Loading...
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.