HomeMy WebLinkAboutCity of Tamarac Resolution R-2004-056Temp Reso #10341 -- February 3, 2004
Revision No. 1 - March 3, 2004
Revision No. 2 - March 15, 2004
Page 1
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2004- -'r6
A RESOLUTION OF THE CITY COMMISSION OF
THE CITY OF TAMARAC, FLORIDA,
AUTHORIZING THE APPROPRIATE CITY
OFFICIALS TO APPROVE AND EXECUTE THE
FIRST ADDENDUM TO THE JULY 10, 2002
AGREEMENT BETWEEN THE CITY OF
TAMARAC AND BAE SYSTEMS ADR, INC. FOR
UPDATING OF THE PLANIMETRIC AND UTILITY
BASE MAPS AND ASSOCIATED DATA BASE
DEVELOPMENT AT A TOTAL COST NOT TO
EXCEED $176,790.00 (CASE NO. 3-MI-04);
PROVIDING FOR CONFLICTS; PROVIDING FOR
SEVERABILITY; AND PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, on July 10, 2002, the City of Tamarac entered into an Agreement with
BAE Systems ADR, Inc. for the updating of the planimetric and utility base maps and
associated data base development via Resolution No. R-2002-199, in response to LOI
#02-L-08 (attached hereto as Exhibit 1 to Exhibit A); and
WHEREAS, on March 18, 2003, Change Order#1 for the mapping of eighteen (18)
small developed areas was authorized by the City Manager (a copy of said Change Order
is attached hereto as Exhibit B); and
WHEREAS, BAE Systems ADR, Inc. has been the planimetric and utility base map
contractor for the City of Tamarac beginning with Phase I of this project and are thoroughly
familiar with the project requirements; and
WHEREAS, the City desires to continue to update planimetric maps and maps of
underground stormwater lines in newly constructed areas within the City of Tamarac; and
Temp Reso #10341 — February 3, 2004
Revision No. 1 — March 3, 2004
Revision No. 2 - March 15, 2004
Page 2
WHEREAS, the Director of Community Development and the Purchasing and
Contracts Manager recommend that the First Addendum to the Agreement between the
City of Tamarac and BAE Systems ADR, Inc. be approved and executed; and
WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in
the best interests of the citizens and residents of the City of Tamarac to approve and
execute the First Addendum to the Agreement Between the City of Tamarac and BAE
Systems ADR, Inc. for the updating of the planimetric and utility base maps and associated
data base development at a total cost not to exceed $176,790.00.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA:
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.
SECTION 2: That the appropriate City Officials are hereby authorized to
approve and execute the First Addendum to the Agreement between the City of Tamarac
and BAE Systems ADR, Inc. for the updating of the planimetric and utility base maps and
associated data base development at a total cost not to exceed $176,790.00 attached
hereto as Exhibit A.
SECTION 3: All resolutions or parts of resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
1
1
Temp Reso #10341 — February 3, 2004
Revision No. 1 — March 3, 2004
Revision No. 2 - March 15, 2004
Page 3
SECTION 4: If any clause, section, other part or application of this Resolution
is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or in
application, it shall not affect the validity of the remaining portions or applications of this
Resolution.
SECTION 5: This Resolution shall become effective immediately upon its
adoption.
PASSED, ADOPTED AND APPROVED this 241h day of March, 2004.
ATTEST:
MARION SWENSON, CMC
CITY CLERK
I HEREBY CERTIFY that
I have approved this
RESOLUTION as to form.
j
- MIT HELL . KR
CITY ATTORNE
JOE SCHREIBER
MAYOR
RECORD OF COMMISSION VOTE:
MAYOR SCHREIBER
DIST 1: COMM. PORTNER
DIST 2: COMM. FLANSBAUM-TAL
DIST 3: COMM. SULTANOF
DIST 4: WM ROBERTS
City of Tamarac
Purchasing and Contracts Division
EXHIBIT A TEMP. RESO #10341
FIRST ADDENDUM TO THE AGREEMENT
BETWEEN THE CITY OF TAMARAC
AND
BAE SYSTEMS ADR, INC.
This First Addendum to the July 10, 2002 Agreement between the City of Tamarac, a
municipal corporation with principal offices located at 7525 NW 88�h Avenue, Tamarac, Florida
33321 (herein after "the City") and BAE Systems ADR, Inc. with principal offices located at 124
Gaither Drive, Suite 100, Mount Laurel, New Jersey 08054 (hereinafter "Contractor") is made
and entered into this day of March, 2004.
WITNESSETH
WHEREAS, the City and Contractor entered into an Agreement dated July 10, 2002
relating to providing underground utility maps, updates to the planimetric base map and
construction of an internet based analysis software attached hereto as Exhibit 1; and
WHEREAS, the City desires to continue to update planimetric maps and maps of
underground stormwater lines in newly constructed areas within the City of Tamarac.
NOW THEREFORE, in addition to the obligations set forth in the Agreement of July 10,
2002 between the City and Contractor, the parties agree as follows:
1. Article 4, Time of Commencement and Substantial Completion of the Agreement dated
July 10, 2002 between the City and Contractor is amended to read as follows:
4) Time of Commencement and Substantial Completion
The work to be performed under this Agreement shall be commenced upon the date
of Contract Commencement in the Notice to Proceed and, subject tQ authorized
adjustments, shall be substantially completed no later than j �~OLIne 200 4 March 1, 2007
with the P_lanlmetric Update substantially comp ed byMarch 1. 2006 the
- - -- ---- -- p „let ..,----.. _
Stormwater Sheet -by Sheet Update shall be substantially coml2leted by March 1
2006• and the Planimetric Sheet -by Sheet U date shall be substantially completed b
March 1. 2007.
Words stFuck ihFough are deletions from the agreement. Words underlined are additions to the agreement
City of Tamarac Purchasing and Contracts Division
EXHIBIT A TEMP. RESO #10341
2. Article 5, Contract Sum of the Agreement dated July 10, 2002 between the City and
Contractor is amended to read as follows
5) Contract Sum
5.11 The Contract Sum for the Utility Conversion (Phase 1) of the project is for a not to
exceed amount of Five Hundred Thousand, Nine Dollars and no/100 cents
($500,009.00). This phase is to begin within two (2) weeks of the Notice to Proceed.
Base Map Update (Phase II) as delineated in Sections 3 & 4 of the Scope of Work is for a
not to exceed amount of Two Hundred Forty Three Thousand, Six Hundred Nine Dollars
and no/100 cents ($243,609.00). A portion of this phase is contingent upon allocation of
funds in fiscal year 2003 budget and shall not commence prior to November 1, 2002.
5.2 The Contract Sum for the continuation of updating of planimetric maps and maps
of underground stormwater lines pr6ect is for an amount not to exceed One Hundred
Seventy -Six Thousand Seven Hundred ninety Dollar 176 790 .
3. Article 6, Payments of the Agreement dated July 10, 2003 between the City and
Contractor is amended as follows:
6) Payments
6_.1 Upon completion of individual tasks as listed in "Attachment D-Cost/Payment
Summary and within thirty (30) days of the City's receipt of a properly submitted and
correct Application for Payment, the City shall make payment to the Contractor. The City
shall pay the Contractor for work performed subject to the specifications of the job and
subject to any additions and deductions by subsequent change order provided in the
contract documents. Ten percent (10%) of all monies earned by the Contractor shall be
retained by the City until the Work is totally completed as specified, and accepted by the
City.
6.2 Upon completion of the individual tasks listed below, the City shall make payment
to the Contractor in accordance with the grovisions of Article 6. 1:
COMPONENT
Planimetric Update
Full Field Edit
Mylar Copy of Updated Planimetric Maps
Stormwater Network Plan By. Plan Update
Planimetric Plan -By -Plan Update
Total
FEE
130 000
12,820
1,550
Not to exceed 1$ 2,420
Not to exceed 20,000
17$ 6 790
Words stFuek i4eugh are deletions from the agreement. Words underlined are additions to the agreement
City of Tamarac Purchasing and Contracts Division
EXHIBIT A TEMP. RESQ #10341
4. Attachment C - Contract Map of the Agreement dated July 10, 2002 between the City
and Contractor shall be supplemented by Revised Attachment C - Contract Map dated
January 29, 2004.
5. Attachment B -Scope of Work for Underground Utility Conversion and Planimetric
Base Map of the Agreement dated July 10, 2002 between the City and Contractor,
Section I, Introduction, shall be amended as follows:
Section 1 — Introduction
4. Database Development — BAE SYSTEMS ADR will utilize the supplied utility plans,
planimetric data and other digital data to develop a complete and connective network
for the indicated utilities. The networks will be in the cooperatively developed data
base format. The data base format that is proposed under this scope of work and the
associated fee schedule is based on the geodatabase developed by ESRI for the
cited utilities. The level of attribution is assumed to be the same as that provided
previously for the Pilot Area of Land Sections 7 and 8 with the exceptions noted
herein.
4.1 BAE SYSTEMS ADR will update the Storm Water maps via CAD site plans followin
the process outlined in Exhibit 2 attached hereto at a per sheet rate of $207.00 for a
sum_ not to exceed $12,420.00. Both parties agree that since this portion of the
contract amendment is not based on new photography, this portion of the contact
amendment will not meet the spatial accuracy or warranty standards.
6. Planimetric Map Development -- BAE SYSTEMS ADR will supply new unblemished
(to the maximum extent possible) 1" - = 300' negative scale aerial photography and 3"
pixel digital orthophotography flown in the Spring of 2003 and develop updates to the
City's existing planimetric maps in the format described in the 1998 database design.
6.1 BAE SYSTEMS ADR will update the Planimetric mans via CAD site plans followin
the process outlined in Exhibit 3 attached hereto at an hourly rate for a sum not to
exceed $20,000.00. - Both p 9 parties agree that since this portion of the contract
amendment is not based on new r)hotooraphv. it will not meet the spatial accuracv or
warranty standards
Words stFusk through are deletions from the agreement. Words underlined are additions to the agreement
City of Tamarac
Purchasing and Contracts Division
EXHIBIT A TEMP. RESO #10341
6. The July 10, 2002 Agreement between the City and Contractor and all subsequent
amendments and addenda thereto not subject to this or other duly executed amendments and
addenda remain in full force and effect. Failure to specifically delineate any prior terms or
conditions in this addendum does not operate to relieve the City or Contractor of any obligations
pursuant to the Agreement or waive any rights contained herein.
7. Effective date of this Agreement shall be date of execution by the last party to execute.
Words strurk ihFoughh are deletions from the agreement. Words underlined are additions to the agreement
City of Tamarac
Purchasing and Contracts Division
EXHIBIT A TEMP. RESO #1p341
IN WITNESS WHEREOF, the parties hereby have made and executed this Amendment
to Agreement on the respective dates under each signature, the City of Tamarac signing by and
through its Mayor and City Manager and BAE Systems ADR, Inc. signing by and through its
President, duly authorized to execute same.
CITY OF TAMARAC
�`466 Schreiber, Mayor
. 1-e� T/o
Date
ATTEST:' Jeff,ler, City Manager
Marion Swenso , CIVIC Dates
City Clerk
Date
Mitchell 4.1 Kraft City
Date
(1
sufficiency:
City of Tamarac
ATTEST:
Purchasing and Contracts Division
tXHIBIT A TEMP. RESO #10341
BAE SYSTEMS ADR, Inc.
(Director of Operations) Signature f
General Manager
Ian MacLaren
Type/Print Name ofGOFperate-Seezy.
Director of Operations
Eric J. Sandberg _
Type/Print Name of RFes�iden
(CORPORATE SEAL) Date
General Manager
3/i,y/641
CORPORATE ACKNOWLEDGEMENT
STATE OF NEW JERSEY:
COUNTY OF �
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
,to me known to be the person(s) described in and who execu ed the foregoing
instrument and acknowledged before me that he/she executed the same.
WITNESS my hand and official seal this ►V'day of 2004.
Signature of Notary Public
SttIRAR�PeAtrsey at Large: .
{VOTARY PUBLIC OF NEW JERSEY
My Commission Expires Dec.15 2004
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
❑ DID NOT take an oath.
EXHIBIT 11
191 TEMP RESO #10341
1
June 24, 2002 - Temp Reso #9844 1
CITY OF TAMARAC, FLORIDA
f7��iIl�I•I►1 • - �Ii�► . .
A RESOLUTION OF THE CITY COMMISSION OF
THE CITY OF TAMARAC, FLORIDA,
AUTHORIZING THE APPROPRIATE CITY
OFFICIALS TO AWARD LOI 02-L-08 ENTITLED
"UNDERGROUND UTILITY DATA CONVERSION
AND PLANIMETRIC MAPPING FOR THE CITY
GEOGRAPHIC INFORMATION SYSTEM" TO
AND EXECUTE AN AGREEMENT WITH BAE
SYSTEMS ADR FOR AN AMOUNT NOT TO
EXCEED $743,618.00 (CASE NO. 10-MI-02);
PROVIDING FOR CONFLICTS; PROVIDING FOR
SEVERABILITY; AND PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, the City Commission of the City of Tamarac wishes to complete Phase
III of the GIS Utility Maps, Digital Aerial Photography, updates to the Planimetric Map, GEO
Data Base Design and Internet Mapping Software Development; and
WHEREAS, the City of Tamarac publicly advertised LOI 02-L-08 entitled
"Underground Utility Data Conversation and Planimetric Mapping for the City Geographic
Information System" in the Sun Sentinel, attached hereto as "Attachment A of Exhibit 1 ";
and
WHEREAS, proposals were solicited from twenty-five (25) firms and seven (7)
proposals were received and evaluated by an Evaluation Committee consisting of the
Assistant City Engineer, GIS Manager, Planning ,11 Zoning Manager, Utilities Engineer, and
Purchasing and Contracts Manager to determine responsiveness to the City's requirements
June 24, 2002 - Temp Reso #9844 2
and four (4) Proposers were invited to make presentations:
1. BAE Systems ADR
2. 3001, Inc.
3. Wilson Miller
4. Hartman and Associates; and
WHEREAS, BAE Systems ADR was determined to be the most responsive,
responsible proposer and was selected based on qualifications and criteria as described in
the Consultant's Competitive Negotiation Act (F.S. §287.055); and
WHEREAS, the cost of the services to complete Phase III of the GIS Utility Maps,
Digital Aerial Photography, updates to the Planimetric Map, GEO Data Base Design and
Internet Mapping Software Development will be funded from the Utilities Fund, the
Stormwater Fund and the General Fund; and
WHEREAS, it is the recommendation of the Director of Community Development
and the Geographic Information System Selection Committee that the Underground Utility
Data Conversion and Planimetric Mapping for the Geographic Information System be
awarded to and an Agreement executed with BAE Systems ADR; and
WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in
the best interests of the citizens and residents of the City of Tamarac to award LOI 02-L-08
entitled "Underground Utility Data Conversion and Planimetric Mapping for the City
Geographic Information System" to BAE Systems ADR, and to execute an Agreement,
attached hereto as "Exhibit 1, for an amount not to exceed $743,618.00, as indicated in the
1
1
1
June 24, 2002 - Temp Reso #9844 3
Cost/Payment Summary attached hereto as "Attachment D" of Exhibit 1 ".
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA:
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.
SECTION 2: That the appropriate City Officials are hereby authorized to
award LOI 02-L-08 to and execute an Agreement with BAE Systems ADR for the
completion of Phase III of the Underground Utility Data Conversation and Planimetric
Mapping for the City Geographic Information System at a total cost not to exceed
$743,618.00.
SECTION 3: All resolutions or parts of resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 4: If any clause, section, other part or application of this Resolution
is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or
application, it shall not affect the validity of the remaining portions or applications of this
Resolution.
SECTION 5:
passage and adoption.
June 24, 2002 - Temp Reso #9844 4
This Resolution shall become effective immediately upon its
PASSED, ADOPTED AND APPROVED this 101h day of July, 2002.
ATTEST:
MARION SWENSON, CMC
CITY CLERK
I HEREBY CERTIFY that
I have approved this
RESOLUTION as to form.
T-PHELL S. YIkAF
CITY ATTORNEY
commdev%u:\pats\userdata\wpdata\res\9844 reso
JOE SCHREIBER
MAYOR
RECORD OF COMMISSION VOTE:
MAYOR SCHREIBER
AYE
DIST 1:
V/M. PORTNER
AYE
DIST 2:
COMM. MISHKIN
AYE
DIST 3:
COMM. SULTANOF
AYE
DIST 4:
COMM. ROBERTS
AYE
City of T,117W/1 )C:
AGREEMENT
BETWEEN THE CITY OF TAMARAC
nUu
BAE SYSTEMS ADR
THIS AGREEMENT is made and entered into this 0 th day of , 2002
by and between the City of Tamarac, a municipal corporation with p rinci pal of4cesflocated
at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and BAE Systems ADR, a
Pennsylvania corporation with principal offices located at 9285 Commerce Highway,
Pennsauken, NJ 08110 (the "Contractor") to provide underground utility maps, updates to
the planimetric base map and construction of an internet based analysis software.
Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and
Contractor agree as follows:
1) The Contract Documents
The contract documents consist of this Agreement, conditions of Letter of Interest LOI 02-
L-08 attached hereto and incorporated herein as Attachment A, (General, Supplementary
and other Conditions), drawings, specifications, design criteria, all addenda issued priorto,
and as detailed in Attachment B - Scope of Work; Attachment C - Contract Ma ;
Attachment D - Cost/Payment Summa ; and Attachment E - Project Schedule, attached
hereto and incorporated herein. These contract documents form the Agreement, and all
are as fully a part of the Agreement if attached to this Agreement or repeated therein.
2) The Work
The contractor shall perform all work for the City required by the contract documents as set
forth below:
a) Contractor shall furnish all labor, materials, and equipment necessary to provide
services for underground utility maps, updates to the planimetric base map and
construction of an Internet based analysis software as described in the Scope of
Work.
b) Contractor shall supervise the work force to ensure that all workers conduct
themselves and perform their work in a safe and professional manner. Contractor
shall comply with all OSHA safety rules and regulations in the operation of
equipment and in the performance of the work. Contractor shall at all times have a
competent field supervisor on the job site to enforce these policies and procedures
at the Contractor's expense.
c) Contractor 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 Contractor, its employees, agents or subcontractors, if
any, with respect to the work and services described herein.
(-;ry of Tamrarar
3) Insurance
Pot'i,h0siop Dh1r,?-,w
Contractor shall obtain at Contractor's expense all necessary insurance in such form and
amount as required by the City's Risk & Safety Officer 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. Contractor shall maintain such insurance in full force and effect during
the life of this Agreement. Contractor shall provide to the City's Risk & Safety Officer
certificates of all insurances required under this section prior to beginning any work under
this Agreement. The Contractor will ensure that all subcontractors comply with the above
guidelines and will retain all necessary insurance in force throughout the term of this
agreement.
Contractor shall indemnify and hold the City harmless for any damages resulting from
failure of the Contractor to take out and maintain such insurance. Contractor's Liability
Insurance policies shall be endorsed to add the City as an additional insured. Contractor
shall be responsible for payment of all deductibles and self-insurance retentions on
Contractor's Liability Insurance policies.
4) Time of Commencement and Substantial Completion
The work to be performed under this Agreement shall be commenced upon the date of
Contract Commencement in the Notice to Proceed and, subject to authorized adjustments,
shall be substantially completed no later than �r,
e
5) Contract Sum
The Contract Sum for the Utility Conversion (Phase 1) of the project is for a not to exceed
amount of Five Hundred Thousand, Nine Dollars and no/100 cents ($500,009.00). This
phase is to begin within two (2) weeks of the Notice to Proceed. Base Map Update (Phase
II) as delineated in Sections 3 & 4 of the Scope of Work is for a not to exceed amount of
Two Hundred Forty Three Thousand, Six Hundred Nine Dollars and no/100 cents
($243,609.00). A portion of this phase is contingent upon allocation of funds in fiscal year
2003 budget and shall not commence prior to November 1, 2002.
6) Payments
Upon completion of individual tasks as listed in "Attachment D — Cost/Payment Summary
and within thirty (30) days of the CITY's receipt of a properly submitted and correct
Application for Payment, the CITY shall make payment to the CONTRACTOR. The City
shall pay the Contractor 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 the CONTRACTOR shall
be retained by the CITY until the Work is totally completed as specified, and accepted by
the CITY.
City of raawt,'ic
7) Work Area
,.Xvi"4c)il
The work area for the utility update (Phase 1) is the entirety of the City of Tamarac.
The work area for the planimetric update shall be as described by "Attachment C - Contract
Map" to include shaded areas and sidewalks, Southgate Linear Park and McNab Road
widening with modifications as specified in "Exhibit 2 Scope of Work".
8) Waiver of Liens
Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all
suppliers, subcontractors, and/or contractors who worked on the project that is the subject
of this Agreement.
9) Warranty
Contractor warrants the work against defect for a period of one year(s) from the date of
completion of work. In the event that defect occurs during this time, Contractor shall
perform such steps as required to remedy the defects. Contractor shall be responsible for
any damages caused by defect to affected area or to interior structure.
10) Indemnification
The Contractor shall indemnify and hold harmless the City, its elected and appointed
officials, employees, and agents from any and all claims, suits, actions, damages, liability,
and expenses (including attorneys' fees) in connection with loss of life, bodily or personal
injury, or property damage, including loss of use thereof, directly or indirectly caused by,
resulting from, arising out of or occurring in connection with the operations of the
Contractor or its officers, employees, agents, subcontractors, or independent contractors,
excepting only such loss of life, bodily or personal injury, or property damage solely
attributable to the gross negligence or willful misconduct of the City or its elected or
appointed officials and employees. The above provisions shall survive the termination of
this Agreement and shall pertain to any occurrence during the term of this Agreement,
even though the claim may be made after the termination hereof.
Nothing contained herein is intended nor shall be construed to waive City's rights and
immunities under the common law or Florida Statutes 768.28, as amended from time to
time.
11) Non -Discrimination
The Contractor agrees that it shall not discriminate against any of its employees or
applicants for employment because of their age, handicap, race, color, religion, sex, or
national origin, and to abide by all federal and State laws regarding non-discrimination.
The Contractor further agrees to insert the foregoing provisions in all subcontracts
hereunder except subcontracts for standard commercial supplies or raw materials. Any
violation of such provisions shall constitute a material breach of this Agreement.
I
C-1t y ;?f / r911 arar
12) Independent Contractor
Contractor is an independent contractor under this Agreement. Personal services provided
by the Contractor shall be by employees of the Contractor and subject to supervision by
the Contractor, and not as officers, employees, or agents of the City. Personnel policies,
tax responsibilities, social security and health insurance, employee benefits, purchasing
policies and other similar administrative procedures applicable to services rendered under
this Agreement shall be those of the Contractor.
13) Assignment and Subcontracting
Contractor 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. The City agrees to have ESRI,
Inc., Camp Dresser & McKee and GPS Aerial Surveys as designated subcontractors as
specified in the LOI submission.
14) 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, sent by registered United States mail, with
return receipt requested, addressed to the party for whom it is intended at the following
addresses.
CITY
City Manager
City of Tamarac
7525 N.W. 88th Avenue
Tamarac, FL 33321
With a copy to City Attorney at the same address.
CONTRACTOR
Mario O. Chuliver, CP
Vice President & General Manager
BAE Systems ADR
5285 Commerce Highway
Pennsauken, NJ 08110
15) Termination
This Agreement may be terminated by City or Contractor for cause or by the City for
convenience, upon thirty (30) days of written notice by the terminating party to the other
party for such termination in which event the Contractor shall be paid its compensation for
services performed to termination date, including services reasonably related to
termination. In the event that the Contractor abandons this Agreement or causes it to be
terminated, Contractor shall indemnify the city against loss pertaining to this termination.
c:�;ty of T�riic�rnr,
Default by Contractor: In addition to all other remedies available to the City, this Agreement
shall be subject to cancellation by the City should the Contractor 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
Contractor of written notice of such neglect or failure.
16) 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.
17) 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.
18) Signatory Authority
The Contractor shall provide the City with copies of requisite documentation evidencing
that the signatory for Contractor has the authority to enter into this Agreement.
19) 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.
20) Merger; Amendment
This Agreement constitutes the entire Agreement between the Contractor 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 Contractor and the City.
Cify of Tnn mrac'
IN WITNESS WHEREOF,
the respective dates under each
BAE Systems ADR signing by
authorized to execute same.
1'u,cr,r,sulrr Clr✓i:ac;r;
the parties have made and executed this Agreement on
signature. CITY OF TAMARAC, through its Mayor and
and through its Vice President/General Manager, duly
CITY OF TAMARAC
:)o Schreiber, Mayor
Date
ATTEST: Jeffrey . Mill r, City Manager
�ol
Marion Swenson, CMC Date.
City Clerk
/jr)v,&ral ed sufficiency:
Date
II S. Kr ity Att&hey
ATTEST:
'--v) I.c-c
NUPPww7ae
Director of Operations
Ian H. MacLaren
BAE
nature of Vice President/General
lager)
Mario O. Chuliver
Type/Print Name of Type/Print Name of Vice President/General
Director of Operations Manager
(CORPORATE SEAL)
Date
ra
(;i(v of
CORPORATE ACKNOWLEDGEMENT
New Jersey
STATE OF ftf)RM&
SS
COUNTY OF
!'nrcrrrsirrc; ;7r�:�l;;i;an
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
Mario 0. Chuliver of BAE Systems ADR a Pennsylvania Corporation, to me known to be
the person(s) described in and who executed the foregoing instrument and acknowledged
before me that he executed the same.
WITNESS my hand and official seal this 22'" day of 1-kv-P- _. , 2002.
17 ignature of Notary Public
State of RkWWat Large
BRIAN W. REEVES ' New Jersey
NOTARY PUBLIC OF NEW JERSEY
My Commission Expires Dec. 15 2QH
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
❑ DID NOT take an oath.
7
of TA4 ATTACHMENT "A"
City of Tamarac
Finance Department, Purchasing Division
7525 N.W. 88tn Avenue, Tamarac, Florida 33321-2401
Telephone: (954) 724-2450 Facsimile (954) 724-2408
Website: www.tamarac.org
DATE: October 15, 2001 LOI NO. 02-L-08
REQUEST FOR LETTERS OF INTEREST
ALL INTERESTED PARTIES:
The City of Tamarac, Florida, hereinafter referred to as CITY, will receive sealed Letters of
Interest (L.O.I) together with the Qualifications Statement and Proposal Form included
herein and any other information relative to the experience, expertise, or proficiency of the
Proposer, at the office of the Purchasing and Contracts Manager, City Hall, 7525 NW 88
Avenue, Tamarac, Florida 33321, (954) 724-2450, for furnishing the services described
below;
UNDERGROUND UTILITY DATA CONVERSION AND PLANIMETRIC MAPPING
FOR CITY GEOGRAPHIC INFORMATION SYSTEM
The City of Tamarac seeks to identify firms with qualified map and data conversion, ESRI
GIS application development and underground utility mapping experience to provide a
variety of utility and site plan conversion and GIS application development services in
connection with the development of the City's underground utility conversion effort.
L.0.1.'s must be received and time stamped by the Purchasing Division, either by mail or
hand delivery, no later than 4:00 p.m, local time on, Wednesday, November 14, 2001. Late
submittals, additions or changes will not be accepted.
A Pre -Proposal Conference will be held on Tuesday, October 30, 2001 at 2:00 P.M. in the
Tamarac City Hall Conference Room 204, 7525 NW 88" Avenue, Tamarac, FL 33321. It
will be in the best interest of the Proposer to attend this meeting.
CITY reserves the right to reject any or all L.0.1.'s, to waive any or all L,O.I.'s received, to
re -advertise for L.O.I.'s, to award in whole or in part to one or more Proposers, or take any
other such actions that may be deemed to be in the best interest of the CITY.
Lynda S. Flurry, CPPO
Purchasing & Contracts Manager
Publish: Sunday, October 21, 2001, October 28, 2001 & November 7, 2001
I. PRE -PROPOSAL CONFERENCE
A Pre -Proposal Conference and Orientation will be held on October 30, 2001 at 2:00 P.M. in the
Tamarac City Hall Conference Room 204, 7525 NW 88" Avenue, Tamarac, FL 33321. The
purpose of the Pre -Proposal Conference is to discuss the contents of this Request for Letters of
Interest.
II. STATEMENT OF THE WORK
Pursuant to Florida Statutes, Chapter 287.055 (Consultants Competitive Negotiations Act) and
Tamarac City Code, Section 6-151(2), Professional Services, the City of Tamarac seeks to identify
firms with qualified data conversion, planimetric mapping, ESRI GIS application development and
underground utility mapping experience to provide a variety of utility and site plan conversion and
GIS application development se'rvices in connection with the development of the City's Geographic
Information System. The scope of services may include, but is not limited to, any of the following.
1. Assessment of Utility Plan Conversion -- the Contractor, using the City's provided data, will
analyze suitability of several approaches to developing underground utility networks. The
analysis will consist of considering the cost of conversion versus the accuracy and
completeness of the data. The City requires conversion of the Water, Sanitary Sewer,
Stormwater and Gas networks. There is a pilot area for the Water and Wastewater
networks in Arc Info and a complete Gas and Stormwater network in AutoCAD. The
contractor, in conjunction with the City, will develop a project development and data
conversion plan based the contractor's recommendation.
2. Document Scanning — the Contractor will review, reconcile, edit and clean up as necessary
and scan supplied utility as builts and site plans. The Contractor will use the supplied utility
as builts and site plans as the basis for converting the underground utilities. The contractor
will produce digital copies in commercially available image compression software that is
compatible with the ESRI family of software.
3. Database Migration -- the Contractor will reconcile the city's existing coverage based
database model with ESRI's water and energy Geodatabase models. The contractor, In
conjunction with the City, will develop and make recommendations for the updated data
base design then the Contractor will implement the recommendations and provide training
on how to use the same.
4. Database Development - the Contractor will utilize the supplied scanned utility plans,
planimetric data and other digital data to develop a complete and connective network for the
indicated utilities and provide training on how to update the same. The networks will be in
the cooperatively developed database format.
5. Application Development — the Contractor will analyze the suitability of utilizing
commercially available off the shelf (COATS) ESRI compatible software, or develop Arc
IMS applications for a set of end user Utility Network applications and provide training on
how to use the same. Analysis will include, but not be limited to: cost, compatibility with the
GIS data and any H.T.E system data.
6. Base Map Development — the Contractor will update the portions of the City that has
developed since the original planimetric and above ground utility maps were developed
from February 1998 1" = 300' negative scale photography.
VA
III. QUALIFICATIONS OF PROPOSERS
The consultant team shall have each of the following qualifications:
• The consultant team must have a current and valid license from the Florida State
Bureau of Professional Regulation to operate as a surveying and mapping firm in the
State of Florida.
• The consultant team must possess at least five (5) years demonstrated experience in
planimetric mapping, aerial triangulation, digital orthophotography, underground utility
conversion & project management.
• The consultant team must have sufficient qualified staff to complete the work in the time
required and in accordance with State of Florida statutes and standards.
IV. PROPOSAL REQUIREMENTS
Proposers should submit seven (7) copies and respond to each of the following items as clearly as
possible:
1. A brief but complete history of your company that includes any recent Florida
experience.
2. Firm's current State of Florida Professional Surveying and Mapping License,
3. Completed SF-254.
4. Completed SF-255.
Resumes of key personnel who will actually be assigned to the project and describing
their role. Note: The City of Tamarac expects those listed to be those who will actually
Perform the work. No substitutions will be permitted except in the most dire conditions.
6. A list of at least three (3) similar projects performed during the last five years including
the following information:
a. Name of the entity for which the work was performed;
b. Brief description of the scope of the project;
c. Initial estimate of the project cost (that is, the estimate prior to the bid);
d. Amount of initial contract award;
e. Total number and source of change orders to the contract;
f. Total value of change orders for the project;
g. Total value of the project;
h. Name of contact person with the entity and current telephone number who can
knowledgeably discuss your firm's role and performance in the project. Note:
references and phone numbers that are out of date, missing, or not available may
result in no or substantially reduced credit.
7. Provide financial statements for your company's past three (3) years of operation.
8. Any other information the firm feels is relevant to evaluating the firm's qualifications.
3
V. SUBMISSION REQUIREMENTS
Seven (7) copies of the submittals shall be mailed or hand delivered to:
City of Tamarac Purchasing Division
7525 N.W. 88th Ave.
Tamarac, FL 33321
Attn: Lynda Flurry, Purchasing and Contracts Manager
The outside of the envelope shall be clearly marked "Underground Utility Conversion and
Planimetric Mapping/GIS".
VI. SELECTION/NEGOTIATION PROCESS
A Selection/Negotiation Committee has been appointed by the City Manager and will be
responsible for selecting the most qualified firm and negotiating a contract.
Each firm should submit documents that provide evidence of capability to provide the services
required for the committee's review for short -listing purposes. The short listed firms will be
contacted via telephone and a follow-up letter to prepare for a presentation to the committee so that
a final firm can be selected. The committee will then attempt to negotiate an agreement, which can
be recommended to the Tamarac City Commission for award.
VII. CRITERIA FOR SELECTION
The City will assemble an evaluation and selection committee comprised of staff. This committee
shall evaluate the proposals and recommend the top vendors for detailed presentations. The
committee shall evaluate the proposals based on the following criteria:
1. Background, educatioriand experience of the firms staff members
who will be assigned to the project; Ability of the contractor to provide all
of the expertise necessary to successfully complete the work. 30%
2. Availability of the proposed staff members; Current size of and projected
Workload of contractors; Ability to provide onsite time for meetings, training
and cooperative review of work products. 20%
3. Knowledge of and approach to the proposed work; Ability to suggest and
apply new technologies or approaches that may either: reduce the cost
and time frame, or improve the quality of the work products. 40%
4. Contractor teamwork history.
10%
MAXIMUM TECHNICAL POINTS 100%
These weighted criteria are provided to assist the Proposers in the allocation of their time and
efforts during the submission process. The criterion also guides the Evaluation Committee during
the short -listing and final ranking of Proposers by establishing a general framework for those
deliberations.
Short listed proposals will be selected for an interview prior to a recommendation being presented
to the City Commission. As the best interest of the CITY may require, the right is reserved to reject
any and all proposals or waive any minor irregularity or technicality in
proposals received. Proposers are cautioned to make no assumptions unless their proposal has
been evaluated as being responsive. Additional information may be required of the proposer during
the review and selection process to clarify the Proposers presented information,
VIII. RIGHT TO REJECT PROPOSALS
Submission of a proposal indicates acceptance by the firm of the conditions contained in the
request for proposals unless clearly and specifically noted in the proposal submitted and confirmed
in the contract between the City of Tamarac and the firm selected.
The City of Tamarac reserves the right without prejudice to reject any of all proposals.
IX. QUESTIONS ABOUT THE LOI
Questions regarding the project or the proposal process shall be directed in writing to Lynda Flurry,
Purchasing and Contracts Manager, City of Tamarac, 7525 NW 88th Avenue, Tamarac, FL 33321
or by fax (954) 724-2408.
CONTACT WITH PERSONNEL OF THE CITY OF TAMARAC OTHER THAN THE PURCHASING
AND CONTRACTS MANAGER OR DESIGNATED REPRESENTATIVE REGARDING THEIR
REQUEST FOR LETTERS OF INTEREST MAY BE GROUNDS FOR ELIMINATION FROM THE
SELECTION PROCESS.
X. INSURANCE REQUIREMENTS
Consultant agrees that he or she will, in the performance of work and services under this
Agreement, comply with all Federal, State and Local laws and regulations now in effect, or
hereinafter enacted during the term of this Agreement that are applicable to Consultant, its
employees, agents or subcontractors, if any, with respect to the work and services described
herein.
Consultant shall obtain at Consultant's expense all necessary insurance in such form and amount
as required by the City's Risk Manager before beginning work under this Agreement including, but
not limited to, Worker's Compensation Insurance, Unemployment Insurance, Contractor's Liability
Insurance, and all other insurance required by law. Consultant shall maintain such insurance in full
force and effect during the life of this Agreement. Consultant shall provide to the City's Risk
Manager certificates of all insurances required under this section prior to beginning any work under
this Agreement.
Consultant shall maintain in full force and effect during the life of the contract, Workers'
Compensation insurance covering all employees in performance of work under the contract.
Consultant shall make this same requirement of any of its subcontractors.
5
Consultant shall indemnify and save the City harmless from any damage resulting to them for
failure of either Consultant or any subcontractor to take out or maintain such insurance.
The following are required types and minimum limits of insurance coverage, which the Consultant
agrees to maintain during the term of this contract:
ERRORS AND OMISSIONS LIABILITY MINIMUM LIMITS/AGGREGATE
$ 1, 000, 000/2, 000, 000
Neither Consultant nor any subcontractor shall commence work under this contract until they have
obtained all insurance required under this section and have supplied owner with evidence of such
coverage in the form of a Certificate of Insurance and endorsement.
The City shall approve such certificates.
ALL INSURANCE COMPANIES PROVIDED SHALL: Be rated at least A VII per Best's Key Rating
Guide; be licensed to do business in Florida.
All policies provided shall be Occurrence not Claims Made forms. The Consultant 's insurance
policies shall be endorsed to add the City of Tamarac as an Additional Insured. The Consultant
shall be responsible for all deductibles.
All of the policies of insurance so required to be purchased and maintained shall contain a provision
or endorsement that the coverage afforded shall not be canceled, materially changed or renewal
refused until at least thirty (30) calendar days written notice has been given to the City by certified
mail.
GOVERNING LAW:
INTERESTED CONSULTANTS WILL AGREE THAT CONTRACTS SHALL BE GOVERNED BY
THE LAWS OF THE STATE OF FLORIDA. VENUE WILL BE BROWARD COUNTY.
Each firm is required to complete and submit the following forms entitled, "Sworn Statement under
Sec. 287.133(2)(a), F.S., on Public Entity Crimes", "Offeror's Qualification Statement", "Non -
Collusive Affidavit" and "Drug Free Workplace Certification".
Attachments:
1.
Public Entity Crimes Form
2.
Offero's Certification
3.
Certified Resolution
4.
Non -Collusive Affidavit
5.
Foreign Corporations Form
6.
Vendor Drug -Free Workplace
R,
SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICER AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted with Bid, Proposal or Contract No.
RFP 02-L-08
to the City of Tamarac for Underground Utility Data Conversion & Planimetric
pping for city GIs
2. This sworn statement is submitted by
BAE SYSTEMS ADR
(Name of entity submitting sworn statement)
Federal Employer Identification Number (FEIN) 22-1906664
(If the entity has no FEIN, include the Social Security Number of the individual signing
this sworn statement: '
3. My name is Mario O. Chuliver
(Print name of individual signing)
My relationship to the entity named above is view President/General Manager
4. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida
Statutes, means a violation of any state or federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an agency or
political subdivision of any other state or with the United States, including, but not limited
to, any bid or contract for goods or services, any lease for real property, or any contract
for the construction or repair of a public building or public work, involving antitrust, fraud,
theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
5. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b),
Florida Statutes, means a finding of guilt or a conviction of a public entity crime., with or
without an adjudication of guilt, in any federal or state trial court of record relating to
'charges brought by indictment or information after July 1, 1989, as a result of a jury
verdict, non -jury trial, or entity of a plea of guilt or nolo contendere.
6_ 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes,
means:
a. A predecessor or successor of a person convicted of a public entity crime: or
b. An entity under the control of any natural person who is active in the management of
the entity and who has been convicted of a public entity crime. The term "affiliate"
includes those officers, directors, executives, partners, shareholders, employees,
members, and agents who are active in the management of an affiliate. The owner
by one person of shares constituting a controlling interest in another person, or a
pooling of equipment or income among persons when not for fair market value under
an arm's length agreement, shall be a prima facie case that one person controls
c. another person. A person who has been convicted of a public entity crime in Florida
during the preceding 36 months shall be considered an affiliate.
7. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florid L Statutes,
means any natural person or entity organized under the laws of any state or of the
United States with the legal power to enter into a binding contract and which bids or
applies to bid on contracts led by a public entity or which otherwise transacts or applies
to transact business with a public entity. The term "person" includes those officers,
directors, executives, partners, shareholders, employees, members and agents who are
active in management of an entity.
8. Based on information and belief, the statement, which I have marked below, is true in
relation to the entity submitting this sworn statement. (Please indicate which statement
applies.)
Neither the entity submitting this sworn statement, nor any of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are
active in the management of the entity, nor any affiliate of the entity were charged
with and convicted of a public entity crime after July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers,
directors, executives, partners, shareholders, employees, members, or agents
who are active in the management of the entity, or an affiliate of the entity was
charged with and convicted of a public entity crime after July 1, 1989.
The entity submitting this sworn statement, or one of its officers, director,
executives, partners, shareholders, employees, members, or agents who are
active in the management of the entity, or the affiliate of the entity has been
charged with and convicted of a public entity crime subsequent to July 1, 1989.
However, there has been a subsequent proceeding before a Hearing Officer of the State
of Florida, Division of Administrative Hearings and the Final Order entered by the
Hearing Officer determined that it was not in the public interest to place the entity
submitting this sworn statement on the convicted vendor list. (Attach a copy of the
final order.)
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING
OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH (ONE) ABOVE, IS FOR
THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31
OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM
REQUIRED TO INFORM THE: PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT
IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA
STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED
IN THIS FORM. j
(Signature)
(Date)
ACKNOWLEDGMENT
State of Florida
County of �'•r,-c�Ma s
On this the I -+ day of t\kge *f(-, 2001, before me, the undersigned Notary Public
of the State of Florida, personally appeared
Mario O. Chul.iver and
(Name(s) of individual(s) who appeared before notary)
whose names) is/are Subscribed to within the instrument, and he/she/they
acknowledge that he/she/they executed it.
WITNESS my hand
and official seal
P& Martha Ni. biattl?TARY PUBLIC, STATE OF FLORIDA
NOTARY PUBLIC _'-_CommssionHcc92s880
`, o c Expires May
2001
BondedhrSEAL OF OFFICE: ggmic )andingCo.,, . yCA Nk \}Y—w (Name of Notary Public: Print,
Stamp, or Type as Commissioned)
';`ypYPU'; Martha M.Matthews
o
x: �' Commission � CC 925880 El Personally known to me, or
y% q= Expires
Bo aed � 2004 � roduced identification:
OF 44Q.gdink Bonding Co.. Inc.
(Type of Identification Produced)
0 DID take an oath, or IADID NOT take an oath
Paqe 3 of 3
OFFEROR'S CERTIFICATION
WHEN OFFEROR IS A CORPORATION
IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this
i � day of NvvE74-t .2001.
(CORPORATE SEAL)
ATTEST: _
By SnaWNX Dir. of operations
BAE SYSTEMS ADR
Printed Name of Corporation
Pennsylvania/)
tate Incorporation
By: 4.
Signature of President or
Authorized Officer
Mario 0. Chuliver, VP/Gen. Mgr.
Printed Name of President or
Authorized Officer
9285 Commerce Highway
Corporation Address
Pennsauken, NJ 08110
City/State/Zip
(856) 663-7200
Business Phone Number
State of Florida
County of ,'Y-e lea
On this the _Lf�_ day of Ne*i Pd, 2001, before me, the undersigned Notary Public of
the State of Florida, the foregoing instrument was acknowledged by
Mario 0. Chuliver and
[Name of corporate officer(s) and his/her/their corporate title(s)]
of BAE SYSTEMS MR
[Name of corporation and state of place of incorporation]
WITNESS my hand
and official seal.
NOTARY PUBLIC
SEAL OF OFFICE:
IS
p&
Martha M. Matthews
IS , 'Commission N CC 975880
-%�:,kp
Expires May 22,2004
r'~4' 4.WS. Bonded Ttuv
�'•,,,,,,,. AdanUc Bonding Co.. Inc.
on behalf of the corporation.
tV'
OTARY P LISTATE OF FLORIDA
9(-Vh0 LA.- -_0 RkA 'w s -
(Name of Notary Public: Print,
Stamp, or Type as Commissioned)
❑ Per ovally known to me, or
Produced identification:
\v G S l V) Sf
(Type,ppf Identification Produced)
❑ DID take an oath, or VDID NOT take an oath
OFFEROR'S CERTIFICATION
WHEN OFFEROR IS A CORPORATION
IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this
7th day of
(CORPORATE SEAL)
ATTEST:
By Secretaryir
Ajjd .
November , 2001.
State of Florida
County of
Ca_m_p_Dresser & McKee Inc.
Printed Name of Corporation
Massachusetts
Printed State of Incorp ration
Signature of President or G
Authorized Officer
E.. Lawrence Adams, Jr., P.E., DEE
Printed Name of President or
Authorized Officer
50 _Hampshire Street
Corporation Address
Cambridge, MA 02139
CityState/Zip
_(617) 452-6000 _
Business Phone Number
On this the 7'l� day of , 2001, before me, the undersigned Notary Public of
the State of Florida, the foregoing instrument was acknowledged by
[Name of corporate officer(i) and his/he
of
[Name f corporation and state of pla e
WITNESS my hand
and official seal.
NOTARY PUBLIC
SEAL OF OFFICE:
i
\R". .. Ni Ft So
•.• �N,1551oN
CP tv 20. z'A�'�',•
�r 100 036616 'r • d=
IS
U44Zz-L-f�- and
it corporate title(s)]
y n behalf of the corporation,
of incorporation]
NOTARV PUBLIC, STATE OF FLORIDA
i5 R. Aje'LS�
(Name of Notary Public: Print,
Stamp, or Type as Commissioned)
n'Personally known to me, or
❑ Produced identification:
(Type of Identification Produced)
❑ DID take an oath, or ❑ DID NOT take an oath
Page 4 of 4
OFFEROR'S CERTIFICATION
WHEN OFFEROR IS A CORPORATION
IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this
7th day of , 2001.
(CORPORATE SEAL)
State of Florida
County of volusi
BPS Aerial 94�rvi cp �_...T.nc
Printed Name of Corporation
Florida
P ted State of Incorporation
By:
Signature of President or
Authorized Officer
Kennth M Creed, Jr.
Printed Name of
President or
770 Airport RouaK(3, Sd OffI2C r
Corporation Address
Ormond Beach, FL 32174
City/State/Zip
(386) 677-8422
Business Phone Number
On this the 7th day of Nov , 2001, before me, the undersigned Notary Public of
the State of Florida, the foregoing instrument was acknowledged by
Kennth M. Creed, Jr., President and
[Name of corporate officer(s) and his/her/their corporate title(s))
of cPS Aerial v' on behalf of the corporation.
[Name of corporation and state of place of incorporation)
WITNESS my hand
and official seal.
NfMy
RY PI W .CLARQ
S0�'E 5RMG 'o`e of Florida
Commission Expires Apr 9. 2002
Commission - CC 72 3939
(Name of Notary Public: Print,
Stamp, or Type as Commissioned)
Personally known to me, or
Q Produced identification_
(Type of Identification Produced)
?1DID take an oath, or ❑ DID NOT take an oath
SAE SYSTEMS ADR, Inc.
Certificate of Signatory Authorization
Aerial Data Reduction, Inc., founded in 1970, through a series of corporate mergers is now a wholly
owned subsidiary of BAE SYSTEMS. As such, BAE SYSTEMS ADR, Inc.'s management structure
consists of four Senior Managers, all of whom are empowered to bind the corporation in legal
documents.
Mpici .D. Chuliver, CP, Vice President & General Manager
Ian H. MacLaren, Jr., Director of Operations
Robert J. Hickey, CP,
Eric J. Sandhhrg, N
Director of Sales Marketing
Director of A3countine & Finance
(Corporate Seal)
NON -COLLUSIVE AFFIDAVIT
State
)ss_
County ofc'—ir��__ )
Mario 0. Chuliver
deposes and says that:
being first duly sworn,
1. He/she is the vice President/General Mgr, (Owner, Partner, Officer,
Representative or Agent) of BAE SYSTEMS ADR
the Offeror that has submitted the attached Proposal;
2. He/she is fully informed respecting the preparation and contents of the
attached Proposal and of all pertinent circumstances respecting such
Proposal; 41
3, Such Proposal is genuine and is not a collusive or sham Proposal;
4. Neither the said Offeror nor any of its officers, partners, owners, agents,
representatives, employees or parties in interest, including this affiant, have
in any way colluded, conspired, connived or agreed, directly or indirectly, with
any other Offeror, firm, or person to submit a collusive or sham Proposal in
connection with the Work for which the attached Proposal has been
submitted; or to refrain from bidding in connection with such Work; or have in
any manner, directly or indirectly, sought by agreement or collusion, or
communication, or conference with any Offeror, firm, or person to fix the price
or prices in the attached Proposal or of any other Offeror, or to fix any
overhead, profit, or cost elements of the Proposal price or the Proposal price
of any other Offeror, or to secure through any collusion, conspiracy,
connivance, or unlawful agreement any advantage against (Recipient), or any
person interested in the proposed Work,
5. The price or prices quoted in the attached Proposal are fair and proper and
are not tainted by any collusion, conspiracy, connivance, or unlawful
agreement on the part of the Offeror or any other of its agents,
representatives, owners, employees or parties in interest, including this
affiant.
Signed, sealed and delivered
in the presence of:
ess
By
Mario 0. Chuliver
Printed Name
Vice President/General Manager
Title
State of Florida
County of
On this the 1'* day of d be.1, 2001, before me, the undersigned Notary Public
of the State of Florida, personally appeared
Mario 0. Chuliver and
(Narne(s) of individual(s) who appeared before notary)
whose name(s) is/are Subscribed to within the instrument, and he/she/they
acknowledge that he/she/they executed it.
WITNESS my hand
and official seal.
"NOTARY PUBLIC, STATE OF FLORIDA
NOTARY PUBLIC
SEAL OF OFFICE:
,.
Cq
_
(Name of Notary Public: Print,
Martha M.
`r pUB� 1C t92$880
Stamp, or Type as Commissioned )
:oti Commission #
Eapiru M4y 22, 2004
r ... 4 BnndedThru
.lU�nlic Handing Co., InC.
❑ Personally known to me, or
t'groduced
identification:
(Type of Identification Produced)
❑ DID take an oath, or 11H:�1D NOT take an oath
FOREIGN (NON-FLORIDA) CORPORATIONS MUST COMPLETE THIS FORM
DEPARTMENT OF STATE CORPORATE CHARTER NO. P�2699
YOU MUST CHECK BELOW the reason(s) for the exemption. Please contact the Department c
State, Division of Corporations at (904) 488-9000 for assistance with corporate registration G
exemptions.
607.1501 Authority of foreign corporation to transact business required.
(1) A foreign corporation may not transact business in this state until it obtains a certificate o
authority from the Department of State.
(2) The following activities, among others, do not constitute transacting business within the meaninc
of subsection (1):
(a) Maintaining, defending, or settling any proceeding.
(b) Holding meetings of the board of directors or shareholders or carrying on other
activities concerning internal corporate affairs,
(c) Maintaining bank accounts.
(d) Maintaining officers or agencies for the transfer, exchange, and registration of thi
corporation's own securities or maintaining trustees or depositaries with respect tt
those securities.
(e) Selling through independent contractors.
(f) Soliciting or obtaining orders, whether by mail or through employees, agents, o
otherwise, if the orders require acceptance outside this state before they becomt
contracts.
(g) Creating or acquiring indebtedness, mortgages, and security interests in real o!
personal property.
(h) Securing or collecting debts or enforcing mortgages and security interests in property
securing the debts.
W Transacting business in interstate commerce.
l)) Conducting an isolated transaction that is completed within 30 days and that is nol
one in the course of repeated transactions of a like nature.
(k) Owning and controlling a subsidiary corporation incorporated in or transacting business
within this state or voting the stock of any corporation which it has lawfully acquired.
(I) Owning a limited partnership interest in a limited partnership that is doing business
within this state, unless such limited partner manages or controls the partnership of
exercises the powers and duties of a general partner.
(m) Owning, without more, real or personal property.
(3) The list of activities in subsection (2) is not exhaustive.
(4) This section has no application to the question of whether any foreign corporation is subject
to service of process and suit in this state under any law of this state.
Please check one of the following if your firm is NOT a corporation:
(1) Partnership, Joint Venture, Estate or Trust
ltl) Sole Proprietorship or Self -Employed
N_ OTE: This sheet MUST be enclosed with your bid if you claim an exemption or have checked I or If
above. If you do not check I or If above, your firm will be considered a corporation and
subject to all requirements listed herein.
BAE SYSTEMS ADR
IDDER'S CORRECT LEGAL NAME
SI TURE OF AUTHORIZED AGENT OF BIDDEN
Page 1 of 1
VENDOR DRUG -FREE WORKPLACE
Preference may be given to vendors submitting a certification with their bid/proposal
certifying they have a drug -free workplace in accordance with Section 287.087, Florida
Statutes. This requirement affects all public entities of the State and becomes effective
January 1, 1991. The special condition is as follows:
IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free
workplace programs. Whenever two or more bids that are equal with respect to price,
quality, and service are received by the State or by any political subdivision for the
procurement of commodities or contractual services, a bid received from a business that
certifies that it has implemented a drug -free workplace program shall be given
preference in the award process. Established procedures for processing tie bids will be
followed if non of the tied vendors have a drug -free workplace program. In order to have
a drug -free workplace program, a business shall: 4-
Publish a statement notifying employees that the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance is
prohibited in the workplace and specifying the actions that will be taken against
employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the
businesses policy of maintaining a drug -free workplace, any available drug
counseling, rehabilitation, and employee assistance programs, and the penalties
that may be imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual
services that are under bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a
condition of working on the commodities or contractual services that are under
bid, the employee will abide by the terms of the statement and will notify the
employer of any conviction of, or plea of guilty or nolo contendere to, any
violation of chapter 893 or of any controlled substance law of the United States or
any state, for a violation occurring in the workplace no later that five (5) days
after each conviction.
5. Impose a section on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program if such is available in the employee's
community, by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through
implementation of this section. As the person authorized to sign the statement, I
certify that this form complies fully with the above requirements.
�. $AE SYSTEMS ADR
Au orized Signature Company Name
BAE SYSTEMS ADR
Scope of Work
ATTACHMENT "B"
SCOPE OF WORK FOR UNDERGROUND UTILITY CONVERSION AND
PLANIMETRIC BASE MAP
City of Tannarac, Florida - Underground Utility Data Conversion And Planimetric Mapping for City CIS Page 7
M,*v M N-W
BAE SYSTEMS ADR
Scope of Work
Section I - Introduction
The scope of services generally includes scanning of utility source documents, database migration,
utility database development, application development, new photography, digital orthophotography
and updated planimetric mapping. The scope of work will consist of two (2) phases:
Phase 1 - an underground utility conversion of infrastructure that is currently in place
and documented with source materials.
Phase 2 - new photography, digital orthophotography and update to the existing
planimetric mapping
A third, future phase, not included in the current scope of work, will complete the conversion of
underground utilities that were added during the period of time that Phases 1 and 2 were being
accomplished. It is not possible to provide costs for this additional work now because it involves
future projects the extent of which is not known. A possible alternative will be for the City to
perform this final phase using the data maintenance techniques provided in the current scope.
The phases will at any given time use portions of the following six (6) main tasks, several of which
are linear and/or concurrent.
I. Assessment of Utility Plan Conversion - the BAE SYSYEMS ADR Team will analyze the
suitability of several approaches to providing underground utility networks. The City
requires conversion of the water, sanitary and storm water networks. This scope of work and
fee schedule is based on BAE SYSYEMS ADR's assessment of the most desirable approach
based on its experience with the pilot conversion and the current state of associated
technologies. That approach is generally described herein.
2. Document Scanning - BAE SYSYEMS ADR will review and scan supplied utility and site
plans. BAE SYSYEMS ADR will use the supplied utility and site plans as the basis for
converting the underground water and sewer utilities. The scaruled storm water plans will be
used in the proposed hyperlink application.
3. Database Migration - BAE SYSYEMS ADR will reconcile the eity's existing coverage -based
data base model from the City's Pilot Area (Land Section 7 and 8) with ESRI's water and
wastewater Geodatabase models. The migration will maintain the same level of attribution
that is present in the data sets as they now exist. BAE SYSYEMS ADR will make and
implement cooperatively developed recommendations on the methodology for maintaining
the migrated data sets and provide familiarization training on the same.
4. Database Development - BAE SYSYEMS ADR will utilize the supplied utility plans,
planimetric data and other digital data to develop a complete and connective network for the
indicated utilities. The networks will be in the cooperatively developed data base format.
The data base format that is proposed under this scope of work and the associated fee
schedule is based on the geodatabase developed by ESRI for the cited utilities, The level of
City of Tamarac, Florida . Underground Utility Data Conversion and Planimetric Nialilmig for City CIS Page 2
Mai. M W/ l
BAE SYSTEMS ADR
Scope of Work
attribution is assumed to be the same as that provided previously for the Pilot Area of Land
Sections 7 and 8 with the exceptions noted herein.
5. Application Development - The scope of work includes the development of an Arc IMS
application. BAE SYSTEMS ADR will analyze the suitability of and produce
recommendations for the application. The scope of work and associated fee schedule
assumes that the end user application will provide web -enabled view, query and analysis of
the converted utility networks.
6. Planimetric Map Development - BAE SYSYEMS ADR will supply new Unblemished (to the
maximum extent possible) I" = 300' negative scale aerial photography and 3" pixel digital
orthophotography flown in the Spring of 2003 and develop updates to the City's existing
planimetric maps in the format described in the 1998 database design.
Area
The area for the underground utility conversion depends on the individual utility network. For water
and sewer, the area includes the entire city, with a pilot area covering land sections 7 and 8 as
indicated on Attachment C, a map of the City of Tamarac. For storm water, the area includes the
entire City, with a pilot area covering land sections 7, 8 and 9 indicated on Attachment C.
General Scope of Work
The overall project workflow for the City's project will encompass the following scope of work:
Preliminary project meetings and project planning
• Development of a web -enabled utility view and query application
A comprehensive CIS database design that incorporates the existing City database design
into the geodatabase format
Development of utility data layers in the geodatabase format
Development of AutoCAD drawing files, ArcINFO coverages and SDE layers in the
produced Geodatabase for the planimetric data layers
Preparation of 1" = 30' planimetric map files oil mylar following the City's tile format
Development of new digital orthophotography with a one -quarter (1/4) foot pixel resolution
Submittal of check plots, digital files and final mylar copies of planimetric data (updated
areas)
• Full digital and field edit for update base mapping
Providing ongoing support, as necessary, to ensure optimum development of the GIS and
mapping effort.
For the Utility conversion component, the rater and sewer infrastructure to be converted is defined
as that which is depicted on the source documents, a count of which is referenced herein. Regarding
the storm water system, the underground alignments developed by the City in 2001 will be
incorporated into the structure of the geodatabase and the attribution specified herein shall be added.
City of Ta»narac, Florida - LArderground Utility Data Conz,crsion and Planirnelric Mappmg%ar City Gl ti Page 3
May 20, 2002
BAE SYSTEMS ADR
Scope of Work
All new utility infrastructure (the extent of which is not currently known) will be "locked out" of this
conversion effort. At the conclusion of the project, the additional infrastructure will either be
converted by the City using the maintenance tools and training provided by BAE SYSTEMS ADR or
the work can be provided by BAE SYSTEMS ADR under an addendum to this contract.
The below diagram illustrates in a simplified fashion the distinction between work under the current
scope and future work for a portion of the sanitary sewer system. The black riots represent manholes
that were compiled from the 1998 photography, whereas the red manholes were constructed after
that date and are indicated on the new plan drawing outlined in red. Although the new plan drawing
is currently available, the red manholes and sewer mains will not be converted in the current scope of
work. Only infrastructure that has currently mapped surface components can be mapped until the
proposed update mapping is completed. This approach will ensure the maintenance of the City's
spatial accuracy standards.
City of Tamarac, Florida - Underyround Utility Data Conversion arid Planhnetric A411ppiiiglor Cihf GIS Cage 4
May 20, 2002
BAE SYSTEMS ADR
Scope of Work
Section II -
Underground Utilities Conversion Specification & Scope Of Work
Utility Conversion Plan and Procedures Manual
The project will commence with the development of a work plan that will ultimately be documented
in the form of a Procedures Manual. The development of the Procedures Manual will be a collaborative
effort between the City and BAE SYSTEMS ADR and will define the City's and BAE SYSTEMS ADR's
responsibilities, the processes of delivering, receiving, reviewing and approval of the work products.
The Procedures Manual will incorporate a generic approach based on other documents previously
developed for similar projects.
The Procedures Manual will serve as the project work plan and will be amended as necessary. A final
version, intended to guide the City's updates to the utility network, will be provided before the
completion of the project. The procedures will be developed to ensure a high level of quality control
and quality assurance by BAE SYSTEMS ADR and the City.
Prior to the Project Initiation Meeting, the City will provide existing planimetric, underground utility
and partial utility networks as well as staff time to answer questions and provide commentary and
assistance. BAE SYSTEMS ADR will utilize the City supplied data to develop a cost effective
conversion plan that outlines the process of reconciling conflicts, a quality assurance monitoring
system and a plan for future city updates. The scope of work and associated fee schedule is based on
the general descriptions contained herein.
Project Tracking
BAE SYSTEMS ADR will meet with the City's GIS Manager throughout the project. BAE SYSTEMS
ADR's lead point of contact will be BAE SYSTEMS ADR's Project Manger. The City may request
additional meetings from BAE SYSTEMS ADR with the GIS Committee or the City Commission.
These requested meetings will be scheduled at least three (3) weeks in advance. Two such meetings
are included in this scope of work.
A monthly written project status report will be provided to the City's GIS Manager and will
include:
• Tasks completed and products delivered
Meetings held, planned, or required
Issues/problems encountered (related to both production and management)
Anticipated issues and production goals for the next reporting period
Project Tracking Software
BAE SYSTEMS ADR will use Microsoft Project to monitor and display the progress of the mapping
effort. BAE SYSTEMS ADR will, at a minimum, send email messages announcing deliveries,
responses and due dates. The intent is to keep all parties on schedule and informed of any changes.
City of iatnarac, Florida - Underground Utility Data Conversion and PlaniMetric Mapping for City GIS page 5
May 20, 2002
BAE SYSTEMS ADR
Scope of Work
Project Initiation Meeting
Upon commencement of the contract, the Project Initiation Meeting will be held on -site in the City.
The meeting will be scheduled over a period of two consecutive days. BAE SYSTEMS ADR will meet
with the CIS project team members for the purpose of gaining an understanding of underground
utility mapping services and products that are desired so as to ensure that Pilot Migration products
provide the proper foundation for the underground utility conversion.
BAE SYSTEMS ADR will also present its recommended approach for converting the underground
utilities. For each data layer, BAE SYSTEMS ADR will describe the recommended conversion
methodology. In some cases, there may be multiple options with varying cost implications. BAE
SYSTEMS ADR will recommend the option that best meets the City's goals and budget requirements.
The scope of work and associated fees are based on the products and services described herein,
The major focus of this meeting will be to:
Review the goals and objectives of the underground conversion and planimetric update
Study the overall workflow for the project
Review and finalize pilot project goals and objectives
Define a delivery schedule for the Pilot Migration component
Discuss and reconfirm the interview schedule
Introduce the contractor personnel
Address any outstanding administrative issues
BAE SYSTEMS ADR will work with City staff to develop a concise review process for the source
documents to be used during conversion. The review will include the process the City has gone
through to prepare documents for use in the conversion process, a quality (sharpness) review of the
documents, process to request replacement source document, along with check -in and check-out
procedures.
BAE SYSTEMS ADR will collaborate with City staff to develop an appropriate source document
naming convention. BAE SYSTEMS ADR will then develop the draft naming convention and
provide it to the City for review and comments. BAE SYSTEMS ADR will utilize the City's comments
and finalize the source document naming convention.
A preliminary project schedule chart will be presented to outline the scope of services as understood
by BAE SYSTEMS ADR to accomplish the underground utility conversion and subsequent
planimetric update.
Prior to the Project Initiation Meeting, the City's GIS Manger should have scheduled all of the
interviews with the assistance of project personnel regarding the preferred sequence and duration.
City of Tamarac, Florida - Underground Utility Data Conversion and Plauiuictric Ntappiug for City GI5 Page 6
May20, 2002
BAE SYSTEMS ADR
Scope of Work
Interviews
The primary purpose of the interviews is to gather the information necessary to support the utility
conversion effort. Personnel from the Public Works and Utilities Departments in the City of Tamarac
will be interviewed. A period of two consecutive days on site has been allocated for the combined
Project Initiation Meeting and Interviews.
Conflict Resolution
The Procedures Manual will outline the process and steps necessary to submit areas of potential
source -document conflict to the City for review and comment for both the utilities conversion and the
planimetric mapping. BAE SYSTEMS ADR will develop a draft conflict resolution procedure for
review and acceptance by the City. The intent of the conflict resolution procedures is to address
situations where the sources and processes being used for conversion conflict or required data are
missing. When this occurs, a Problem Resolution Request (PRR) form will be sent along with a copy
of the area in question to the City PRR Coordinator, The Problem Resolution will include a
recommended action. The City will have five working days to return the Problem Resolution to the
BAE SYSTEMS ADR with an answer. If the City does not return the Problem Resolution within five
days, then BAE SYSTEMS ADR can take the action recommended on the PRR form. The five-day
time limit includes Problem Resolutions that require field verification, which will be completed by
City staff. If the resolution supplied by the City establishes a new rule, 13AE SYSTEMS ADR will
document the new rule and inform the City as to effects on the overall conversion process and scope.
This five-day rule will ensure that the conversion process continues in an expeditious manner that
enables the schedules to be met.
Conflict resolution will occur during the data conversion process. BAE SYSTEMS ADR will initiate
this process when the rules established in the Procedures Manual will not permit data development
due primarily to conflicts among data sources, such as two overlapping source documents or
between source documents and the surface utility components. This is the appropriate time to resolve
such issues, as opposed to the City's quality assurance review which is to evaluate the accuracy of the
data conversion relative to the source documents provided.
When a problem is noted during conversion, BAE SYSTEMS ADR will submit the PRR form by e-
mail, a sample of which is shown below. The sample is from a recent water conversion project. The
form at the top describes the nature of the problem including a PRR numbering schema. The image
below it, also sent by e-mail, gives a visual representation of the area in question. In this case the
water authority subsequently entered the resolution in the second large yellow block and e-mailed it
back to BAE SYSTEMS ADR (response not shown).
City of Tarnarae, Florida - Underyroaud Utility Data Conversion and Plaai+aelric Mapping for City GIS Page 7
May 20, 2002
BAE SYSTEMS ADR
Scope of Work
Problem Reporting & Resolution
Name of ;ne r'rateCt „� 5 a:a anaersion PRR Number per
Protect Sun Name Inde. Map
Name of the O.ent Lunign oun;y tiUIIIGrify
Problem Description
cjn Ine nor.ri end of n"Jent Oak I efe is a uistnculion ma,) inat does not onneC b anylrung ea Otcjea
area on attacned Image
Pfootem Reported 9y JAK Attachment 1peg
Repored To ante a u,.
iiasa,,eloY —u n ----______._---..___...__----
Date of Resolutlon
LCA Problem Resolution
--------------------------------------------
Received On Rece,ved By
Changes Made By Changes Made on
in
Changes Mace In file Reviened By
Deliverable: Procedures Manual
City of Tamarac, Floridit - Lluder w(ifil Utility Pats Cow ersion d1h1 l'lflrftmdrii Aduppilfs fur- Clfy GlS Page 8
Mav 20 2009
BAE SYSTEMS ADR
Scope of Work
BAE SYSTEMS ADR will develop The Procedures Manual with the active participation of the
City's GIS Manager and other appropriate City staff. At a minimum, input and approval of
the Procedures Manual from the Utilities and Public Works staff will be included in the
Procedures Manual. The document will present the plan for converting the data that explains
City and contractor roles, schedules for delivery, a plan for project monitoring,
documentation of the results of the interviews as well as the agreed upon source -document
conflict resolution procedures. The Procedures Manual may need to be modified during the
project.
The svork plan presented in the Procedures Manual will reflect the City's needs as well as an
emphasis on a high level of quality control and the implementation of techniques to reduce
the time and cost of the utility conversion. A Quality Plan defining the quality control and
quality assurance responsibilities of BAE SYSTEMS ADR and the City will be developed.
Document Scanning
In this task, the City will deliver available copies of utility plans, network and system maps to BAE
SYSTEMS ADR to scan. There are 850 storm water and 1,120 water and sewer 2' by 3' plans. The City
will provide utility as builts, which are believed to be the most recent plans.
A BAE SYSTEMS ADR team member will visit the City to obtain the City prepared source
documents. The documents will be provided from the City section -by -section, If any replacement
scanning of original documents is required, BAE SYSTEMS ADR will check out the original
document and replace original with the paper copy during the time the original shall be needed for
production of the scanned image. The original document will then be checked back into the City
filing system and the paper copy will be provided to BAE SYSTEMS ADR for further use during the
conversion process. All paper documents provided by the City will be used by BAE SYSTEMS ADR
during the conversion process and will be returned at the conclusion of the project. It is estimated
that the City will supply 870 Storm water and 1-170 water and sewer 2' by 3' plans for scanning and
use during the conversion process.
BAE SYSTEMS ADR will use a computerized document tracking system to track the source
documents provided for this project. Each land section group of source documents will be
inventoried and entered into computerized tracking system. If duplicates exist in the documents
provided, each will be entered into the system with a copy number and description (light, medium,
dark or original) placed in a separate description field.
BAE SYSTEMS ADR will review each provided source document to select the best (of duplicates) for
scanning. if the document is not readable after the best possible efforts have been made to scan the
document, the City will be informed that the document is not usable. The City will make every effort
to obtain a better original for scanning. The City will inform BAE SYSTEMS ADR if this problem will
not be resolved. BAE SYSTEMS ADR and the City will mutually decide the best course of action to
take regarding the information contained on the source document that cannot be scanned and used in
the conversion process.
City of Tanearat Florida -Underground Utilit y L7aM ColuK•rsion and Plauiurctric Mrrvpillg for City Glti
May so, zoos �lN1 ConVnnPage 9
hl ¢�1 7 RAF CVC 7Cuc nnn �_y
BAE SYSTEMS ADR
Scope of Work
To ensure quality control during the scanning process, BAE SYSTEMS ADR will implement the
following procedures and standards. The standards are defined in two categories. 1) Resolution and
2) .TIF format.
The standard used for resolution defines the density of the actual dots or pixels used in defining the
lines that form the drawings themselves. This measurement equates to the number of dots per inch
the scanning process uses to create the lines of the drawing. BAE SYSTEMS ADR has defined this
standard at 400 dpi (dots per inch) for the source drawings. At this level of resolution each image
becomes very readable oil displays as well as producing a printed copy.
The .TIF format standard for scanning is defined as .TIF Group IV. This format is a very commonly
used format within the multi -media industry. It offers a wide range of compatibility with multi-
media software used throughout the industry.
Once all scan work is complete, the final image files will be stored on CD-ROM. By definition, the
CD-ROM will maintain the images in this final form without change. The images may be retrieved
and read, but not altered in any way, thus maintaining the quality and integrity of the images
produced.
BAE SYSTEMS ADR will implement several procedures to ensure quality throughout the scanning
process. These procedures are defined as follows:
To ensure good quality originals, the first and last document of each batch will be checked.
Additionally the 10th drawing within each batch is also reviewed to determine its ability to be
scanned. If the tenth drawing is of poor quality, the previous drawings are also checked. Good
quality is defined as documents with visible line work (the ability to see the lines of the drawings and
produce the resolution levels set as standards) and contrast between the line work and the
background is legible. BAE SYSTEMS ADR will provide the City a list of the 10th scans checked in the
event it elects to recheck these or additional scans.
For medium quality originals, which require additional adjustment settings, each drawing within the
batch is checked. These documents are defined as documents with visible line work and good
contrast, but tine accompanying text is not fully legible or there exist a combination of typewritten
text, handwritten text or CAD generated text with varying degrees of contrast. In these cases, the
settings are set to capture the highest level of text or line work.
Images that are identified as poor quality are set aside for additional checks and re -scanning. If
attempts to re -scan fail, these documents handled as previously defined in the tasks for source
document handling with the City.
Once the scanning operation is complete, the images are written to CD-ROM. The CD-ROM(s) are
then delivered to data conversion process. Backup copies of the delivered CD-ROM(s) will be made
and maintained offsite to ensure recovery of the data if necessary.
BAE SYSTEMS ADR will scan a small representative set (five) documents as a scanning pilot. The
pilot test scans will be stored onto CD using the document naming convention and sent to the data
City of Tamarac, Florida - Undersrotnui Utility Datrr Caroersiorr a)id Plawmetric Mgpirrg for City G/S Poise 10
BAE SYSTEMS ADR
Scope of Work
conversion team for review. The BAE SYSTEMS ADR data conversion team shall review the pilot
scans and provide comments to the scanning team. The scanning team will make adjustments to the
scanning process that are within their control prior to beginning full scanning operations.
The water and sewer scanned plans will be georeferenced by BAE SYSTEMS ADR using the City's
existing planimetric and utility data. These scanned plans will be used as the basis for the
underground utility conversion.
Using the original storm water source documents or scanned images thereof, BAE STSTEj%V1 ADR
shall digitize the approximate extents of the spatial geographic area for those source documents that
have a spatial relationship to the GIS. This initial digitizing shall be polygon shapefiles with the
source document file name as an attribute of the polygon. These shapefiles will be required for the
hyperlink application,
The scope of work includes the development of a hyperlink tool that will make un-georeferenced
source scans available by clicking on the source document polygons.
A shape file for each storm water section scan batch shall be provided to the data conversion team for
inclusion into the overall geodatabase and application.
Deliverable — Source Document Scans and Storm Water Source Extents Shapefile
BAE SYSTEMS ADR will deliver copies of the scanned underground water and sewer utility
Plans in both the scanned and georeferenced farm. The scans of the storm water source
documents will remain ungeoreferenced, The deliverable will include a polygon shapefile of
the extents of the individual storm water source documents.
Database Migration (Pilot)
In this task, BAE SYSTEMS ADR will migrate the City's pilot utility coverage data into ESRI's water
and wastewater geodatabase models and incorporate any specific requirements of the older database
into the new database design.
BAE SYSTEMS ADR will develop geodatabase data models for the water, sewer and storm water
systems. These models will define object classes, feature classes, subtypes, domain values and
symbology. The geodatabase designs will be presented to the City for review before finalizing them.
The database designs will be documented using the Geodatabase Report Tool that is in HTML format
and which can be made available to all users on the City's computer network.
The City will supply an ArcINFO 8.x version of Land Sections 7 and 8, previously developed by
ADR, Inc in early 1998 and updated by the City. In addition, the City will supply a paper copy of the
1998 Utilities Database design created by ADR. Inc.
In advance of the migration, a complete review of the 1998 database design will be conducted with a
review of additional required attribution and other changes. The scope of work includes the
Mart Yof Tamarac, Ftoriih, • Underground Utility Data Conzicrsian and Planimetric Mapping for City GIS Page H i
BAE SYSTEMS ADR
Scope of Work
population of attributes that were populated in the pilot. The following changes are part of the
proposed scope of work:
Water
Sewer
Storm Water
Drop SOURCE fields
Drop LENGTH —NI for water mains and hydrant Iaterals (rarely reported)
Add Facility ID for pipes and point features
Drop SOURCE fields
Add Facility 1D for pipes and point features
Add Facility ID for pipes and point features (not populated in the pilot)
Add Basin field
Add To structure field (pipes)
Add From structure field (pipes)
Add Ownership field (for outfalls -- not to be populated)
Drop SOURCE fields
A Subtask is included to generate facility IDs for the water and sewer infrastructure according to the
City's 9/29/99 memorandum or an equivalent schema that is designed to be compatible with the
City's H.T.E. system. It is recommended that the proposed methodology for numbering be evaluated
in light of the geodatabase design. For example, it is likely that pipe fittings will be separated by
subtype, which may eliminate the need to include the type of fitting in the facility ID.
Based on BAE SYSTEMS ADR's experience with the pilot, we recommend that the following fields in
the sewer laterals and water service lines be populated with default values due to the general lack of
specific supporting data on the source documents:
MATERIAL
LENGTH M
DIAMETER
• INSDATE
We also propose that the following fields in the hydrant laterals be populated with default values due
to the general lack of specific supporting data on the source documents:
4. MATERIAL
DIAMETER
To ensure the integrity of the geodatabase, it is recommended that fields that would unnecessarily
break linear elements be dropped. An example would be the installation date of a water main. When
City of Tamarac, Florida - Underground Utility Data Conticrsion and Plat' inictric Mapping for City G1S base 12
BAE SYSTEMS ADR
Scope of Work
the main crossed front one source document to another, a break would be required and is not
recommended. Such attribution should be limited to point features that are uniquely contained
within a single source document.
The pilot area has already been reviewed and accepted by the City so the review of the pilot area data
should not include review back to the source documents. The pilot area review shall consist of
automated checks from the current City source coverages to the geodatabase. In addition, a random
sampling of the graphical display shall be performed to make sure that symbology has been
established and the point features have maintained their accuracy.
BAE SYSTEMS ADR will produce a set of the pilot data in ESRI's water and wastewater geodatabases
and deliver the data to the City, implement the data in the City's SDE (SQL Server) system and test
the data. BAE SYSTEMS ADR will install both SDE and ArcltilS software for the City.
BAE SYSTEMS ADR will provide training on how to edit and maintain data in the geodatabase
environment. The training will be informal and based on the "train the trainers" approach and the
trainees must have completed ESRI's "Introduction to ArcGIS I and II" training courses. This training
is not for the general user, but rather for those few City personnel who are charged with database
maintenance responsibility. The training will be specific to the Tamarac database and will not include
custom scripted lectures and exercises. BAE SYSTEMS ADR v611 absorb the cost for three (3) City
employees to attend "Introduction to ArcGIS I1" at the Fort Lauderdale training facility.
The City will be able to use the migrated pilot data set to experiment with the data format and learn
the updating procedures. The pilot data will ultimately be replaced by a full -City data set.
Deliverable — Pilot Data in Geodatabase Format and Training
BAE SYSTEMS ADR will deliver a set of the pilot data in ESRI's water geodatabase and
provide training on how to edit and update in the geodatabase environment. BAE SYSTEMS
ADR will provide ArcGIS II training for three City employees.
ArOMS Application
During this phase, BAE SYSTEMS ADR will develop an ArcINTS application (using the most current
version of the software) that allows easy access to view, query and analyze the utility network data.
A link to the H.T.E. database is not included as this is available with existing available software
applications. The City will provide time and any available utility data; time to review the application
and general parameters for the application. The application -,vill access all existing utility and
planimetric data sets and be available to authorized personnel on the City's computer network using
the Internet browser application. It is proposed that the ArcINIS application be developed using
Active Server Pages (ASP) and will access the GIS data using SDE. After the application has been
developed, it will be made available for a limited period of time on the Internet (World Wide Web)
for the City's review. The application will be installed on site (Intranet), tested and its use
demonstrated. An example of an ArcIMS website developed by ESRI is shown below. The address is
h ttp:/ / 65,82-789.77/ jea.
City of Tamarac, Florida - Undergroand Utility Data Conversion and Plannnetne Mapping fur City CIS ps we 13
Mav 20 2002
BAE SYSTEMS ADR
Scope of Work
The following is a list of links to typical ArcIMS websites:
Orange County Property Appraiser
http://paims.ocpafl.org/webtttap/ main.htm
Jefferson County Alabama, Woodlawn Housing Initiative
http:/ /65.82.189.77/ woocii,twii
Villa Realty Demonstration for Quantum Systems
littp://65,82.189.77/viliarealty/iiiap.asp
An on-line help function will be included. Training in ArcIMS administration is not included.
Administration should be performed by a City staff person who has attended the ESRI courses:
"Introduction to ArcIMS" and "ArcIMS Administration." The Introduction to ArcGS II training
should occur prior to the delivery of the pilot in geodatabase format. The ArcIMS Administration
training should be taken in the general timeframe of the implementation of the ArcIMS application,
Deliverable — ArcIMS Application, Installation and Training
BAE SYSTEMS ADR will deliver an ArcINIS application that allows easy access to view the
utility network data and provide training in its use in addition to the training for three City
employees specified above.
City of Tainarac, Florida - Ujrdcrgroiutd Utility Data Conacrsion and Piruuou•tric Mapping for City f GIS Page 74
BAE SYSTEMS ADR
Scope of Work
Data Base Development
In this task, the City will deliver available copies of the Planimetric Maps, Digital Orthophotos,
underground utility maps, to BAE SYSTEMS ADR. BAE SYSTEMS ADR will utilize the results and
lessons learned from the database migration stage before proceeding to convert the rest of the City's
utility networks. The City will supply a digital copy of the 1998 planimetric and utility maps
developed by ADR. Inc.
BAE SYSTEMS ADR will utilize the supplied utility plans, planimetric data, storm water system GIS
and AutoCAD data and other digital data to develop a complete and connective net -work for the
indicated utilities. The networks will be in the cooperatively developed data base format. BAE
SYSTEMS ADR will convert water, sanitary and storm water source materials into the
aforementioned geodatabase formats using a suite of automated interactive conversion tools to
streamline the conversion process and ensure consistent data quality. BAE SYSTEMS ADR will
analyze source maps and associated databases to identify a complete set of feature types, attributes
and valid values.
BAE SYSTEMS ADR will create a project -specific production database containing valid attributes,
values and symbology based on the agreed upon database design. BAE SYSTEMS ADR's conversion
tools will access the project database for valid attributes and values for specific feature types, thus
ensuring that only valid values can be entered.
BAE SYSTEMS ADR at a minimum ivill use the following source material that is available from the
City:
Schematic water system distribution maps and AutoCAD files.
Updated water system maps in ArcINFO for Land Sections 7 and 8.
Water design and plan -profile drawings.
• Schematic sewer system distribution maps and AutoCAD files.
Updated sewer system maps in ArcINFO for Land Sections 7 and S.
Sanitary sewer design and plan -profile drawings
Schematic storm sewer system distribution maps and AutoCAD files.
Storm water system map sheets, GIS data, digital AutoCAD and ArcINFO data
BAE SYSTEMS ADR will use digitally captured point features (manholes, hydrants, valves, etc,) and
georeference the scanned images of the water and sewer source documents to the planimetric base
map. Scanned images of the storm water source documents will not be georeferenced.
Paper copies of the utility source documents will be manually "scrubbed" to highlight the
appropriate utility infrastructure and to evaluate potential source document conflicts.
Network connectivity of the water and sewer systems will be created by "connecting the dots" using
the georeferenced source documents as a guide to the underground alignments. Sanitary sewer
service laterals will be positioned relative to the sewer line locations using the point locations of the
City of Tamarac, Florida - Undcrground Utility Data Conmrsi0rt and Planimetric Mapping fur Cihj GIs page 15
May 20, 2002
BAE SYSTEMS ADR
Scope of Work
cleanouts as the starting point and ending at the sewer main. Water service lines will be digitized
from the water meters to the water distribution mains.
The scope of work and associated fees assumes that all of the storm water outfalls have already been
populated with the correct facility ID and that the shortened IDs (e.g. 01, 02, 03 ....) for the upstream
structures are all present on the AutoCAD drawing files. The storm water tabular database will be
populated with data derived from the as-builts and storm water facility IDs following the format
established by the GIS Manager on the pilot utility networks.
The utility data developed by BAE SYSTEMS ADR will have network integrity for the water system
and for basins within the sanitary and storm water systems.
Where the appropriate water, sewer or storm water feature cannot be identified on the planimetric
maps or supplied plans or in the event of a conflict, BAE SYSTEMS ADR will request the assistance of
the GIS Manager and other appropriate City personnel in identifying or locating the appropriate base
feature or the location and connection of underground utilities.
BAE SYSTEMS ADR shall conduct meetings and teleconferences with the City's GIS Manager and
other appropriate City personnel to resolve feature -identification issues at regular intervals during
the conversion process according to the conflict resolution procedures previously discussed.
Quality Assurance Procedures
BAE SYSTEMS ADR will perform quality assurance tests on the data it develops. Following these
tests, each delivery area will be given to the City for its review. This will initiate the City's quality
assurance review. The City will provide the results of its review to BAE SYSTEMS ADR for edit calls.
The purpose of the City review will be to review the converted utilities in reference to the source
documents provided to BAE SYSTEMS ADR, not to provide revisions to the source provided or
create additional source materials. The acceptance of the deliveries will be based on the following
acceptance criteria:
• Adherence to the Geodatabase System Specification (100%)
+ Completeness of content (95%)
• positional accuracy (90% - NMAS)
• Attribute accuracy (95%)
Completeness refers to the level of completeness of the underground utility network for those
components for which included in the scope of work. For example, no more than 5% of underground
features to be captured will not be captured. Under the National Map Accuracy Mapping Standards
(NMAS) for the Tamarac mapping 90% of all surface map features compiled photogrammetrically
shall be within + six inches of their true coordinates. Attribute accuracy of 95% indicates that 95% of
all attributes captured shall not be in error.
The accuracy criteria are considered relative to the accuracy and completeness of the source
documents. Accuracy standards are a critical component both in providing a quality product and in
defining acceptance criteria.
ON of Tamarac, Florida - Underground Utility Data Conversion and Planinh•b7c Mapping for City CIS P4ec 16
BAE SYSTEMS ADR
Scope of Work
Should the City find discrepancies between the source documents and the data converted it will
report them to 13AE SYSTEMS ADR using a format described in the Procedures Manual. Such edit
calls will be clearly indicated on paper plots or in a digital format that includes a standard geographic
reference, such as x, y coordinates. An example of a digital edit call is shown below:
ID PLSS Loc, X %YjJ0 D EIF--*d t Call101602_2 NE SE LS 7 890,198 nge water main diameter from 6 to 8 inch
BAE SYSTEMS ADR will summit completed utility networks using the following areas according to
an agreed upon schedule with the City review period as indicated.
Delivery Area
Area 1 includes Land Sections 12, 13, 16,17 and 18.
Area 2 includes Land Sections 11 and 14.
Area 3 includes Land Sections 9 and 10.
Area 4 includes Land Sections 3 and 4 to Pine Island
Area 5 includes Land Sections 6 and 5 from Nob Hill Road
Size
City Review Period
B 1.6 mi2
6 Weeks
Q 1.5 mi2
6 Weeks
0 1.7 mi2
6 Weeks
a 2.7 mi2
7 Weeks
2.7 mi2
7 Weeks
Tool to Add Sewer Laterals and Point Features from TV Inspection Notes
BAE SYSTEMS ADR will develop a special software tool to automatically add sewer lateral intercepts
using the distances from manholes using notes of TV inspections. The tool will also populate a point
feature class indicating the locations of lateral intercepts, roots and cracks and other penetrations of
the sewer pipes.
City of Tamarac Florida - Undergrotund Utility oal,i Conversion mrd Plammetric Mapping for City CIS Page may20, 2002 Se 17
BAE SYSTEMS ADR
Scope of Work
Deliverable — Completed Utility Networks
BAE SYSTEMS ADR will deliver completed and connected utility networks for water, sewer
and storm water systems and the TV Inspection software tool.
City of Fa»[arac, Florida - Underground Utility Data Con[yersion and f'tani�ncMc Mappingfor City GIS Page iS
BAE SYSTEMS ADR
Scope of Work
Section III - Planimetric Map Detailed Specifications
A. Area
The area for aerial photography and mapping is indicated on Attachment C, a map of the City of
Tamarac. The photography area will include all the rights -of -way of roads and canals that are
contiguous to the City Limits indicated on Attachment C and an area at least one hundred fifty
(150') feet beyond the City Limits. The area indicated will be photographed at one inch to three
hundred feet (1 = 300') negative scale and mapped at a final map scale of one -inch equals thirty
feet (1" = 30'). Attachment C indicates shaded polygons that represent the approximate areas for
the planimetric update (see Section IV, Paragraph A "Work Area" for the specification).
B. Aerial Photography
1. BAE SYSTEMS ADR will provide new color aerial photography as the basis for digital
planimetric map compilation at a scale of one inch equals thirty feet (1" = 30') and the
production of digital orthophotography with a three inch (3") pixel resolution.
2. BAE SYSTEMS ADR will provide one set of new 9" by 9" color contact prints of photography
obtained during the 2002/2003 flying season, at a negative scale of one inch equals three
hundred feet (1" = 300').
C. Camera To Be Used
BAE SYSTEMS ADR shall utilize cameras and necessary equipment using a six-inch (6") focal
length lens to deliver a negative image of nine inches by nine inches (9" by 9"). The camera
should be equivalent to a Wild RMK-A #15/23, Said camera shall have been so equipped that
negatives are held flat in the focal plane at the instant of exposure, and the location of the
principal point or geometric center is shown or may be determined from the culmination marks
which shall appear sharp and clear on each negative. A United States Geological Survey Report
of calibration of the Aerial Mapping camera will be provided prior to payment for photography.
The report will be current within (3) years of photography acquisition.
D. Flight Lines
1. The flight lines shall be flown in an East-West Direction centered on the sections for the one -
inch equals three hundred feet (1" = 300') negative scale photography.
2. No photographs shall have been taken on banks between successive flight lines. Each strip
shall have been flown independently by turning back at the end of the preceding flight line
and getting into position on a prolongation of the new line at least one mile behind the point
at which the first exposure is to be made.
3. Endlap in the line of flight shall average approximately sixty percent (60%) and endlap of less
than fifty percent (50%) or more than seventy percent (70%) may be considered sufficient
grounds for rejecting all of the photographs made in that flight line.
Cihj of Tamarac, Florida - Uadesgromrd Utility Data Cativersiatt and Plaam� Inc Mappurg for Cihj Cl$ page 79
May 20, 2002
BAE SYSTEMS ADR
Scope of Work
4. The side lap between adjacent parallel strips shall be approximately thirty percent (30%), and
shall not be less than ten percent (10%) or more than forty percent (4040).
5. Tilt shall not exceed five percent (5%) for any exposure and shall not average more than two
degrees (20) for any ten consecutive exposures, nor shall the average tilt for the entire project
exceed one degree (1°).
6. Crab shall not exceed five degrees (50) in any series of two or more photographs.
7. Not more than two percent (2%) of any photograph or one percent (1 %) of the total project
shall be obscured by cloud or dense cloud shadow.
8. All prints shall be clean, free from chemical or other stains and shall possess maximum
resolution and tone scale possible.
9. The scale of the original aerial photography used to build the cartography shall have a
negative scale of one -inch equals three hundred feet (V = 300).
10. Flight Dates and Conditions: The aerial photographs shall be flown during a sunny day in
the months of December 2002 through February 2003.
11. Certification: BAE SYSTEMS ADR must be able to identify on the photography the specific
dates on which the aerial flights were made.
12. Re -flights: When any portion of a flight does not meet the specifications listed herein, that
portion must be covered by a satisfactory re -flight, which shall overlap each end of the
acceptable portions of that flight.
13. All re -flights necessary to satisfy the requirements of the specifications shall be made at the
contractors' expense and no additional payment will be made for such extra work.
E. Geodetic Control
The geodetic control used for the production of digital orthophotography and the base map
update will be the same geodetic control used by ADR Inc. to support the original base mapping
effort. The specifications for that control are as follows:
1. All Ground Surveys to establish photo control will be performed to meet the accuracy
standards of the final mapping deliverables. All ground surveys will be performed under
the direct supervision of a Florida Professional Surveyor and Mapper.
2. The extent of control surveys shall be sufficient to meet the accuracy tolerances required for
the final maps.
3. Ground control surveys made by or through BAE SYSTEMS ADR shall be executed in
accordance with normal survey practice and all recorded data shall be kept in a neat and
legible manner including diagrammatic sketches of control points. The contractor shall use a
Global Positioning System as necessary.
City of Tamarac, Florida - Undergrarnd Utility Oata Conversion and Planimetric Mapping for City G/$ Page 20
BAE SYSTEMS ADR
Scope of Work
4. A copy of all data resulting from 13AE SYSTEMS ADR control survey shall be provided to the
City and should meet the requirements of Broward County and the State of Florida.
5. 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 Geodetic Survey.
City of Tamarac, Florida - Lladergroirud Utility Data Colloersion and Planimetric M01117hig for City GIS Page 27
May 20. 7002
BAE SYSTEMS ADR
Scope of Work
Section IV - Planimetric Map Update Scope Of Work
The City of Tamarac intends to implement a CIS in support of administrative, public safety,
community development, public works, utilities and general government functions. Fundamental to
the implementation of the CIS will be the preparation of a highly accurate planimetric maps, digital
orthophotography and conversion of the utility and public works infrastructure.
A. Work Area
The work area will encompass the entire city limits of the City of Tamarac, Florida as illustrated
in Attachment "C", including the entirety of road rights -of -way that border the City. The scope of
the update mapping is confined to the blue shaded polygons on Attachment C, plus or minus 5%
within each land section plus the new sidewalk project, Southgate linear park and the McNab
road widening. The intent is not to include new buildings beyond the polygon limits but to
ensure inclusion of possible off -site improvements, such as sidewalk additions. The work will be
completed in phases, and will be compensated when each deliverable is accepted by the City.
S. Work Plan
The following work plan is based on the Utility conversion work plan.
Area 1 includes Land Sections 12,13,16,17 and 18.
@ 1.6 mi2
Area 2 includes Land Sections 11 and 14.
@ 1.5 mi2
Area 3 includes Land Sections 9 and 10.
@ 1.7 mi2
Area 4 includes Land Sections 3 and 4 to Pine Island
@ 2.7 mi2
Area 5 includes Land Sections 6 and S from Nob Hill Road
@ 2.7 mi2
Area 6 includes Land Section 7 and 8.
@ 1.8 mi2
All work will be delivered by Federal Express or equivalent.
1, Land base map features to be planimetrically captured (updated):
The following map features are to be updated through stereo compilation:
• Building outlines
• Bridges
• Canals and streams
• Catch basins (in R/W and others identified by the City)
• Culverts (in R/ W)
• Curbs (in R/ W)
• Driveways (to buildings)
• Fences
• Fire Hydrants
• Golf Courses (boundary)
• Guardrails and posts (in R/ W)
• Manholes (in R/ W)
• Parking areas (boundaries only, no internal islands)
• Parks and playgrounds (boundary)
City of Tamarac, Florida - Underground Utility Data Conversion and Planunetnc Mapping for City CIS Page 22
May 20. 2002
BAE SYSTEMS ADR
Scope of Work
• Patios
• Pools
• Roads center lines
Sidewalks (public)
• Signs
• Trails
• Traffic lights (in R/ W)
• Trees in public rights of way
• Utility Poles (light, power and telephone in R/W)
• Utility Features (all above ground utility features)
• Vegetation
Walls
2. Aerial Photography Deliverable
ADR, Inc.'s deliverables will be new 2003 color aerial photography. All photography will be
at a negative scale of one inch equals three hundred feet (1" = 300'). The photography will be
obtained using a Wild RMK-A #15/23or equivalent cartographic camera flown in accordance
with standard slapping procedures, meeting or exceeding the City's requirements. The
photography will be exposed with a sixty percent (60%) overlap in the forward direction, and
a thirty percent (30%) overlap between adjacent flight lines. All photography will be clear,
sharp, and, to the maximum degree possible, free from any blemishes that would affect its
intended use.
The deliverables from this phase will be one (1) set of nine inch by nine inch color contact
Prints, and one annotated photo index sheet.
3. Fully Analytical Aerial Triangulation (FAAT) Deliverable
This phase along with the stereo compilation will be performed by or under the direct
supervision of a professional surveyor mapper. The Fully Analytical Aerial Triangulation
(FAAT) will create a control network that covers the area of Phases One (1) and Two (2). The
photographs will be cross -pugged and stereo plotted to the Florida State Plane System NAD
83/ 90.
The deliverables from this phase are one (1) set of Fully Analytical Aerial Triangulation
(FAAT) reports that illustrates an acceptable Root Mean Square Error for a final mapping
scale of one inch equals thirty feet (1" = 30') and digital copy in the City's latest version of
AutoCAD and ArcINFO of the results.
4. One Inch Equals Thirty Feet (1" = 30) Planimetric Land Base Mapping Deliverables
BAE SYSTEMS ADR will provide the planimetric compilation in the City's latest version of
AutoCAD, and ArcINFO, and a file that is compatible with ArcView, having a final map
scale of scale of one inch equals thirty feet 0" = 30') covering the project area. This phase will
be accomplished using the approved instrumentation and stereo plotting systems. BAE
SYSTEMS ADR will use the one inch equals three hundred foot (1" - 300') negative scale
.City of Tamarac Floridn - Lludcrgronud Utility Data CwroMrsior, mni Plauittionc Mapping for City C1S f�agr Z3
May 20. 2002
BAE SYSTEMS ADR
Scope of Work
photography and existing ground control to accomplish this task. Final Mylar plots will be
output at one inch equals fifty feet (1" = 50') in file sheet format. Final Mylar Plots will be
made for each tile that contains update mapping. These plots will include all the appropriate
map elements including the identification of BAE SYSTEMS ADR as the developer of the
neap, the date of photography, date of delivery, project name, file number, etc. The new plots
will integrate precisely with the previous plots where no updates were required,
BAE SYSTEMS ADR will show all planimetric detail as listed in Section IV, 13-1 visible or
interpretable from the one inch equals three hundred feet (1" = 300') negative scale
photography in a stereoscopic model, and a ground reconnaissance.
City of Tamarac, Florida - Undergrolmd Utility Dater Corrversiorr and Plnnimetric Mapping for Cily GIS
AA— M 7t'ase 1�1
n 1
SAE SYSTEMS ADR
Scope of Work
5. Digital Database Edit
BAE SYSTEMS ADR will perform a series of essential functions on the map database.
Individual stereo models will be tied together and all information will be inspected for
completeness, proper layering and conformity to drafting and mapping standards. At this
time the sheets will be assembled into the sheet layout and preliminary check plots will be
made for use in the filed edit. The City shall provide BAE SYSTEMS ADR with all digital file
information of all NAD 83/90 section lines and section corner coordinates required for use in
this project.
6. Field Edit
BAE SYSTEMS ADR will field edit the rights -of -way and easements, and check for placement
of update features obscured by vegetation or the limits of the aerial photography. This phase
will be performed or closely supervised by a registered surveyor and mapper. BAE SYSTEMS
ADR will verify the map content for completeness and identify and label all visible features
such as, but not limited to manholes, water and gas valve covers, catch basins, drop inlets,
fire hydrants, stand pipes, telephone and CATV pedestals, light poles, traffic signal poles,
meters, and electrical vaults. These items will be placed in their correct layer in the digital
base map as specified in Attachment "F". While performing this phase, all employees of
BAE SYSTEMS ADR will register their vehicles with the City and the Broward County
Sheriff's Department and keep in communication with the City.
7. AutoCAD, Arc/NFO, and SDE Geodatabase Conversion Deliverable
The remainder of the processing will be CIS -centric, a process that will ensure the integrity
of the data in the feature attribute tables and one that will promote improved production
efficiency. Once the CIS processing has been completed, a series of coverages corresponding
to the City's existing database design will be created, Textual annotation will be translated in
to ArcINFO annotation coverage. The attribution contained in the INFO files of the coverage
will consist of all the standard default items that are created using ESRI CIS software. Each
of the coverages will then be fully edited to detect and correct topological errors such as
overshoots, undershoots and node errors. The ArciNFO commands CLEAN and BUILD will
be used to ensure the proper topology. The coverages will be tiled to conform to the City's
map sheet layout. After the coverages have passed BAE SYSTEMS ADR's GIS quality control
data can be imported into the City's PC -based CIS software.
The updated GIS data will then be translated back into AutoCAD to develop the AutoCAD
deliverable. Although the AutoCAD files will have the look of the original ones, there might
be differences in fonts and line types. Also the AutoCAD files will not contain any City -
added information. The City will review each of the delivery areas for quality assurance and
adherence to specification and BAE SYSTEMS ADR will make any required edit calls on the
updated areas.
City of Tamarac, Florida - Llzrdcrgrozzzzd Utility Datrz Cormersimz mil Phimmetric Mapping for City G!S Page 25
May 20, 2002
BAE SYSTEMS ADR
Scope of Work
Finally, when all delivery areas have been accepted, the ArcINFO coverages will be loaded
into the planimetric geodatabase and delivered to the City where it will be loaded into the
City's SQL Server database.
8. Digital Orthophotography Deliverable
All final imagery will be generated using full digital analytical or differential rectification.
The source photography will meet NMAS Standards for one inch equals thirty feet (1" = 301)
mapping. The digital photography will be scanned in to produce a pixel with a resolution of
one -quarter (1/4) foot. When the images are produced, no seams or join lines will be visible.
Once the film has been scanned into a digital format, the histogram ranges and positions will
be reviewed to ensure full brightness range from zero (0) to two hundred and twenty five
(225) for each band. The scanned images will all be of a uniform quality so that image breaks
and partial image outage and partial image outages are not noticeable, and differences are
not apparent. When orthorectified, the orthophotos and images will be reviewed for any
anomalies in processing. The imagery will be evaluated for fit to the land base, and overall
image and tone quality. Images that are judged by the City to not meet the specification will
be rejected any will result in an incomplete delivery.
The deliverables for this phase shall be tile format (V = 30') digital ortho files in TIFF and Mr.
Sid format on CD-ROM. The contractor will ensure that the compression process does not
substantially degrade the image quality. The digital orthophotography files shall visually
coincide with the file format (V = 30') planimetric map deliverables.
Project Deliverables
BAE SYSTEMS ADR agrees to provide the following deliverables to the City:
1. One (1) reproducible and one (1) Microsoft Word copy of the utility conversion Procedures
Manual.
2. Two (2) paper copies and one (1) digital copy (HTML) of documentation for each database
design, including symbology.
3. SDE version of the water, sewer storm water networks and planimetric data in the
appropriate ArcGIS geodatabase.
4. Installed copy of ArcIMS based utility viewing program, including documentation, source
code and familiarization training for city persoruiel.
S. One (1) copy of all DEM/DTM data in digital ASCII format and ArcINFO GRID format that
covers the city.
6. One (1) copy of updated planimetric mylar plots at a scale of 1" a 30' in 1250' X 1250' tile
format.
City of Tamarac, Florida - Undergroand Utility Daht Conversion and Plattinmtric Mapping for City GIS Page 16
May 20. 2002
BAE SYSTEMS ADR
Scope of Work
7. One (1) copy of all tile format (1" = 30") updated planimetric data in AutoCAD on CD-ROM
in 1250' X 1250' file format.
8. One (1) copy of all file format (1" 30') updated digital planimetric data in ArcINFO
coverages on CD-ROM in a full land section format and in 1250' X 1250' tile format.
9. One (1) copy of all tile format (1" - 30') digital orthophotography on CD-ROM in 1250' X
1250' tile format.
10. One (1) set 9" x 9" color contact print of one inch equals three hundred (1" - 300') negative
scale photography.
11. One (1) copy of color photo index.
City of Tamarac, Flo
BAE SYSTEMS AD
4
ridDate: r/ /o Lo C-31-
I Date:.
r'!ni nrTa,narar. Florida • U.aderaround Utility Data Cotiversion and Planin etr c Mallpi iS for City GIS range 27
No Text
ATTACHMENT "D"
CITY OF TAMARAC
UNDERGROUND UTILITY CONVERSION (PHASE III)
COST PAYMENT SUMMARY
JULY 10, 2002
Utility Conversion by Area
Component Fee
Project Initiation Meeting...................................................................
$5 766.00
Interviews.......................................................................................... $4,023.00
Procedures Manual.........................................................................
$25,213.00
Development of Conversion Automation Tools ...............................
$19,957.00
Document Scanning and Georeferencing.......................................
$89,408.00
Database Migration Design.............................................................
$18,420,00
Pilot Database Development...........................................................
$38,085.00
ArcIMS Application, Installation and Training ....................................
$9,010.00
Pre -Production Operations/Operator training ..................................
$25,509.00
Digitizing of Line work and Attributes/Quality Assurance/Facility IDs
AreaOne...................................................................
$38,828.00
Area Two...................................................................
$36,400.00
AreaThree.................................................................
$41,254.00
AreaFour...................................................................
$65,522.00
Area Five...................................................................
$65,522.00
Final Processing (full City data set) ...................................................
$4,617.00
Post -conversion support ....................................................................
$9,467.00
Tool to Add Sewer Laterals from TV notes ........................................
$3,008.00
Total......................................................... $500,009.00
ATTACHMENT "D"
CITY OF TAMARAC
PLANIMETRIC MAP UPDATE (PHASE IV)
COST PAYMENT SUMMARY
JULY 10, 2002
Base Map )ingby_Area
Component Fee
Flight Through Analytics...........................................................
....... $49,011.00
Compilation, Digital Edit, Field Edit, GIS Processing
AreaOne........................................................... ... $25,216.00
AreaTwo................................................................... $23,640.00
AreaThree................................................................. $26,792.00
AreaFour............................................................. .. $42,552.00
AreaFive................................................................... $42,552.00
AreaSix............................................................... .. $28,369.00
Digital Orthophotography......................................
Total.............................................................................................. $243,6 09.00
City of Tamarac, Florida
BAE SYSTEMS ADR
Date: a
or Date--6 �0!84:�'�'o�
2
w
zw
LLJ
o
m:pw
CL cvi�
a
0
z
I
I
a
rn
II
I
I
I
I II I �
'
I
I
g
I
I
i
I
I
s
IiI
iIl
iI
v
rr
I
I
I
I
i I
I
i
i!
I
ll`
r
Y
C
1p��I
�y=e
•rrrr...III Y
pq$
yss
��7
��y�Ilr"�
WIa.I��Iw
YwOp.
r-1>r
~C�'C�IC
.I�s��CC3]'4444YYYY7777414
��
gy�JII
� �
�
� x�VK
mZ�U
8U�
z
tU
MARSH. USA INC..
PROpUCER
Marsh
3475 Piedmont Road N.E., Ste 1200
Atlanta, GA 30305
404-995-3000
Attn: (404) 995-3000
100820--CAS-
INSURED
SAE SYSTEMS NORTH AMERICA, INC.
SAE SYSTEMS APPLIED TECHNOLOGIES, INC.
1601 RESEARCH BLVD,
ROCKVILLE, MD 20850-3173
CERTIFICATE,OF`INSURANCE CERTIFICATE NU
AT - 002120•
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE
POLICY. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE
AFFORDED BY THE POLICIES DESCRIBED HEREIN.
COMPANIES AFFORDING COVERAGE
COMPANY
A PACIFIC EMPLOYERS INS CO
COMPANY
B ACE AMERICAN INSURANCE COMPANY
COMPANY
C
COMPANY
D
COVERAGES This certificate supersedes arTd.,re lace, any p�eviausl ,.issue' certificate'for the of c p y p y period note4 belOvr'.:..'
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED
NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY
PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES. LIMITS SHOWN
MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
LTR DATE (MM/DDNY) DATE (MMIDDIYY)
A GENERAL LIABILITY HOOG20578105 07/01/02 07/01/03 GENERAL AGGREGATE $ 5,01
X COMMERCIAL GENERAL LIABILITY PRODUCTS - COMP/OP AGG S EXCL
,.p,. CLAIMS MADE E] OCCUR PERSONAL A ADV INJURY $ 10
OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ 1,01
FIRE DAMAGE (Any One fire)
$ 31
MED EXP (Any one MsM
$
A
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON.OWNED AUTOS
ISAH07969181
07/01/02
07/01/03
COMBINED SINGLE LIMIT
$ 2,01
X
BODILY INJURY
(Per person)
ra
X
BODILY INJURY
(Par acc4enl)
$
PROPERTY DAMAGE
$
GARAGE UABILITY
ANY AUTO
"
AUTO ONLY - EA ACCIDENT
$
OTHER THAN AUTO ONLY:
-
A ApCIDgNT
$
AGGREGATE
$
EXCESS LIABILITY
X UMBRELLA FORM
OTHER THAN UMBRELLA FORM
XOOG20581633
07/01/02
07/01/03
EACH OCCURRENCE
$ 10.0
AGGREGATE
$ 10,0
$
A
WORKERS COMP NSATION AND
EMPLOYERS' UABWTY
THE PROPRIETOR/ INCL
PARTNERS/EXECUTIVE
OFFICERS ARE: EXCL
WLRC42991028
07/01/02
07/01/03
TH
X TORYUMITS ER
'
EL EACH ACCIDENT
$ 1,0
_
EL DISEASE -POLICY LIMIT r
$ 1.0
L DISEASE -EACH EMPJ pYEE
S 1,0
OTHER
DESCRIPTION OF OPERATIONS/LOCATION $/VEHICLESISPECIAL ITEMS 1UMITS MAY BE SUBJECT TO DEDUCTIBLES OR RETENTIONS)
CONFIRMATION OF COVERAGE
CERTIFICATE HOLDER: CANCELLATION
;MOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED REF(AE THE CAPIRAT30H DATE
THE INSURER AFFORDING COVERAGE WILL ENOEAvOR TO MAIL 'I OATS 'NRITTEN NOTIC
. CITY OF TAMARAC CERTIFICATE MOLDER NAMED MEREIN• BUT FALURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIG
DIRECTOR OF COMMUNITY DEVELOP
7525 NW 88 AVENUE LIABILITY OF ANY KIND UPON THE INSURER AFFORDING COVERAGE, ITS AGENTS OR R@PRESENTATIVE!
TAMARAC, FL 33321
MARSH USA INC.
BY: David W. Karr �(%��� A). ) .AA-
MM1(9199) VALID AS OF: 06/28/02
1*:1:11:311iK
TO
THE FIRST ADDENDUM
TO AGREEMENT
BETWEEN THE CITY OF TAMARAC
AND BAE SYSTEMS ADR, INC.
DATABASE DEVELOPMENT
During the interim periods between the last conversion of the stormwater network
and the next major updated. BAE SYSTEMS ADR will provide specialized
planimetric update mapping services that will temporarily fill the mapping gap.
The source data to be used consists of site plans in either paper of CAD format
provided by the City. In some cases the Cad files may be georeferenced, but this
is not a requirement. A systematic and defined CAD layering schema, although
desirable for the future, is not a requirement.
The process is as follows:
• Make paper plots from AutoCAD file.
• Scrub storm water infrastructure on paper plots.
• Georeference the AutoCAD file using the CAD Transform tool.
• Digitize point features that have not been captured photogrammetrically.
(these will receive a metadata flag attribute):
o Inlets
o Manholes
o Culverts
o Outfalls
• Digitize gravity mains that have not been developed by Public Works
personnel.
• Populate attributes of the point features.
• Populate attributes of the line features.
• Prepare and submit Problem Resolution forms as needed.
• Make edits based on the Problem Resolution results.
• Run customized Tamarac Storm Water tool to populate manhole, inlet and
gravity main FacilitylDs. Note: this requires an updated storm water basin
polygon shapefile where the basin code on each polygon is identical to the
basin code of the outfall FacilitylD. If the updated polygon shapefile is not
provided, the population of the FacilitylDs can not be accomplished.
• Perform the defined suite of quality assurance tests.
• Delivery updated geodatabase to the City for review.
• Review by Public Works staff.
• Perform edits as needed.
• Make final delivery to the City.
Page 1 of 2
The proposal is subject to the following stipulations:
1. Plan sheets are 50-scale or larger. For example 100-scale sheets cover 4
times the area of an equivalent 50-scale sheet. There will be a fee
adjustment for smaller scale sheets or those that include an inordinate
amount of infrastructure.
2. Sheet counts are for sheets that include the geometry of the infrastructure.
Elevation schedules are not included in the sheet count.
3. Review and acceptance criteria will be the same as for the initial data
conversion project.
4. A minimum order of 10 sheets at a time constitutes the minimum order at
either one time or for one task order.
Fees
For a minimum order of 10 sheets, BAE SYSTEMS ADR will perform the above
work for a cost per sheet of $207.00. This price is valid for a period of 12 months
from the issuance of a notice to proceed from the City. The total price for this
contract shall not exceed $12,420.00.
The time for this contract shall not exceed one year from the date of an issuance
of a notice to proceed from the City.
Page 2 of 2
EXHIBIT 3
TO
THE FIRST ADDENDUM
TO AGREEMENT
BETWEEN THE CITY OF TAMARAC
AND BAE SYSTEMS ADR, INC.
PLANIMETRIC MAP DEVELOPMENT
During the interim periods between the last aerial photography and the next, BAE
SYSTEMS ADR proposes to provide specialized planimetric update mapping
services that will temporarily fill the mapping gap. The source data to be used
consists of site plans in either paper or CAD format provided by the City. In some
cases the Cad files may be georeferenced, but this is not a requirement. A
systematic and defined CAD layering schema, although desirable for the future,
is not a requirement.
The process is as follows:
• City provides BAE SYSTEMS ADR with the site plan via either a paper or
CAD files to be mapped.
• BAE SYSTEMS ADR evaluates the factors that control the cost including
the layering schema of the CAD data, the planimetric features present
and the density of the development.
• Based on the above evaluation, BAE SYSTEMS ADR will submit a cost to
complete the work.
• Once approval from the City is received, BAE SYSTEMS ADR will
proceed with the mapping using the following sequence.
• Request a copy of the most current land base geodatabase from the City's
GIS Manager. The primary geodatabase in the City will be locked from
edits during the period of the update mapping.
• Study the layering schema of the CAD data and create a migration matrix
that will map the migration of planimetric entities in the CAD data (source)
to the appropriate feature classes in the land base geodatabase (target).
• If the CAD file is not georeferenced, georeference the file using the CAD
Transform Tool in ArcMap.
• Create additional temporary feature classes as needed (e.g. BLDGS line
feature class).
• Add an update flag field to the land base geodatabase to identify features
that were added from the CAD data. These features will eventually be
replaced using conventional photogrammetric mapping to bring them
within the City's specifications for spatial accuracy.
• Using the migration matrix, load CAD entities into the geodatabase,
feature class by feature class.
Page 1 of 2
• Set topology rules and build topology for all line feature classes.
• Edit new point features as needed to integrate/replace existing features.
Request approval from the City's GIS Manager before deleting any
features. Populate existing attributes and the update flag field for all point
features added.
• Edit new line features as needed to integrate/replace existing features.
Request approval from the City's GIS Manager before deleting any
features.
• Populate existing attributes and the update flag field for all line features
added.
• Edit new polygon features as needed to integrate/replace existing
features. Request approval from the City's GIS Manager before deleting
any features. Use the temporary line feature classes to build polygons
using a polygon tool developed by BAE SYSTEMS ADR. Populate
existing attributes and the update flag field for all polygon features added.
• Verify that all topology errors have been corrected.
• Deliver updated geodatabase to the City's GIS Manager for review.
• Make corrections as indicated by City's GIS Manager.
• Deliver the final updated land base geodatabase to the City.
• The cost for this contract shall not exceed $20,000.00.
• The time for this contract shall not exceed three years from the date of an
issuance of a notice to proceed from the City.
Page 2 of 2
Kevisea Httacnment "C" - Contract Map
M r
A _n any
_ fit' M N
I
UL 70 CIS �6 "D T" anuany
T) 2 G p lsl£'M'N
�— co
Cn N a)
Co O 17 O C37 c '-
b
t U0N v>
1,— C: Q z
0 CU Ca g $
� N ® °`
T t O 9 PP �i �U 14
Ucu V/ U _ 9 q - I111
nq
9
A
_ f Y
429 MN
75
- I
�'I 9
l q o
/> y 9 J $J
9 8 R a A 9 8 g Si
�
V
a a a a 3 1 a -2
Qvi
— o _ 0 `tom c
m o
Ji d � ffi I a m in !Y
iro r E � 25
^{ y C
m ;P�V?q8 u �g E a
- v $E g
v m
N a'
J f0
s
I ¢
o
cc
u
■� - _ Eva�i �E
$ " :Ernm y9
J-11
CRI' IBI I "B" I EMP RESO #10341
it < I TGr^ cPurchasing & Contracts Dtwsion
CHANGE ORDER
DATE OF ISSUANCE: March 14 2003 CHANGE ORDER NO. 1
OWNER: PROJECT NAME
CITY OF TAMARAC
7525 NW 88"' Avenue
Tamarac, FL 33321-2401
BID NO. LOI 02-08L
CONTRACTOR BAE SYSTEMS ADR, Inc
Geographic Information Svstem
Planimetric Map Update
GP96A
PROJECT NO.
P.O. NUMBER 060516
IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT, THE
CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL
MAKE THE FOLLOWING CHANGES, ADDITIONS OR DELETIONS TO THE WORK SPECIFIED IN
THE PLANS AND SPECIFICATIONS:
DESCRIPTION: The contractor needs to update 18 small areas of the City that were not
predicted last year when the proiect limits were designed. These chap es include 2 buildings, a house
arts of several arkin lots fences and several pools.
PURPOSE OF CHANGE ORDER: _ To have a seamless „update of areas where new
development has occurred since the project limits were designed.
CHANGE IN CONTRACT PRICE
CHANGE IN CONTRACT TIME
Original Contract Price
Original Contract Time
$ 243,609
Previous Change Order No. to No.
Net change from previous change orders
$ none
Contract Price prior to this Change Order
Contract Time prior to this Change Order
$ 243,609
Net (Increase) of this Change Order
Net (Increase) of this Change Order
F
/A l4,885
Contract Price with all approved Change Orders
Contract Time with all approved Change Orders
,.$.248,494
t�
-CO EN ED ^ APP13OVED ' APPRO
8.., ..... BY _ BY
—" rectdr Ci Manager Contractor
Date 3 Al/�03 Date 3 % 1'r I C 3 Date 31/yI)3
'I.A
March 14, 2002
Mr. Trevor Feagin
City of Tamarac
Community Development Department
7525 NW 88 Avenue
Tamarac, FL 33321
Dear Mr. Feagin:
The purpose of this letter is to inform you of discoveries that we found during the
stereo compilation stage of Phase II -- Planimetric Update. The areas to be updated
as per the contract were identified by shape files and our compilers used these
boundaries as the limits for updating. However, it was brought to my attention that
there were numerous features in the close proximity of these boundaries that had
changed. The stereo compilers made various revisions until we reached a point
that was beyond our estimated costs. I then instructed the compilers to identify
changes that were in close proximity to the mapping boundaries by x and y locations.
These changes ranged from a new building or parking area to several buildings,
parking, sidewalks, etc. The entire tile that contained a change was not reviewed.
These 18 locations were emailed to you for review.
The project is presently on hold until a decision is made regarding the additional
work. It is most certainly more cost effective to add the additional work now than it will
be later because all of the imagery and project data is presently loaded on the
network.
The price for the additional work at this time is as follows -
Update 18 identified locations.................................$4,885.00
Note- Price will increase by 25% after digital editing commences on original
contracted scope of work.
BAE SYSTEMS AOR 9285 Commerce Highway Pennsauken NJ 08110 USA
Telephone (800) 257-7960 Fax (856) 486.7778
• Page 2
March 14, 2003
Please notify me as soon as possible with your decision whether to proceed with the
additional work at this time. If I can be of further assistance, please call me at 856-
663-7200.
Sincerely,
1,,Joz2eee�
Joseph J. Bodick, CP
Senior Project Manager
06/26/2002 15:26 + MARSH USA PAGE 02/02
CERTMCATE OF IN CE FOR O I,
We confirm that 13AE SYSTMS USUM
plc and/or Associated and/or Siabaidlsuy Companies,
maintain insurance to respect of their Professional indemnity occurrRng ."ywhere in the
world In connection with the business as follows:
INSURER: Royal Sun Alliance
POLICY NO.= P147434AOI
PERIOD: tat January 2001 to ,310 December 2003 both days inclusive.
INSURED: BAE SYMMB plc and/or subsidiary and/or Associated
Companies and or joint v4wturn for their respective
rights and interests including:
13AE SYSTEMS Atilt, Inc.
Box SS7, 9285 Commerce Hwy
Pennsauken, NS 08110
INDI&At4 Y Not less than GOP I0,000,000 any one china including costs and
LINUT= expenses.
INTEREST: Professional Liabilities of the Insured.
GEOGRAPMCAL
LIMITS_ Worldwide
The aforementioned information is subject to the terms, conditions, liaiitatious, exclusions
and cancellation provisions of the respective policies_
This Certificate is issued as a matter of information only and confers no rights upon the
bolder other than those provided by the policy_ This letter does not amend, extend or alter
the coverage afforded by the policies described herein.
Notwithstanding any requirement, term or condition of any contract or other document
with respect to which this Certificate may be issued or pertain, the insurance afforded by
policies described herein is subject to 211 the terms, conditions and exclusions of such
policies. Limits shown may have been reduced by paid claims.
CF,R-CALTE HOLDER:
City of Tamarac
Finance Departgtest-Parchasing Division
7525 NW Sga Avenue
Tamarac, FL 33321-2401
DESCRIPTION OF OPERATIONS TO WFUCH THIS CERTIFICATE APPLIES:
RE: Confirmation of coverage for Mxppingr Services_
PRODUCER
MARS$ USA Inc. A 0 a-., id.
3475 Piedmont Road Signed ....................
Atlanta, GA 30305 'Dsivid W. KarMARSH
404-995-3000 Dated ........ '6i.: - An AUK Company
PRODUCER ....__._.�_....,.....w.....�.....,..
MARSH USA INC,
ATTN: CHERYLL%A`HELAN
PH: 404/995-2760 FAX NO.: 404/995-2761
3475 PIEDMONT ROAD NE, SUITE 1200
ATLANTA. GA 303C 5
00820-ADR--
INSURED
BAE SYSTEMS NOF tTH AMERICA INC,
SAE SYSTEMS ADF: INC,
BOX 557, 9285 CO&IMERCE HWY,
PENNSAUKEN, NJ 08110
M�L. .. '� ;.,r aQl.,;• . •, .,,�•d,a ,.:.� r� y J ICA E•NUMBE..
THIS CERTIFICATE 19 189pED AS A MATTER OF INFORMATION ONLY AND CDONFP 33.1 D
NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER YHAN THOSE PROVIDED IN THE
POLICY. THIS CERTIFICATE DOES NOT AMEND, EKTENO OR ALTER THE COVERAGE
AFFORDED SY THE POLICIES DESCRIBED HEREIN,
L.vMrAryrzti AFFORDING CDVERAGE
ULIMF'ANY A ACE AMERICMI INSURANCE COMPANY A
COMPANY
B
I:VMPANY
COMPANY
D
THIS
THIS IS mQF-RT . ATUR N . �iJSjj R � � �'� ! �`FMmx� � N iriw F� ■ w S-+pry_�),j 4�(yy'tr
GERTIFA THAT POLICIES INSURANCE
DESCRIBED HEREJN HAVE
NORYMTHST
S RJE,ED T OR CONDITION
BEENU D TO NM1Ep HERE( FOR THE POLICY IpERI�a
AN E ArpREOLj, INDICATED
E INSURANCE
OF ANY CONTRACT OR OTHER DOCUMENT WITH RFSPECT TO VV41CII THE CERTIFICATE MAY BE ISSUED OR MAY
PERTAIN, THE INSURANCE aFT OR[,ED Py THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE
LIMITS
SHOWN MAY HAVE BEEN RE DVCED 0Y PAID CLAIMS.
TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES.
AGGREGATE
CO
LTR
TYPE OF INSURANCE POLICY NUM9ER
POLICY EFFECTIVE POLICY EXPIRATION
A
GENEkALLIABILITY
DATE (MMIDONY) DATE (NMIDD/TY) LIMITS
HDOG21739261
07/01/03 07I01l04
)(+
COMMERCIAL GENERAL Uq9 LfIY
GENERALACGREGArE $
5,000,000 ,
"S
! CLAIMS MADE a (K:CUR
PRODUCTS-COMPIOPAGG S
EXCLUDED I
Ow►'IER'S A CONTRACTOR'£ I -ROT
PERSONAL 4 ADv INJURY $
1.000.000
EACH OCCURRENCE $
1,000,GOD�
FIRE DAMAGE Wy wo fire) 3
1,000,00(
A
AUTONOINLELIABIUTY Ig,41Ip7933B5A
MED� °ne son $
07lD11D3
5,000
X ANYALRO
07/01/D4
COMBINED SINGLE LI rF 3
2.000,000
ALL OWNED AUTOS
BODILY
SCHEDULED AUTOS
INJURY .>•7
$
X
(Per Paaon)
HIRED AUTOS
X
NON -OWNED AUTOS
BODILY INJURY
$
(Perecddent)
PROPERTY DAMAGE $
I
GARAGE LIABILITY
I
ANY AUTO
,
+Mxt, Y; i�, :,,•,:. AUTO ONLY -EA ACCIDENT $
OTHER THAN AUTO ONLY: r t
�
E HA I NT S
A EXCESS LIABILITY XOOG21742910
AGGREGATE $
X UMBRELLAFORM
07/01/03 07/01/04 EACH OCCURRENCE 3
1D,OOG,000
OTHER THAN UMBRELLA FOR N
AGGREGATE Z
10.000,000
A w R ERS COMPENSATIGh AND WLRG43525992
eNPLOYERS'LIARIOiY
s
_
07/01/03 07/01/04
TORYI' ` 1,fdYtll
X LIMITS ER Il tlPlJwllfi'rt.",:y
•u, {ulr,�;;r.,.,l
JtfU",ir+`,..•
THE PROPRIETOR/
EL EACH ACCIDENT $
1.000,000
OFFICPAR�TERSr1R(ECUTIVE NCL
OFFICERS ARE' � ,�cCL
E:'LDISEASE-POUCYLIMIT $
1,000,000
(OTHER
EI.DISE/SE.EAC}(EMPLOYFE i
1,p00,00C I
UP3UNIPTION OF 0PRRATIO NSJLOCARID V 91VEHICLES/$pECiAL (TENS
CERTIFICATE HOLDER IS INCLUDED AS AN ADDITIONAL INSURED AND A WAIVER OF SUBROGATION IN FAVOR OF THE CITY OF TAMARAC
APPLIES WHERE REQUIRED BY WRITTEN CONTRACT.
r
CITY OF TAMARAC
FINANCE DEPARTM =NT PURCHASING DIVISION
7525 NW 88 AVENUE:
TAMARAC. FL 3332'
"Wrl'��aC�1fi4.�11L..�•�.�f'. n 4 �1:� 7 :.�,Y �•(��^,4�1^L'..f'Y:�S ; i �, .�G 7-
PiOULD ANY OF THE POLICIES WOCR93ED I-Ff SE mojeALLED BEFORE THE DIp1114TIQN WTE THCP•CDF, i
THE INSURER AFFOADWA CO%rAA5C WtL 9MXAVOR TO PAIL ,,,_„X DAYS vwrr1EN NOTICE TC THE
CERTIFICATE HOLDER KWW I"'MON, BUT FALURF TO ►NL SUCH NOTICE 844LL IWOM NO 09UCAI7 j4 ,w
UANLrrY OE ANY K— UPON THE INSURER AFFORDN6 CMo A6E, ITS AtEN-M OR REPRFSENTATt `r. 044 THE
N"M OF THra CERTIFICATI=
IARSH USA INC. 1
IY, Cheryll Whelan C► A"—iL." 40.+►�—
VALID AS OF,'02/d61da
�IJ: .., ..., �.. „.... i ,J17'., lU4 iM(PIr5pJi7T rl irt'iifl�!�I�1i 1. 1"N«�n�'^ I•i I i.