Loading...
HomeMy WebLinkAbout22 Venessa Garza 16March 28, 2019 Dear Venessa, I am writing to inform you that I am resigning from my position as a part-time GIS Technician with the City of College Station effective today, March 28, 2019. Justin Adams CITY OF COLLEGE STA TION GENERAL SERVICE CONTRACT T h is Genera l Serv ice Co ntrac t is by a nd be tween th e City of College Station, a Texas H o m e-Rul e Muni c ip a l Corp orati o n (th e "C it y") a nd The Sanborn Map Company, Inc. (th e "Co ntrac to r"), fo r th e fo ll owin g work : QLI L iD A R D ata Acqui s iti o n for th e C it y of Co ll ege Sta ti on , as d escribed in th e Sco pe of Se rv ic es attac he d as Exhibit "A ". ARTICLE I PAYMENT AND TERM 1.01 C onsideration. In co ns id e rati on fo r th e serv ices pe rfo rm e d in th e Sco pe of Serv ices a nd Co ntrac to r 's Compl eti on of w ork in c o nformity w ith thi s Co ntract , the C it y s ha ll pay th e Contracto r an a m o un t not to exceed Fifty Five Thousand Three Hundred S ixty Nine and 47/100 Dollars ($55,369.47). 1.02 Pay ment A pplication. Within sev en (7) calend a r d ays of co mpl etio n of th e se rv ices th e Co nt rac to r w ill s ubmit it s paym e nt a ppli cati o n t o th e C ity. 1.03 City 's Payment and Approval. T h e City w ill pay Co nt ractor as shown in Exhibit "B" P ay m e nt Sche dul e, for th e se rv ices pe rfo rm ed no lat e r th a n thirty (30) cale nd a r days fro m th e date of th e C it y 's rece ipt of th e pay m ent a ppli cati o n and th e C ity's a pp rova l of th e se rv ices. 1.04 Time is of the Essence. Th e Co ntractor mu st co mpl ete a ll th e se rv ices desc rib e d in th e Scope o f Se rv ices by th e fo ll owin g d at es: Co mpl ete Li D a r proj ect de li vera bl es (Exhibit A SO W it e m s A -D) b y A ug ust 3 1, 2020. 1.05 Executed Contract. T he "N oti ce t o Proceed " w ill n ot be g ive n no r s ha ll a ny work co m mence until t hi s Co ntract is full y execut e d an d all ex hibits and oth e r att ac hm e nt s a re co mpl et e ly exec ute d a nd att ac he d to th e Cont ract. ARTICLE II CHANGE ORDERS 2.01 C ha nges w i ll not be m a d e , no r w ill in vo ices fo r c h a nges, al terati ons , m od ifica ti o ns , dev iatio ns, o r extra wo rk o r serv ices be recog ni zed o r pa id , exce pt up o n the pri o r writt e n orde r fro m a ut ho rize d pe rson ne l of th e C it y. T he Cont ract or w ill not execu te c h a nge ord e rs o n be ha lf of t he C ity o r otherw ise a lt er th e fin a nc ia l sco pe of th e se rv ices exce pt in th e event of a dul y a uth o ri zed c ha n ge o rd e r a p proved b y th e C it y as prov id e d in thi s Co ntract. (a) C ity Man age r A pprov al. W he n th e o r ig in a l Co nt rac t a m o unt p lu s a ll c h a nge o rde rs is $I 00 ,000 o r less , th e C it y M a nage r o r hi s des ig nee may a pp rove t he writte n c ha nge o rd er p rov id e d th e c han ge o rd e r d oes no t in crease th e to ta l a m o unt set fo 1ih in th e Co nt rac t t o m ore t ha n $ I 0 0 ,000 . Fo r s uc h co nt rac t s, w h e n a c ha nge o rde r res ult s in a to ta l co nt ract a m o unt th a t exceed s $I 00 ,000 , t he C it y Co un c il of Contrac t N o. 203 0029 8 Gen e ral Serv ice Cont ra ct Sa n bo rn Ma p Company In c . CRC 1-2 4 -2020 Pag e I I t he Ci t y mu st a pp rove s uc h c ha nge o rd e r p rio r t o comm e nce m e nt of th e serv ices o r work ; and (b) City Council Approval. Wh e n th e o ri g in a l co ntra ct amo unt plu s a ll c ha nge o rd e rs is gr e at e r th a n $100 ,00 0 , th e C it y Mana ge r o r hi s d es ign ee ma y ap p rove th e w ritte n c ha nge o rd er p rov id ed th e c ha nge o rd e r d oes not exceed $5 0 ,000 . For s uc h cont rac t s, w he n a c h a nge o rd e r exceed s $50,000, th e C it y Coun c i I of th e C it y mu st a pp rove s uc h c ha nge ord e r pri o r t o co mm e ncem e nt of th e se rv ices o r wo rk . T he s um of a l I c ha nge o rd e rs m ay not exceed 25% of th e orig inal co nt ract a mo un t. (c) Increase in Scope. A n y requ est by th e Contracto r fo r a n in c rease in th e Sco pe of Se rv ices a nd a n in c rease in th e a m o unt li st e d in A rti c le I of thi s Cont ract sha ll be m a d e a nd a pp roved by th e C it y prio r to th e Contra cto r p rov idin g s uc h serv ices o r th e ri g ht to paym e nt fo r s uc h additi o na l se rv ices s ha ll be wa ive d. (d) Di s pute. If th e re is a di s pute between th e Cont racto r a nd th e City res pecti ng an y serv ice prov id ed o r t o be pro v id ed h e re und er by th e Cont ract o r, in c ludin g a di s pute as t o w he th e r s uc h serv ic e is a d d iti o na l to t h e Sco pe of Se rv ices in c lud ed in thi s Contract , th e Contrac to r ag rees to co ntinu e p rov idin g o n a tim e ly bas is a ll se rv ices to be provid e d by th e Co nt rac tor h e re und er, in c ludin g a n y se rv ice as to w hi c h th e re is a di s pute. ARTICLE III INDEPENDENT CONTRACTOR AND SUBCONTRACTORS 3.01 Independent Contractor. It is und e rst oo d a nd agreed b y th e pa rti es th a t th e Con tracto r is a n ind e pe nd e nt co nt racto r ret a in e d fo r th e se rv ices d escrib e d in th e Sco pe of Se rv ices . T h e Co ntract o r s h a ll be so le ly res po n s ib le fo r a n d h ave c o n tro l over th e m ean s , m e th o d s , techn iqu es and procedures, a nd fo r coordin at io n of a ll po rt io n s of th e wo rk o r serv ices. U nl ess otherwise prov ided in th e Co nt ract , t he Co nt racto r s h a l I p rov id e a nd pay for la bor, m a te ri a ls , equi pment, too ls, utiliti es, tra ns po rt a ti o n , a nd o th e r faci li t ies a nd serv ices necessa ry fo r p ro per exec utio n a nd co mpl e ti o n of th e work o r serv ices. In a dditi o n, a t t h e a pp ro pri a te ti m es, th e Contract o r s hal l a rra nge a nd b ear cost of tests, ins p ecti o n s, a nd a pp rova ls of portio n s of t he wo rk o r se rv ices re quire d by th e Co nt rac t or by laws, statutes , ord in a n ces , cod es , rul es a nd regul ati o ns, or lawful o rd ers of publi c a uth o riti es . T he C ity w ill no t co nt ro l th e m a nn e r or t he m ea n s of th e Contracto r's p e rfo rm a nce, b ut s ha ll be e ntitl ed to a wo rk produ ct as in t he Sco pe of Serv ices. T he C it y w ill not be res p o n s i b le fo r re po rtin g o r pay in g e mpl oym e nt t axes o r o th e r s imil a r lev ies th at m ay be re quired by th e U nit e d S ta t es Inte rn a l R eve nu e Se rv ice o r o th e r S ta t e o r Federa l agenc ies . T hi s Co nt ra ct does no t c reat e a jo int ve nture. 3.02 S ubcontractor. T he te rm "s ub co nt rac t o r" s ha ll m ea n a nd in c lu de o nl y t hose hi re d by a nd hav in g a d irect co ntact w ith Co ntrac tor fo r perfo rm a n ce of wo rk o r serv ices o n th e Project. T he C ity s ha ll have n o res p o ns ib il ity to a n y s ub co nt rac to r e m p loyed b y a Co nt racto r for pe rfo rm a nce of wo rk o r se rv ices o n th e P roj ec t , a nd a ll s u bcont ractors s ha ll look exc lu s ive ly to th e Co ntract o r for a ny payme nts du e. T he Co ntrac t o r s h a ll be full y respo ns ibl e to th e City fo r th e Co nt ract No. 20300298 Ge nera l Se rv ice Cont rac t Sanborn Ma p Compa ny In c. C RC 1-24-2020 Page 12 acts and o mi ssions of it s subco ntra cto rs . Nothing contained he rein sha ll create a n y contractual o r employment relatio ns be tween any s ubcontracto r a nd the C it y. ARTICLE IV INSURANCE 4.01 T he Contractor s hall procure a nd mainta in , at its so le cost and ex pe nse for the durati o n of thi s Co ntract , in s uranc e against claims for injuries to perso n s or d a mages to property that may arise from or in connection with the perform ance of the se rvices performed by th e Contractor, it s officers, agents, volunteers, a nd em ployees . 4.02 The Contractor's insurance s hall li s t the City of College Station, its officers, age nt s , volunteers, and e mployees as additional in s ure ds. More s pecificall y , the following s hall be required. Certificates of in s urance ev idencin g the required insurance polici es a re attac h e d in Exhibit "C". During the term of this Agreement Contractor's in s urance polici es s hall meet the minimum require ments of this secti o n. 4.03 Types. Contractor s hall have the fo llowin g t y pes of in s urance: (a) Commercial General Liability; (b) Business Automobile Liability; and (c) Workers ' Compensation/Employer 's Liability. 4.04 General Requirements Applicable to All Policies. The following General require ments applicable to a ll polici es s hall apply: (a) Certificates of In s urance s hall be pre pared and executed by th e in s u ra nce company or its authorized agent. (b) Ce rtific at es of In s urance a nd e ndorse ments s ha ll be furni s he d on the m os t current State of Texas Department of Insurance -approved form s to th e City 's R e prese nt a tive a t the time of execution of thi s Agree m e nt ; s h a ll b e attached to thi s Agreement as Exhibit C ; and s hall be approved by the Ci t y before wo rk begi n s. (c) Contractor s ha ll be res po n s ibl e for all deductibles o n an y policie s obta in ed in compliance w ith thi s Agreement. Deductibles s ha ll be li st e d o n th e Certificate of In s uranc e and are acceptable on a per-occurre nc e bas is on ly . (d) T he C it y w ill accept on ly lic e n sed In s uran ce Ca rri e rs a uth or ized to d o bu si n ess in th e S tate of Texas. (e) The C ity w ill not accept "claims m a de " polici es. (f) Coverage s ha ll n o t be s uspended , canceled , no n-renewed o r reduced in limit s of liabilit y be fore thirty (30) days written notice has been give n to the C it y. Co nt ract No . 20300298 General Se rvi ce Co ntract Sanbo rn Ma p Company In c. CRC 1-24 -2020 Page 13 4.05 Commercial General Liability. The following Co mm e rcial Ge n era l Liability requirements s h a ll apply: (a) General Liability in s urance shall be written b y a carrier rated "A:V Ill " or better under the current A. M. Best Key Ratin g Guide. (b) Policies s hall contain a n endorsement li sting the City as Ad diti ona l Insured and further providing "prim a ry and non-contributory" la n g u age w ith re gard to self-insurance or any in s urance the City ma y h ave or obta in . (c) Limits of liability mu st be equal to or greate r than $1,000,000 p e r occurrence for bodily injury and prope rty damage, with an a nnual aggre gate limit of $2,000,000.00. Limits shall be endorsed to be per project. (d) No coverage shall be excluded from the standard policy without not ification of individual exclusions being s ubmitted for the City's review a nd acceptance. (e) The coverage shall not exc lude th e following: premi ses/o pe ra ti o n s with separate aggregate; independent contracts; products/completed operations ; contractual liability (insuring the ind e mnity prov ided he rein) H ost L iquor Liability, and Personal & Advertising Liability. 4.06 Business Automobile Liability. The following Bu s ine ss Automobile Liability require ments s hall apply: (a) Business Automobile Liability in s urance shall be written by a carrier rated "A:VIII " or better under the current A. M. Best Key Ratin g Guide . (b) Policies shall contain an endorsement li s ting the City as Ad dition a l In s ured and further providing "primary and non-contributory" lan g uage w ith regard to se lf-insurance or any in s urance th e City may h ave o r obtain . (c) Combined Single Limit of Liability n o t less th a n $1,000 ,000 pe r occ urre nc e for bodily injury and prope rty dam age. (d) Th e Business Auto Poli cy mu st s h ow Symbol 1 in the Covered A ut os Porti o n of th e liability section in Item 2 of th e d ec lara ti o n s page. (e) The coverage s hall includ e any autos, owned a utos, leased o r re nt ed autos, non-own e d autos, a nd hired autos. 4.07 Workers' Compensation/Employer's Liability Insurance. T he fo ll ow in g Workers' Compensation In surance s hall includ e th e following term s: (a) E mpl oye r 's Liability minimum limits of liability no t le ss than $1,000,000 for each accident/each di sease/eac h e mplo yee are re quired; (b) "Texas Waiver of Our Ri g ht to Recover From Others E nd o rse m ent, WC 42 03 04" s hall be includ e d in this p o li cy; and Co ntra ct No . 20300298 General Se rvice Contrac t Sanborn Ma p Company In c. CRC 1-24 -202 0 Page 14 (c) TEXAS mu st appea r in It e m 3A of the W orkers ' Compensation coverage or Ite m 3C mu s t contain the following: ''All Stat es except th ose n a m e d in Item 3A and the States of NV, ND, OH , WA , WV, and WY". ARTICLE V INDEMNIFICATION AND RELEASE 5.01 Indemnification. The Contractor shall indemnify, hold harmless, and defend the City, its Council members, officials, officers, agents, volunteers, and employees from and against any and all claims, losses, damages, causes of action, suits, and liability of every kind, including all expenses of litigation, court costs, and attorneys' fees , for injury to or death of any person or for damage to any property arising out of or in connection with the work or services done by the Contractor under this Contract. Such indemnity shall apply regardless of whether the claims, losses, damages, causes of action, suits, or liability arise in whole or in part from the negligence of the City, any other party indemnified hereunder, the Contractor, or any third party. There shall be no additional indemnification other than as set forth in this section. All other provisions regarding the same subject matter shall be declared void and of no effect. 5.02 Release. The Contractor assumes full responsibility for the work to be performed hereunder and hereby releases, relinquishes , and discharges the City, its Council members, officials, officers, agents, volunteers, and employees from all claims, demands, and causes of action of every kind and character, including the cost of defense thereof, for any injury to or death of any person and any loss of or damage to any property that is caused by, alleged to be caused by, arising out of, or in connection with the Contractor's work to be performed hereunder. This release shall apply regardless of whether said claims, demands, and causes of action are covered in whole or in part by insurance and regardless of whether such injury, death , loss, or damage was caused in whole or in part by the negligence of the City, any other party released hereunder, the Contractor, or any third party. There shall be no additional release or hold harmless provision other than as set forth in this section. All other provisions regarding the same subject matter shall be declared void and of no effect. ARTICLE VI FORCE MAJEURE 6.01 Force Majeure. Ne ith er party s h a ll b e li ab le in damages for a ny delay or default in performing if s uc h d e lay o r d efa ult is ca u sed by event s of Fo rc e Majeure. Force Majeure s h a ll m ean any events o r actions beyond the reasonable control of e ith e r the C it y o r the Contracto r preventing o r delaying the exec uti on of or compliance with a n y of th e terms and co nditi o n s contained in th e Co ntract includin g, but n o t limited to: st rik es, lock outs, la b o r sho rt ages, power s h ortages, wars, acts of God , a nd gove rnm e nt a l reg ul a ti o n s, includin g th e restrictions imposed by a ir traffic control personnel w ith authority over a ir s p ace required for flight o p erati o n s , restrictin g n o rm a l operati ons, weath er o r a tm osph e ric conditions th at a re no t conducive for the collection of ae ri a l imagery or terrain data in a m an n er th at is n ecessa r y to m eet or exceed the requirements of Co nt ract No. 20300298 General Serv ice Con t ract Sanborn Ma p Compa ny In c. CRC 1-24-2 020 Page I S a ny Deliverable , and in ab ilit y of th e C it y to provide a ny spec ified Sources in a timely manne r (Sources shall mean a ll in for mat io n and /o r mater ia ls as may be defin ed in the Co ntra ct required to be provided by the C it y to th e Co ntract or fo r the pe rformance of the se rvic es). If a nd to the ex ten t that th e Co ntracto r s uffe rs a de lay as a res ult of an eve nt of Force M ajeure , th e n it sha ll be e ntitl ed to a de li ve ry sc hedul e ex te ns io n by a per iod of tim e equal to the pe riod of int erruption caused by th e Fo rce Majeure eve nt. ARTICLE VII GENERAL TERMS 7.01 Performance. Co ntractor , it s empl oyees , assoc iate s, or subcontract ors sha ll perform all th e wo rk or serv ic es desc rib ed in the Scope of Se rvic es in a go od , workmanlike, a nd profess ional mann er and in accordanc e with this Contract, a nd all a pplicable law s, codes, a nd reg ulati ons . Contractor sha ll be fully qualified and competent to perform the work o r se rvic es. Co ntractor sha ll und erta ke and co mpl ete th e wor k o r se rvic es in a timely manner. 7.02 Termination. T he C it y may terminate the Project and this Contract, at any time, for convenience. In the eve nt of s uc h termination the City wi ll not ify the Co ntractor in writin g and th e Co ntr acto r sha ll cease work immediately. Co ntra cto r shall be compensated for th e wor k or se rv ic es pe rfor med. Should the C ity terminate thi s Contract for convenience, the City sha ll pa y Co ntractor for the wo rk or se rv ic es pe rfor med and ex penses incurred befo re the date of termination . 7.03 Venue. This Co ntract ha s be e n made under and shall be gove rn ed by th e laws of th e State of Texas. T he parti es ag ree th at perform a nc e and all matters relat ed thereto shall be in Brazos Co unt y, Texas. 7.04 Amendment. T hi s Co ntra ct may o nl y be a me nded by wr itt e n in st rum e nt ap prov ed a nd exec ut ed by the parties. 7.05 Taxes. The C ity is exe mpt from payment of state and loca l sa les a nd use taxes on lab or and mat er ia ls incorp orated int o th e proj ec t. If necessary, it is th e Co ntra ctor's res ponsibility to o bt a in a sa les ta x permit , resale ce 11ificate, and exe mption ce rtificate that shall enab le th e Co ntractor to bu y any mat eria ls to be in co rp orate d into the project and then re se ll the aforementioned materials to the C it y without paying the tax on th e mater ia ls at th e time of purch ase . 7.06 Compliance with Laws. The Con trac to r wi ll comply w ith a ll app lic ab le federal , state , a nd loca l stat ut es , regu lat io ns, o rdin ance s, a nd ot her laws, includin g but not I im ited to the Immi grat io n Reform a nd Contro l Act (!RCA). The Co nt racto r ma y not knowingly obtain the labor or serv ices of an und oc um e nt ed worke r. T he Co ntract or , not th e City, mu st ver ify e li gibi lit y for e mpl oy me nt as req uir ed by !R CA. 7.07 Waiver of Terms. No wa ive r or deferral by e ith e r pa 11 y of any term o r condition of thi s Contract sha ll be deemed or co nstrued to be a wa ive r or deferral of a ny ot her term or cond iti o n o r sub seq uent waiver o r deferral of the same term o r co ndit ion. Contract o . 203002 9 8 Ge neral Serv ic e Contract Sa nb orn Ma p Compa ny In c. CRC 1-2 4-2 0 20 Page I 6 7.08 Assignment. T hi s Contract a nd the ri g ht s a nd o bli gati o ns co nt a in e d he rei n m ay not be assi g ned by the Contractor w ithout the prior writt e n a pp rova l of City. 7.09 Invalidity. If a ny pro v is io n of thi s Agreement s hall be he ld to be invalid, illegal o r un enfo rceab le by a court o r other tribun a l of compe ten t jurisdiction , the validity, lega lit y, a nd e nfo rceab ilit y of the re mainin g prov is io ns s ha ll not in a ny way b e affect e d o r impai re d thereby. The pa11ies s ha ll use th e ir best effo rt s to replace the respective pro visio n o r prov is io n s of this Agreement with lega l terms a nd conditions approx im a tin g the original int e nt of the parties. 7.10 Prioritization. Contractor and City agree that City is a political subdivi s ion of the State of Texas and is thus s ubject to certain la ws. Because of th is th ere may be documents or portions thereof a dd e d by Contractor to thi s Agreement as exhibit s that conflict w ith s uc h laws, o r that confli ct w ith the te rm s and conditions here in exc ludin g the additio n s by Co ntractor. In e ith er case, th e app li ca bl e law or the applicable provision of this Agreem e nt exclud in g such conflicting addition by Contractor shall preva il. The parti es und e rstand this section co mpri ses p art of this Agreem e nt without necess ity of additional con s id erati o n . 7.11 Entire Agreement. This Contract re presents the e ntire a nd integrated agreem e nt between the City a nd Contractor and s up e rsed es a ll prior negotiat io ns, representations, o r ag reement s, e ith er written or oral. T hi s Contract may on ly be amended by writte n in stru m e nt ap pro ved a nd execute d by the parties . 7.12 Agree to Terms. The parti es state th at th ey have read the terms a nd conditions of this Contract and agree to the t erm s and conditions contained in thi s Contract. 7.13 Effective Date. T hi s Contract goes into effect w hen duly a pproved by a ll the pai1ies hereto . 7.14 Notice. A ny official notice und er this Contract wi ll be se nt to the fo ll ow in g addre s ses: CITY OF COLLEGE STATION Att n : Venessa Garza PO BOX 9960 1101 Texas Ave Co ll ege Stat io n, TX 77842 vgarza@ cstx.gov THE SANBORN MAP COMPANY, INC. Attn: Corporate Contracts 1935 Jambo ree Dr, Ste 100 Co lorado S prin gs , CO 80920 akappe l@ sa nb orn.com 7.15 Seve rability. In the even t a ny o ne or more of the provisions contained in this Contract s ha ll for a ny reason be he ld to be in val id , ill egal , o r un enforceab le in any respect , s u c h Contrac t N o . 20300298 Gen eral Serv ic e Contract Sanb o rn Ma p Company In c . CRC 1-2 4-2020 Page I 7 invalidity, ill egality, or un enforceabi lity s h a ll not affec t the oth er provisions, and in li eu of each provision that is invalid , illegal or unenforceable, there sha ll be added a new provision to this Co nt ract as s imil ar in terms to s u c h invalid, illegal , or un enforcea bl e provision as may be possible and yet be valid , lega l a nd enfo rc eab le , b y m eans of good fait h negotiat io n by the Parties to this Contract o r by reform by a court of competent jurisd iction . 7.16 Duplicate Originals. The pa11ie s may execute thi s Contract in duplicate origina ls , each of eq u a l dignity. 7.17 Exhibits. A ll exhibits to this Contract are incorporated a nd made part of this Agreemen t for a ll purposes. 7.18 Verification No Boycott Israel. To the extent this Contract is considered a contract for goods or serv ic es su bj ect to § 2270.002 Texas Government Code, Contractor ve rifi es that it i) does not boycott Israel; and ii) wi ll n ot boycott Israel during the term of this Contract. C o ntract o. 2030029 8 General Service Contract Sanborn Map Company In c. CRC 1-24-2020 Pa ge I 8 List of Exhibits A. Scope of Services B. Payment Schedule C. Certificates of Insurance THE SANBORN MAP COMPANY, INC. Printed Na Title : t\Jc1,~\.deA*. I L-EQ I Contract No . 20300298 General Service Contract Sanborn Map Company Inc . CRC 1-24-2020 CITY OF COLLEGE STATION Page I 9 EXHIBIT A SCOPE OF SERVICES The tenns and conditions of this Contract shall take precedence and control over any tenn or provision of the Scope of Services that in any way conflicts with , differs from , or attempts to alter the tenns of this Contract. The acquisition of QL 1 Aerial LiDAR (Light Detection and Ranging) data for City of College Station per attached Scope of Work, provided by the Sanborn Map Company, Inc. Contract No . 20300298 General Service Contract Sanborn Map Company Inc . CRC 1-24-2020 sanborn January 22, 2020 Ms. Robyn Forsyth Buyer The City of College Station, Texas 1101 Texas Ave. College Sta tion, TX 77 840 Corporate H ad uo ner s l 5 fum • Driv Su1elOO Colorado Spnn11\, C'O 80 20 rtiori 719 S93 00 3 T ll-fr · I B 726 2676 I-ox . 719.!>28 !Jor w •w '>On rrn rom Re: RFP #20-010, R equest for Proposal for Lidar Services City of College Station -Sc ope of Work O verview, Option 2 Dear Sir or Madam: On behalf of The Sanborn Map Company, Inc. (Sanborn), it is my pleasure to provide an overview of Sanborn's proposed sco pe of work for providing services under Option 2 of our su bmitted proposal to the City of College Station, Texas (C ity) for the opportunity referenced above. Scope of W ork O verview: Sanborn understands that the City of College Station wis hes to procure: • Collection of lidar data to meet or exceed the United States Geological Survey (USGS) Quality Level 1 (QLl ) specifications, with a minimum of 8 points per square meter during leaf-off seaso n (end of January to but no later than March 15 1h), and under optimum ground conditions. Flying cannot occur during an y sn ow cover, signi ficant flood conditions, and the area between the aircraft and ground must be free of clouds, fog, smoke and dust. • Lidar data to be acquired using a the Leica TerrainMapper. • Standards for acquisition, process ing and ground control will meet or exceed the late st industry sta ndard of the American Society for Photogrammetric and Remote Sensing (A SPRS) and the USGS QLl d ata and deliverables • Establishment or recovery of ground control and checkpoints as needed to support the accuracy specification; • Delivery of classified point cloud , bare earth D EM, and breaklines to support 1-foot contour (contours/breaklines); • Sanborn will deliver the data in tile format We will work with the City to determine the best tile size for the data to b e manageable/ consumable b y the u se rs . • Supplemental documentation, reports, and deliverab le s created as a part of the productio n process for all d ata la ye rs , as outlined in the RFP , including metadata. The Ci ty of Colle ge Station, Texas January 20 , 2020 P age 2 of 5 Mapping limit areas of interest (A OI) are understood to be approximately 154.66 square miles as illustrated in Attachment I, with a buffer of 100 meters. The data la yers are to be geo-referenced and projected in UTM Zone 14 North American Datum of 1983 (NAD83) North American Vertical Datum of 1988 (NAVD88), using the latest National Geodetic Survey (NGS) approved geoid for converting ellipsoidal heights to orthometric heights . Units are meters . The data will also be re-projected to NAD_1983_StatePlane_Texas_Central_FIPS_ 4203_Feet. Project Status R eporting Sanborn is committed to successful internal performance management and to providing customers with easy access to the status of their projects. We accomplish this by using a variety of proven tools . Project Status Reporting is one of the most critical aspects of communication for large projects with many playe rs and variables. As a result, Sanborn utilizes four primary technologies to provide update information about the project to the City of College Station, in cl uding real-time web-based tracking reports . 1. Writt e n Statu s Reports -Ms . Marcotte will submit a monthly Project Status Report to provide project team members with a common understanding of the important issues, procedures, and goals associated with the project. The report summarizes project activities completed over the past reporting period and those planned over the next similar time period. Information addressed in the Project Status Report includes the fo ll owing: • Major activities completed during the m ost recent rep orting period • Summary of data production status, including but not limited to listing of data accepted b y the City of College Station and the status of the City of College Station's review of delivered data • Description of current project issues and procedures • Activities to be completed over the next reporting period • Data production forecasts for the next reporting period • List of requested action items • List of o u tstanding issues / action items 2. Statu s Calls -Status calls can also be held with the City of College Station to coordinate project activities and to review open iss ues noted in the status report. Exact times will be established with the City of Coll ege Station d uring the project initiation meetings . It is the Sanborn project manager's responsibility to facilitate this call, documen t new actions, address the status of open iss ues, and assign action items . A sample agenda is as follows : • Major issues and action items completed for a specified time period • Critical issues and actions not completed and their potential impacts including, but not limited to, the City of College Station's review of deliverables and th e schedule for source data delivery • Production status • Action items for next reporting period • Upcoming action items and questions 3. We b-Base d Reporting/ Progr am Status via Sanborn's Flight Analy st™ -Sanborn recognizes th e importance of enabling our clients to gath er information on the status of their projects during acquisition. Being ab le to anticipate deliveries and to gather information on The City of College Station, Texas January 20, 2020 Page 3 of 5 your projects status without relying on project management or production personnel can be very important (i f not critical) at times . Understanding this need, Sanborn developed a system that provides our clients with the ability to view the status of their acquisition projects through an Internet connection. The Flight Analyst™ is Sanborn's method of visually tracking projects internally while at the same time allowing our clients to view the status of their projects. This browser-based viewing system allows clients to check the status of their projects at any time. The Flight Analyst™, which is strictly for viewing purposes , is accessible via the Internet using standard web browser . No additional client-side software is required . Our Program Manager will ensure tl1e Flight Analys t™ website is updated on a daily basis for acquisition. The web-based online status viewer will reflect a status for each tile or block as appropriate. Information posted to the status reporting site includes the progress for aerial lidar acquisition. 4. Web-based Collaboration Site -Our proposal assumes we will develop a project website to be accessib le through our internal Intranet as well as the Internet. This tool will facilitate communication, document control, and stand ardization of procedures for both internal and external project /task management. This website will be d esigned specifically for tl1e City of College Station's project, and confidentially secured b y u ser login and password. Project home pages provide hyperlinks to proj ect reference documents, specifications, productivity and quality data, project status reports, technical support requests, and can be the primary mechanism for distributing status reports. Instituting this for tl1e City of College Station would greatly improve project communicatio n s and tracking. This technology will benefit this project and the City of College Station b y: • Providing easy distribution of project updates, alleviating total reliance o n email, faxes, etc. • Providing summary and detailed level reporting, as well as sorting information b y category. The City of College Station, Texas January 20, 2020 Page 4 of 5 DELIVERABLES ~: ''"~1,Jr r.·~:·.~r~ .. 'I ~.,;r:".fl''r-·-;;-t,!< '''SUmma"' :'6f 1Deliverat5l es-<:.fi•l .. ~~·>i.· l"~ {'.~'.1:-: w~.'.{:!'~";,"';,;,·.r: !..__ -...-. &.' • .:.~-~-·.• .. ~"-"--l > -~,.{l ,i,.,WL:. ~--~~ i..-_ _.,, ~-·-----~'-_, ..,.....L -'°' ' •~---•a ....._.J.'.:.4_.J.,_t\:.J .L."\..,.! .wt'. .J......;,f: J,-4~~ .. w-?. ' ) ..:..G'j_., -l.-• ,,... lr..o Deliverable Description Flight Plans Planned flight lines and blocks in Google KML/KMZ and Adobe PDF formats. Survey Report Comprehensive report documenting the ground survey processes , procedures and results in Adobe PDF format. Sensor Calibration Report Sensor calibration report in pdf format. . Classified Lidar Classified lidar point cloud cut to tile index in ASPRS LAS format. Bare-Earth Lidar Class 2 -Ground-only point cloud cut to tile index in ASPRS LAS format. Model Key-points Class 8 -Key-point Flag , algorithm-based surface mass points . 3D , 32-bit elevation rasters derived from the bare-earth classified points to the Bare-Earth DEM minimum supported cell size in ERDA IMG or Geo TIFF formats (Hydro- Flattened , Hydro-Enforced , or Breakline Excluded). Breaklines 3D breakline vector data in Esri Shapefile or Geodatabase formats . Contours 1-foot interval 3D contour vector data in Esri Shapefile or Geodatabase formats . Ground Survey Ground-surveyed calibration and/or check points in Esri Shapefile and Excel Tabular formats. Metadata Project-and/or product-level FGDC-compliant metadata in Extensible Markup Lanquaqe (XML) format. Lidar Report Comprehensive report documenting the lidar processes , procedures and results in Adobe PDF format. Schedule The schedule is provid ed in Attachment A. Cost Sa nb orn's technical d es ign for this program is in full complian ce wi th th e technical r equirem ents d etail ed in th e City's RFP . We have provid ed an O ptio n 2 cos t that provi d es a reductio n in the scop e of wo rk fo r th e p oint classi ficati on. Our proposal includes th e use of o ur lo ng-time o ffsh or e subco ntrac tor, Sh ando ng Eastd awn Corporati o n (E astd aw n), to p rovide suppo r t fo r p ortio n s o f the lid ar p rodu cti o n . T his o p tio n m eets USGS Standard B ase p o int cl ass ificatio n requirem ents, as shown o n th e fo ll owin g page . :'~l'y . ·;: rstandara us'G"s · Base' Poinf Cla ~ses !·'.:'" ·s.i~7·~: ~,. ... " • _,..,', ·-..... • ... t --.<4-•• -.. ,, .? ... , .... -~..l. -~ib ' Class 0 Created , never classified Class 1 Unclassified Class 2 Ground Class 7 Low Point (noise) Class 8 Reserved Class 9 Water Class 17 Bridge Deck Class 18 High Noise Flags Overlap and Withheld The Ci ty of College Station, T exas January 20, 20 20 P age 5 of 5 1!t~~:~.<;_6Jl~ge $~~.tj~ff ·Pri~ing __ for .st a.r:i_q .~r~f:.lls~-s :~_~s·~;P~qi flt 1:1a~~~~fi c~t L~h ~~;;:it;; Scope of Work Area Size Cost A. Lidar Collection Reauirement 154.66 $2 2 ,22 7 .97 B. Lidar Collection Specifications 154 .66 $ 3 ,856 .7 1 C . Lidar Collection Deliverables 154 .66 $6 ,8 12 .50 D. Lidar Data Deliverables 15 4 .66 $10 ,83 7 .54 D.1 Breaklines and Contour 154 .66 $11 ,63 4 .75 Generation Total Price 154.66 $55 ,369 .47 Sanborn's fee schedule i s broken down by tasks A-D. The item s we are including are as follows: • Task A includes ae rial acquisition of the lidar. • Task B included survey of seven (7) ground contro l points to support the lidar calibratio n to support Quality Level 1 (QLl ) accuracy • Task C includes ground control survey of an additional twenty-five (25 ) checkpoints to be u sed and delivery of the QA/QC report containing the analysis, accuracy assessment and validation of the project d ata and deliverab les. A lso includes miscellaneous documents required, such as schedule, calibration rep ort, etc.) • T ask D Includes fina l point cla ss ification, re-proj ection of the data and delivery of bare earth D EM • T ask D.1 includes the compilation of breaklines as needed and delivery of 1-foot contours . Smoothing and filtering routines will be used to result in conto urs that ha ve an aesthetically pleasing cartographic appearance, while s till maintaining geospatial accuracy and o ptimizing the size of the contour database by eliminating redundant vertices in the contour s trings. However, we would like to note that lidar contours will have a character that i s driven b y the new technology, and will appear different fr o m contours generated u sing aerial imagery. Sa nborn considers the pricing information to be confidential and proprietary . Lidar Services for City of College Station, TX ID Ta sk Name Start Finish ril a une ul u ust 3/15 3122 3/29 415 4112 4119 4/26 5/3 5110 511 1 5124 5131 6n 6/14 6121 6/28 715 1112 1119 1126 612 8/9 8/16 8/23 C ity of College Station , TX Lida r RFP Tue 2/4120 2 Project Execution I Milestones Fri 217/20 Thu 2113/20 ....... 3 Contract Start Date Fri217/20 Tue 2/11/20 4 Project Kickoff Meeting Thu 2/13/20 Thu 2/13/20 5 LiDAR Tue 214120 Wed 8/26/20 6 Acquisition of Li DAR Tue 2/4120 Fri 3/13/20 7 Acqusiti on Planning Tue 2/4/20 Wed 2/5/20 8 Deliver Flight and Control Plans for the Thu 2/6/20 Thu 2/6/20 City's review 9 City's Review/approve flight & control plans Fri 217/20 Thu 2/13/20 10 Su rvey Ground Control Fri 2/14 /2 0 Thu 2/27/20 11 Acquisition Window (weather permitting) Wed 2119/20 Fri 3/13/2 0 12 Topographic Data Mon 3/16/20 Wed 8/26/20 13 Process Control and create reports Mon 3/16/20 Fri 4/10/20 14 Deliver Flight , calibra tion and control reports Mon 4/13/20 Mon 4/13/20 15 City's review of the Flight and control reports Tue 4/14/20 Mon 4/27/20 16 Point cloud , breaklines , DEM (Pilot Area) Mon 3/30/20 Fri 4/2 4/20 17 Deliver topographic data for pilot area Mon 4/27/20 Mon 4/27/20 18 City's review of pilot data Tue 4/28 /20 Mon 5/1 1/20 19 Po int cloud , breaklines , DEM , metadata Tue 4/28 /20 Mon 7/27/20 deliverables (Fu ll Production) 20 Deliver Draft of Full production data Tue 7/28/20 Tue 7/28/20 2 1 City's review of draft full producti on data Wed 7/29/20 Tue 8/11/20 22 Incorporate client feedback , if needed Wed 8/12/20 Tue 8/25/20 ± 23 Deliver final products Wed 8/26 /2 0 Wed 8/26/2 0 24 Project Closeout Thu 8/27/20 Thu 8/27/20 Date : Wed 1122/20 Task Milestone • Summary •-----• Final schedule dependent on contract execution and completion of data acqui sition. Page 1 sanborn EXHIBITB PAYMENT SCHEDULE Payment is a fi xed fee in the amount listed in Article I of this Contract. This amount shall be payable by the City pursuant to the schedule listed below and upon completion of the services and written acceptance by the City. The City will pay such invoices in compliance with the Texas Prompt Payment Act. Schedule of Payment for each phase: The Consultant may submit invoices to the City with completion and acceptance of each deliverable, accompanied by an explanation of charges. The City will pay such invoices according to normal payment procedures, after approval from the Project Manager. Deliverables A. LiDar Collection Requirements (Flight & Control Plans) B. LiDar Collection Specification (Flight Completed) C . LiDar Collection Deliverables (Flight Calibration & Control Reports) D. LiDar Data Deliverables (Deliverables) D 1. Breakines & Contour Generation Contract o. 20 300298 General Service Contract Sanborn Map Company Inc. CRC 1-24-2020 Tentative Deadline Cost February I 3 ,2020 $22 ,227.97 March 15 , 2020 $3 ,856.71 April I 3,2020 $6 ,812.50 Jul y 28, 2020 $10 ,837.54 August 31 , 2020 $11 ,634.75 Grand Total : $55 ,369.4 7 Contract No. 20300298 Gen e ral Service Co ntract Sanborn Map Co mpany Inc . CRC 1-24-2020 EXHIBITC CERTIFICATES OF INSURANCE .. ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM /DD /YYYY ) ~ 01 /17/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND , EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER , AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed . If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy , certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such end o rsement(s). PRODUCER CONTACT MARSH USA IN C. NAME: PHONE I iffc Nol : 122517TH STR EET , SUITE 1300 IAIC No E•tl : DENVER, CO 80202-5534 E-MAIL Att n: De nve r.ce rtreq uest@ marsh.com/FAX: 212 948-438 1 ADDRESS : INSURER (S) AFFORDING COVERAGE NAIC# CN 102 177 4 76-S TND-GAWUE-19-INSURER A : Transpo rt atio n Insurance Co 20494 INSURED INSURER B : America n Casualty Company of Reading , PA 20427 The Sa nbo rn Map Com pany , Inc. 1935 Jamb ore e Dri ve , Suite 100 INSURER C : NIA N/A Colorado Springs , CO 80920 INSURER D : Pinnace! Assurance 41190 INS URER E : N/A N/A INSURER F : Zurich Ame ri can Insurance Comnanv 16535 COVERAGES CERTIFICATE NUMBER : SEA-00364628 1-02 REVISION NUMBER: 10 THI S IS TO CERT IF Y THAT THE POLICIES OF IN SURAN CE LI STE D BEL OW HAV E BEEN ISS UED TO THE IN SURED NAMED ABOVE FOR THE POLIC Y PER IOD IND ICATE D. NOTWITHSTANDING ANY REQU IRE MENT , TERM OR CON DIT ION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI S CERTIFICATE MAY BE ISSUED OR MAY PERTAIN , THE IN SURANC E AFFORDED BY THE POLIC IE S DE SC RIBE D HEREI N JS SUB JECT TO A LL THE TERMS , EXC LU SION S AND COND ITI ONS OF SUC H POLI CIE S. LI MITS SHOWN MAY HAVE BEEN REDU CED BY PA ID CLA IMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE >»On •~m POLICY NUM BER IMM /DD /YYYY I IMM /DD/YYYYI LIMITS A x COMMERCIAL GENERAL LIABILITY 40344 23300 10/01/2019 10/01/2020 EACH OCC URRE NCE $ 1,000,000 r--D CLAI MS-MADE 0 OCCUR ~~~~~i~ YE~~~~r~ence) $ 1,000 ,000 -MED EXP (Any one person) $ 15,000 PERSONA L & ADV IN JURY -$ 1,000 ,000 GEN 'L AGG RE GATE LI MIT APPLIE S PER : GE NE RA L AGGR EGATE $ 2,000 ,000 Pl D PRO-D LOC 2,000 ,000 POLI CY JE CT PRO DU CTS -COMP/OP AGG $ OTHER : $ B AUTOMOBILE LIABILITY 403442328 1 10/01 /2019 10/01 /2020 rE~~~~~~~ti'ING LE LI MIT $ 1,000 ,000 -x ANY AUT O BODIL Y INJ URY (Per pe rson) $ --OW NED SCHEDUL ED AUTO S ONLY x AUTO S BODIL Y IN JURY (Per acci denl ) $ -HIRED NON-OWNE D PRO PE RTY DAMAG E x AUTO S ONLY x AUTO S ONLY /Pe r accident\ $ --Co mp I Coll Deducti ble $ 500 UMBRELLA LIAB H OCCUR EAC H OCCURRENCE $ -EXCESS LIAB CLAI MS-MADE AGGREGATE $ DED I I RETE NTION $ $ D WORKERS COMP ENSATION 41960 17 (CO) lU/Ulilu I~ 10/0112020 x 1 ~~rTU T E 1 I OTH- AND EMPLOYERS ' LIABILITY ER F Y/N WC 1036846-03 (AOS) 10/01/2019 10/01 /2020 ANYPRO PRIET OR/PART NER/EXEC UTI VE 0 E.L. EAC H ACCIDEN T $ 1,000 ,000 OF FI CER/M EMB ER EXC LUD ED ? N/A (Man datory in NH) E.L. DISEASE -EA EMPLOY EE $ 1,000 ,000 If yes, describe under DESC RIPT ION OF OPERATI ONS below E.L. DI SEASE -PO LI CY LI MIT $ 1,000 ,000 DESCR IPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101 , Additional Remark s Sch edule . may be attached if more space is required) Re : General Se rvi ce Contract ; Lida r Services City of College Station City of College Station , its officers , age nts, volunteers , and employees are included as additional insured (except workers co mpensation) where required by written contract. This insurance coverage is prima ry and non-contrib uto ry if required in a writte n conlract or agreemen t executed prior to loss . Waiver of sub rogation is applicable where requi red by written con trac t. Host Liquor Liabili ty is include d in General Liabil ity subjec t to policy terms and cond itions . CERTIFICATE HOLDER CANCELLATION City of College Station , Texas SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE PO Box 9960 THE EXPIRATI ON DATE THEREOF , NOTICE WILL BE DELIVERED IN 110 1 Texas Ave . ACCORDANCE WITH THE POLICY PROVISIONS. College Station , TX 77842 AUTHORIZED REPRESENTATIVE of Marsh USA Inc . I Nath an Mulha use r _,....,~~;:·::. -~.,,..-...e_- © 1988-2016 ACORD CORPORATION . All rights reserved . ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD ACORD~ CERTIFICATE OF LIABILITY INSURANCE I DATE (MM /DD/YYYY) ~ 01/17/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed . If SUBROGATION IS WAIVED , subject to f 1e terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME : MARSH USA INC . ;.~~NJn c-" I fffc No 1: 122517TH STREET , SUITE 1300 DENVER , CO 80202 -5534 E-MAI L Attn : Denver .ce rtrequest@marsh .com/FAX : 212 948-4381 ADDRESS : INSURER ISI AFF ORDING COV ERAG E NA IC# CN102177 4 76-STND-GAWUE-19-INSURER A : Transoo rta tion Insurance Co 20494 INSURED INSURER B : America n Cas uattv Comoa nv of Readino , PA 20427 The Sanborn Map Company , Inc . 1935 Jamboree Drive , Suite 100 INSURER C : N/A N/A Colorado Springs , CO 80920 INSURER o : Pinnacot Assu rance 41190 INSURER E : N/A N/A INSURER F : Zurich Ame ri can Insurance Co mnan v 16535 COVERAGES CERTIFICATE NUMBER" SEA-003646281-02 REVISION NUMBER· 10 TH IS IS TO CERTIFY THAT THE POLIC IES OF INSURANCE LISTED BE LOW HAVE BEEN ISSUE D TO THE INSUR ED NAMED ABOVE FOR THE POLICY PERI OD IND ICATED. NOTWITHSTAND ING ANY REQU IREMENT , TERM OR COND IT ION OF ANY CONTRAC T OR OTHER DOCUMENT WITH RESPECT TO WHICH T HIS CERTIFIC AT E MA Y BE ISSUE D OR MAY PERTAIN , THE INSURANCE AFFORDED BY THE POLIC IE S DESCRIBE D HEREIN IS SUBJECT TO ALL THE TE RM S, EXCLUSIO NS AND COND ITI ONS OF SUCH POLI CIES. LI MITS SHOWN MA Y HAVE BE EN REDUCED BY PAID CLA IMS . INS R ADDI SUBR l ~~J-J%1JVv, .~~r6%YJ~, LTR TYPE OF INSURANCE ou~n un •n POLICY NUMBER LIMITS A x COMMERCIAL GENERAL LIABI LITY 4034423300 10/01 /2019 10/01 /2020 EACH OCCU RR ENCE $ 1,000 ,000 r--D CLA IMS-MADE 0 OCCUR ~~~~~~J9E~~~ence1 $ 1,000,000 MED EXP (Any one person) $ 15 ,000 r-- PERSONAL & ADV INJURY s 1,000 ,000 r-- GEN'L AGGREGATE LIMIT APPLIES PER : GENERALAGGREGATE $ 2,000 ,000 M D PRO-D LOC 2,000 ,000 POLICY JEC T PRODUCTS -COMP/OP AGG $ OTHER : $ 8 AUTOMOBILE LI AB ILITY 4034423281 10/01 /2019 10/01 /2020 fe:~~~d~~t~INGLE LIMIT s 1,000 ,000 r--x ANY AUTO BODILY INJURY (Per person) s r--OWNED ~ SCHEDULED AUTOS ONLY x AUTOS BODILY INJURY (Per accident) $ r--r--x HIRED x NON-OWNED ;p~?~zc~J.;i;.RAMAGE $ r--AU TOS ONLY r--AUTO S ONLY Co mp I Cott Deductible $ 500 UMBRE LLA LI AB H OCCUR EACH OCCURRENCE $ r-- EXCESS LI AB CLAIMS-MADE AGGREGATE $ OED I I RETEN TIO N $ $ D WORKERS COMPEN SATION 4196017 (CO) 1U/U1/£Urn 10/01 /2020 x I ~f~TUTE 1 1 OTH- AND EMPLOYERS ' LI ABILITY ER F YI N WC 1036846-03 (AOS) 10/0 1/2019 10/01 /2020 1,000 ,000 ANY PRO PR IET OR/PARTNER/EXECUTIVE 0 E.L. EACH ACC IDENT $ OFF ICER/MEM BE R EXCLUDE D? N I A (Mand atory in NH ) E.L. DI SEASE -EA EMPLOYEE s 1,000 ,000 If yes, describe under DESCR IPTION OF OPERAT IONS below E.L. DISEASE -POLICY LIMIT s 1,000 ,000 DES CRIP TION OF OPERATI ON S I LOCATION S I VEHICLES (ACORD 101 , Add ition al Rema rks Schedule, may be attache d if mo re space is re quired) Re : General Service Contract; lidar Se rvi ces City of College Stat ion City of College Station , its officers , age nts, volunteers , and employees are included as additional insured (exc ept workers compensatio n) where required by written contract. This insurance coverage is primary and non-contributory if required in a written contract or agreement executed prior to toss . Waiver of subrogation is applicable where required by written contract. Host Liquor Li ab ility is incl uded in General Liabil ity subject to policy terms and conditions . CERTIFICATE HOLDER CANCELLATION City of College Station , Texas SHOULD ANY OF THE ABOVE DESCRIBED POLICI ES BE CANCELLED BEFORE PO Box 9960 THE EXPIRATION DATE THEREOF , NOTICE WILL BE DELIVERED IN 1101 Tex as Ave . ACCORDANCE WITH THE POLICY PROVISIONS . College Sta tio n, TX 77842 AUTHOR IZ ED REPRESENTAT IVE of Mars h USA Inc. I Nathan Muthause r ~~~ © 1988-2016 ACORD CORPORATION . All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD BILL TO City of College Station Accounting Division PO Box 9973 Purchase Order Fiscal Year 2020 Page : 1 of: 1 C1TY or Cou EGE STAT ION Hom,. ofTa.:JlJ A&A1 Univmiry • College Station, TX 77842-9973 (979) 764-3569 Fax : (979) 764-3899 VendorlnvoiceEntry@cstx.gov Order Date 0210512020 E THE SANBORN MAP COMPANY INC N 1935 JAMBOREE DR Purchase Order# 20202087-00 D SUITE 100 0 COLORADO SPRINGS , CO 80920 R R E THE SANBORN MAP COMPANY INC M 1935 JAMBOREE DR I SUITE 100 T COLORADO SPRINGS , CO 80920 T 0 Vendor Phone Number I Vendor Fax Number I Requisition Number I 321-613-2809 I I I s THIS NUMBER MUST APPEAR ON ALL INVOICES, PACKAGES AND SHIPPING PAPERS. H PLANNING & DEVELOPMENT SERVICE I PO Box 9960 p 1101 Texas Ave S T College Station , TX 77842 0 Delivery Reference LiDAR Data Date Ordered I Vendor Number I Date Required I Freight Method/Terms I Department/Location 0210512020 I 5059 I 08/3112020 I I Planning & Development Service Item# Description/PartNo QTY UOM Unit Price Extended Price 1 LiDar CollectionReqiurements (Flight and Control Plans 22,227.97 EACH 10010542 -5303 $22,227.97 2 LiDAR Collection Specification (Flight completed) 10010542 -5303 $3,856.71 3,856 .71 EACH 3 LiDAR Collection Deliverables (Flight Calibration & Control 6,812.50 EACH Reports) 10010542 -5303 $6,812.50 4 LiDAR Data Deliverables (Deliverables) 10010542 -5303 $10,837 .54 10,837.54 EACH 5 Breaklines & contour Generation (due by August 31, 2020) 11,634. 75 EACH 10010542-5303 $11,634.75 6 All Terms and Conditions of Written Contract take Precedence 1.00 EACH 10010542 -5303 $0.00 Purchase Order standard terms and conditions (attached) shall apply to this purchase . Prices , terms , conditions and specifications of Contract No. 20300298 shall apply to this purchase. Robyn Forsyth $1.0000 $1 .0000 $1.0000 $1.0000 $1.0000 $0 .0000 B y ~~~~~~~~~~~~~~~~~~ Bu yer VENDOR COPY Total Ext. Price PO Total $22 ,227.97 $3,856.71 $6,812 .50 $10,837.54 $11 ,634 .75 $0.00 $55,369.47 $55 369.47 CITY OF COLLEGE STATION PURCHASE ORDER STANDARD TERMS AND CONDITIONS 1. ACCEPTANCE: Acceptance of this order must be without qualifications . CITY hereby objects to and will not be bo und by any different or additional terms and conditions contained in the acceptance unless each such different or additional term is expressly agreed to in writing by CITY . Vendor's action in (a) accepting this order, (b) delivering materials, or (c) performing services called for hereund e r shall constitute an acceptance of the terms and conditions below and on this order. 2. CHANGES/QUANTITIES: No changes may be made in this order without written authorization of the CITY . Ship exact quantities ordered except in instances where this is impractical such as material in bulk, uneven lengths , etc., in which case nearest amount available and not exceeding specified quantity is acceptable . 3 . INVOICES/DISCOUNTS: Invoice must be submitted by Vendor in duplicate to the City of College Station , Accounting Dept., P.O. Box 9973, College Station , Texas 77842-0973 . If invoices are subject to a cash discount , discount period to be taken from the date of completion of order or date of receipt in invoice, whichever occurs last regardless of whether or not correct discount terms appear on invoice. All invoices to be paid in full within 30 days after satisfactory delivery and billing unless otherwise specified or mutually agreed upon before this order was placed. The City of College Station will not be liable for payment of invoices received six (6) months after order completion (defined as "Acceptance "). 4. TAXES: This purchase order when properly executed by the CITY serves as a tax exemption certificate in that the CITY, as a municipality , claims an exemption from paym~nt of State Sales and Federal Excise taxes . These taxes must not be included on invoice . For Community Development contracts entered into between the successful contractor and homeowner, contractor shall pay all applicable taxes on material (i.e. material is not tax exempt). 5. PATENTS: Upon acceptance of this order, the vendor agrees to protect the CITY from any claim involving patent right infringements, copyrights, or sale franchises. 6. SHIPPING: All shipments to be prepaid . Where specific purchase is negotiated F.O.B. shipping point , the vendor is to prepay shipping charges and add to invoice. In shipments made direct by vendor's supplier , vendor is required to not ify his supplier to prepay shipments . 7. RISK OF LOSS: Risk of loss , damage or destruction of the materials covered by this order shall be borne by the Vendor until delivery in good condition of conforming products at the F.O.B . point designated on this order. Any rejected goods shall be at the Vendor's risk until returned to Vendor, at Vendor's expense, or otherwise disposed of as Vendor shall reasonably request. 8. DELIVERIES: All deliveries to be made to the CITY's Central Receiving location at 1601 Graham Road unless otherwise specified on the face of this order. Deliveries will be accepted only during normal working hours on normal working days (8 a.m.-5 p.m., Monday through Friday). Unless otherwise indicated, items received must be new and in first class condition and if type of materials normally packaged for protection and convenience in storage, shall be in proper container. All services performed shall conform to the quality and workmanship of the accepted standards in the industry . 9. VERBAL ORDERS: The terms and conditions on this form also apply to emergency and rush orders placed ve rbally with vendors already familiar with these terms and conditions, in which case a confirming purchase order stamped "CONFIRMATION " will be forwarded to the vendor. 10 . CANCELLATIONS: The CITY reserves the right to cancel purchase orders for failure on the part of the vendor to deliver as promised, or within a reasonable time if no delivery commitment is made unless acceptable notification of delay is g iven to the CITY by the vendor. 11. INDEMNIFICATION AND INSURANCE: VENDOR INDEMNIFIES, DEFENDS AND HOLDS CITY AND ITS AGENTS HARMLESS FROM ANY LIABILITY , INJURY, CLAIM, EXPENSES INCLUDING ATTORNEY'S FEES ARISING OUT OF THIS PURCHASE ORDER. CERTIFICATES OF INSURANCE MAY BE REQUIRED AS DETERMINED BY CITY AND MAY INCLUDE ONE OR MORE OF THE FOLLOWING: COMMERCIAL GENERAL, AUTO, WORKERS COMPENSATION AND PROFESSIONAL LIABILITY. 12 . PERSONAL INTEREST: Vendor agrees to abide by all applicable law regarding conflicts of interest , prohibition of personal interest and related matters including adherence to Chapter 171. Regulation of Conflicts of Interest of Office rs of Municipalities , Counties , and certain other local governments ; and Chapter 176 Disclosure of Certain Relationships with Local Government Officers , providing Public Access to Certain Information of the Te x as Local Government Code . 13. GOVERNING LAW: Th is Purchase Order shall be governed in accordance with the laws of th e State of Te xas . V e nue shall lie in Brazos County . 14. NO BOYCOTT ISRAEL: To the extent t h is transaction is considered a contract for goods or services subject to§ 2270 .002 Texas Government Code , Vendor verifies that it i) does not boycott Israel ; and ii) will not boycott Israel during the term of the provis ion of such goods or services . sanborn www.sanborn.com Accounting Division City Of CoHege Station PO Box 9973 College Station, TX 77842-9973 Project Name: College Station TX Lidar INVOICE Invoice Description Professional Services Progress Billing (see attached detail) RECE§VED MAR 31 2020 ACCOUNTING Date: Invoice No: Client No: Project No: 30-Mar-20 COS00006710 COLLEGESTA TION 312020312 $ 26,084.68 Total Service Fee Total Taxable Fee $ $ 26,084.68 TOTAL AMOUNT DUE THIS INVOICE Remittance lnstruclions Inquiry In struction s By Wire Transfer Remit To: Bank : J.P. Morgan Chase & Co. Account Name: The Sa nborn Map Company, Inc Account# 337889916 By C heck Remit To: T he Sanborn Map Co, Inc . Accounts Receivable 193 5 Jamboree Dr., Ste I 00 ABA Routing: I 0200I017 Colorado Springs, CO 80920 PLEASE IN CLUDE OUR INVOICE NO . IN THE DESCRJPTION FIELD OF THE WIRE TRANSFER. $ Address Inquires To: The Sanborn Map Co, Inc. 1935 Jamboree Dr., Ste I 00 Colorado Sprin gs, CO 80920 Return this Portion with your check Date : 03/30/20 Name: City Of College Station Client No: COLLEGESTATION Invoice No: COS00006710 Pmjecl No: 3 120203 l 2 AMOUNT DUE $ 26,084.68 Am oun t Pa id 26,084.68 Tht parries ht1~by innrponue OW" r'f'quirtmtnls of 41 C.t~.R. § 60..1.<1(2) and 29 C.F.R. § 471, Appt'ndi:J: A to Subpar1 A, ir:tppliublit. This renlntctor a nd subron1 r.1ctor sJ1ull nbhfr by lbr rrquin.'HM"HIS of 41 C FR 60~300.S(n) :and 41 CFR 60-741.S(a), if npplicnbtr. Tiirsr •'f'gulntions prohibit disnimin:Uion ng=-iust ftUt1lif>l'11 prol<'rted ffif'r.tUS and qualififd individu."lh with disnhilitirs, and nquirf' 2ffimt:llin artion by covt'1-ed 111im l' contrncfon and su brou1 rar1ors to t'mploy and :td \•:&n~ in r m1lloymr1u qualified JWOfrctrd vrlenms and qunlifird iudh'idm1ts with di.sabili1irs. MAR 31 202 ti INVOICE DETAIL A CCOU NT :t ~J f:~· i ~-----·-~-~-::__·~j Accounting Division City Of College Station PO Box 9973 College Station, TX 77842-9973 Vendor InvoiceEntry@cstx.gov (979) 764-3569 Project Name: College Station TX Lidar Invoice Description Professional Services LiDar Collection Requirement: Flight and control plans LiDar Collection Specification: Flight completed Date: Invoice No: Project No: Client No: PO# The media upon which the data is delivered is the property of The Sanborn Map Company, Inc . and Recipient shall return said property within 30 days of receipt or Recipient shall be invoiced and billed for the purch ase of said media, along with applicable sales taxes . TOTAL AMOUNT DUE THIS INVOICE Previously Billed : Total Billed This Contract: 30-Mar-20 COS0000671 O 31202031 2 COLLEGESTA TION 20202087-00 $ $ $ $ $ 22,227.97 3,856.71 26,084.68 26,084.68 sanborn www.sanborn.com Accounting Division City Of College Station PO Box 9973 · College Station, TX 77842-9973 Project Name: College Station TX Lidar INVOICE Invoice Description Professional Services Progress Billing (see attached detail) --------··---··----------- APR 3 0 2020 A CCO UNTING Date: Invoice No: Client No: Project No: ---------- 30-Apr-20 COS00006798 COLLEGESTA TION 312020312 $ 6,812.50 Total Service Fee Total Taxable Fee $ $ 6,812.50 TOTAL AMOUNT DUE THIS INVOICE Remittance Instructions Inquiry Instructions By Wire Transfer Remit To: Bank : J.P. Morgan Chase & Co . Account Name : The Sanborn Map Company, Inc Account# 337889916 By Check Remit To: The Sanborn Map Co, Inc . Accounts Receivable 1935 Jamboree Dr., Ste I 00 ABA Rou ting: !020010 17 Colorado Springs, CO 80920 PLEASE INCLUDE OUR INVOICE NO . IN THE DESCRIPTION FIELD OF THE WIRE TRANSFER. $ Address Inquires To: The Sanborn Map Co, Inc. 1935 Jamboree Dr., Ste I 00 Colorado Springs, CO 80920 Return this Portion with your check Date : 04/3 0/20 Name: City Of College Station ClientNo: COLLEGESTATION Invoice No: COS00006798 ProjectNo: 312020312 AMOUNT DUE $ 6,812 .50 Amount Paid 6,812.50 The pamu hereby lncorporale the requirements of 41 C.F.R. § 60-1 .4(a) and 29 C.F.R. § 471, Appeodis A to Subpart A, ifappUcable. Tith tontnctor and 1ubtontra<tor 1h1U abide by tht requlrt111ent 1or41 CFRCI0-3-00.S(a) aad 41CFR60-741.S(a), lhpplicable. These reaulatioru prohibit dlmimioatioo 11aj1Uf quaUfied protttted veterans aod qualified iodividu1l1 with disabilities, and require omnnativt action by covered prime contradors and .subcontracton to employ and advance Id employment qualified protecCed veteran11nd qualifie.d individuals wlth diaabilities , -·---- Accounting Division City Of College Station POBox9973 College Station, TX 77842-9973 VendorlnvoiceEntry@cstx.gov (979) 764-3569 Project Name: College Station TX Lidar INVOICE DETAIL Invoice Description Professional Services LiDar Collection Deliverables: Flight and control reports Date: Invoice No: Project No: Client No: PO# The media upon which the data is delivered is the property of The Sanborn Map Company, Inc . and Recipient shall return said property within 30 days ofreceipt or Recipient shall be invoiced and billed for the purchase of said media, along with applicable sales taxes . TOTAL AMOUNT DUE THIS INVOICE Previously Billed : Total Billed This Contract: ,~P R 3 0 2020 30-Apr-20 COS00006798 312020312 COLLEGESTA TION 20202087-00 $ 6,812.50 $ 6,812.50 $ 26,084.68 $ 32,897.18 sanborn www.sanborn.com Accounting Division City Of College Station PO Box 9973 College Station, TX 77842-9973 Project Name: College Station TX Lidar INVOICE Date: Invoice No: Client No: Project No: Invoice Description Professional Services Progress Billing (see attached detail) TOTAL AMOUNT DUE THIS INVOICE Total Service Fee Total Taxable Fee Remittance Instructions Inquiry Instructions By Wire Transfer Remit To: By Check Remit To: Address Inquires To: $ $ $ $ Bank: J.P. Morgan Chase & Co. The Sanborn Map Co, Inc . The Sanborn Map Co, Inc. Account Name : The Sanborn Map Company, Inc Accounts Receivable 1935 Jamboree Dr ., Ste I 00 Account# 337889916 1935 Jamboree Dr., Ste 100 Colorado Springs, CO 80920 ABA Routing : I 0200I017 Colorado Springs, CO 80920 PLEASE INCLUDE OUR INVOIC E NO. IN THE DESCRIPTION FIELD OF THE WIRE TRANSFER. Return this Portion with your check Date: 09/02/20 Name: City Of College Station Client No: COLLEGESTATION Invoice No: COS00008023 Project No : 312020312 AMOUNT DUE $ 22,472.29 Amount Paid 312020312 22,472.29 22,472.29 22,472.29 The partiu hereby incorporate doe requlremenn of 41 CF.R. § 6().l.4(a) and 29 C.F.R. § 471, Appendix A to Subpart A, if applicable. Titis contractor and s ubcontractor shall abide by the requirements of 41 CFR 6().300.S(a) and 41 cm 60-741.S(a), if applicable. Theae regulations prohlblt discrimination •&•Inst qualified protected vderans and qualified individuals with dlJAbilities, and require affirmatiY< action by (Oveftd prime tontracton and subcontractors to employ 1nd advance in employment qualified protected veterans Rnd qualified fndividuAb with dlsnbillties. .~ sanborn www.sanborn.com Accounting Division City Of College Station PO Box 9973 College Station, TX 77842-9973 Project Name: College Station TX Lidar INVOICE Invoice Description Professional Services Progress Billing (see attached detail) Date: Invoice No: Client No: Project No: 2-Sep-20 COS00008023 COLLEGESTATION 312020312 $ 22,472.29 Total Service Fee Total Taxable Fee $ $ 22,472.29 TOTAL AMOUNT DUE THIS INVOICE Remittance Instructions Inquiry Instructions By Wire Transfer Remit To: Bank: J .P. Morgan Chase & Co . Account Name : The Sanborn Map Company, Inc Acco unt# 337889916 By Check Remit To: The Sanborn Map Co , In c. Accounts Receivable 1935 Jamboree Dr., Ste 100 ABA Routing: 10200l017 Colorado Springs , CO 80920 PLEASE INCLUDE OUR INVOICE NO . IN THE DESCRIPTION FIELD OF THE WIRE TRANSFER. $ Address Inquires To: The Sanborn Map Co, Inc . 1935 Jamboree Dr., Ste I 00 Colorado Springs, CO 80920 Return this Portion with your check Date: 09/02/20 Name: City Of College Station Client No: COLLEGESTATlON Invoice No: COS00008023 Project No: 312020312 AMOUNT DUE $ 22,472.29 Amount Paid 22,472.29 The p1rties hereby Incorporate the requirements or 41 C.11.ll § 60-IA(a) 1nd 29 C.11.ll § 471, Appendl• A to Subpart A, If applicable. This contractor and su bcontractor 1h1U abide by the requh"<me nls or 41 CFR60-300.5(a) ind 41 CFR60·741.5(a), iCapplicable. Tilese reeul•tions prohibit discrimination •&•lnSI qu•llned protected veterans and qualiOed individuals with disabilities, and require affirmative •<tion by c:overed prime c:ontracton and subcontracton to employ and advante in employment quaUfitd prottded veterans and qualified iodlviduab with disabilities. Accounting Division City Of College Station POBox9973 College Station, TX 77842-9973 VendorlnvoiceEntry@cstx.gov (979) 764-3569 Project Name: College Station TX Lidar INVOICE DETAIL Invoice Description Professional Services LiDar Data Deliverables:Deliverables Breaklines & Contour Generations TOTAL AMOUNT DUE THIS INVOICE Previously Billed : Total Billed This Contract: Date: Invoice No: Project No: Client No: PO# 2-Sep-20 COS00008023 312020312 COLLEGES TA TION 20202087-00 $ $ $ $ $ 10 ,837.54 11,634.75 22,472.29 32,897.18 55,369.47 • VJ~/!,Mt<~-~ r-vt.~~1;~~~'tr-"' -- C\..~ e.. ~~~~tt--~~~·.1~~~~=;:=~~~~~~~~~~~- 1'FQ ~ - 0 llUJtv.;J. . '7 . --tl.~· ~· I -- .. . '· I I ¥-p frn.1C-5 -f'JP....b. f\/cde -~. P~s 2-)( P\t\) 7 rG:J ' 5~1 s + ~~1 (>~u../ ~S-Ati- --¥ /t?~,'~~ I! 'W" 1.~ -+B~/~sk~ -LI '/ ~ ~'-.+-jtr~-~:1~~ -P~ DS (p~ r~ -vl~~c., 1-~· .-.cir r11 ~ -• I 8ri<.tf ~y I '°rt.-Vi /'(Vi..~ * I 11 /i1m . s~, f:>lZdt Is~, rahb7 rz .. J 4\-I I 1 l3tu.tt ' llf l.?hi )-:I~) ~h{_,, )~~ {t)-~ct{s,~ v(~~--SCJ°J t,,-v<..c-{£-of S ~ la+'--3 -S" hl\.tS ~ I! II II - 111 I -n ll '& ;j ~ ,, ·--: ,. l2-/ lo I 11. I J p ftlt.<.l-s --N t.t t; f rRA. Cl/. -_>,,..,,._ Eleciuv_!--F~ '~i~ .. -.. ~~ PW ~CA P r -J : 'h~lie . II ~ -------II I Aa-o •t1~~. ~~ ~ J °l ( '51 le . ' I 5 5"3~'1 . 4-1 'I :1 I I " / Ii ~V')rz.v• .....___ ---,. q44 ~g ~ 53n1 . /() s-:30 z. ::~~ ' t 2- I J~ I 4 II lbl ()00 I I ~~sele~. I ...-f'o\,~ I ·~J 1 I 11 11 ' I: I: Pnrv ~ ~ -"1-3D1 g t1 , fri1nPISYl.6 ktL-A-l~ ~,.,,..,: ~~~ 1>1#-k~..A..· V' i . I Le-il,V)-AL <;7D-H-P-_ -llp{";~.-.A ,;.A~4 . -Mat t?M~Ut~ ~L..t w~dAf1-. u.e,.r. u . -vvid 7 .. \ LNM~ ~ ~fr~e,y.. -~fuw,~..-N-'1..f-~-f-{~~ • . ~ .jh~UJ .-~~ ~ . Bnt-tfS JUJ)p~ SL-. ' -I~~ ~ru...-1~0'---~ s,k I ,/ .At ' JY,121· -~"~-hMt; w/ pllfV)-iJi'r { -k~s r) I ~ \ fle0-<r;l ~ ~~ _ I -h<>~kd~-~ - ~ ..__--/{ I S~p~ --c .1[ I.e. hcsv v /VV'7 -~~4 \..---" II ·~ I~ II I . ~ ii