oblique and orthophotography aerial imagery …

23
OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY REQUEST FOR PROPOSALS October 5, 2018 Proposals are due by or before 2:00 PM, Friday, October 26, 2018

Upload: others

Post on 02-Jun-2022

8 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY

REQUEST FOR PROPOSALS

October 5, 2018

Proposals are due by or before 2:00 PM, Friday, October 26, 2018

Page 2: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[2]

I. GENERAL INFORMATION

1.) The Tarrant Appraisal District (TAD) is a political subdivision of the State of Texas, having been established under the Texas Property Tax Code by the Texas Legislature in 1979. The District is responsible for the appraisal of, and arriving at fair market values for, property subject to ad valorem taxation in Tarrant County. It is governed by a five-member Board of Directors (who serve two-year terms), with the county assessor-collector serving as a sixth non-voting member. Directors (except for the assessor-collector) are selected by vote of the taxing units participating in the district. The Board of Directors appoints a Chief Appraiser/Executive Director who serves as the district’s chief administrator.

II. OBJECTIVE OF THIS RFP

1.) TAD is requesting proposals from vendors for the purpose of acquiring digital aerial

Oblique and Orthophotography Aerial Imagery (henceforth ‘Aerial Imagery’). TAD utilizes Aerial Imagery, and in recent years utilized change detection solution, application for property tax appraisal-related purposes.

III. CONTRACT DETAIL

1.) TAD’s current contract is with Pictometry International (parent company EagleView Technologies) and the current contract will expire on December 31, 2018. As with TAD’s current contract, the new contract must allow authorized subdivisions, including Tarrant County 911, the use of aerial images and related software.

2.) TAD hopes to award a new contract in December 2018. But TAD may not award a new

contract until January 1, 2019 depending upon proposal evaluation and TAD’s scheduling.

3.) The term of this contract is for (4) four years and includes TAD’s option to renew for (2) two additional (12) twelve-month periods.

4.) TAD requests proposals for three different contract scenarios and TAD will determine which contract scenario to select after a thorough review of all proposals. The difference in each scenario refers to the year that a flight must occur for capture of new oblique imagery and the year that a flight must occur for capture of new orthophotography imagery. Below are the three contract scenarios requested:

A.) Contract Scenario #1: Annual Aerial Imagery Flight

A flight will occur each year to capture new oblique imagery and new orthophotography imagery as shown below:

Page 3: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[3]

Contract Scenario #1: Annual Aerial Imagery Flight Year 2019 2020 2021 2022 2023 2024

Oblique Flight Flight Flight Flight Flight Flight Ortho Flight Flight Flight Flight Flight Flight

B.) Contract Scenario #2: Biennial Aerial Imagery Flight A flight will occur every other year to capture new oblique imagery and new orthophotography imagery as shown below:

Contract Scenario #2: Biennial Aerial Imagery Flight

Year 2019 2020 2021 2022 2023 2024 Oblique Flight No Flight Flight No Flight Flight No Flight

Ortho Flight No Flight Flight No Flight Flight No Flight

C.) Contract Scenario #3: Biennial Oblique Imagery with Annual Orthophotography A flight will occur every other year to capture new oblique imagery and a flight will occur each year to capture new orthophotography imagery as shown below.

Contract Scenario #3: Biennial Oblique with Annual Orthophotography

Year 2019 2020 2021 2022 2023 2024 Oblique Flight No Flight Flight No Flight Flight No Flight

Ortho Flight Flight Flight Flight Flight Flight

5.) The Aerial Imagery products being requested herewith encompass each of these TAD fiscal years:

FY 2019 which ends December 31, 2019 FY 2020 which ends December 31, 2020 FY 2021 which ends December 31, 2021 FY 2022 which ends December 31, 2022 FY 2023 which ends December 31, 2023 FY 2024 which ends December 31, 2024

Page 4: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[4]

6.) For the most recent six-year period (through December 31, 2018), TAD’s Aerial Imagery expenditures are shown below. (Flights were flown every other year and paid over a two-year period in equal payments.)

Billed FY 2013 $255,205.75 Flight FY 2014 $255,205.75 No Flight FY 2015 $285,271.37 Flight FY 2016 $285,271.38 No flight FY 2017 $304,818.25 Flight FY 2018 $304,818.25 No flight

The optional feature, “Change Detection”, was purchased in 2017 but paid over a two-year period:

FY 2017 $168,163.50 FY 2018 $189,506.24

“Self-Hosting On-Line” costs were $5,760.00 per year (for informational purposes only - proposals are not requested for this option and will not be utilized going forward).

IV. STATEMENT OF WORK

1.) General

A.) Upon date of commencement of the contract, aerial imagery shall be captured

during the winter months, December through February, when deciduous trees are free of leaves. All successive flights shall occur during the same winter months.

B.) Orthophotography and oblique imagery shall be captured simultaneously. Final delivery of all imagery products shall be within 45 days or less from final flight.

C.) As part of the final delivery the vendor shall provide an external portable hard drive to the TAD containing ortho-mosaic tiles in JPEG or GeoTIFF format, area-wide ortho-mosaic in ECW or MrSID format and supporting data. TAD will use the USB hard drive to transfer deliverables to authorized subdivisions including Tarrant911.

D.) The ortho imagery must be geo-referenced to the North American Datum 1983 (NAD83), Texas State Plane Coordinate System, North Central Zone, expressed in U.S. Survey Feet. The vertical datum must be North American Vertical Datum 1988 (NAVD88).

E.) Vendor shall use a US Geological Survey (USGS) certified aerial camera system to capture imagery.

Page 5: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[5]

F.) Vendor must provide early access to the oblique imagery, via a web application within 2 weeks of the individual flight days.

G.) If using third-party products and services, documentation for these products and services should be obtained and included in vendor’s response.

2.) Metadata

A.) Deliverables must include metadata imbedded pixels detailing relevant information,

i.e. data quality, spatial reference, attribute information, acquisition dates, etc. B.) Metadata must describe the method of ortho imagery process. C.) Deliverables shall be made available in accordance to the Federal Geographic Data

Committee (FGDC) standard and file format.

3.) Oblique Imagery A.) Vendor must provide color oblique aerial photography per requirement shown in

Appendix A. B.) Vendor must be able to provide high-resolution images characterized by fine detail

and sharpness rather than blurry and inexact. C.) The requirements shall include high resolution oblique imagery, at a minimum of 3

inch resolution for areas within densely populated, city and residential areas and a minimum of 8 inches elsewhere.

D.) Four-way oblique imagery covering project area must be captured at the contracted Ground Sampling Distance (GSD).

E.) Images must be captured from a north, south, east and west direction to provide a 360 degree view of every property and parcel and at a 40 to 45 degree angle.

F.) Each pixel of an image must be geo-referenced. G.) Oblique images must meet the same horizontal and vertical accuracy that is in the

source data used in processing them, i.e. Orthophoto, DEM (Digital Elevation Model).

H.) Vendor shall provide oblique imagery from which measurements can be directly taken on a computer screen.

I.) Oblique imagery must be geo-referenced in such a way that allows for the overlay of all GIS data.

4.) Orthophotography Imagery

A.) Data collected must be in compliance with the Federal Geographic Data Committee (FGDC) Requirements.

B.) Flights must be at an optimum altitude to collect 6” pixel resolution imagery or finer.

Page 6: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[6]

C.) Vendors must include the time and data flown for all image files. D.) Vendor must provide true color imagery of the entirety of boundary area per

requirement shown in Appendix A. E.) Images must provide an accurate top-down view that is rectified to align to a map

grid and must be easily integrated into a GIS database. F.) Imagery must be ortho-rectified using a suitable digital elevation model to minimize

feature displacement and loss of features along mosaic lines. G.) Shadows cast by building lean in high-density urban environments shall be kept at a

minimum. H.) Images must be free from areas that produce reflection (pools, buildings with

metallic roof, etc.). I.) Imagery shall be collected during minimal shadowing conditions. Image acquisition

shall occur when the sun angle is greater than 30 degrees above the horizon. J.) Tiles shall be edge matched and color balanced to minimize tile seams and improve

image quality. K.) Vendor must use “best practice industry standard” for providing color ortho-photo

mapping.

5.) Web based applications A.) Vendor shall describe in detail their imagery viewing platforms. B.) Vendor shall describe the software that it provides for viewing of oblique and

Orthophotography images. C.) Image tools shall include:

1.) Measuring -vertical, horizontal, height, distance and area. 2.) An identify tool. 3.) Annotations and drawing markup tools.

D.) Imaging software shall provide access to historical imagery. E.) Vendor shall provide a complete explanation of their application package. F.) Image viewing software shall have the ability to overlay and query GIS content.

6.) Camera

A.) Vendor shall provide detailed information regarding camera equipment that will be

used, its calibration system, and the methods in which images are captured. B.) Vendor shall provide detailed information regarding the aircraft used for all aerial

imaging flying missions. C.) Vendor shall list any USGS certifications for their camera systems.

7.) Optional Professional Services

TAD is interested in several other products, listed below, that may be derived from the aerial imagery process. TAD will look more favorably for proposals that offer these

Page 7: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[7]

services. Each option may be purchased independently of the other options. Each option may be purchased for any given year or not purchased at all.

A.) Change Detection

1.) Vendor shall describe their change detection software in order to identify, analyze parcel changes, using building outlines and historical imagery, in a split screen mode. Vendor shall make available implementation costs. TAD has used this technology for the past two years and is leaning towards its continued use.

B.) Disaster Re-Flight

1.) Vendor shall describe their ability to provide disaster area re-flights upon request by TAD in an emergency or critical situation including but not limited to: tornadoes, acts of terrorism, earthquakes and flooding. Vendor must define their understanding of “disaster”.

2.) Vendor shall provide maximum coverage area that would fall under a disaster re-flight. Vendor must describe their proposal regarding “coverage area” offered by their firm.

3.) Vendor shall provide any other pertinent details regarding the availability of optional re-flight of aerial imagery in the event of a disaster in the project boundary area.

C.) Planimetric

1.) Vendor shall clearly identify planimetric features available, (i.e. building footprints, parking lots, sidewalks, centerlines) including impervious surface data that can be extracted from this project. Vendor shall outline detail and costs for each available feature.

D.) LiDAR

1.) Vendor shall describe LiDAR collection methodologies and other product derivatives associated with LiDAR. Vendor shall outline detail and costs for each available feature.

8.) Flight Conditions

A.) Imagery shall be collected while atmospheric conditions are free of haze, smoke and

dust and the ground condition is clear of any considerable snow. B.) Aerial photography shall be completed during the leaf-off conditions. C.) Imagery shall be collected during minimal shadow conditions.

9.) Vendors Responsibility –The Vendor Must:

A.) Develop an efficient flight plan. B.) Keep detailed records of aircraft deployment and image capture progress.

Page 8: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[8]

C.) Effectively manage field rest and fuel stops. D.) Complete each flight area. E.) Process imagery in a reasonable time frame. F.) Manage project risk and/or issues. G.) Obtain the required aircraft clearances for flying over the project area. H.) Ensure quality control and responsibility for adherence to standards and

specifications describe herein rests with the vendor.

10.) Service Delivery Expectation A.) Vendor shall provide flight plan(s), including dates and times for the completion of

each flight area. B.) Vendor shall ensure proper image quality at the time of deliverable. Imagery shall

not contain defects such as out of focus imagery, marks, scratches, or inconsistencies in detail, tone and density.

C.) Delivery through an easy to use web-based application shall be made available to TAD and all authorized subdivisions.

D.) Vendor shall notify TAD concerning status of each project. E.) Vendor shall provide a separate portable hard drive that will be used to transfer

deliverables to authorized subdivisions.

11.) Integrations

A.) Integrated software must have measurement tools to determine distance, area, height, etc.

B.) Vendor must provide information on the capacity to integrate with the integral software products of TAD and its authorized subdivisions. These products include, but are not limited to Thomson Reuter’s Aumentum version 10.04.70 and later, Thomson Reuter’s mobile appraisal app., Tarrant County 911’s software platform and their associated mobile interfaces.

C.) The imagery must be compatible and have the ability to integrate with ESRI application suite of products version 10.4.1 and higher. Plug-ins for the provided data format and viewer software shall also be included.

12.) Quality Assurance/Quality Control

A.) TAD has the right to perform its own quality control. TAD shall have ninety (90)

calendar days to evaluate the product. B.) Any image or other deliverable not meeting the requirements of this request for

proposals may be rejected for non-compliance. The vendor shall provide TAD with an acceptable replacement-deliverable within thirty (30) calendar days of rejection.

C.) Vendor shall describe all levels of their quality assurance and quality control procedures that will be employed in evaluating and processing the imagery.

Page 9: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[9]

D.) Before delivery, imagery shall be inspected by the vendor for any errors or image artifacts of all aspects of each project.

E.) Over the contract term, continuation from year-to-year shall be subject to TAD satisfaction with the vendor’s performance of its professional responsibilities and the quality, thoroughness and timeliness of its work product each year.

13.) Technical Support

A.) Vendor shall make available technical support for the delivered products

continuously throughout the period of the contract. Technical support shall be on site, by phone, by email, or web-based within 4 business hours of reporting the issue to the Vendor. Vendor must describe the type of support offered and the availability of technical support to TAD and for all authorized subdivisions.

14.) Training A.) Vendor must describe the type of training offered. B.) Vendor must provide on-site training, including training documentation. C.) Vendor shall describe maximum-recommended class size and time allocation for

each training session. D.) Vendor shall provide initial, continuing, and special on-site training and education to

TAD staff and all its authorized subdivision end users by qualified instructors familiar with user-specific product needs and will be specialized for basic end-users, advanced users, and system administrators.

E.) Basic end-user training shall include, at a minimum, an overview of the product(s) and detailed instruction on how to use it (them).

F.) Advanced-user training shall include, at a minimum, the use of analytical tools, ArcGIS imagery plug-ins, web applications, etc.

G.) System administrator training shall include, at a minimum, system trouble shooting, system setup, hardware or software, security, application platforms, accounting, etc.

1.) The vendor shall provide a check list concerning compatibility, storage space, and infrastructural design.

15.) Licensing

A.) TAD will continue making available aerial imagery to all authorized subdivisions that participate in the funding of the district. TAD receives funding from Tarrant County 911 via an Interlocal Agreement which establishes it as an authorized subdivision

B.) Vendor shall describe the type of ownership or licensing it provides to TAD and to all authorized subdivisions regarding the deliverables.

Page 10: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[10]

16.) Insurance A.) Vendor, at its own expense, shall maintain industry standard liability insurance

against claims or lawsuits which result from the actions of vendor or its employees or agents. Vendor must specify in detail the coverage offered in their proposal.

17.) Experience

A.) Vendor shall provide their company’s profile, the number of years the company has

been in business, and the number of staffed employees. Vendor shall also furnish the current firms fleet of aircrafts and other resources providing the images.

B.) Vendor shall make available a list of organizations currently using their product. Vendor will provide the following information:

1.) The name of the client organization. 2.) Client organization’s address 3.) Client contact person and phone number.

C.) Vendor shall supply two to three examples of previous projects, of similar size, scope and complexity. Size, scope and complexity is defined as:

1.) Aerial imagery capture similar to the boundary area per requirement shown in Appendix A.

2.) Scheduling work around diverse weather conditions. 3.) Experience integrating aerial photos in existing property information

systems. D.) Vendor shall state whether or not the project(s) was completed in a timely manner,

within budget and acceptable to the client organization.

18.) REFERENCES

A.) A list of at least three governmental entities in predominantly urban areas with a

population greater than 50,000 for which the firm has conducted aerial and orthographic photography within the last five years. The name of the public entity and its address (street, city, state, zip code) and the name, title, and telephone number of the key contact person should be provided.

V. COST

Vendor must complete and submit the attached Cost Submission Form. The Cost Submission Form must be signed by an authorized representative. Below is an explanation of the format of the Cost Submission Form. In addition to this form, vendor may submit addition pages outlining costs if necessary. Costs listed in the proposal submission must be the complete and “not to exceed costs” for all products and all services proposed.

Page 11: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[11]

1.) Vendor is asked to list cost per each year as shown on cost submission form.

2.) Vendor is asked to list cost for flight for Oblique Imagery and a separate cost for

Orthophotography Imagery and a combined flight total.

3.) TAD may purchase each option for any given year and independent of any other option purchased.

4.) For each of the optional items, vendor is asked to specify the cost for each option.

5.) In addition, some options listed may have options within the option. If so, vendor is

asked to provide a detailed explanation and costs.

6.) Vendor should provide a detailed explanation that quantifies and qualifies costs listed. For example: for the cost of Disaster Reflight, vendor must show the cost and a detailed explanation of what TAD will receive at the cost provided.

7.) If cost cannot be provided for an option, then provide an explanation.

8.) Vendor must include any other costs not depicted on this cost form and a detailed

explanation outlining costs. The costs submitted in the proposal will be the complete and “not to exceed” costs.

VI. PAYMENT

The following payment plans are customized per each Contract Scenario as follows:

1.) Contract Scenario #1: Annual Aerial Imagery Flight: TAD will submit payment annually

for products and services acquired for each given year.

2.) Contract Scenario #2: Biennial Aerial Imagery Flight: TAD will submit payment over a two-year period in equal amounts. (For example: For products and services acquired in Year 1, the costs will be split evenly and the first payment will occur in Year 1 and the second half will be paid in Year 2.) A.) If TAD exercises the option to not utilize an optional feature in Year 1 and does

utilize that same optional feature in Year 2, then TAD will pay for that optional feature in Year 2.

B.) If change detection is selected with this scenario, payment will be spread over two years in equal payments.

3.) Contract Scenario #3: Biennial Oblique with Annual Orthophotography

Page 12: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[12]

For annual products, TAD will pay annually for products and services acquired each given year. For biennial products, TAD will pay over two years in equal payments. A.) If change detection is selected with this scenario, payment will be spread over two

years in equal payments.

4.) The following payment schedule applies for all three contract scenarios and TAD is open to negotiate a different payment schedule which must be agreed upon in writing by all parties.

A.) For annual products: 10 % Down payment, 30% within 30 days after goods delivered,

60% after TAD’s acceptance. B.) For biennial products: 1st Year: 5 % Down payment, 15% within 30 days after goods

delivered, 30% after TAD’s acceptance. 2nd Year: balance paid within 30 days after receipt of invoice.

Acceptance is defined as all products and services meeting all specification requirements in this RFP. TAD expects the evaluation process to take approximately 90 Days after deliverables and may take longer if products and services do not meet requirements requiring vendor to remedy said situation.

5.) Invoices must be sent to Tarrant Appraisal District, Attention: Accounts Payable, 2500

Handley-Ederville Road, Fort Worth, Texas 76118 VII. TERMS AND CONDITIONS

1.) The attached “Oblique and Orthophotography Aerial Imagery Terms and Conditions”

and completed “Oblique and Orthophotography Aerial Imagery Cost Submission Form” are, by reference, incorporated into this RFP and will automatically be a part of any subsequent contract awards and contracts

2.) TAD reserves the right to accept or reject any or all proposals, to waive any irregularities

or informalities in any proposals received, to negotiate with those vendors whose proposals are deemed most susceptible of contract award, and, subject to such negotiations, to award the contract to the firm whose proposal is deemed to be the most advantageous to TAD, after considering the relative importance of price and the other evaluation factors set forth herein.

VIII. EXCEPTIONS/VARIANCES

1.) Vendor assumes the responsibility of identifying all exceptions to, or variances from, the requirements and other provisions of this RFP (including the terms and conditions and the cost submission form) must be noted as “Exceptions” and explained in writing in proposal submissions. When noting such exceptions or variances, vendor must identify the paragraph number and/or letter to which the exception/variance pertains.

Page 13: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[13]

IX. PROPOSAL EVALUATION CRITERIA

1.) The following criteria and weights will be used in evaluating timely received proposals:

35% - Experience/Capabilities/Qualifications/References 40% - Proposed Technical Solutions/Comprehensiveness of Proposal 25% - Price/Cost

X. QUESTIONS AND ADDENDA

1.) Questions must be submitted to Jeff Craig at [email protected] or 817-595-6002.

2.) TAD will post all questions and answers online on TAD’s website at:

https://www.tad.org/about/procurement/

3.) The deadline to submit a question is 2:00 PM, Monday, October 22, 2018. TAD will have all answers posted by 2:00 PM the following day.

4.) All posted questions and answers will be a part of this RFP. It is the vendor’s sole

responsibility to obtain questions and answers from TAD’s website. XI. PROHIBITED COMMUNICATION

1.) Questions (including discussions) regarding this RFP is only allowed with Jeff Craig and

any communication with any TAD employee or Board of Director or an employee with Tarrant 911 or any other authorized subdivision is strictly prohibited.

XII. DEMOSTRATION/ ON-SITE PRESENTATION

1.) Prior to final vendor selection, TAD reserves the right to have potential selectees

demonstrate their product to ensure it meets the standards enumerated in the Statement of Work. Specific demonstration requirements will be provided when/if TAD determines whether a demonstration is warranted. The timeframe for demonstrations is Thursday, November 1st through Tuesday, November 6th.

XIII. SUBMISSIONS AND SUBMISSION DEADLINE

1.) Vendor must submit their original proposal and include (3) three copies. Proposals are

due by or before 2:00 PM, Friday, October 26, 2018. Proposals must be sealed and mailed or hand delivered and addressed and marked as follows:

Page 14: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[14]

(OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY RFP PROPOSAL SUBMISSION) Tarrant Appraisal District Attn: Jeff Craig 2500 Handley-Ederville Road Fort Worth, Texas 76118 Faxed or e-mailed submissions will NOT be accepted. 2) Summary of deadlines:

Time Date Event October 5 RFP is Released 2:00 PM October 22 Questions Deadline 2:00 PM October 23 Final Answers Posted on Website 2:00 PM October 26 Bids Due Nov 1 – Nov 6 Possible Vendor Demonstrations

3.) All proposal submissions must include: Information requested in the following areas:

• Page 5 1.) General / G.) Information regarding third-party products • Page 6 5.) Web Based Applications • Page 6 6.) Camera • Page 6 7.) Optional Professional Services • Page 8 11.) Integrations • Page 8 12.) Quality Assurance/Quality Control • Page 9 13.) Technical Support • Page 9 14.) Training • Page 9 15.) Licensing • Page 10 16.) Insurance • Page 10 17.) Experience • Page 10 18.) References • Page 10 V. Cost - Cost Submission Form • Page 12 VIII. Exceptions/Variances • Page 13 X. Questions and Addenda – Vendor must download Q&A from website • Page 13 XIII. Original Proposal plus three copies • Terms and Conditions – various information requested

Page 15: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[15]

TARRANT APPRAISAL DISTRICT OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY RFP

COST SUBMISSION FORM Proposals Due By or Before 2:00 PM, Friday, October 26, 2018

In completing and submitting this proposal, the vendor is certifying that:

1. He/she has read and fully understands and accepts the RFP specifications, terms and conditions, this RFP submission form, and other related requirements presented in the Tarrant Appraisal District (TAD) “OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY RFP”;

2. Vendor has downloaded all questions and answers from TAD’s website; and

3. All proposed charges/costs constitute the full and complete charge/cost and the Tarrant Appraisal District will not be “surprised” with additional or unanticipated expense, costs, and/or requirements.

Contract Scenario #1: Annual Aerial Imagery Flight

Year 2019 2020 2021 2022 2023 2024 Oblique Flight Flight Flight Flight Flight Flight

Ortho Flight Flight Flight Flight Flight Flight

Oblique $_______ $_______ $_______ $_______ $_______ $_______

Ortho $_______ $_______ $_______ $_______ $_______ $_______

Combined Flight Total $_______ $_______ $_______ $_______ $_______ $_______

Change

Detection $_______ $_______ $_______ $_______ $_______ $_______

Disaster Reflight $_______ $_______ $_______ $_______ $_______ $_______

Planimetric $_______ $_______ $_______ $_______ $_______ $_______

LiDAR $_______ $_______ $_______ $_______ $_______ $_______

Page 16: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[16]

Contract Scenario #2: Biennial Aerial Imagery Flight Year 2019 2020 2021 2022 2023 2024

Oblique Flight No Flight Flight No Flight Flight No Flight Ortho Flight No Flight Flight No Flight Flight No Flight

Oblique $_______ X $_______ X $_______ X

Ortho $_______ X $_______ X $_______ X

Combined

Flight Total $_______ X $_______ X $_______ X

Change Detection $_______ $_______ $_______ $_______ $_______ $_______

Disaster Reflight $_______ $_______ $_______ $_______ $_______ $_______

Planimetric $_______ $_______ $_______ $_______ $_______ $_______

LiDAR $_______ $_______ $_______ $_______ $_______ $_______

Page 17: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[17]

Contract Scenario #3: Biennial Oblique with Annual Orthophotography Year 2019 2020 2021 2022 2023 2024

Oblique Flight No Flight Flight No Flight Flight No Flight Ortho Flight Flight Flight Flight Flight Flight

Oblique $_______ X $_______ X $_______ X

Ortho $_______ $_______ $_______ $_______ $_______ $_______

Combined

Flight Total $_______ $_______ $_______ $_______ $_______ $_______

Change Detection $_______ $_______ $_______ $_______ $_______ $_______

Disaster Reflight $_______ $_______ $_______ $_______ $_______ $_______

Planimetric $_______ $_______ $_______ $_______ $_______ $_______

LiDAR $_______ $_______ $_______ $_______ $_______ $_______

Authorized vendor representative: Signature Date Printed Name Company Name Address Email Telephone Number

Page 18: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[18]

TARRANT APPRAISAL DISTRICT

OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY RFP TERMS AND CONDITIONS

These terms and conditions are, by reference, incorporated into and made a part of the Tarrant Appraisal District “Oblique and Orthophotography Aerial Imagery Request for Proposals” and any and all subsequent purchase orders/contract awards: Late Proposals Proposals received by TAD after the submission deadline will be considered void and unacceptable and returned to the vendor unopened. TAD is not responsible for lateness or non-delivery of mail, carrier, etc. Altering Proposals Proposals cannot be altered or amended after the submission deadline. Any interlineation, alteration, or erasure made before opening must be initialed by the signer of the proposals, guaranteeing authenticity. Withdrawal of Proposal Proposals may not be withdrawn or cancelled by the vendor without permission of TAD for a period of ninety (90) days following the date designed for the receipt of proposals, and vendor so agrees upon submittal of its proposals. Funding Funds for payment have been provided through the TAD budget approved by its Board of Directors for this fiscal year only. Texas state statutes prohibit the obligation and expenditure of public funds beyond the fiscal year for which a budget has been approved. Therefore, anticipated orders or other obligations that may arise after the end of the current fiscal year shall be subject to budget approval. Sales TAX TAD is exempt from payment of Texas sales tax and federal excise tax. Contract This proposal, when properly accepted or approved by TAD via issuance of a written purchase order, will constitute a contract equally binding between the successful vendor and TAD. No different or additional terms will become a part of this contract except upon written changes agreed upon by the parties.

Page 19: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[19]

Changes No oral statement of any person shall modify or otherwise change or affect the terms, conditions, or specifications stated in the resulting contract. All changes to this contract shall be made in writing as agreed upon by the parties. Certificate of Interested Parties (Form 1295) The following information regarding Form 1295 Information applies ONLY to an awarded vendor. The law states that a governmental entity may not enter into certain contracts with a non-exempt business entity unless the business entity submits a disclosure of interested parties to the governmental entity. By submitting a Bid in response to this solicitation, the vendor agrees to comply with HB 1295, Government Code 2252.908. Vendor agrees to provide TAD’s Purchasing Agent, and/or requesting department, the “Certificate of Interested Parties,” Form 1295 as required, within ten (10) business days from notification of pending award, renewal, amended or extended contract. The Filing Process: 1. Prior to award by TAD, Vendor will be required to log in to the Texas Ethics Commission, https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm and fill out the Electronic Filing Application. 2. Once submitted, the system will generate an electronic Form 1295 displaying a “Certificate Number.” Vendor must print and complete Form 1295. 3. Within ten (10) business days from notification of pending award by the TAD Purchasing Agent, the completed Form 1295 must be submitted to TAD. 4. Vendor will need to repeat the process and obtain a separate Form 1295 each time they enter into a new contract, renew a contract or make modification, and/or amendments to a TAD contract. Instruction and information are available at https://www/ethics.state.tx.us/tec/1295-Info.htm or you may call the Texas Ethics Commission at (512) 463-5800. PROHIBITION ON CONTRACTING WITH COMPANIES THAT BOYCOTT ISRAEL Vendor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, TAD is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Vendor certifies that Vendor’s signature provides written verification to TAD that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. Revised August 31, 2017.

Page 20: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[20]

Conflict of Interest Disclosure Requirement Pursuant to Chapter 176 of the Local Government Code, any person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity (i.e. TAD) must disclose in the Questionnaire Form CIQ (“Questionnaire”) the person’s affiliation or business relationship that might cause a conflict of interest with the local governmental entity. By law, the Questionnaire must be filed with TAD no later than seven days after the date the person begins contract discussions or negotiations with TAD, or submits an application or response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with TAD. Updated Questionnaires must be filed in conformance with Chapter 176. A copy of the Questionnaire Form CIQ is available at http://www.ethics.state.tx.us/forms/CIQ.pdf https://www.ethics.state.tx.us/filinginfo/conflict_forms.htm If you have any questions about compliance, please consult your own legal counsel. Compliance is the individual responsibility of each person or agent of a person who is subject to the filing requirement. An offense under Chapter 176 is a Class C misdemeanor. NOTE: If you are not aware of a Conflict of Interest in any business relationship that you might have with TAD, state Vendor name in the # 1, use N/A in each of the areas on the form. However, a signature is required in the #7 box in all cases. TAD Board members are Joe Potthoff, Mike O’Donnell, Mark Wood, John Molyneaux, Michael Leyman, and Ron Wright. TAD’s Chief Appraiser is Jeff Law. Confidentiality Any material that is to be considered confidential in nature must be clearly marked as such and may be treated as confidential to the extent allowable in the Texas Public Information Act. Pricing information is not considered confidential. TAD will make every effort to protect these papers from public disclosure as outlined in Texas Local Government Code, Section 252.049. Ethics The vendor shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official, or agent of TAD. Lawful Compliance The successful vendor, proposal, and services provided must comply with all relevant federal, state, county, and local regulations and laws.

Page 21: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[21]

TAD Indemnification The successful vendor shall defend, indemnify, and hold harmless TAD and all its officers, agents, and employees from all suits, actions, or other claims of any character, name, or description brought for or on account of any injuries or damages received or sustained by any person, persons, or property on account of any negligent act or fault of the selected vendor, or any agent, employee, subcontractor, or supplier in the execution of, or performance under, any proposal award contract. The selected vendor indemnifies and will indemnify and save harmless TAD from liability, claim, or demand on their part and their agents, servants, customers, and/or employees whether such liability, claim, or demand arise from event or casualty happening on or within the property and/or improvements at 2500 Handley-Ederville Road, Fort Worth, Texas, themselves or happening upon or in walkways, entrances, driveways, or approaches of or to said property. The selected vendor shall be responsible for the prompt and proper repair, replacement, or payment for any TAD and on-site TAD employee, visitor, or customer property damaged or injury sustained in conjunction with, or as a consequence of, the work and services under this contract. The selected vendor shall pay any judgment with costs which may be obtained against TAD growing out of such injury or damages. Wages The selected vendor shall pay or cause to be paid, without cost or expense to TAD, all such wages and benefits to its employees as required by state and federal law. Termination of Contract TAD reserves the right to enforce the performance of this contract in any manner prescribed by law or deemed to be in the best interest of TAD in the event of breach or default of this contract. In the event the selected vendor shall fail to perform, keep, or observe any of the scope of work, standards, terms, or conditions of this contract, TAD may give the selected vendor written notice of such default and, if same is not remedied to the satisfaction and approval of TAD within ten business days of receipt of such notice, default may be declared and all the selected vendor’s rights shall terminate. Assignment The selected vendor shall not assign, transfer, sell, or convey this contract, in whole or in part, without the prior written consent of TAD. Venue This contract will be government and construed according to the laws of the State of Texas. This agreement is performable in Tarrant County, Texas. Silence of Specifications The apparent silence of these specifications and terms and conditions as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications and terms and conditions shall be made on the basis of this statement.

Page 22: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[22]

Appendix A Project Area Delineation

Map illustrates the Tarrant County 911 jurisdiction and project area. The entire project area is approximately 1,100 square miles.

Page 23: OBLIQUE AND ORTHOPHOTOGRAPHY AERIAL IMAGERY …

[23]

Appendix B *Authorized Subdivisions

SPECIAL DISTRICT SCHOOL CITY 1 Emergency Services District #1 Arlington ISD Azle 2 Regional Water District Birdville ISD Bedford 3 Tarrant County Hospital Everman ISD Benbrook 4 Tarrant County College Fort Worth ISD Blue Mound 5 Trophy Club MUD Grapevine-Colleyville ISD Colleyville 6 Live Oak Creek MUD Keller ISD Crowley 7 Viridian Management Dist. Mansfield ISD Dalworthington Gardens 8 Lake Worth ISD Edgecliff Village 9 CFW PID #1 - Downtown Northwest ISD Everman 10 CFW PID #6 - Residential Crowley ISD Forest Hill 11 CFW PID #7 - Heritage-Res. Kennedale ISD Grapevine 12 CFW PID #8 - Camp Bowie Azle ISD Keller 13 Watauga PID #1 - Park Vista Hurst-Euless-Bedford ISD Kennedale 14 CFW PID #11 - Stockyards Castleberry ISD Lakeside 15 CFW PID #12 - Chapel Hill Eagle Mtn-Saginaw ISD Lake Worth 16 CFW PID #6 - Commercial Carroll ISD Mansfield 17 CFW PID #7 - Heritage-Comm. White Settlement ISD North Richland Hills 18 CFW PID #14 – Trinity Bluff Aledo ISD Pantego 19 Arlington DBID Burleson ISD Richland Hills 20 Euless PID - Glade Parks Godley ISD Saginaw 21 CFW PID #15 - Sun Valley Lewisville ISD Southlake 22 Viridian PID #1 Westover Hills 23 Eagle Mountain PID #3 Arlington 24 Westlake Entrada PID Euless 25 Euless Midtown PID Fort Worth 26 Euless Glad Parks PID #3 Haltom City 27 Mansfield South Pointe PID Hurst 28 River Oaks 29 White Settlement 30 Watauga 31 Westworth Village 32 Burleson 33 Haslet 34 Pelican Bay 35 Westlake 36 Grand Prairie 37 Sansom Park 38 Reno 39 Flower Mound 40 Roanoke 41 Trophy Club *Including, but not limited to, Tarrant County 911.