Loading...
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