edit This field edit will consist of adding all planimetric features which may not have been visible or identifiable from the aerial photography. BAE SYSTEMS will Meld edit the rights -of -way and easements, and check for placement of update features obscured by vegetation or the limits of the aerial imagery. BAE SYSTEMS will verify the map content for completeness and identify and label all visible features. These items will be placed in their correct layer in the digital base map. ArcGIS Server Web Applications The move from the legacy ArcIMS site to the more capable ArcGIS Server implementation will provide an easier path for updating content and present a robust user experience. We will install the most recent version of ArcGIS Server. Discussions can how to best address the city's needs and expected use will help determine the most optimal configuration. In addition to detailing the configuration of the supporting infrastructure, we will also begin to outline the specific details of each application. This includes items such as the layout of the interface, tools and capabilities. As well as how the user interacts with each of these components. The construction phase entails continued refinement of some design details and the creation of the web applications and all of their components. The final phase of this process will see the application(s) ultimately transitioned to the City of Tamarac for deployment. The migration from ArcIMS to an ArcGIS Server implementation requires a systematic approach that defines a clear set of requirements. These requirements in turn lead to the crafting of a solution that meets the expectations of the City's internal and external customers. This basic ArcGIS Server Web Application includes the following: • Evaluation and set-up — (1) week on -site visit to Tamarac for (1) person which includes the evaluation of current system environment, basic ArcGIS Server set-up and configuration of a supporting database, and data load into a pre -defined database schema • Creation of (1) map service — defines layout, symbology, and scale dependencies • Migration of existing website from ArcMB to ArcGIS Server with same functionality • Add a simple business locator that permits the user to click on a list of businesses and highlight a business in the map display • Documentation / Training Quality Assurance / Quality Control BAE SYSTEMS sought and achieved registration by the International Standards Organization (ISO) in 1998. ISO standards are a series of internationally recognized Quality System requirements that encompass all areas of corporate organization. BAE SYSTEMS Quality Program is an extensive set of processes and tested procedures that ensure our clients receive the highest quality products and services. The following statements summarize our Program: • BAE SYSTEMS is committed to providing products and services that will meet or exceed the expectations of our customers. City of Tamarac, FL Page 5 of 7 January 18, 2008 BAE SYSTEMS City of Tamarac, Florida -Scope of Work (REVISED) • BAE SYSTEMS will achieve the goals of our Quality Program through out total and continuous dedication to world -class quality in all stages and phases of out production cycle, from beginning to end. • BAE SYSTEMS will implement our Quality Program via thorough training of our employees to ensure that they understand our external and internal customers, as well as project requirements and deadlines, and can apply the proper procedures needed to meet those requirements on time and without error, each and every time. • Providing quality products and services is the responsibility of everyone at BAE SYSTEMS. • The acceptance of the deliveries will be based on the following acceptance criteria: - Adherence to the database design specification (100%) - Completeness of content (95%) - Positional accuracy (90% - LAMAS) - Attribute accuracy (95°/u) Summary of Deliverables For this project, SAE SYSTEMS will provide all of the deliverables listed below to the City of Tamarac: • Survey Report • AT Report + (1) color photo index map • Camera Calibration Report for the camera used in the 1" = 300' negative scale photography • (2) sets of .tif and .sid images of the final digital orthophotography; (1) set in the 1250' x 1250' file format and (1) set in a citywide format on DVD. The digital orthophotography will have a 3" pixel resolution + (1) set of planimetric & DEM and above ground utility data delivered in the City's geodatabase format on DVD • (1) set of mylar plots of the areas of new development since February 2003 • Arc Server application(s) similar to ArcIms applications on the City's website • Documentation of the data and application development so that the City employees who are not GIS experts can use the applications Schedule & Acceptance Period BAE SYSTEMS will provide all of the requested work elements in a time period of (14) months from the date of successful aerial imagery acquisition. The overall contract will remain open for a period of (24) months from, notice to proceed by the city. BAE SYSTEMS will be glad to provide the City with cost proposals for any additional services during the (24) months. The acceptance period for all deliveries will be (45) days from the date of individual deliveries to the City by BAE SYSTEMS. We will extend a (1) year warranty on all accepted deliveries from the date of final delivery. There will be a 10% retainage on this project. SAE SYSTEMS will provide quarterly invoices for retention withheld on accepted deliveries. This retainage will be paid to BAE SYSTEMS within (30) days of date of invoice. City of Tamarac, FL Page 6 of 7 January 18, 2008 City of Tamarac, Florida - Scope of Work (REVISED) Project Fees (The project fees below include all of the services and deliverables described in this Scope of Work 1) New Color Aerial Imagery $ 21,612 2) Project Preparation and Management $ 16 775 3) Ground Control Surveys $ 39,209 4) Analytical Aerotriangulation $15,074 5) Planimetric Base Map Update, DEM & GIS Delivery $ 267,740 6) Color Digital Orthophotography $ 28,881 7) Field Edit of Shaded Areas on City Supplied Map $15,688 8) Photogrammetric Field Edit of unshaded areas on City Map $ 20,304 9) ArcGIS Server Web Application, base model application $ 26,229 TOTAL $ 451,512 The above cost breakdown is based on percent complete invoicing. BAE SYSTEMS will provide a more detailed breakdown to the City after the Project Kickoff Meeting, if it is determined that invoicing will be on a task completion basis. Thank you for the opportunity to submit this Scope of Work. We look forward to working with you on this very important project. If you have any questions or comments concerning this Scope of Work, please contact Andy Pickford at (856) 793-4316 or andrew.pickford@baesystems.com Very Truly Yours, BAE SYSTEMS • Andrew F. Pickford Regional Manager Didi Rufer Manager Contracts II City of Tamarac, FL Page 7 of 7 January 18, 2008 i • "''"I; III- ��l'`� r 1 � tool:; r n CD L lu V Z