HomeMy WebLinkAboutResolution - 2021-R0103 - Contract 15678 - 3/23/2021Resolution No. 2021-R0103
Item No. 6.21
March 23, 2021
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
tfor and on behalf of the City of Lubbock, Service Contract No. 15678 for Digital
Orthophotography 2021, by and between the City of Lubbock and Bohannan Huston, Inc., of
Albuquerque, New Mexico, and related documents. Said Contract is attached hereto and
incorporated in this resolution as if fully set forth herein and shall be included in the minutes
of the City Council.
by the City Council on arch 23, 2021
M .mm......... ..,,rt ...,
IAODOP µ,.MAYOR. ................ _. ..,
ATTEST:
IRebe ca Garza, City
APPROVED AS TO CONTENT:
Brooke Witcher, Assistant City Manager
APPROVED AS TO FORM:
RyaBro4e, Assistant City Attorney
ccdocs/RES.Contract 15678 Digital Orthophotography 2021
March 2, 2021
Resolution No. 2021-R0103
City of Lubbock, TX
Digital Orthophotography Project 2021
Agreement
Contract 15678
This Service Agreement (this "Agreement") is entered into as of the 23lay of March 2021
("Effective Date") by and between Bohannan Huston, Inc., (the Contractor), and the City of Lubbock (the
"City").
RECITALS
WHEREAS, the City has issued a Request for Proposals 21-15678-TF, Digital Orthophotography
Project 2021.
WHEREAS, the proposal submitted by the Contractor has been selected as the proposal which best
meets the needs of the City for this service; and
WHEREAS, Contractor desires to perform as an independent contractor to provide Digital
Orthophotography Project 2021, upon terms and conditions maintained in this Agreement; and
NOW THEREFORE, for and in consideration of the mutual promises contained herein, the City and
Contractor agree as follows:
City and Contractor acknowledge the Agreement consists of the following exhibits which are
attached hereto and incorporated herein by reference, listed in their order of priority in the event of
inconsistent or contradictory provisions:
1. This Agreement
2. Exhibit A — General Requirements
3. Exhibit B ..._ Proposal and Best and Final Offer
4. Exhibit C Insurance Requirements
Scope of Work
Contractor shall provide the services that are specified in Exhibit A. The Contractor shall comply with all
the applicable requirements set forth in Exhibit B and Exhibit C attached hereto.
Article 1
1.1 The contract shall be for a term of one (1) year, with the option of four (4), one-year
extensions, said date of term beginning upon formal approval. All stated annual quantities
are approximations of usage during the time period to be covered by pricing established by
this bid. Actual usage may be more or less. Order quantities will be determined by actual
need. The City of Lubbock does not guarantee any specific amount of compensation, volume,
minimum, or maximum amount of services under this bid and resulting contract. The
Contractor must maintain the insurance coverage required during the term of this contract
including any extensions. It is the responsibility of the Contractor to ensure that valid
insurance is on file with the Purchasing and Contract Management Department as required
by contract or contract may be terminated for non-compliance.
1.2 Prices quoted shall be set for a period for one (1) year, said date of term beginning upon City
Council date of formal approval. The rate may be adjusted upward or downward at this time
at a percentage not to exceed the effective change in Consumer Price Index (CPI) or Product
Price Index (PPI), whichever is most appropriate for the specific contract for the previous
12-months at the City's discretion, the effective change rate shall be based on either the local
or national index average rage for all items. If agreement cannot be reached, the contract is
terminated at the: end of the current contract period.
L3 The Contractor shall not assign any interest in this Agreement and shall not transfer any
interest in the Agreement, whatsoever, without prior consent of the City.
1.4 All funds for payment by the City under this Agreement are subject to the availability of an
annual appropriation for this purpose by the City. In the event of non -appropriation of funds
by the City Council of the City of Lubbock for the goods, or services provided under the
Agreement, the City will terminate the Agreement, without termination charge or other
liability, on the last day of the then -current fiscal year or when the appropriation made for
the then -current year for the goods or services covered by this Agreement is, spent, whichever
event occurs first. If at any time funds are not appropriated for the continuance of this
Agreement, cancellation shall be accepted by the contractor oil 30 days prior written notice,
but failure to give such notice shall be of no effect and the City shall not be obligated under
this Agreement beyond the date of termination.
1.5 This contract shall remain in effect until the firs( of the following occurs: (1) the expiration
date, (2) performance of services ordered, or (3) termination of by either party with a 30i day
written notice. The City of Lubbock reserves the right to award the canceled contract to the
next lowest and best bidder as it deems to be in the: best interest of the city.
Article 2 Miscellaneous,
2.1 This Agreement is made in the State of Texas and shall for all purposes be construed in
accordance with the laws of said State, without reference to choice of law provisions,
2.2 This Agreement is performable in, and venue of any action related or pertaining to this
Agreement shall lie in, Lubbock, Texas.
2.3 This Agreement and its, Exhibits contains the entire agreement between the City and
Contractor and supersedes any and all previous agreements, written or oral, between the
parties relating to the subject matter hereof. No amendment or modification of the terms of
this Agreement shall be binding upon the parties unless reduced to writing and signed by
both parties.
2.4 This Agreement may be executed in counterparts, each of which shall be deemed an original.
2.5 In the event any provision of this Agreement is held illegal or invalid, the remaining
provisions of this Agreement shall not be affected thereby.
2.6 The waiver of a breach of any provision of this Agreement by any parties or the failure of
any parties otherwise to insist upon strict performance of any provision hereof shalt not
constitute a waiver of any subsequent breach or of any subsequent failure to perform.
2,7 This Agreement shall be binding upon and inure to the benefit of the parties and their
respective heirs, representatives and successors and may be assigned by Contractor or the
City to any successor only on the written approval of the other party.
2.8 All claims, disputes, and other matters in question between the Parties arising out of or
relating to this Agreement or the breach thereof, shall be formally discussed and negotiated
between the Parties for resolution. In the event that the Parties are: unable: to resolve the
claims, disputes, or other matters in question within 30 days of written notification from the
aggrieved Party to the other Party, the aggrieved Party shall be free to pursue all remedies
available at law or in equity.
2.9 At any time during the term of the contract, or thereafter, the City, or a duty authorized audit
representative of the City or the State of Texas, at its expense and at reasonable times,
reserves the right to audit Contractor's records and books relevant to all services provided to
the City under this Contract. In the event such an audit by the City reveals any errors or
overpayments by the City, Contractor shall refund the City the full amount of such
overpayments within 30 days of such audit findings, or the City, at its option, reserves the
right to deduct such amounts owing the City from any payments due Contractor.
2.10 The City reserves the right to exercise any right or remedy to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a court
of` coral Jurisdiction. Further, the City shall not be subject to any arbitration process
prior to exercising its, unrestricted right to seek judicial remedy. The rernedies, set forth herein.
are cumulative and not exclusive, and may be exercised concurrently. To the extent of any
conflict between this provision and another provision in, or related to, this do,
111 The contractor shall not assign or sublet the contract, or any portion of the contract, without
written consent from the: Director of Purchasing and Contract Management, Should consent
be given, the Contractor shall insure the Subcontractor or shall provide proof of insurance
from the Subcontractor that complies with all contract Insurance requirements document, this
provision shall control.
2.12 Contractor acknowledges by supplying any Goods or Services that the Contractor has read,
fully understands, and will be in full compliance with all terms and conditions and the
descriptive material contained herein and any additional associated documents and
Amendments. The City disclaims any terms and conditions provided by the Contractor
unless agreed upon in writing by the parties. In the event of conflict between these terms
and conditions and any terms and conditions provided by the Contractor, the terms and
conditions provided herein shall prevail. The terms and conditions provided herein are the
final terms agreed upon by the parties, and any prior conflicting terms shall be of no force
or effect.
2,13 Contractor acknowledges by supplying any Goods or Services, that the Contractor has read,
fully understands, and will be in full compliance with all terms and conditions and the
descriptive material contained herein and any additional associated documents and
Amendments. The City disclaims any terms, and conditions provided by the Contractor unless
agreed upon in writing by the parties. In the event of conflict between these terms and
conditions and any terms and conditions provided by the Contractor, the terms and conditions
provided herein shall prevail. The terms and conditions provided herein are the final tenns,
agreed upon by the parties, and any prior conflicting terms shall be of no force or effect,
2.14 TEXAS GOVERNMENT CODE SECTION 2252.152
The Contractor (i) does not engage in business with (ran, Sudan or any foreign terrorist
organization and (ii) it is not listed by the Texas Comptroller under Section 2252.153, Texas
Government Code, as a company known to have contracts with or provide: supplies or
services, to a foreign terrorist organization. As used in the immediately preceding sentence,
"foreign terrorist organization" shall have the meaning given such term in Section
2252,15 1, Texas Government Code,
2.15 TEXAS PUBLIC INFORMATION ACT
'The requirements of Subchapter 3, Chapter 552, Government Code, may apply to this
contract and the contractor or vendor agrees that the contract can be terminated if
the contractor or vendor knowingly or intentionally fails to comply with a
requirement of that subchapter.
To the extent Subchapter J, Chapter 552, Government Code applies to this agreement,
Contractor agrees to: (1) preserve all contracting information related to the contact as
provided by the records retention requirements applicable to the governmental body for the
duration of the contract; (2) promptly provide to the governmental body any contracting
information related to the contract that is in the custody or possession of the entity on request
of the governmental body; and (3) on completion of the contract, either.- (A) provide at no
cost to the goverru-nental body all contracting, information related to the contract that is in the
custody or possession of the entity; or (B) preserve the contracting information related to the
contract as provided by the records retention requirements applicable to the governmental
body.
The Contractor warrants, that it complies with Chapter 2270,001 of the Texas Govenunent
Code by verifying that:
I . Company does not boycott Israel; and
2. Company will not boycott Israel during the tcn-n of the contract.
Pursuant to Section 22'70. 001, Texas Government Code:
(1) "Boycott Israel" means refusing to deal with, terminating business activities
with, or otherwise taking (my action that is intended to penalize, inflict
economic harm on, or limit commercial relations specifically with Israel, or
with a person or entity doing business in Israel or in an Israeli -controlled
territory, but does not inclI ide, an action nzadef6r ordinary businesspurposes;
and
(2) ""Company"' means an organization, association, corporation, partnership, joint
venture, limited partnership, litniled liability partnership, or limited liability
company, including a wholly owned subsidimy, majority -owned siifbsidiaty,
parent compan r, or aff . Mate of those entities or business associations that exists
to make a prqfi t.
The Conti -actor shall retain all information received from or concerning, the City and the
City's business in strictest confidence and shall not reveal such information to third parties
without prior written consent of the City, unless otherwise required by law.
WEREFFROUNUIEWd
The Contractor shall indemnify and save harmless the city of Lubbock and its elected
officials, officers, agents, and employees from all suits, actions, losses, damages, claims, or
liability of any kind, character, type, or description, including without limiting the generality
of the foregoing, all expenses oflitigation, court costs,, and attorney's fees, for injury or death
to any person, or injury to any property, received or sustained by any person or persons of
property, to the extent arising out of,, related to or occasioned by, the negligent acts of tile
Contractor, its agents, employees, and/or subcontractors, related to the perforl-natice,
operations, or omissions under this agreement andlor tile use or occupation of city owned
property. The indemnity obligation provided herein shall survive the expiration or
termination of this agreement.
IN WITNESS WHEREOF, the parties hereto have Caused this Contract to be executed the day and
year first above written. Executed in triplicate,
CITY OF LUBB( "K
— ......... 11-. 1 ........ . . . BN
Daniel M. Pope, Mayor
ATTEST:
. . ................. . . . . . . .....
Rebje4 Garza, City Secreary
APPROVED AS TO CONTENT:
Mike Keenum,, RE., Division Director of
Engineering/City Engineer
APPROVED AS TO FO N4
- - - - - - - ------- --- --------
�ro, e, Ryan Assistant City Attorney
ANUMMSTUMON
. . . . ................... . . . ......... . . .......
Authorized Reprg5entative
WE,
7500 Jeffersoin St, NE
. ......................
Address
-Mqys �qy��',NM 87109
City, State, Zip Code
City of Lubbock, TX
RFP 21-15678-TF
Digital Orthophotography Project 2021
General Requirements
11111111IM-Mall
a) The City of Lubbock (hereinafter called "City") is seeking proposals from interested aerial
mapping acquisition vendors, (hereinafter called "Vendor") to provide services related to
Digital Orthophotography,. Li,DAR and Planimetrics.
b) Vendors are: invited to submit demonstrated competence and qualifications of their firm for
providing these services.
c) This request for proposal (RFP) is being issued under the guidelines of a High -Technology RFP.
This means that failure to successfully meet all functional requirements may not necessarily
disqualify the Vendor. Vendors should take exception to functional specifications that they
cannot meet and may offer alternative solutions, and/or additional features in their proposals.
Price will not be the only criteria of selection. The City may choose to select all, pall, or none
of the Vendor's proposal,
d) The information contained within this document is intended to provide interested Vendors with
the requirements and criteria that will be used to make the selection.
IS lay MOIL
The Digital Orthophotograpby Project 2021 for the City of Lubbock is for the purpose of acquiring
new orthorectified digital aerial imagery, LiDAR and associated mapping of planimettic features.
It is the intention of the City to have the new aerial imagery and LiDAR acquired during leaf -off
conditions as determined, agreed upon, and stated in a notice to proceed, and have the final products
delivered within four (4) months of acquisition. The priority project acquisition area is a contiguous
area of approximately 1148 square rmles covering Lubbock County and additional areas as shown
in Figure 1.
City of Lubbock, TX
RFP 21-15678-TF
Digital Orthophotography Project 2021
General Requirements
0 1 2 4, 6 8 10
Legend
mt=Wes
Pro Onr ho and tOAR Area M21
Lubbock City Limits
Lubbock County
Figure 1, Digital Orthophotography Project 2021 acquisition area.
The City will have the option to extend the contract for up to 4 years with the chosen vendor for
annual acquisition of orthorectified digital aerial imagery during leal'off conditions with LiDAR
acquisition being optional each time,, The City would also like to have the ability to acquire digital
orfliorectified imagery and/or LiDAR at times other than the regular yearly acquisition based on
special project area needs or after natural disasters at the same pricing of the Current contract. The
chosen vendor will be: requested to allow other government entities in Lubbock County to
participate in any of the acquisitions at the same pricing of the current contract.
Orlhorectified imagery and digital elevation data was previously collected in 2000, 2005, 20 10,
2011, 2015, 2016, 2018, 2019 and 2020. The data from these projects and all other City of
Lubbock published data is available at the City of Lubbock Mapping and GIS website.
lic-data. The project area boundaries,
City of Lubbock, TX
RFP 21-15678!-TF:
Digital Orthophotography Project 2021
General Requirements
control network and other materials specific to this, request for proposals can be found as links
from the public data webpage,
The services and products sought by this RFP must be accomplished under the supervision of an
active APR S Clertified Photograrnmetrist or equivalent state board of' liccnsure registered
professional. This individual should be in a position to oversee day-to-day operations of the project
and for that reason must be a full-time employee of the prime contractor. Please note that all
deliverables may be reviewed by a third party QA/I contractor under a separate contract with the
City of Lubbock.
The City seeks to contract with a qualified Vendor to acquire and deliver high -resolution, natural
color, digital orthophotograhy, classified LiDAR based point clouds, and derivative products
supporting plarrimetric mapping. The Vendor should include detailed information about the
planned technology and methods that will be used to complete the data collection to meet the
specifications required by the City.
Vendors are encouraged to Suggest innovative approaches and remote sensing technologies that
will provide the City with a quality product. Vendors may also otTer additional products that are
not specifically requested below, but pricing should be included as separate line items in the
proposal.
3.1 DIGITAL ORTHOPHOTOGRAPHY
All work must be performed using industry acceptable standards and procedures, for
pIhotogrammetric mapping. Imagery is expected to be flown during leaf off, cloud free, and
optimum sun angle conditions. All digital imagery will be georeferenced and created in a seamless
manner. All imagery should be color balanced so; that individual image tiles have a consistent tone
and contrast across the entire prcject area.
The flight design for the digital orthophotography shall achieve a nominal ground pixel resolution
of no more than 3 inches without any resampling or spatial interpolation intended to improve the
spatial resolution of the imagery; only resampling to georeference or rectify images will be allowed.
The acquisition flight will also be designed with sufficient forward and side overlap to ensure total
project area coverage without voids. The flight plan should take into account the image index
provided by the City to ensure that each tile has 100% coverage. Tile proposal should include the
specifications of the flight plan.
The City seeks to obtain high quality, clear and sharp aerial imagery. To this end, image acquisition
should be avoided if the ground is obscured by snow, ice, haze, fog, dust, flood waters, or cloud
conditions that will cause shadows on more than 5% of the area of a single image frame. Flights
should also be avoided during high wind conditions. Imagery should also be captured when the
sun angle is 30 degrees or less from the solar zenith to reduce the presence of shadows in the
imagery,
Ground and airborne GPS control will be acquired at sufficient density and accuracy to support
production ofdigital orthophotography that meets a horizontal accuracy requirement that is within
I pixel of ground resolution. The digital imagery and control network will be referenced to the
State: Platic,'Texas North Central Zone, NAD 83 coordinate system with units of US Survey Feet.
City of Lubbock, TX
RFP 21-15678-TF
Digital Orthophotography Project 2021
General Requirements
Aerial triangulation will be performed using industry accepted procedures to support the horizontal
accuracy requirements of the digital orthophotography.
The City has an existing ground control network that has been used during previous aerial image
acquisition projects. The existing control network will be made available to the Vendor, and the
Vendor should document how they will incorporate this network into their project. Additional new
ground control may be added at the time of contracting to support this project if required to ensure
the imagery mcets, the specified accuracies. If additional control is proposed, all required surveying
must be done by a registered surveyor in the State of Texas and comply with established surveying
and GPS methods. If new ground control is acquired for this project the Vendor will deliver the
resulting survey data to the City following existing City standards.
Surface models will be constructed by the Vendor using industry accepted procedures with
sufficient density of points to support production of orthophotography at the required specifications.
The City has an Esri terrain dataset developed from LiD:AR data acquired in 2016 that overlaps
with the project acquisition area. This terrain dataset will be provided to the selected Vendor.
The City of Lubbock has an area of approximately 5 square miles covering downtown, Texas Tech
University and the Medical District with several tall buildings. The City would like to have true-
orthols developed for this area to minimize building lean.
The Vendor should include in their proposal the quality control plan they will implement with the
City that will allow for comments and feedback. The City reserves the right to reject imagery that
is delivered with warping, stretching, smearing, color bias, voids, poor edge: matching, excessive
shadows, or contains elements obscuring the ground surface.
The final digital imagery will be delivered to the City following an approved naming and indexing
system. The City will provide the Vendor with the image tiling system in an Esri geoda(abase
forinat, The imagery will be delivered in an uncompressed. TIFF format and a compressed MrSID
formaL The City also desires to have a single mosaicked image, resarnpled to a ground pixel
resolution of I foot, delivered in either a compressed ECW or JPEG20100 file format,
The City would like to have the final imagery processed as 2 ArcGIS image services using the
standard ArcGIS Online tiling schema. The cache should be built to support levels 9 through 21
The Vendor will deliver 2 pre -built caches to the City in specified coordinate systems so that it may
be imported to their existing Arc IS Image Server version 10.8.
All work must be performed using industry acceptable standards and procedures for the collection
and classification of LiDAR biased elevation data. The project area identified is made up of
urbanized areas and agricultural lands, and is generally flat with the exception of canyon lakes
system associated with the Double Mountain Fork of the Brazos River.
In general terms, the LiDAR collection and data processing shall adhere to the USES LiDAR Base
Specification standard of Quality Level 2 (QL2) or better. The horizontal and vertical accuracy of
the classified ground elevation points will need to support the creation of 1 -foot contours. The
collection, production and delivered LiDAR products will include intensity images, classified
LiDAR point cloud tiles,, calibration and control check points, and documentation of system
calibration, collection and processing methods including accuracy testing,
City of Lubbock, TX
RFP 21-15678-TF
Digital Orthophotography Project 20�21
General Requirements,
The delivered point cloud tiles will use the LAS v IA specification and include classifications for
ground, vegetation, buildings, water, and bridge decks at a minimum, The tiling scheme will match
the existing tiles used by the City and be referenced to the City's standard spatial reference system
and use vertical units of feet.
3.3 PLANIMETRICIS
The City maintains a dataset of building and canopy footprint planimetrics, for structures greater
than 50 square feet within the city limits of Lubbock. The Vendor will use the final approved
imagery to update the City's existing, building planimetric dataset which contains approximately
124,,000 structures, The City will provide the Vendor with the existing building footprints that were
last updated in 2020, along, with a list of addresses that identify specific areas of potential change
based on permits and plats. For the purposes of this RFP the Vendor should expect to develop new
planimetrics, for approximately 4,500 buildings.
The Vendor will be required to deliver the building footprints as a g,eodatabase feature class
matching the existing schema used by the City. Building polygons will need to be attributed to
indicate new buildings, modified buildings, and buildings that no longer exist.
Other planimetric datasets maintained by the City that may be considered optional deliverables
include updates to sidewalks, ADA ramps, and impervious areas.
All deliverables, will be the property of the City of I.,ubbock, Preliminary and final datasets must
be: delivered on external hard drives as, specified by the City of Lubbock IT department and agreed
upon at the time of contract.
All spatial datasets will be referenced to the City's standard spatial reference system, specifically:
• Coordinate System,-,,-,, State Plane
• Zone - TX North Central (TIPS; 4202)
• Horizontal Datum = NAD83
• Vertical Datum NAVD88
• Units 77 US Survey Toot
• WKID = 2276
Expected project deliverables:
Digital orthophotography --- 3-inch ground pixel resolution, tiled 4-band color infrared
imagery including true-orthos, GeoTIFF and MrSID file formats, using the, file naming
convention specified by the City's the index
Digital orthophotography - 1-foot ground pixel resolution, single image file derived from
the mosaic and resampling of the high resolution imagery using natural color, ECW or
JPEG2000 file format
Surface model used for orthorectification - Esri GRID fon-nat or GeoTIFF
LiD�AR point clouds - LA'S vL4 using the file naming convention specified by the City's
the index
ArcGIS image cache services - 2 cache services delivered in projected coordinate system
formats specified by the City
City of Lubbock, TX
RFIP' 21-1ti g-"IlTF
Digital Orthophotogrraphy Project 2021
General Requirements
• Building footprint planimetric updates — Esri geodatabase format using the City's existing
data schema
• Ground control network All control points used for the project will be provided to the City
in a report, including a location neap. Points will include x, y, z grid coordinates and will.
e delivered in Esri geodatabase and Microsoft Excel fon-nats. New ground control, if
acquired, will also include location descriptions, supporting ground photos, and will be
docunmented following. the City's standard ground control network information sheet
• Internal check points -- Esri geodatabase format
• Internal quality control report
• Aerial triangulation report
• Flight line index with specific Flight dates — Esri geodatabase format
• FGDC compliant metadata for each delivered dataset with the following required metadata
statement:
City qf Lubbock Disclaimer Statement
These images, maps and data were created exclusively for the internal use of the City
of Lubbock. portions of the information may be incorrect or not current. Any person
or entity who relies on any information obtained from these maps and data does sea at
their- own risk. Neither the City of Lubbock, Texas, nor any agency, officer, or
employee of the City of Lubbock, Texas, warrants the accuracy, reliability, or
timeliness of such Information.
THIS PUBLICATION IS PROVIDED "'A IS" WITHOUT WARRANTY OF ANY
KIND, EITHER EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED: TO
THE IMPLIED WARRANTIES OF MERCHANTABILITY, FITNESS FOR A
PARTICULAR PURPOSE, OR NON- INF RINGEMENT. THE CITY OF
LUBBOCK SHALL NOT BE LIABLE FOR. ANY DIRECT, INDIRECT, SPECIAL,
INCIDENTAL, OR CONSEQUENTIAL DAMAGES RELATED TO TIME USE OF
THIS PUBLICATION, EVEN IF THE CITY OF LUBBOCK IS ADVISED OF
SUCH DAMAGE.