HomeMy WebLinkAbout26-98 RESOLUTION•
RESOLUTION NO 2 6 - 9 8
A RESOLUTION APPROVING A DIGITAL MAPPING PROJECT
CONTRACT WITH AERIAL DATA SERVICES (ADS) IN THE
AMOUNT OF $256,188.18 FOR AERIAL PHOTOGRAPHY,
DIGITAL AND PLANIMETRIC DATA.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS
Section 1 That the City Council hereby approves the Digital Mapping Project contract
with aerial data services (ADS) in the amount of $256,188.18 for aerial photography, digital and
planimetric data; and authorizes the Mayor and City Clerk to execute said contract. A copy of the
contract is attached hereto marked Exhibit "A" and made a part hereof.
FPAkSED AND APPROVED this 3rd day of March , 1998.
/Lf7.--7.—.•<-4
tI .%I.
Cl•
•
it - x .qtr,•:.• )
i` r r
€
C\.Y ;"t 4,••r vA By.
c •- — °' f red Hanna, Mayor
r
APPROVED:
_ '-
ATTESTT.
By:/Uti4
Heather Woodruff, Ci Clerk
CONTRACT
DIGITAL MAPPING PROJECT
(GIS))
This Agreement, made and entered into this. day of14441, 1,, 1998, by and between the CITY
OF FAYEI IEVILLE, a Municipal Corporation, hereinafter referred to as "City," and AERIAL DATA
SERVICE, INC., hereinafter referred to as "Contractor," WITNESSETH:
1. Contract Documents. The following listed attachments/documents are hereby made a part of
this Agreement as if set forth word for word herein.
Attachment A: General Conditions of the Contract
Attachment B: Scope of Work
Attachment C: Aerial Survey Map
Attachment D: Compensation
Attachment E: Time of Completion
Any other documents listed in this Agreement
2. Contractor Services. Contractor agrees to perform such services as are set forth in the contract
documents.
3. Compensation. City agrees to compensate contractor for the services performed, in an amount
not to exceed that compensation as set forth in the contract documents.
4. Time is of the essence in the execution of this contract.
5 ---This Agreement, including Attachments, is the entire agreement of the parties. The Agreement
may lie inic eid pojii'y by written agreement signed by both parties.
A
iess.iWh4reof the parties have hereunto set their hand thiS day of manA
_, 1998.
•
A i1'ESTt
i
11t L
eather Woodruff, City Cie
Al IEST:
Title: /Business
evelopment
THE CITY OF FAYE 11 EVILLE, ARKANSAS
A Municipg}1Corp.
By:
Fted Hanna, Mayor
AERIAL DATA SERVICES, INC.
'Title: ince Piesident
ATTACHMENT A
GENERAL CONDITIONS
1.0 Notice to Proceed. The Contractor shall commence work under the terms of this contract
within ten (10) calendar days of receipt of Notice to Proceed issued by the City.
2.0 Standard of Performance. Accuracy, thoroughness and scheduled progress of this work are
essential m the execution of this contract. Contractor is charged with the duty to make
himself/herself aware of the difficulties involved in its execution and of contingencies which may
arise. Further, Contractor shall ensure that his personnel, plant, equipment, transportation
facilities, and supply of materials are adequate to guarantee full compliance with all provisions of
the contract.
3.0 Delivery of Work. The Contractor shall deliver work to the City as soon after completion as
possible to allow prompt inspection so that any nonconformity with the specifications can be
detected at the earliest possible date and corrected as other work progresses.
4.0 Completion of Work. Completion of work shall include acceptable performance by the
Contractor, as determined by the City, and shall include delivery of all aerial photograph
negatives, prints, index maps, computations, stereo compilation manuscripts, digitized data,
backup and all other data and material compiled or assembled as part of this contract.
5.0 Deliveries. Each delivery will be hand delivered or mailed to John Goddard, GIS
Coordinator, 113 West Mountain, Room 19, Fayetteville, AR 72701. Deliveries will be
accompanied by a letter or shipping form, in duplicate, listing the materials being transmitted, and
being properly numbered, dated, and signed.
6.0 Bond/Surety Requirements.
6.1 Bond. Contractor shall submit to the City a performance/payment bond as security for the
faithful performance and payment of all Contractor's obligations under the contract. Such Bond
shall be issued equal to one hundred percent (100%) of the contract total The bond shall remain
in effect for a minimum of one year following the date of final payment, except as otherwise
provided by law.
6.2 Surety. Sureties issuing such bond shall be licensed to conduct business in the State of
Arkansas; be named in the current list of "Companies Holding Certificates of Authority as
Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in
Circular 570 (as amended) by the Audit Staff, Bureau of Accounts, U.S. Treasury Department,
and hold an "A" rating All bonds signed by an agent must be accompanied by a certified copy of
the authority to act
1
ATTACHMENT A
GENERAL CONDITIONS
OF THE CONTRACT
1.0 SCOPE.
These General Conditions will be a part of the contract. The work will be performed and
completed in full compliance therewith.
2.0 DEFINITIONS.
The City referred to herein is the City of Fayetteville, Arkansas The Contractor is the
firm or corporation with whom the City has entered into the contract.
3.0 INTENT OF CONTRACT DOCUMENTS.
The contract documents comprise the entire agreement between City and Contractor
concerning the work. They may be altered only by a Change Order that is executed by both
parties in writing. --
4.0 COMMENCEMENT.
In order to allow the aerial photography phase of the project to be completed prior to the
reoccurrence of new foliage in the project area, the Contractor is required to commence work
under this contract within ten (10) calendar days of receipt of Notice to Proceed of this contract.
In order to meet this schedule, the Contractor is required to deliver executed contracts, bonds,
and certificates of insurance to the City within ten (10) calendar days of receipt of Notice to
Proceed of the contract.
5.0 SCHEDULE.
The planned project schedule is as follows:
February 13, 1998
Contractor to deliver executed contracts, bonds, and
certificates of insurance. Conduct pre -work
conference.
March 3, 1998 Approval of Contract by City Council
March 4, 1998 Issue Notice to Proceed
1
•
•
6.3 l3ankruptcy/Insolvency/Termination of Surety. If the surety on any bond furnished by
Contractor is declared bankrupt or becomes insolvent or its right to do business is tenrunated in
any state where any part of the project is located or it ceases to meet the requirements as set forth
in 6 2 above, Contractor will within five (5) days thereafter substitute another bond and surety,
both of which shall be acceptable to City.
7.0 Contractor Liability Insurance. The Contractor will purchase and maintain such
comprehensive general liability and other insurance as to provide protection from all claims set
forth below which may arise out of or result from Contractor's performance of the work and
Contractor's other obligations under the contract documents, whether such performance is by
Contractor, by any Subcontractor, by anyone directly or indirectly employed by any of them, or by
anyone for whose acts any of them may be liable.
a. Claims under workers' or workmen's compensation, disability benefits and
other similar employee benefit acts.
b. Claims for damages because of bodily injury, occupational sickness or disease,
or death of Contractor's employees.
c. Claims for damages because of bodily injury, sickness or disease, or death of
any person other than Contractor's employee.
d. Claims for damages insured by personal injury liability coverage which are
sustained (1) by any person as a result of an offense directly or indirectly related to the
employment of such person by Contractor, or (2) by any other person for any other reason.
e. Claims for damages, other than to the work itself, because of injury to or
destruction of tangible property, including loss of use resulting therefrom.
f. Claims for damages because of bodily injury or death of any person or property
damage arising out of the ownership, maintenance or use of any motor vehicle.
The insurance required by this section will include the specific coverage and be written for
not less than the limits of liability and coverage provided for herein or required by law, whichever
is greater. The comprehensive general liability insurance will include completed operations
insurance All such insurance will contain a provision that the coverage afforded will not be
canceled, materially changed or renewal refused until at least thirty days prior written notice has
been given to the City All such insurance will remain in effect until final payment and at all times
thereafter when Contractor will maintain such completed operations insurance for at least one
year after final payment and furnish City with evidence of continuation of such insurance at final
payment and one year thereafter.
2
e
s.
7.1 Contractual Liability Insurance. The comprehensive general liability insurance required above
will include contractual liability insurance applicable to Contractors.
7.2 Insurance Amount. As required by the previous Sections, Contractor's Public Liability
Insurance and Vehicle Liability Insurance shall be in an amount not less than $1,000,000.00 for
injuries, including accidental death, to any one person, and subject to the same limit for each
person, in an amount not less than $1,000,000.00 on account of one accident, and Contractor's
Property Damage Insurance in an amount not less than $1000,000.00.
The Contractor shall either (1) require each of his subcontractors to procure and to maintain
during the life of his subcontract, Subcontractor's Public Liability and Property Damage Insurance
and Vehicle Liability Insurance of the type and in the same amounts as specified in the preceding
paragraph, or (2) insure the activities of his subcontractors in his own policy.
7.3 Acceptance of Insurance. If City has any objection to the coverage afforded by or other
provision of the insurance required to be purchased and maintained by Contractor in accordance
with Section 7.0 on the basis of its not complying with the contract document, City will notify
Contractor in writing thereof within ten (10) day of the date of delivery. The Contractor shall
provide to the City such additional information in respect of insurance provided by him as the
other may reasonably request.
8.0 Superintendence. The Contractor shall designate an official with full supervisory and
disciplinary authority over all personnel assigned under this contract. This official will be
responsible for maintaining fully staffed and equipped forces and for affording liaison between
Contractor and the City.
8.1 Personnel. The photogranunetry and mapping personnel furnished under this contract will
be qualified and capable of performing their assigned duties. The Contractor will remove from
the job any employee who does not perform work in an accurate, expeditious, and workmanlike
manner, or whose removal is requested by the City.
8.2 Site Investigation and Representations. The contractor assumes responsibility of all
investigations as to the nature and location of the work, the general local condition, particularly
those bearing upon transportation and the availability of roads and airports, the uncertainties of
weather and flood stages, the topography and conditions of the ground, the character of
equipment and facilities needed preliminary to and during prosecution of the work, and all other
matters upon which information is reasonably attainable and which can in any way affect the work
or the cost thereof under this contract. Any failure by the Contractor to acquaint himself with all
the available information will not relieve him of responsibility for estimating properly the difficulty
or cost of successfully performing the work. The City assumes no responsibility for
understanding or representation made by any of its officers or agents during or prior to the
execution of this contract, unless (1) such understanding or representations are expressly stated in
the contract and (2) the contract expressly provides that the responsibility thereof is assumed by
the City.
8.3 Quality of Materials All materials, supplies, or articles required for work which are not
covered by detailed specifications herein shall be standard products of reputable manufacturer and
entirely suitable for the purpose.
9.0 LAWS AND REGULATIONS.
Contractor shall give all notices and comply with all laws, ordinances, rules, and
regulations applicable to the work. If Contractor observes that the Specifications are at variance
therewith, Contractor shall give City prompt written notice thereof, and any necessary changes
will be made by an appropriate modification.
9.1 Liability of the Contractor. The Contractor will be responsible that his employees strictly
observe the laws and ordinances of the United States, the State of Arkansas, Washington County,
and the City of Fayetteville affecting operations under the contract. He will comply with the laws
of the United States and of the various states as to the aircraft operations and the licensing of
pilots, mechanics, and other personnel. It is further understood and agreed that the Contractor
assumes full responsibility for the -safety of his employees, plants, and materials. The Contractor
will assume all risks in connection with performance and delivery of the work, and will be liable
for and save the City harmless from any and all damages to persons and properties.
9.2 Right -of -Entry. The Contractor will obtain all rights -of -entry and work permits as may be
necessary for access to or performance of work upon properties not owned or subordinated to
such rights by the City.
9.3 Subcontractors. The Contractor shall cause appropriate provisions to be inserted in all
subcontracts relating to this contract, to insure fulfillment of all contractual provisions by
subcontractors. If for sufficient reasons, at any time during the process of work, the Contracting
Official determines that any Subcontractor is incompetent or is not performing the subcontract
work in an acceptable manner, he will notify the Contractor in writing accordingly and immediate
steps will be taken by the Contractor to obtain acceptable performance or for cancellation of such
subcontract.
Subcontractors must provide payment/performance bond in accordance with section 6.0 of
this contract. Subletting by subcontractors will be subject to the same requirements. Nothing
contained in this contract will be construed to create any contractual relation between any
subcontractor and the City.
4
9.4 Safety and Protection. Contractor will be responsible for initiating and supervising all
safety precautions and programs in connection with the work. Contractor will take all necessary
precautions for the safety of, and will provide the necessary protection to prevent damage, injury
or loss to:
a. All employees on the work and other persons who may be affected thereby;
b. All the work and all materials to be incorporated therein, whether in storage on or
off the site;
c. Other property at the sites or adjacent thereto, including trees, shrubs, lawns,
walks, pavements, roadways, structures, and utilities; and
d. Contractor will comply with all applicable laws, ordinances, rules, regulations, and
orders of any public body having jurisdiction for the safety of persons or property
or to protect them from damage, injury, or loss; and will erect and maintain all
necessary safeguards for such safety and protection.
10.0 INDEMNIFICATION.
To the fullest extent permitted by law, Contractor shall indemnify and hold harmless City
and its agents and employees from and against all claims, damages, losses and expenses including
but not hmited to attorneys' fees arising out of or resulting from the performance of work,
provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness,
disease or death, or to injury to or destruction of tangible property (other than the work itself)
including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent
act or omission of Contractor This clause is not to be construed in any form or manner to waive
that Tort Immunity set forth under Arkansas Law.
10.1 In any and all claims against City or any of its agents or employees by any employee of
Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone
for whose acts any of them may be liable, the indemnification obligation under paragraph 7.0 will
not be limited in any way by the amount or type of damages, compensation or benefits payable by
or for Contractor or any Subcontractor under workers' or workmen's compensation acts, disability
benefit acts or other employee benefit acts.
11.0 CHANGE ORDERS.
Without invalidating the agreement, City may at any time propose additions, deletions or
revisions in the work; these will be authorized by Change Orders approved and signed by both
parties. Upon receipt of a Change Order, Contractor will proceed with the work involved. All
such work will be executed under the applicable conditions of the contract documents. If any
Change Order causes an increase or decrease in the contract price or an extension or shortening
5
of the contract time, an equitable adjustment will be made subject to approval by the City's
governing body or authorized representative.
City may authorize minor changes in the work not involving an adjustment in the contract
price or the contract time, which are consistent with the overall intent of the contract documents.
These may be accomplished by a field order and will be binding on City, and also on Contractor
who will perform the change promptly. If a field order justifies a change in the contract price or
contract time, a change order shall be required.
11.1 Change of Contract Price. The Contract Price constitutes the total compensation (subject
to authonzed adjustments) payable to Contractor for performing the work. All duties,
responsibilities and obligations assigned to or undertaken by Contractor shall be changed only at
his expense without change in the contract price.
The Contract Price may only be changed by a Change Order executed by both parties.
Any claim for an increase in the contract price will be based on written notice delivered to City
within fifteen (15) days of the occurrence of the event giving rise to the claim. Notice of the
amount of the claim with supporting data will be delivered within forty-five days of such
occurrence unless City allows an additional period of time to ascertain accurate cost data.
11.2 Change of the Contract Time. The Contract Time may only be changed by a Change
Order. Any claim for an extension in the Contract Time will be based on written notice delivered
to City within fifteen (15) days of the occurrence of the event giving rise to the claim. Notice of
the extent of the claim with supporting data will be delivered within forty-five days of such
occurrence unless City allows an additional period of time to ascertain more accurate data. Any
change in the Contract Time resulting from any such claim will be incorporated in a Change
Order, approved by both parties.
12.0 WARRANTY AND GUARANTEE.
Contractor warrants and guarantees to City that all work will be in accordance with the
contract documents and will not be defective. Prompt notice of all defects will be given to
Contractor All defective work may be refected, corrected or accepted with an appropriate
reduction in the contract price.
12.1 One Year Correction Period. If, within one year after the date of substantial completion
or such longer period of time as may be prescribed by law or by the terms of any applicable
special guarantee required by the contract documents or by any specific provision of the contract
documents, any work is found to be defective, Contractor shall promptly, without cost to City and
in accordance with City's written instructions, correct such defective work. If Contractor does
not promptly comply with the terms of such instructions, or in an emergency where delay would
cause serious risk of loss or damage, City may have the defective or rejected work replaced, and
6
•
all direct and indirect costs of such correction, removal and replacement, including compensation
for additional professional services, will be paid by Contractor.
13.0 LIQUIDATED DAMAGES.
It is hereby understood and mutually agreed, by and between the Contractor and City, that
the date of beginning and the time for completion as specified in the contract of work to be done
hereunder are essential conditions of this contract; and it is further mutually understood and
agreed that the work embraced in this contract will be commenced on a date to be specified in the
Notice to Proceed. The Contractor agrees that said work will be prosecuted regularly, diligently,
and uninterruptedly at such rate of progress as will insure full completion thereof within the time
specified.
13.1 If the said Contractor should neglect, fall or refuse to complete the work within the time
herein specified, or any proper extension thereof granted by the City, then the Contractor does
hereby agree, as a part of consideration for the awarding of this contract, to pay the City the
amount specified in the contract, not as a penalty but as liquidated damages for such breach of
contract as hereinafter set forth, for each and every calendar day that the Contractor will be in
default after the time stipulated in the contract for completing the work. The said amount is fixed
and agreed upon by and between the Contractor and the City because of the impracticability and
extreme difficulty of fixing and ascertaining the actual damages the City would in such event
sustain, and said amount is agreed to be the amount of damage which the City would sustain.
14.0 TERMINATION.
The City reserves the right to terminate this contract at any time with 30 days notice. If the
contractor is terminated, payment will be made to Contractor in the amount sufficient to
compensate Contractor for actual work performed.
15.0 PROGRESS REPORT.
The Contractor shall submit a monthly progress report to the GIS Coordinator on or
before the 10th day of each month. The reports will summarize the status of each phase of the
project and the progress on each phase of the project during the following month.
16.0 PAYMENT.
Payment requests may be made by the contractor on a monthly basis. Payment requests
must be submitted by the 10th day of each month for the work accomplished through the end of
the previous month. The percentage of work on which payment is requested shall coincide with
the progress report. The Contractor shall submit pertinent data to support the pay request. The
7
•
City may request additional data to support the payment request and/or may visit the Contractor's
place of business to inspect the work product.
City may refuse to pay in whole or any part of any request for payment if, in the City's
opinion, it would be incorrect to make such payment to the Contractor because subsequently
discovered evidence or the results of subsequent inspections indicate that previous payments made
were excessive and/or to protect City from loss because:
a. The work is defective or completed work has been damaged, requiring correction
or replacement,
b. Written claims have been made against City or liens have been filed in connection
with the work,
c. The contract price has been reduced because of modifications,
d. City has been required to correct defective work or complete the work,
e. Of Contractor's unsatisfactory prosecution of the work in accordance with the
contract documents, or
f. Of Contractor's failure to make payments to subcontractors, or for labor, materials,
or equipment.
17.0 BILLING
Billings shall be submitted in such a form to indicate the phase to which a charge applies
and reference the appropriate cost estimate matrix.
18.0 PROPRIETARY WORK PRODUCT.
All work product of this contract is proprietary and is the property of the City of
Fayetteville, Arkansas. It may not be utilized for any purpose except the fulfillment of this
contract without written permission from the City.
8
ATTACHMENT B
SCOPE OF WORK
SECTION 100
100.1 Scope. The scope of this project consists of services to provide aerial photogrammetric
map compilation, ground control surveys and digital orthophoto development for a Geographical
Information System (GIS) for the City of Fayetteville, Arkansas. Contractor's overall project
management, coordination or direction will be conducted by an American Society of
Photogrammetry and Remote Sensing (ASPRS) certified photogrammetrist. The Contractor shall
provide all labor, materials, supplies, equipment, transportation, plant, superintendence and other
items as may be required to complete the project. All products acquired in conjunction to this
project are considered as deliverables. The services and supplies to be furnished under this
contract are summarized as follows:
1. Extension of GPS ground control network
2. Use of airborne global positioning systems (GPS) during the capture of aerial
photography.
Black -and -White Aerial Photography.
4. Digital orthophotography and digital terrain model (DTM).
5. Digital stereo mapping compilation delivered in both AutoCAD dwg release 12
format, and Arc/Info coverages.
6. Rectified digital imagery (non-ortho).
1
•
AERIAL PHOTOGRAPHY
SECTION 101
101.1 Scope. The work included under this section of the specifications consists of producing
aerial photography of the City of Fayetteville using airborne GPS.
101.2 Existing Data. Existing data includes monumented ground control, and digital mapping
from photography (Spring 1994) Existing data available for use on this project includes 103
horizontal and vertical monumented control points which have already been established and will
be used for the purpose of this section.
101.3 Work Product. The contractor shall deliver both aerial photography and airborne GPS
services to the City of Fayetteville. Aerial photography shall be obtained according to the
following specifications.
1. Flight coverage shall consist of one hundred thirty-six (136) square miles as shown
on attached map.
2. Altitude shall not exceed 4.800 feet with a resulting negative scale of 1" = 800'.
The contractor shall utilize GPS technology simultaneously with aerial photography
acquisition for the purpose of determining project coordinates of individual photograph centers.
Horizontal accuracy of the determined photo center shall be a minimum of second order
(1:50,000) based on project coordinates. Analytical aerotriangulation is required to
photogrammatically extend the airborne GPS data. The skeletal vertical ground control shall meet
all requirements of the U.S. National Map Accuracy Standards (NMAS).
101.4 Camera. All mapping photography shall be made with a single lens precision aerial
mapping camera equipped with a high-resolution, distortion -free type lens, calibrated by the U. S.
Geological Survey branch of the United States Department of Interior. A copy of the calibration
report no more than two (2) years old shall be furnished to the City with the Contractor's bid.
The calibrated focal length of the lens (the focal length at which the values of lens distortion,
irrespective of sign, are held to the minimum within 45 degrees of the optical axis) shall be 153
millimeters, plus or minus 2 millimeters. The camera shall function properly at the required
altitude and under the expected climatic conditions, and shall expose a 9 -inch square negative.
The lens -cone shall be so constructed that the lens, focal plane at calibrated focal length, fiducial
markers and marginal data markers comprise an integral unit or are brought about by variations of
temperature or other conditions which shall not be of such magnitude as would cause deviation
from the calibrated focal length in excess of plus or minus 0.05 millimeter or would preclude
determination of the principal point location to within plus or minus 0.003 millimeter.
2
a. Platen. The focal plane surface of the platen shall be flat to within 0.013
millimeters and shall be truly normal to the optical axis of the lens. The camera
shall be equipped with means of holding the film motionless and flat against the
platen at the instant of exposure.
b. Fiducial Marks. For mapping photography, the camera shall be equipped with a
minimum of eight (8) fiducial marks suitable for making precise measurements in
analytical aerotriangulation process. The lens, focal plane and fiducial marks must
be permanently fixed in rigid orientation with each other. The lines joining
opposite pairs of fiducial marks shall interact at an angle within thirty (30) seconds
of 90 degrees.
c. Lens Distortion. The absolute value of radial distortion measured at maximum
aperture, as stated in Calibration Reports, shall not exceed .01 millimeters. The
tangential distortion shall not exceed 0.005 millimeters.
Lens Resolving Power. When installed in the camera, and with the appropriate
filter mounted in place, the Area Weighted Average Resolution (AWAR), shall be
at a minimum of 95 lines/millimeter when measured on type V -F Spectroscopic
plates at maximum aperture stated in calibration report.
e. Filter. The surface of the filter shall be parallel to within 10 seconds of arc.
f. Shutter. The camera shall be equipped with a between -the -lens shutter of the
variable speed type, whose efficiency shall be at least 70 percent at the fastest rated
speed.
101.5 Aerial Film. Shall be furnished by the Contractor of a quality that is equal or superior to 4
mil Kodak Double -X 2405 negative film (Estar Base). Only fresh, fine-grained aerial film shall be
used. The negatives shall be exposed and developed in such manner that they will be sharp and
clear, and contain all highlight and shadow detail. They shall be free of any defects which, in the
opinion of the City, render them unsuitable for their intended purpose.
101.6 Airplane Personnel. The pilot must be well qualified, possessing a minimum of 500 hours
of photographic map flying experience. The photographer shall possess a minimum of 500 hours
of experience representing actual time spent in executing vertical aerial photography on
photographic assignments Oblique photography is not considered as qualifying experience.
101.7 Airplane. The airplane to be used shall be entirely capable of stable performance at the
necessary altitude and air speeds, and shall be equipped with all essential navigational and
photographic instruments and accessories, all maintained in operational condition during the
period of the contract, and all subject to the approval of the City. No windows shall be interposed
3
between the camera lens system and the terrain. The camera lens system shall not be in the direct
path of any gasses, oil, exhaust, or heat from the aircraft engines.
101.8 Flight Plan. The Contractor shall deliver a proposed flight plan for the accomplishment of
aerial photography. This proposed flight plan shall be submitted for approval, prior to the
accomplishment of the photographic work.
101.9 Aerial Photogr.phy. The minimum areas to be photographed are as indicated on flight
maps of photographic assignment. Photographic flight height above average ground elevation
shall be such that the scale of the photographic film negatives shall not have a variation of more
than plus or minus 5 percent of the desired photo scale. All strips shall be flown as straight as
possible, and shall be void of crab, tilt and altitude variations to the extent that they afford good
stereoscopic coverage of the entire minimum area(s) of the photographic assignment. Successive
photographs along the lines of flight shall overlap each other by approximately 60 percent, and
parallel strips shall overlap each other by approximately 30 percent as indicated on the approved
flight plans. Deviations of more than 5 percent from these specified overlaps, except those
excesses due to allowances made for abnormal relief displacements, may be cause for rejection.
a. Crabbing Any series of two or more consecutive photographs crabbed in excess
of 5 degrees as measured from the mean flight path of the airplane, as indicated by
the principal points of the consecutive photographs, may be considered cause for
rejection of the flight line. Average crab for any flight line shall not exceed 3
degrees.
b. Tilt. Tilt of the camera from the vertical at the instant of exposure shall not exceed
2 degrees nor shall it exceed 3 degrees between successive exposure station. The
average tilt over the project shall not exceed one degree.
c. Conditions. All mapping photography shall be made free of all possible natural
obstructions with a sun angle in excess of thirty degrees from vertical between
10:00 a. m. and 2:00 p. m. local time.
101.10 Photographs and Film. The Contractor shall mark on each negative of the photograph
assignment, date of exposure, scale (1.xxxx), file number, assigned roll number, flight line
number, and exposure number. Final frames on each flight line shall show the time of exposure,
the camera focal length and the flying height above mean ground elevation All such editing of
numbered negatives shall be mechanical lettering with characters 0.2 -inch high, and shall be so
placed as to appear within the image area.
a. Delivery of Negatives All negatives and uncut film positives shall be delivered to
the City Engineer's Office, City of Fayetteville, in rolls on winding spools within
cans, with each can labeled to show the name and address of the contracting
agency, name of the project, designating roll number of the photography, serial
4
•
numbers of the first and last numbered negative of each strip, scale, serial numbers
of the lens -camera combination used, calibrated focal length of the lens in
millimeters, name and serial number of the airplane, names of pilot and
photographer, contract number, and name and address of the contractor who
accomplished the photography. All extra and rejected exposures shall be included
on the roll. At least three feet of clear film shall be left on or spliced to each end of
the roll. All splices shall be of a permanent nature.
b. Contact Prints All contact prints shall be made on double weight semi -matte
paper stock approved by the contracting officer They will be sharp and clear, will
contain all highlight and shadow detail, and will be evenly toned. They will be
permanently fixed, thoroughly washed, processed through flattening solution and
dried without pressing, rolling, or excessive heating and trimmed to image area,
approximately 9" x 9", with the imaged fiducials retained on the print. Paper
prints will be delivered to the City Engineer's Office in proper flight line and
exposure sequence. All photogrammetric mapping projects require one set of
annotated contact prints with horizontal and vertical control points identified on
the emulsion side, pin pricked and labeled on the reverse side of the appropriate
State Plane Coordinates and Elevations.
c. Compilation Photography. All film positive and diapositives used on stereo
mapping operations and contact prints with control annotations will be delivered to •
the City's Engineering Office. The film positive will be of 7 mil thickness and the
diapositives will be of 7 mil thickness.
101.11 Photo Index Map. Upon successful completion of all photography, the Contractor will
prepare, at a scale approximately one-fourth to one-fifth the original scale, and deliver the final
photo index map. The index map will bear a north arrow and a brief title consisting of "Aerial
Photography Index, Project Title, Contracting Agency, and Scale". The index map will also bear
a note including information as to the contract number, the Contractor's name, the month and year
of exposures and the negative scale.
a. Requirements. The photographic index of vertical photography shall be prepared
by stapling together an assembly of prints made from acceptable negatives without
the negative being masked. The prints will be trimmed to a neat and uniform edge
along the photographic images without removing tile fiducial marks. The
photographs will be overlap -matched by conjugate images on the flight overlap in
the same direction. Lengths will be averaged in the image matching of successive
pairs of photographs on the flight line. Parallel, adjoining flight line assemblies will
be adjusted in length by incremental movement along the flight line, one
photograph with respect to the other, until conjugate image matching of adjacent
flight line strips can be accomplished insofar as practical for the entire project.
After the various flight line assemblies have been image matched with each other in
5
an overlapping manner, the strip number and photograph number will show clearly.
Sheet size will not exceed 30" x 42".
b. Photographic Copying and Printing. The assembly of photographs will be on
photographic film so that prints can be made by contact method. Whenever the
index cannot be copied as one (1) negative, it will be copied in two (2) or more
segments, as necessary. Each negative of a segment will have an image overlap of
2" or one (1) flight line, at the scale required in photographic prints of the index.
The prints will be made on semi -matte, double weight paper.
101.12 Deliverables. The Contractor will deliver the following aerial photography related items
of work product to the City:
1. One set of black and white contact prints.
2. One photo index negative of each index sheet.
3. One film positive of each index sheet.
4. Two photographic paper copies of each photo index sheet.
5. Original negative film.
6
CONTROL
SECTION 102
102.1 Scope. The work included under this section of the specifications consists of ground
control surveys and analytical aerotriangulation, required for photogrammetric mapping of the
entire controlled area of the survey consisting of ninety-five (95) square miles (See Update and
Growth areas of the Aerial Survey map).
102.2 Existing Data.
a. Existing GPS control network data will be provided by the City of Fayetteville
b. The contractor shall review and re-establish any disturbed or destroyed ground
control from the network.
c. Aerial targets will be set on the existing control network before aerial photography
is performed.
d. Ground Control Network must be established on Public R -O -W or City owned
property and must be clear of overhanging vegetation.
102.3 New GPS Control Data
a. Establish new ground control, by GPS survey methods, as required for the digital
mapping of `Growth Area' defined on `Aerial Survey Map'. All newly established
control shall meet or exceed second order horizontal and third order vertical
accuracy standards All new ground control shall be based on Arkansas State
Plane Coordinate System, NAD 83, and tied to the existing control network All
ground control surveys shall be performed by a professional land surveyor licensed
by the State of Arkansas.
b. All new GPS control shall be monumented with poured -on-site concrete
monuments. The monument shall consist of 18" x 5/8" inch rebar with a 3"
aluminum cap. Concrete monuments shall be at a minimum of 8" in diameter and
belled on the bottom to minimize movement All monuments shall be flush with
the surface. A witness post shall be provided for all newly established monuments.
c. Aerial targets shall be set on all new control points before aerial photography is
performed.
7
•
102.4 Analytical Aerotriangulation
a. Fully analytical aerotriangulation shall be performed to extend all ground control
and airborne control through new project photography. Aerotriangulation shall be
performed with first order equipment. Semi -analytical aerotriangulation is not
acceptable.
102.5 Deliverables The Contractor shall deliver the following control related items to the City:
1. Hard and soft copy control survey network adjustment data for ground and
airborne GPS control.
2. Hard and soft copy descriptions for all new control established.
3. Analytical aerotriangulation report.
102.6 Measurement and Payment. The items of work acceptably completed under section 101
and 102 of the specifications shall be measured and paid as a lump sum for "Aerial Photography".
Said measurement and payment shall include all supplemental and related work necessary for
completion. -
8
DIGITAL ORTHOPHOTOGRAPHY
SECTION 103
103.1 Scope. The work included under this section of the specifications consists of transferring
aerotriangulation control points, digital terrain model development, digital elevation model
development, scanning aerial film diapositives, orthophoto digital differential rectification, and
creation of digital orthophoto data. Under this section Sixty nine (69) square miles of digital
orthophoto updates (see `Update Area' of Aerial Survey Map) and twenty-five and one half
(25.5) square miles of new digital orthophotos (see `Growth Area' of Aerial Survey Map) shall be
provided by the Contractor.
103.2 Existing Data.
a. Existing Imagery, Ground Control and DTM data shall be provided for the
creation of digital orthoimagery.
b. Existing aerotriangulation results shall be furnished in a digital format and film
diapositives required for transferring control information shall also be furnished.
103.3 Work Product All work performed is a deliverable. The Contractor shall prepare and
deliver to the City digital orthophoto files for the project area specified by the City. Completed.
work shall include the scanning of aerial film diapositives and the creation of digital orthophoto
files. The computer -readable files shall be delivered in a uncompressed raster format compatible
with Cad Overlay GSX and media agreed upon by the City and the Contractor In addition, DTM
data in XYZ files compatible with AutoCAD Release 12 and Eagle Point surface modeling
software shall be delivered All digital files shall be complete, labeled, and shall be delivered on
CD ROM.
103.5 Aerial Photography Scale of the aerial photography to be used for orthophoto
preparation shall be 1" = 800'. See Section 101 for specifications.
103.6 Digital Ortho Orthophotoeraphv.
a. All film diapositives shall be scanned with a Zeiss PS -1 Scanner or the equivalent
at a minimum of thirty (30) microns The scanner shall be tested under the
direction of the City to ensure the scanner meets City's requirements for the
production of digital orthophotos.
b. DTM collection for the orthophoto rectification process shall be appropriate for
the generation of 2' contours that meet or exceed U.S. National Map Accuracy
9