Loading...
HomeMy WebLinkAboutResolution - 2000-R0018 - Contract - Dallas Aerial Surveys Inc.- Digital Orthophotography, Contour Mapping - 01/13/2000Resolution No. 2000-ROO18 Jan. 13, 2000 Item No. 34 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, by and between the City of Lubbock and Dallas Aerial Surveys, Inc., a contract for Digital Orthophotography and Contour Mapping. Said contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this 13th day of January 2000. ATTEST: k wxu'a' "OR Kaythi Darnell 61( E 7Z�aA-A City Secretary (3 - APPROVED AS TO CONTENT: m B ram irecto of Strategic Planning APPROVED AS TO FORM: William de Haas Competition and Contracts Manager/Attorney Ccdocs/Dallas Aerial Surveys, Inc. January 3, 2000 Resolution No. 2000-R0018 Jan. 13, 2000 Item No. 34 DALLAS AERIAL SURVEYS, INC. CONTRACT FOR SERVICES This contract is made by and between the City of Lubbock (hereinafter called "Client"), and Dallas Aerial Surveys, Inc., a Texas Corporation, of 10220 Forest Lane, Dallas, Texas 752243, (hereinafter called "Contractor") on this 13th day of January WHEREAS, the Client has issued a Request for Proposals (RFP #99271) for Digital Orthophotography and Contour Mapping, and; WHEREAS, the proposal submitted by Dallas Aerial Surveys, Inc. has been selected as the proposal which best meets the needs of the City of Lubbock for this project, and; WHEREAS, the Client desires aerial photography, digital orthophotography and contour mapping in support of the City of Lubbock's Geographic Information System, Stormwater Management efforts, and Water Utilities activities (hereinafter called "the Project"); WHEREAS, Contractor desires to perform as an independent contractor to provide photography, ground control, photogrammetric and compilation services necessary for the production of topographic maps with planimetric data and digital orthophotographs upon terms and conditions contained in this Contract; NOW THEREFORE, for and in consideration of the mutual promises contained herein, the Client and Contractor agree as follows: 1. Description of Work The scope of professional and technical services consists of the activities as described in the attached Scope of Work. If required, any additional services associated with the Project Scope that are not described in the following will be defined as such and negotiated separately with the Contractor. 1.1 Contractor Responsibilities Contractor agrees to perform the services described in the Scope of Work, attached to this Contract as Exhibit A and incorporated herein, relating to aerial photography, digital orthophotography and contour mapping in support of the City of Lubbock's Geographic Information System, Stormwater Management efforts, and Water Utilities activities. Contractor agrees to provide the products described in Deliverables for Base Project, attached to this Contract as Exhibit B and incorporated herein. P. fl,,N 1 11 Il. i.. -. Contractor agrees to perform these services for the area shown on the map entitled Index of Orthophotography, attached to this Contract as Exhibit C and incorporated herein, which delineates the project area and existing map sheets. Contractor shall perform all services under this contract to prevailing mapping and land surveying professional standards consistent with the level of care and skill ordinarily exercised by members of the mapping and land surveying professions, both public and private. Contractor shall furnish all necessary labor and supervision, except as specified hereunder to be furnished by the Client, and shall perform the services subject to and in accordance with the terms and conditions of this Contract. Contractor will designate an individual to act as the single point of contact for the entire project, including communication with subcontractors. Contractor will be available for conferences with the Client so that the project can be completed with the full benefit of the contractor's previous experience and professional expertise. Contractor may also provide such other services not specified in the Proposal as the Client may request in writing from time to time (see "Additional Work!). 1.2 Client Responsibilities Client may elect to forego any particular service or services by providing written notice of such election to Contractor at any time. Client will assist the Contractor by placing at its disposal all available information pertinent to this project, including previous ground control information, contour maps, digital files and any other data relative to the project as is required. Client will be available for conferences with the Contractor so that the project can be completed with the full benefit of the city staff's experience and knowledge of existing data and facilities and previous projects. Client will examine all studies, reports, specifications, proposals, and other documents presented by Contractor in a timely manner. Client will designate an individual to act as the single point of contact. Client will give prompt written notice to contractor whenever the client observes or otherwise becomes aware of any development that affects the scope or timing of the Contractor's services. p. 2 2. Time for Performance Work under this contract will proceed according to the following schedule once the contract is executed. The scheduled performance period for this contract is estimated to be 640 days. This contract will be valid for a term covering the scheduled performance period or until the completion and final acceptance of the services and products authorized. This contract can be extended by mutual consent of the Client and the Contractor by execution of a letter of Contract to do so. Ground control activities will begin immediately upon notice to proceed. Panels will be set and field reconnaissance begun four (4) days after notice to proceed. Field control will begin as soon as all targets are set. Aerial photography will be flown beginning in February 1999 and shall be completed, checked, and accepted no later than March 15, 1999. Once photography is completed, work will proceed according to the following schedule, which is based on the number of days after aerial photography is completed. Hard copy products (orthophotographs and planimetric/contour mylars) will be delivered 30 days after acceptance of each phase of the digital product. 771 71 Task U`` seri 'tivn' , F, Delivery of contact prints 21 Complete field control and deliver report 60 Complete aerotriangulation and deliver report 120 Complete permanent monumentation of 8-12 control points 120 Deliver first four map sheets to insure all data is correct 150 Deliver sixteen map sheets and sixteen digital ortho hotos 180 Training To be scheduled by client/contractor agreement Deliver sixteen map sheets and sixteen digital ortho hotos 210 Deliver sixteen map sheets and sixteen digital ortho hotos 240 Deliver sixteen map sheets and sixteen digital ortho hotos 270 Deliver sixteen map sheets and sixteen digital ortho hotos 300 Deliver sixteen map sheets and sixteen digital ortho hotos 330 Deliver sixteen map sheets and sixteen digital ortho hotos 360 Deliver sixteen map sheets and sixteen digital ortho hotos 390 Deliver sixteen map sheets and sixteen digital ortho hotos 420 Deliver sixteen map sheets and sixteen digital ortho hotos 450 Deliver sixteen map sheets and sixteen digital ortho hotos 480 Deliver sixteen map sheets and sixteen digital ortho hotos 510 Deliver sixteen map sheets and sixteen digital ortho hotos 540 Final acceptance of all products 640 p. 3 3. Errors Work to be performed by Contractor shall be of good quality and shall be performed in a professional manner, using that degree of care and skill ordinarily exercised by and consistent with the standards of competent professional Aerial Photographers, Photogrammetrists, Registered Land Surveyors, and Geographic Information Systems professionals engaged in the same or similar projects. All digital orthophotography and contour mapping shall meet or exceed the USGS National Mapping Program Geospatial Standards, as adopted December 1996, and all work shall meet or exceed the accuracy level described in the Scope of Services. Contractor shall perform the Work as described herein and shall comply with applicable laws, rules, and regulations. Contractor liability under this Contract shall be limited solely to expenses incurred to rectify errors. If written notice describing errors is delivered to Contractor by Client within nine (9) months after completion of the Project, Contractor agrees to rectify the error at its own expense. However, nothing herein contained shall be construed to mean that the Contractor shall be liable or responsible for rectifying errors that were generated as a direct result of the Client's furnished source materials or the direct guidance of and by the Client or its representatives or by omissions of persons who contribute to the Project with Client's approval and who are not retained or employed by the Contractor. 4. Contractor's Compensation Client shall pay Contractor upon the timely completion of the Services according to the schedule set forth below. Contractor's professional fees for the Services in this Contract shall not exceed $ 670,800.00. No reimbursable expenses are included in this contract. The contract amount includes any Contractor or Subcontractor travel and expenses. The City of Lubbock will provide or procure a facility for training. If the Client elects to forego a service after Contractor has commenced performing such service, Client shall reimburse Contractor for costs incurred prior to receiving client's notice to forego such service, provided that such costs shall not exceed the cost specified in the table below. The Client agrees to pay Contractor upon Client acceptance of the milestones as outlined in the payment schedule below. Invoices shall be delivered by Contractor, and payment terms are net 30 days from Client acceptance. z ,�'usk.D�sc i �r�til�'a .m�iiit;Scl�e` ul� ,.;��, ,• 3 ,I Gist , Completion of Aerial Photography 10% Completion of Ground Control & Delivery of Documentation 10% Completion of pilot project 4 square miles 5% Deliver 16 map sheets and 16 digital ortho hotos 5% Deliver 16 map sheets and 16 digital ortho hotos 5% Deliver 16 map sheets and 16 digital ortho hotos 5% Deliver 16 map sheets and 16 digital ortho hotos 5% Deliver 16 map sheets and 16 digital ortho hotos 5% Deliver 16 map sheets and 16 digital ortho hotos 5% p. 4 Deliver 16 map sheets and 16 digital ortho hotos 5% Deliver 16 map sheets and 16 digital ortho hotos 5% Deliver 16 map sheets and 16 digital ortho hotos 5% Deliver 16 map sheets and 16 digital ortho hotos 5% Deliver 16 map sheets and 16 digital ortho hotos 570 Deliver 16 map sheets and 16 digital ortho hotos 5% Deliver 16 map sheets and 16 digital ortho hotos 5% Project Retainage Based on Final Approval 10% 100.00% 5. Miscellaneous Provisions 5.1 Additional Work Additional Work shall be authorized only by written amendments to this Contract. Compensation for additional work shall be mutually agreed upon by the Client and Contractor prior to commencement of the Work. Both the Client and the Contractor must execute all amendments to this Contract prior to Contractor's commencing work. 5.2 Special Conditions Contractor's project team members will have the opportunity and authority to contact personnel of the Client directly in the performance of consulting duties. 5.3 Governing Law This Contract shall be governed by, subject to, and construed according to the laws of the State of Texas. Contractor agrees to comply with all applicable local, state, and federal laws, regulations, and orders relating to the services, including but not limited to fair and equal opportunity practices and policies. 5.4 Entire Agreement This Contract, including all attachments, exhibits, and amendments, if any, shall constitute the entire agreement by the parties hereto and supercedes all prior offers, negotiations, and agreements relating to the same subject matter. 5.5 Warranties Contractor warrants that the Services shall be free of defects and shall be in accordance with the requirements of this Contract. 5.6 Contractor expressly warrants that while providing the Client with the services that they do not in any way invalidate the licenses given to the Client by various software vendors, nor do they breach the confidentiality of such software, documentation, or related materials. P. 5 Termination i Client may terminate this Contract or any part thereof by ten (10) day written notice. Should termination become necessary, the Client agrees to pay the Contractor for all services and products satisfactorily completed up to and including the date of termination. 5.7 Project Manager Either party may request a change in project management should irreconcilable differences make satisfactory project completion difficult or impossible. Either party should submit documentation showing cause for such a change. 5.8 Subcontractors No work herein called for shall be subcontracted to a subcontractor who is not acceptable to the Client. Subcontractor representatives shall also be approved. Subcontractors and representatives approved as part of this agreement are those named in Exhibit A, Scope of Work. Contractor shall provide the Client with copies of the agreements between Contractor and each Subcontractor. No additional subcontractors shall be assigned without written approval of the Client. The Contractor shall require subcontractors to conform to the applicable terms of this contract and include provisions that require subcontractor compliance with those terms. 5.9 Assignment This Contract shall not be assignable in part or in its entirety without the prior written approval of Client. It is agreed and understood that the Project will be prepared for the use and benefit of the Client. 5.10 Enforcement In the event that it shall become necessary for either party to enforce this Contract as a result of a breach by the other party, each party shall have all of the remedies available to it in law or in equity, including reasonable attorney's fees. 5.11 Enforceability If any term or provision of this Contract, or its application to any person or circumstance shall, to any extent, be invalid or unenforceable, the remainder of this Contract or the application of the term or provision to persons or circumstances other than those as to which it is held invalid or unenforceable shall not be affected by the unenforceable or invalid provision, and each remaining term and provision of this Contract shall be valid and enforced to the fullest extent permitted by law. 5.12 Insurance 1. General. Contractor shall procure and carry, at its sole cost and expense through the life of this contract insurance protection hereinafter specified, in form and substance satisfactory to the Client. Client must approve all policies prior to the commencement of any activities whether performed by the Contractor, subcontractor, agents, or third parties. The insurance carrier must be an insurance company authorized to transact business in the State of Texas and have a Best's p. 6 Financial rating of A:Vii. A Certificate of Insurance specifying each required coverage shall be submitted to Client prior to the execution of this contract. Required insurance shall be prepared and executed by the insurance company or its authorized agents with the exception of the workers compensation insurance, and shall contain an endorsement naming the Client as an additional insured. Written notice of cancellation or any material change will be provided thirty (30) days in advance of cancellation or change. Required insurance, other than Worker's Compensation, shall provide a waiver of subrogation in favor of Client, and shall contain cross liability and severability clauses. 2. Required Coverage. Contractor and subcontractors shall obtain and maintain policies in insurance throughout the contract term in limits specified below. a) Worker's Compensation. The Contractor and subcontractors shall maintain Worker's Compensation and Employer's Liability insurance coverage as required by statute or coverage approved by the City Risk Management Coordinator. b) Commercial General Liability. The Contractor and subcontractors shall maintain Commercial General Liability coverage endorsed to include premises/operations, contractual liability, independent contractors and completed operations. The policy shall have a minimum of One Million and no/100 Dollars ($1,000,000) combined single limit in the aggregate and per occurrence. c) Automotive Liability. The Contractor and subcontractors shall maintain Automotive Liability coverage. The policy shall have a minimum of One Million and no/100 Dollars ($1,000,00) combined single limit in the aggregate and per occurrence. d) Aviation Liability. All aviation subcontractors shall maintain Aviation Liability coverage. The policy shall have a minimum of Five Hundred Thousand and no/100 Dollars ($500,000) per occurrence. The Contractor and the City of Lubbock shall be named as additional insured. Contractor, subcontractors and their insurers providing the required coverages shall waive all rights to recovery against Client and its directors, officers, employees, and agents. 5.13 Force Majeure Neither the Client nor Contractor shall be required to perform any term, condition, or covenant in this Contract so long as such performance is delayed or prevented by force majeure, which shall mean acts of God, unforeseeable material or labor restrictions by any governmental authority, civil riot, or floods. 5.14 Ownership of Data/Materials The Client shall own all data developed during the execution of this Contract. This data includes, but is not limited to, photographic negatives, diapositives and prints, topographic maps, digital orthophotographs, and any other digital or hardcopy data prepared or assembled by Contractor under this contract. p. 7 Contractor shall not release or reuse any data acquired or developed in conjunction with this Contract without express written consent by the Client. Contractor shall retain in its files all pertinent information for the work, including a final copy of all digital deliverables and negatives of aerial photography. Contractor shall contact Client before disposing of any copies or negatives of any materials created during the execution of this Contract. Contractor shall have no liability for changes made to any deliverables by the City of Lubbock or its designees after receipt and acceptance of the original deliverables by the City of Lubbock. 5.15 Notifications All notices, approvals, acceptances, and consents required by this Contract shall be in writing and addressed as follows: The Client: City of Lubbock 1625 13u' Street Lubbock, Texas 79401 Attn: Sally Abbe 806.775.2106 806.775.2100 (fax) Contractor: Dallas Aerial Surveys, Inc. 10220 Forest Lane Dallas, Texas 752243 Attn: William L. Johnson, Jr. 214.349.2190 214.349.2193 (fax) Executed in duplicate originals by the Client and Contractor on the date written in by the City of Lubbock and Dallas Aerial Surveys, Inc. CLIENT: City of Lubbock CONTRACTOR: Dallas Aerial Surveys, Inc. SignatureSignature Name: Windy Sitton Title: Mayor Date: January 13, 2000 ATTEST: kaAt�I�aa"U — Kaythie bamell City Secretary p. 8 Name: William L. Johnson, Jr. Title: Vice -President Date: _ a.,uar opo APPROVED AS TO CONTENT: \111W -%� J s E. ertram Di for f Strategic Planning APPROVED AS TO FORM: William DeHaas Competition and Contracts Manager/Attorney P. 9 Resolution No. 2000-R Jan. 13, 2000 Item No. 34 Scope of Work Exhibit A Project Area The area to be included is shown in Exhibit C, which is a map outlining the project area and delineating existing map sheets. The numbering system shown on the map corresponds with GIS project files and existing map sheets, and should be used for identification wherever practical in this project. Control Surveys To perform accurate photogrammetric measurement, horizontal and vertical survey data will be required at numerous locations in and around the project area. These control points must be identifiable on the aerial photography and must be in strategic locations with respect to the flight lines and stereo -models. This is a critical element to the accuracy of the mapping and will serve as the foundation for the horizontal and vertical map datum. This portion of the project will be under the direction of Gordon Perry of Carter Burgess. All control points will be pre -marked (targeted) to insure visibility on the photography. It is also important that the points are located in clear areas to allow an unobstructed view for GPS occupation and satellite reception. For controlling the Project area, approximately 500 points will be required. Prior to obtaining the aerial photography, field reconnaissance and targeting will be performed. The targets will be placed as an "X" with each leg 4' long and 1' wide with the control point in the center. Each target will be placed on natural ground surface and secured with nails and shiners. All point locations will be on public land if possible and set with a %Z" iron rod and plastic cap. The ground control surveying will begin with the location of National Geodetic Survey (NGS) monuments found in and around the project area. The coordinate systems will be established based on a minimum of four horizontal NGS monuments and four vertical NGS monuments. Eight (8) to twelve (12) permanent control monuments will be set around the project area in locations approved by the City of Lubbock. Before beginning permanent monumentation, the Contractor will provide a description of the monumentation technique for approval by the City. These monuments are needed to establish coordinate values for all aerial panel points required for the project. A "Static" Global Positioning System (GPS) traverse loop will be run starting from the NGS monuments found traversing through the permanent control monuments set and ending back on the NGS monuments. This loop will produce second -order accuracy for the permanent control monuments. The 475 to 500 aerial panel points needed for the project will be set and located using "Real Time Kinematic" (RTK) GPS. Each RTK GPS location will have an independent verification to ensure second order horizontal precision and a vertical error not to exceed 2 centimeters (0.06' or 3/4"). While the published accuracy specification for RTK GPS P. 10 is plus or minus 1 centimeter (0.03'or 3/8'). Carter Burgess's experience shows that 2 centimeters is a worst case scenario; proper application of the GPS technology allows Carter Burgess to achieve results generally between 1 to 1 %i centimeters. In addition, Carter Burgess will run a third independent verification on 20 percent (20%) of the total number of aerial panel points set by occupying random panel points as it moves its RTK GPS base station around the control monument network. Reference sketches will be created for all NGS monuments found, control monuments set, and all aerial panel points set. These sketches will be incorporated into the final report and forwarded to the City of Lubbock. A digital file showing the location of all control points will also be provided on a digital map of the project area. The digital map will be provided by the City. Independent databases will be created for the NAD 27-NGVD 29 and NAD 83-NGVD 88 datums. All points will be computed in both databases to ensure accuracy of the point locations. A single scale factor will be developed for the project area so that future work can be added. NAD 83-NGVD88 grid coordinates will be forwarded to Dallas Aerial Surveys, Inc. A final report will be generated explaining how the control network was established, the results of the "Static" GPS surveying, procedures, and results of the "RTK" GPS surveying, how the project scale factor was derived, a listing of coordinate values in both datums of all points surveyed, and copies of all reference sketches for all surveyed point locations. Processing all control points utilizing aerotriangulation procedures insures quality control. Any point that does not fall within specifications is noted and flagged for re- occupation. Aerial Photography To produce the desired maps and photo products, Dallas Aerial Surveys, Inc. will obtain new black -and -white aerial photography at two scales: 1"= 400' (2,400' above terrain) and 1"= 800' (4,800' above terrain). Harris Aerial Surveys will provide this service under the direction of Lynn Harris. The 1"= 400' coverage will be used for digital map compilation and will consist of thirty- eight East-West flight lines. Each photograph will be taken to overlap the preceding photograph in the direction of flight by approximately 60 percent. Photographs from adjacent flight lines will overlap by approximately 30 percent. The center of the first two and the last two photographs of each flight line will fall outside the mapping area. This will result in full stereoscopic coverage of the area. The photography will be suitable for attaining 1.0' contour interval mapping to national map accuracy standards. The 1'= 800' coverage will be used to produce the digital orthophotos and will consist of nineteen East-West flight lines. Each photograph will be centered on an existing facet (map sheet). This will ensure that each digital orthophoto will be taken from the center of the photograph, eliminating distortion and the need for mosaicking. All photography will be taken with Kodak Double -X 2405 Aerographic Film using a Wild RC -30 precision aerial mapping camera. The camera will be equipped with a standard six-inch focal length, forward motion compensation, and will have a current calibration certificate from the U.S. Geological Survey. Quality control procedures include carefully examining the film with respect to scale, overlap/sidelap, crab, tip/tilt and image quality. Exposures that do not meet standard specifications, or that are in some other way deemed unacceptable, will be re -flown as soon as conditions permit. All acceptable photography will be labeled with date, scale, flight line number and exposure number. Aerial Triangulation Prior to the photogrammetric map compilation, it will be necessary to expand the network of control points obtained in the field. This will be accomplished through an analytical aerotriangulation adjustment of the 1" = 400' photography. This will provide sufficient supplemental control for setting individual stereo -models in Contractor's photogrammetric plotting instruments. This portion of the project will be under the supervision of Stanley Niewiarowski, Certified Photogrammetrist #R912, of Dallas Aerial Surveys, Inc. In addition to providing supplemental control, the aerotriangulation process also serves to verify the field control values. Any errors in the surveyed control, which may otherwise go undetected, will be discovered and isolated during mathematical analysis. Dallas Aerial Surveys, Inc. will mark all the supplemental points (pug points) required for setting the stereo -models on film diapositives prepared from the black -and white aerial photography negatives. For this, Contractor will use a Wild PUG -4 point transfer stereoscopic instrument. The PUG -4 is equipped with a 60 -micron drill for "pugging/marking" the emulsion of the diapositives. The diapositives will then be set in a first -order analytical stereoplotter to measure relative (photo) coordinate values for each of the supplemental points and targeted ground control. These values, along with the known ground coordinates, will be used to compute the transformation and adjustment to ground coordinates values for the supplemental points. This will be accomplished with the J.F. Kenefick fully analytical adjustment program (RABATSBRATS). The industry standard for accuracy of aerial triangulation is 1/10,000 of the flight height or 0.24' on all ground coordinates. With the use of the RC -30 camera and the Zeiss first - order analytical P-1 stereoplotter, Dallas Aerial Surveys, Inc. will expect to get accuracy better than 1/13,000 of the flight height or 0.18'. Accuracy of., Tolerance RMS AV MAX Interior orientation 15 microns Relative orientation 10 microns Residuals o A. T. point 5 microns 0' 15 microns Residuals of Control Points 0.18' 0' 0.54' From the aerial triangulation results, a computer printout will be provided. A report will accompany the printout describing procedures and computer programs used. A listing of p. 12 any control not used in the final adjustment will also be shown. Descriptions of any disclosures encountered, and steps taken to rectify the discrepancy, will also be provided. The aerial triangulation report will contain the following: Narrative with brief explanation of the process Aerial triangulation index with all control points and photo centers Limited printout of final run of the bundle adjustment Floppy disk(s) with all aerial triangulation files Copy of camera calibration reports Pilot Project After the photography is accepted and digital map compilation begins, Dallas Aerial Surveys will deliver a pilot project of four maps to the City of Lubbock. These maps will be of the area indicated in Exhibit C as Maps 97, 98, 140 and 141. Deliverables from the pilot project will include all products outlined below, including DTM, digital orthophotography, contour and planimetric files, MicroStation, MGE and GeoMedia files, and hard copy products. At this time, all naming, file layering, topology, symbology, labeling, and format issues will be agreed upon, providing a foundation for the duration of the project. Once the pilot project is reviewed and accepted and all related issues settled to the satisfaction of the contractor and client, product delivery will proceed in batches of 16 maps every 30 days. Hard copy maps will be delivered 30 days after delivery of the digital files. Digital Map Compilation To produce the DTM and the digital planimetric vector data, Dallas Aerial Surveys, Inc. will place the diapositives in its first -order analytical stereoplotters. The stereoplotters will correct systematic errors due to earth curvature, light refraction and camera distortion. The encoders of the stereoplotters will be indexed to the ground coordinates of the supplemental points. This will allow us to digitize features from the photography into vector graphics based on the State Plane Coordinates System. Dallas Aerial Surveys, Inc. will be responsible for this portion of the project under the supervision of Kevin Kelly. Dallas Aerial Surveys, Inc. will utilize its Wild BC -1, Zeiss P-1 and Zeiss P-3 first -order analytical stereoplotters to compile digital planimetric mapping and digital terrain model to support 1.0' contours. With these stereoplotters, map data is compiled directly from the photography into digital form using Kork Digital Mapping Software. Features are collected in separate data layers and are defined by codes, which assign symbols, colors, pen sizes, and other attributes. After the data is compiled, it will be edited and formatted at a Pentium PC work stations also equipped with Kork Digital Mapping Software. During the Kork edit, Dallas Aerial Surveys, Inc. will process the vector data through a series of automatic editing software. During this process the system parameters are set so that the newly created vector data will snap together properly. A combination of the Kork Join, Nodes, and Clip programs are used to make sure that vectors are properly joined at end nodes and that polygons p. 13 close properly. This process will eliminate overshoots, undershoots and properly snap vectors together. The newly compiled vectors are separated into the following thematic layer schema within the Kork system and exported as MicroStation DGN files. The following categories will be collected: Roads & Streets, Curbed Perennial Drains and Shorelines Roads & Streets, Paved w/o Curb Intermittent Drains and Shorelines Roads & Streets, Unpaved Water Areas Track or Trail Dams, Earthen Bridges Dams, Masonry Culverts Index Contours Railroad Depression Contours Street Centerlines Approximate Contours Vegetation Spot Elevations Control (Control Stations, Benchmarks) Quality control procedures include making a set of test plots to verify that the above mentioned programs successfully manipulated the vectored features. Secondly, these same plots are checked against the aerial photos to ensure all features have been compiled. GeoMedia Conversion Applied Technological Services Inc., under the direction of Bruce Martin, will take receipt of the graphics data and verify that it has been topologically cleaned and placed in MicroStation DGN file format. The graphic elements will then be separated into individual DGN files that match the MGE category definitions currently used or defined by the City. Initially, all element graphics matching their associated feature definitions, per MGE category, will be written into a single DGN file, assuming the file sizes do not become too large to efficiently process. For example, if there are 8 MGE categories, then 8 DGN files will be created with the graphics that represent all the features in a single category. This will ensure that topology will be maintained for all area and linear graphics. The final DGN file coverage area format can be determined by the City of Lubbock and these large files will be cut up into the desired layout. The City's existing MGE project containing features, and any applicable associated attribute tables, will need to be acquired from the City. This information will then be used to featurize the MicroStation graphic elements. MGE tools will be used to feature tag the desired graphics to match the feature definitions present in the existing MGE project's feature table. If a feature has an associated attribute table, then a blank database record will be loaded for each feature processed. The MSLINK and MAPID columns will be populated in all tables. The final result of this process will generate MicroStation DGN files with all appropriate features and database linkages, if applicable. In addition, the associated database tables will be generated, delivered and available for use in the City's existing MGE project. p. 14 All digitized features will be both visual and coordinate edgematched with features from existing data. Attributes for adjoining features will also be identical. All graphic features that share a common boundary, regardless of digital map layer, will have the exact same digital representation of that feature in all common layers. No duplication of points that occur within a data string or occur as a single X and Y coordinate pair are permitted. Where graphic elements usually meet, they will also digitally meet. All area and polygon data will be exact mathematically. There will be no overshoots, undershoots, or offsets or pseudo nodes. Lines that connect polygons will intersect those polygons precisely. Every end point will be an intersection point of the respective polygon. A high quality cartographic appearance will be achieved. Transitions from straight line to curvilinear line segments will be smooth and without angular inflections at the point of intersection. The digital representation will not contain extraneous data at a non-visible level. There will be no jags, hooks, or zero length segments. The digital representation of linear elements will reflect the visual network structure of the data type. An element will not be broken or segmented unless that segmentation reflects a visual or attribute code characteristic, or unless the break is forced by database limitations. The structure of the map data will not inhibit the execution of GIS functions. Dallas Aerial Surveys, Inc. will process all coverages using MGE GIS commands as the last step prior to production of check plots and the delivery of data. The maximum tolerances for coverage processing are as follows: Fuzzy: 0.25 Dangle: 0.0 Grain: 1.0 Precision Double Dangling Nodes Not Acceptable Pseudo Nodes: Conditional Arc Direction: Per City of Lubbock Specification After processing, Applied Technological Services, Inc. will verify that features have not been omitted, snapped out of place, or trimmed as angles. All polygons and lines will be verified for proper closure and connectivity. Once a complete MGE project data set has been successfully compiled, it will be converted into a GeoMedia based project. If there are any differences in the desired format, design, or layout of the GeoMedia project as compared to the MGE project, the City will need to specify those differences prior to final delivery. Deliverables provided to the City from these processes will include an MGE project data set, which includes the DGN files, and a GeoMedia project data set. P. 15 Digital Terrain Model To orthorectify the raster image and to produce the one foot interval contours Dallas Aerial Surveys, Inc. will build a "Digital Terrain Model". This is accomplished with the diapositives set in the stereoplotters at the same time Contractor is collecting the vector data. Portions of the vector data will also be part of the DTM as breaklines. Dallas Aerial Surveys, Inc. will be responsible for this portion of the project under the supervision of Kevin Kelly. The DTM is collected with a series of breaklines and DTM points to define the vertical data. The elevations will be read along lines where the contours change direction or break. Drainage features would be defined as a hard break or abrupt change. Edge of pavement would be a soft break or slow change. The breaklines would be supplemented with DTM points, set on a 100' interval grid, to better express the terrain features. After the breaklines and DTM points are collected, they are processed through Terra Model software and the one -foot contours will be generated. The contours will be integrated back into Kork for plotting and editing. The DTM file will be delivered in a format to be specified at by the City of Lubbock on CD-ROM. After the editing and structuring of the data in Kork, a Plot file (1" = 200' horizontal scale) will be created for each facet and a set of ink-on-mylar map plots will be produced and delivered. Each facet will also include a standard title and border format containing specified information such as City of Lubbock logo, datum, contour interval, date of photography and map production, map scale, north arrow, accuracy note, map location diagram and Dallas Aerial Surveys' logo. Dallas Aerial Survey will provide a sample title and border format to the City of Lubbock for review and approval prior to creating any map sheets. Digital Orthophoto Each exposure of the 1" = 800' photography will be scanned using the Wehrli Rastermaster RM2 precision high-resolution photogrammetric scanner. The exposures will be scanned at 12 microns (2,117 DPI) to produce a ground resolution of 0.38' per pixel. Dallas Aerial Surveys, Inc. is responsible for this portion of the project supervised by Steven Fones. Running on Windows NT, the Vision Softplotter will overlay the raster image to the DTM. With the DTM, Dallas Aerial Surveys, Inc. will be able to remove image displacement due to terrain differences, and geo-reference the digital orthophoto to maintain spatial position. Photogrammetric equations derived from the control survey, camera calibration, orientation parameters and DTM are used in the processing. This will rectify the digital image to an orthographic projection by processing each image pixel by pixel. When the processing is complete, each digital orthophoto file will be resampled to a 0.5' ground resolution and written to CD-ROM in a format to be decided by the City of Lubbock and Dallas Aerial Survey. Each digital orthophoto file will match the City's existing tiling scheme. The digital orthophoto will be radiometrically and geometrically p. 16 corrected to enable adjacent files to be displayed simultaneously without obvious distinction between them. Orthophotos will not contain defects such as out -of -focus imagery, dust marks, scratches, or inconsistencies in tone and density between individual sheets. All mapping will meet or exceed National Map Accuracy Standards for photogrammetrically compiled data. For each digital orthophoto file, a reproducible hard copy mylar plot will be produced at the scale of 1" = 200'. Each plot will match the City's existing tiling scheme. Each sheet will also include the identical border format as the matching map sheet. The plots will be produced on the Cymbolic Sciences Lightjet 5000 large -format digital laser printer to photo quality and be suitable for reproduction on a Xerox system or through a Diazo process. Quality control procedures include merging the finished orthophotograph along with the vector data to verify that there is no mismatch. p. 17 i11 0 11 1 `r Resolution No. 2000-R Jan. 13, 2000 Item No. 34 Exhibit B Deliverables for Base Project (See Exhibit C for Project Area) Technical and quality control information Ground control and analytical aerotriangulation Ground control and analytical aerotriangulation for digital Comments One copy of the flight plan and control layout for each orthophoto flight Camera specifications and current (within 3 years) USGS camera calibration reports for all equipment used on each orthophoto flight One copy of FGDC compliant metadata for all digital files in Word97 format in a format and containing information to be agreed upon by Client and Contractors Ground control and analytical aerotriangulation Ground control and analytical aerotriangulation for digital orthophotography and contour mapping One copy of the ground control and aerotriangulation report for each orthophoto flight Documentation for each benchmark or ground control point, including copies of field sketches Permanent monumentation of eight (8) to twelve(12) 2ndorder accuracy control points Aerial Photography Contact prints Aerial photography capable of generating 6" pixel resolution digital orthophotography and 1 foot contours One copy of photo diapositives for each orthophoto flight Digital Orthophotography Creation of digital orthophotos at 6" pixel resolution for digital orthophotography One copy of the digital orthophoto files in uncompressed format One copy of the digital orthophoto files in MrSid format p. 18 1:200 scale 4 mil mylars of ortho photos Digital Terrain Model Digital terrain model creation NAD83 and NAVD88 Digital terrain model creation NAD27 and NAVD29 One copy of the DTM in MicroStation format Contour Mapping and Planimetric Data Collection Contour mapping at 1 foot intervals NAD83 and NAVD88 Collection of Planimetric data in Appendix C One copy of the 3D planimetric vector file in MicroStation format 1:200 scale 4 mil. mylars of contours Training Five days of on-site training in facilities provided by the City of Lubbock P. 19 Exhibit C Index of Orthophotography Map of Project Area p. 20 Hartland Ave. Zeeland Ave. Quitsna Ave. Inler Ave. Alcove Ave. Upland Ave. Milwaukee Ave. Frankford Ave. Slide Rd. Quaker Ave. Indiana Ave. University Ave. Avenue P Avenue A M.L. King Jr. Blv Guava Ave. Olive Ave. Wood Ave. Fiddlewood Ave. Nectarine Ave. (FM 1729) Verbena Ave. Resolution No. 2000—R Jan. 13, 2000 Item No. 34 C OD 0 -P- (D C Zeeland Ave. -4 "V 2 N (D U) Ln En V) (A V) N LA r- -,;*- to NCn Guava Ave. Olive Ave. Wood Ave. Fiddlewood Ave. Nectarine Ave. (FM 1729) Verbena Ave. Resolution No. 2000—R Jan. 13, 2000 Item No. 34 Hartland Ave. Zeeland Ave. -4 "V 2 Quitsno Ave. r -3m N I to NCn Inler Ave. Alcove Ave. 4 Co m CA C" CD a it Upland Ave. 2 14 Milwaukee Ave. Frankford Ave. .1 C13 Slide Rd. V 'e4 "oL" Quaker Ave. Co -?V Cn Indiana Ave. TOCY) Cn University Ave. Cr 4 Avenue P Interstate 27 ftf-;:�r Ash Ave. Co 4 46 Co r S -1 M.L. King Jr. Blvd. d r. 1/1 1 Guava Ave. 4�)'! X a r Olive Ave. Wood Ave. Fiddlewood Ave Nectarine Ave. O to 0D CY) L" (.4 —.0. M C A CD (A x =r U) (A 0 C =r LA LA L/) (n V) m Z 0 U) V) cii V) 06 U) LA r, 0 C: I—] Cy 0 0- 0 0 p. 21