Loading...
HomeMy WebLinkAbout2007-02-26-Meeting Agendawww.augustaga.gov Public Safety Committee Meeting Committee Room- 2/26/2007- 2:30 PM PUBLIC SAFETY 1. Approve Acquisition of Digital Orthophotography through contract with Kucera International. Attachments Public Safety Committee Meeting 2/26/2007 2:30 PM 2007 Digital Orthophotography Department:Information Technology Caption:Approve Acquisition of Digital Orthophotography through contract with Kucera International. Background:Digital Orthophotographs (orthophotos) are computerized images of aerial photographs that are aligned with the city's Geographic Information System (GIS) maps so that map layers such as roads, buildings, and water lines can be seen on top of the photos. These photos are most easily visible on Augusta's Maps Online web site. The orthophotos that Augusta employees and the public see on Maps Online were flown in 2002, and growth in the city has made them obsolete. Orthophotos are of great use to Utilities, Public Works, Planning and Zoning, the Tax Assessor, and several other city departments. Analysis:In the summer and fall of 2006 , IT worked with the Procurement Department through an RFP process to select a vendor for this project. This process resulted in the selection of Kucera International as the vendor of choice in December 2006. Kucera's response to the RFP was by far the most highly-rated by the selection committee, their technology solutions were outstanding, and their references were excellent. In addition to the actual orthophotos, we will also be gathering LIDAR (Light Direction and Ranging data which helps create accurate contour elevations and building heights), building footprints, tower locations, impervious surfaces, edge-of-pavement and two-foot contours (which are suitable for engineering-level work) as part of this project. Financial Impact:This project will cost approximately $300,000 and will paid for through a combination of SPLOST funds, Federal Grant money, and a contribution from the Augusta Utilities Department. Alternatives:None. Our existing orthophotos are outdated and do not accurately reflect the current geography and infrastructure of the city. New orthophotos are the only way to resolve this situation. Recommendation:Approve Acquisition of Digital Orthophotography through contract with Kucera International Funds are Available in the Following Accounts: 1) SPLOST: $135,000 from SPLOST V funds pending legal opinion of City Attorney regarding ability of Commission to approve expenditure of these SPLOST funds in 2008. If this cannot be done then IT will work with Finance and the Administrator's Office to fund the project through capital funds. The vendor has also pledged cooperation in working with the SPLOST process. 2) US Geological Survey: $40,000 ($20,000 each in two separate grant awards 06ERAG0072 and 07ERAG005). 3) Augusta Utilities Department: $125,000 (GL 511043420-5425210/JL 80399999-5425210) REVIEWED AND APPROVED BY: Procurement. Disadvantaged Business Enterprise. Information Technology. Finance. Administrator. Clerk of Commission 1 C O N T R A C T A G R E E M E N T KUCERA INTERNATIONAL INCORPORATED AERIAL PHOTOGRAPHY - DIGITAL PHOTOGRAMMETRY - GIS SERVICES MAIN OFFICE: 38133 Western Parkway Willoughby, Ohio 44094 (440) 975-4230 BRANCH OFFICES: 300 South Jackson Street Denver, Colorado 80290 (303) 456-1820 3889 Grove City Road Grove City, Ohio 43123 (614) 539-3925 2215 South Florida Ave. Lakeland, Florida 33803 (941) 686-8640 1121 Boyce Road, #3100 Pittsburgh, Pennsylvania 15241 (724) 942-2881 This Agreement is made this ___ day of ___________, 2007, between Augusta, GA, a political subdivision of the State of Georgia, with its place of business at 530 Greene St, Augusta, GA 30911, hereinafter referred to as the “City,” and Kucera International Inc., an Ohio corporation, 38133 Western Parkway, Willoughby, OH 44094, hereinafter referred to as the “Consultant.” WHEREAS, the Consultant desires to render those services as described in Section 1: Scope of Services; NOW, THEREFORE, the City and the Consultant in consideration of the mutual covenants contained herein agree as follows: SECTION 1: SCOPE OF SERVICES The Consultant will provide the City aerial mapping services which will primarily consist of new (winter 2007) color aerial photography, aerial lidar surveying, ground and airborne control surveying, film scanning, aerotriangulation, digital elevation and terrain model (DEM/DTM) production, digital planimetric and 2’ contour topographic feature mapping and color digital orthophotography at 1”=200’ scale, 0.5’ pixel resolution covering the City. The orthophotography will be furnished in 4000’ x 6000’ NAD83 GA state plane coordinate grid defined tiles covering the entire City and beyond as needed to achieve full tile coverage. The City’s Specifications and Kucera’s Work Plan for this project are attached as Exhibits A and B, respectively. The work shall be accomplished in full accordance with mapping standards of the State of Georgia as applicable. SECTION 2: DEFINITION OF TERMS A. Contract Officer - shall refer to the duly designated City official charged with general administration and coordination of matters related to this agreement on behalf of the City. 2 B. Project Coordinator(s) - shall refer to the City’s or Contract Officer’s designated person or persons responsible for coordinating all aspects of work to be performed with the Consultant’s assigned Project Manager. Such coordination shall include, but not be limited to, the review and acceptance of any hardcopy and computer digital file samples submitted by the Consultant. C. Project Manager - shall refer to the person assigned by the Consultant to oversee the Consultant’s work, coordinate with the City, and periodically report the status of the work to the Contract Officer or the City’s Project Coordinator. D. Project Area – shall refer to the land area covered by the Consultants’ aerial survey/mapping services for this Agreement, i.e. the City and designated buffer zone or any portion thereof designated by the City. E. Work/Deliverables - shall refer to all photography, LiDAR DEM data, color digital orthophotography, documents, services, and byproducts of such services of whatever kind and nature purchased by the City under this agreement and as described herein. F. Delivery - shall mean the receipt in good order and condition, by the City Contract Officer or Project Coordinator(s), of all deliverables purchased by City from Consultant under this agreement. G. Acceptance - shall refer to the City’s written or verbal acknowledgment of its approval in adequacy, accuracy, and quality of deliverables submitted by Consultant, following the City’s successful review of deliverables. H. Airborne GPS/IMU – the technology and process used to accurately georeference each exposure of the aerial photography by measuring the exposure center xyz coordinate and orientation. I. LiDAR – aerial laser scanning technology used to measure coordinates and elevations of points blanketing the ground and other feature surfaces, such as structures and treetops. J. Film Scanning – the process and technology used to convert imagery on aerial film to digital form with high resolution and geometric accuracy preserved. K. Aerotriangulation – the process and technology used to check and finalize the georeferencing of the aerial photo imagery while maintaining specific horizontal and vertical accuracy tolerances. L. DEM – Digital Elevation Model - a series of points representing the terrain surface and initially collected from aerial photography, LiDAR, radar, and/or other terrain measuring/sensing systems. The points are referenced to a common horizontal and vertical datum and have various patterns of placement/spacing, such as 3 randomly spaced, regular-grid, or varying grid. The term "DEM" also typically implies a degree of data processing/refinement less rigorous than a digital terrain model (DTM) and used primarily for applications with lower dependence on terrain elevation accuracy, such as ortho image rectification and generalized surface modeling. M. Digital Orthophotography – digital aerial imagery which through a pixel-based differential rectification process has image displacements caused by camera tip/tilt and terrain relief removed and which has a uniform scale and degree of horizontal accuracy. N. Planimetric/Topographic Mapping – Vector CAD/GIS representation of various land features and elevation/relief interpreted/compiled from aerial photo imagery and/or aerial terrain sensing systems. SECTION 3: RESPONSIBILITIES OF THE CITY A. The City shall assign a Project Coordinator(s) with the authority to review and approve materials and deliverables submitted by the Consultant to act as liaison between the City and Consultant. B. The City shall within ninety (90) days of receipt review any samples or deliverables and approve or comment on same. C. The City shall within thirty (30) working days after written notice is received from Consultant answer or address any unforeseen questions that may arise during the course of the work to be performed by Consultant. D. The City shall provide specification-identified source materials to the consultant required to complete the project work and apprise the Consultant of other available source materials which may aid in the performance and check of the work. E The City at its reasonable expense shall pay for the shipment of any materials to the Consultant. SECTION 4: RESPONSIBILITIES OF THE CONSULTANT A. The Consultant agrees to perform in a professional manner all of the services outlined in Section 1: Scope of Services and as further described in Exhibits A and B. B. The Consultant agrees that no changes shall be made in the services outlined in Section 1: Scope of Services and/or Exhibits A and B without the express written prior consent and agreement of the City and the Consultant. 4 C. The Consultant shall be fully responsible for the technical adequacy and accuracy of the work. The City shall not be responsible for the technical adequacy and accuracy of the Consultant’s work. No action by the City in its review, approval and/or acceptance or by any payment made hereunder shall be construed as a waiver of the technical adequacy and accuracy of the Consultant’s work. D. The Consultant shall assign to the work a Project Manager whose duties will be to oversee and coordinate the work with the City’s Project Coordinator(s) and make regular status reports to the City. E. The Consultant shall pay for the shipment of all deliverables to the City. F. The Consultant shall begin to perform the services upon receipt of a notice to proceed signed by the Contract Officer or his designee and shall complete such work as outlined in Section 5: Time of Completion. G. The Consultant will retain a backup copy of all significant interim and final data produced for the contract, e.g., aerial film, LiDAR DEM, digital orthophoto imagery, etc. H. The Consultant shall, within fifteen (15) days of the execution of this contract, procure a Performance Bond equal to the total cost of all services, software, and hardware related to this project and provided by the Consultant to the City. SECTION 5: TIME OF COMPLETION The Consultant agrees to complete the project work phases according to the following schedule: Complete By Aerial Photography and Aerial LiDAR Survey 03/15/07 Aerotriangulation and Pilot Project 09/30/07 Digital Orthophotography 1/31/08 Planimetric/Topographic Feature Mapping 5/30/08 Consultant agrees to exercise reasonable care and diligence in anticipating potential problems and delays. Such care shall include anticipating and making provision for loss of critical employees, normal failure of equipment, and other such schedule- disrupting occurrences normally experienced and reasonably capable of being anticipated. Extensions of time may be granted by the City upon written request of the Consultant, provided such requests are made prior to the expiration of this Agreement, do not involve acts of failure by Consultant to exercise reasonable care and diligence as noted above, and are based on documented evidence of need under one of the following criteria: 5 1. Any required aerial photo reflights which may be necessary and cannot be completed during the calendar year in which the Project Area work is authorized; 2. Delays by City in providing Consultant with notices to proceed, or delays in City's inspection and testing of Consultant's work; or 3. Acts of nature or other circumstances beyond the control of the Consultant which are not due to its negligence or that of its subcontractors, employees, agents or assigns, but which affect the Consultant's ability to perform. The Consultant understands the City’s desire to have the project work completed at the earliest possible opportunity and is obligated to this goal. However, any failure to complete the Scope of Work by the designated due dates which arises from causes beyond the control and without the fault or negligence of the Consultant shall be deemed a reasonable extension of time and shall not result in a reduction of total compensation to the Consultant. SECTION 6: PROGRESS REPORTS Following the first day of execution of this agreement, the Consultant shall submit reports of progress at least monthly which describe work completed up to the date of such report. SECTION 7: DELIVERY OF WORK/DELIVERABLES Consultant shall certify in writing to the City when the work or any portion thereof has been completed and products of such work have been delivered to the City for inspection. SECTION 8: INDEPENDENT CONTRACTOR STATUS The status of the Consultant under this Agreement with respect to the services to be performed by the Consultant hereunder shall be that of independent contractor. Further, nothing herein shall be construed to create an employer/employee relationship between the City and the Consultant or any other subconsultant hired by the Consultant. SECTION 9: COVENANT AGAINST CONTINGENT FEES The Consultant warrants that it has not employed or retained any company or person other than a bona fide employee working solely for the Consultant to solicit or secure this agreement, and that Consultant has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this agreement. For breach of violation 6 of this warranty, the City shall have the right to annul this agreement without liability, or, at its discretion, to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gifts, or contingent fee. SECTION 10: INSURANCE Consultant shall take out and maintain during the life of this agreement such public liability and property damage insurance as shall protect Consultant, its subcontractors, and the City from claims for damages for personal injury, including accidental death, as well as for claims for property damage, which might arise from operations under this Agreement, whether such operations be by Consultant or its subcontractor, or by anyone directly or indirectly employed by either of them. Consultant shall also take out and maintain for the term of this agreement the following coverages: $2 million general aggregate general liability; $1 million combined single limit automobile liability; $3 million aircraft insurance; $5 million excess liability; statutory workers' compensation liability; and professional liability in the amount of not less than $1 million. The City, its elected officials and employees are to be named as additional insureds. All insurance coverages required in this agreement shall be maintained in force for one (1) year after final payment of purchases made thereunder. The Consultant shall provide the City with certificates of insurance on all policies required under this agreement within ten (10) days of execution of this agreement and prior to the start of work. All insurance policies shall be issued by responsible companies who are acceptable to the City. The Consultant shall not cause any insurance to be canceled nor permit any insurance to lapse. All insurance policies shall contain a clause to the effect that the policy will not be canceled, reduced, restricted, or limited until thirty (30) days after the City has been notified in writing by registered or certified mail, return receipt requested. Certificates of insurance shall contain transcript from the proper office of the insurer, the location, the operations to which the insurance applies, the expiration date, and the above-mentioned City notification clause. Consultant shall indemnify and hold City harmless from any damages, cost, claims or expenses which may arise as a result of any failure on the part of the Consultant to provide accurate and/or complete data and information to the City as outlined and required by the terms and conditions of this agreement except as may be defined in Section 9: Warranty. SECTION 11: WARRANTY The Consultant, by signing this agreement, acknowledges full understanding of the extent and character of the work required and the conditions surrounding the 7 performance thereof. The City will not be responsible for any alleged misunderstanding of conditions surrounding the performance thereof. It is understood that the execution of this agreement by the Consultant serves as its stated commitment to fulfill all the conditions referred to in this agreement. Consultant warrants that the work performed and deliverables provided under this agreement shall conform to the City’s specifications and will support the production of digital orthophotography and planimetric mapping at 1”=200’ scale meeting ASPRS Class 1 horizontal accuracy standards as applicable (i.e., root mean square displacement error) within 2’ for ground-based locations determined from the imagery in relation to their “true” [accurately surveyed] position) and 2’ contour topographic mapping meeting ASPRS Class 2 vertical accuracy standards (1.3’ RMSE).. The work shall be of the highest quality, and shall be within the tolerances allowed by the above- cited references. If the Consultant is notified in writing by City of a discrepancy, deficiency, inaccuracy, or fault in the work, within thirty (30) days of such notice the Consultant shall re-perform such portions of the work necessary to correct the fault. If the fault requires a repeat of the aerial flyover of the project area, the repeat flyover will be performed at the first available opportunity at a time of the year mutually agreed upon with and approved by the City. All rework shall be made at no additional cost to the City. The warranty will apply indefinitely for major errors/defects found in Consultants’ mapping and for one year from the time of final delivery for cosmetic/minor revisions and replacement of lost data files previously documented to be delivered. The Consultant shall not be liable for secondary, incidental or consequential damages of any nature resulting from any work performed under this agreement. SECTION 12: INSPECTION AND CORRECTION The Consultant shall correct any major defects/errors in the work found following the City’s review period, and shall make accessible to the City whatever information, data, materials and processes the City deems reasonably necessary to evaluate and confirm the accuracy and quality of Consultant’s work. The Consultant shall not be liable for any expense of the City’s review or inspection processes. The City shall promptly following its inspection notify the Consultant of the nature of any work deemed non-acceptable. Upon such notification Consultant shall within sixty (60) days replace, modify or adjust its work to meet specifications, at its expense. Work shall be considered acceptable if indicated as such in the absence of other notification. SECTION 13: ACCEPTANCE The City shall give written notice of its acceptance or non-acceptance of work to Consultant within thirty (30) working days of the 90-day review period. If no such notice is given to the Consultant, the work shall be deemed accepted by the City. 8 SECTION 14: USE OF PROJECT DATA A. The Consultant hereby understands and acknowledges that any and all information gathered, generated and delivered to the City as outlined in the Scope of Services is for the exclusive use and benefit of the City, and shall be the sole property of the City, and that such information shall not be disseminated by the Consultant without the express written consent of the City. B. All information, data, designs, plans, drawings, maps, photographs, specifications or other work furnished to or developed for the City by the Consultant, its employees, agents, or assigns, pursuant to this agreement, shall be the sole property of the City, and all rights therein are reserved by the City. The Consultant, its assigns, employees, or agents shall not provide any imagery or map data developed under this agreement to any party other than the City without the City’s consent. C. During the course of the work, the Consultant, upon the express written consent of the City, may fill requests by non-City agents, business entities or individuals for photography or orthophotography not part of this agreement or not as yet delivered to the City. Should this occur, the Consultant shall charge a reasonable fee for its service and at the City’s option will credit the City an agreed upon percentage of such fees. D. Upon the completion of the work, the City may at its option enter into a contract with the Consultant to supply products and services which the City may not be equipped to furnish to non-City agencies or individuals. The Consultant will furnish a list of products and services over and above those furnished to the City along with fees for such products and services, and the City may direct the Consultant to charge such fees for them as the City deems appropriate. E. The Consultant hereby agrees to maintain one copy of all information gathered, generated and delivered to the City within its office in digital computer file form to serve as a backup to the data furnished to the City. Should the City suffer the loss of any of its data the Consultant agrees to replace same from its files for a period of ten years. A fee not to exceed the cost of media plus the hourly rate for a qualified employee to provide the data may be charged for this service. F. The City shall be entitled to rely on the technical accuracy of the data furnished by the Consultant with the understanding that the Consultant is not responsible for alternations made to and/or improper interpretation/use of the data by the City, e.g., enlargement beyond the specified map scale scales and associated accuracies. G. The Consultant acknowledges that this Agreement and certain documentation may be subject to the Georgia Open Records Act (O.C.G.A. § 50-18-70, et seq.). Consultant shall cooperate fully in responding to such requests and shall make all records, not exempt, available for inspection and copying as required by law. Consultant shall clearly mark any information provided to City which Consultant contends is Proprietary Information. Consultant shall notify City immediately of any 9 Open Records request arising out of this contract and shall provide to City a copy of any response to the same. SECTION 15: COPYRIGHTS AND DISCLAIMERS A. Copyright and title to all final deliverable products (e.g., aerial imagery, digital orthophotography) shall pass from the Consultant to the City upon the City’s payment for the deliverables. B. Use by a third party of the project aerial photography and associated digital imagery while in the Consultant’s processing shall require advance approval from the City. C. If the project data is to be made available by the City for use by outside entities, the City and Consultant shall prior to entering an agreement with said outside entity prepare a statement/disclaimer as to its proper use/interpretation for the protection of both the City and the Consultant. SECTION 16: COMPENSATION FOR CONSULTANT’S SERVICES In consideration for the services performed hereunder, Consultant shall be paid the following by project phase. 1. Control surveying/targeting $ 11,800 2. Digital aerial photography 22,600 3. Aerial lidar survey and 2’ contour grade DEM 49,650 4. Aerotriangulation 5,400 5. Orthophoto mapping 28,510 6. DTM and 2’ contour topo mapping 117,600 7. Building footprint update mapping 11,300 8. Building heights mapping 9,500 9. Towers mapping 1,000 10. Impervious surface/pavement edge mapping 38,650 11. Performance bond 3,600 $299,610 Total payment of City to Consultant shall not exceed $299,610, except as provided below for other Options/Alternatives. 10 Options/Alternatives the City may have the Consultant perform and associated costs are as follows (City reserves the right to increase the scope of this project pending availability of funding for items 12 & 13 or others discussed by the parties in the course of the project): 12. Hydrographic feature mapping $9,500 13. Added cost for duplicate color IR orthophotography 7,500 The fees listed above include all ancillary services/products required for each cost item as defined in Exhibits A and B. The fees are based on the contract work being performed in conjunction with similar services for Orangeburg and Aiken Counties, South Carolina. SECTION 17: INVOICING The Consultant’s invoices shall be submitted over the course of the contract and reflect work completed and delivered and/or documented by percentage of project phases as indicated in Section 16 (Compensation) of the Contract Agreement. The City agrees to review and process/pay the Consultant’s invoice within thirty (30) days of receipt. If an invoice is validly disputed by the City or otherwise found to be in error, the invoice will be voided out and a new invoice submitted at the agreed amount with a new thirty (30) day payment period. SECTION 18: PRICE PROTECTION The fees quoted for work contracted for by the City as part of this agreement, or quoted by Contractor for additional services during the course of this agreement shall be applicable until December 31, 2008. Should the City defer any portion of the work beyond this date, the fee for such work deferred will be adjusted by the consumer Price Index (CPI) for the prior year or other mutually agreed upon factor. SECTION 19: COMPLIANCE WITH THE LAW A. The Consultant shall not discriminate by any reason of age, color, handicap, national origin, race, religion or sex which is unrelated to the duties or position of applicants for employment by the Consultant. B. The Consultant shall at all times observe and comply with all statutes, ordinances, rules and regulations of federal, state and local governments in effect at the execution of this agreement. SECTION 20: TERMINATION 11 This agreement shall terminate upon the City’s acceptance of and payment for all authorized deliverables and services. The Consultant will retain a backup copy of all final and significant interim data deliverables for the contract, e.g., aerial film, LiDAR DEM and digital orthophoto imagery. The City may terminate this agreement with 60 days written notice to the Consultant for reasons unrelated to the Consultant’s performance (e.g., lack of adequate funding for continuation). In the event of such termination, the City shall be liable for the payment of all work properly performed prior to the effective date of termination, including all portions of work which were partially completed. If for any cause the Consultant shall default in the performance of this Agreement or any part thereof and has failed to cure such default within sixty (60) days after receipt of written notice sent by certified mail, return receipt requested, specifying such default, the City may terminate this agreement at its option and sue the Consultant based upon a failure of the Consultant to adhere to this Agreement. SECTION 21: AMENDMENTS; ENTIRE AGREEMENT No amendment to this agreement shall be effective unless it is in writing and signed by duly authorized representatives of each party hereto. SECTION 22: SEVERABILITY This document and attachments represent the full and final agreement between the Consultant and the City. If any provisions of the Agreement are deemed void or unenforceable, all other provisions will remain in effect. This Agreement shall be governed by and construed in accordance with the laws of the State of Georgia. All claims, disputes and other matters in question between the City and the Vendor arising out of, or relating to, this Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. Vendor, by executing this Agreement, specifically consents to venue and jurisdiction in Richmond County, Georgia and waives any right to contest jurisdiction and venue in said Court. SECTION 23: NOTICES All notices required hereunder shall be given in writing to the following addresses or such other addresses as the parties may designate by written notice: To the City: Tameka Allen, IT Director 530 Greene Street, A-101 Augusta, GA 30911 T: 706.821.2522 F: 706.821.2530 12 Copies to: Fred Russell, City Administrator 530 Greene Street, Room 801 Augusta, GA 30911 T: 706.821.2400 To the Consultant: John Antalovich, JR, PE, President 38133 Western Parkway Willoughby, OH 44094 13 IN WITNESS WHEREOF, the parties have executed this agreement on the date hereinabove first written. AUGUSTA, GA KUCERA INTERNATIONAL INC. By: ______________________________ By: _______________________ Deke Copenhaver, Mayor John Antalovich, Jr., PE President Attest: ____________________________ Clerk of Commission 14 Exhibit A Augusta Specifications Augusta’s original specifications are found as Request for Proposal (RFP) # 06-175 Regional Color Orthophotography & Photogrammetric Services for Information Technology. These specifications and the responses provided by the Consultant for the Bid Opening of 11/3/2006 are to be considered the County’s Specifications for this project. Items in this agreement that supersede the specifications, and any other items that are not in the specifications but that have been agreed upon, in writing, with the mutual consent of both the Consultant and the City shall be considered to have precedence over RFP #06-175 and the Consultant’s response. The original specifications as detailed in RFP 06-175 are found below: ID Requirement Vendor Response 1.0 GENERAL TECHNOLOGY CONTRACT REQUIREMENTS 1.1 Performance Bond 1.1 Prior to the making of any contract with Augusta, vendor shall agree to obtain a performance bond in the amount of the services provided to Augusta in the execution of the project. For example, if the vendor solution (including all services and deliverable products) is $150,000, then the vendor shall obtain the bond in the amount of $150,000. 1.2 Conformance to Specifications 1.2 All work to be performed shall be in compliance with ASPRS Standards. Any modifications to the specifications or other terms of the agreement entered into between ARC IT-GIS and the Contractor shall be permitted only upon written justification, stating justification for the modifications and written approval by ARC IT-GIS. 1.3 Map Index 1.3 Vendor shall be expected to provide deliverables for the overall project area as seen in the map in Appendix A. Detailed tile maps of each participating county are included in Appendices C, D, and E. 1.4 Datum 1.4 All digital mapping data is to be referenced to the NAD83/2001 North American Datum, Georgia State Plane Coordinate System in feet and South Carolina State Plane NAD83 International Foot, Zone 3900. 1.5 Planimetric Layer Requirements 1.5 Please see Appendix B for a list of the planimetric layers and their scales that will be required as part of this project. Vendor shall be prepared to provide the layers in Appendix B according to the stipulations found in Section 15 of these System Requirements. ID Requirement Vendor Response 2. AERIAL PHOTOGRAPHY 15 ID Requirement Vendor Response 2.0.1 Project Area The Contractor will supply new color aerial photography of all participating counties as per the attached maps and appendices. Certain counties or areas within counties may contain more than one horizontal scale of mapping; example: 1”=100’, 1”=200’, 1”=400’ 2.0.2 Flight Plan A flight plan layout must be prepared by a Certified Photogrammetrist and submitted to Ortho Committee for approval prior to the flight. Flight lines will be sheet centered and shall contain sufficient forward overlap to ensure that each digital ortho image is (as much as practical) extracted from the centermost portion of a single aerial photograph. Mosaicking portions of multiple photographs to create a single digital orthophoto image will be permitted, particularly if building lean can be eliminated. All proposals shall include a flightline layout for the project on a copy of the attached index map, or equivalent. 2.0.3 Re-Flights The Contractor shall correct unacceptable aerial photography at no additional cost to the County. Re-flight coverage will overlap the accepted photography by a sufficient amount to provide for continuous stereoscopic coverage. 2.0.4 Conditions During Photography Aerial photography will be accomplished during the period when deciduous trees are barren (leaf-off). Photography will be flown between the hours of 10:00 a.m. and 2:30 p.m. and when the sun angle is not less than 30 degrees above the horizon. Photography will not be undertaken when the ground is obscured by snow, haze, fog, or dust; when streams are not within their normal banks; or when the clouds or cloud shadows will appear in any one photograph within the respective scale bounding limits or project county boundary. The photography shall not contain objectionable shadows caused by relief or low solar altitude. Optimal time would be Feb 1 – March 15 2.0.5 Scale of Aerial Photography Negatives Color aerial photography shall be obtained for each respective map scale as specified below: Map Scale Photo Scale Above Ground Level 1”=400’ 1”=2,000’ 12,000’ 1”=200’ 1”=1,000’ 6000’ 1”=100’ 1”=500’ 3000’ Negatives deviating from the photo scales by more than two percent (2%) shall be cause for rejection. 2.0.7 Spacing of Photographs Overlapping photographs in each flight line shall provide full stereoscopic coverage of the area to be mapped. 2.0.8 Endlap Photography used in the development of the digital base maps shall have an endlap of approximately sixty percent (60%) to ensure stereoscopic coverage of the entire mapping area. 2.0.9 Sidelap Sidelap shall not be less than fourty percent (40%) between parallel flight lines. Sidelap error will average less than 5% for optimal coverage. 2.0.10 Crab Crab in excess of three (3) degrees may be cause for rejection of a flight 16 ID Requirement Vendor Response line or any portion thereof in which the excess crab occurs. 2.0.11 Tilt Tilt of the camera from vertically at the instant of exposure shall not exceed three (3) degrees, nor shall it exceed five (5) degrees between successive exposure stations. Average tilt over the entire project shall not exceed one (1) degree. 2.0.12 Drift Changes in course between successive photographs will not exceed 3 degrees. 3.0 AIRCRAFT ID Requirement Vendor Response 3.0.1 Operations: The aircraft to be used shall be equipped with GPS navigation aids, and operated by a well-trained and experienced crew. Performance of the aircraft shall be adequate to complete the proposed project in accordance with these specifications. All operations shall be in conformity with applicable official and Federal Aviation Administration (FAA) regulations and ordinances. 3.0.2 Aerial Flight Management System: Aircraft and Camera should be equipped with an integrated GPS aerial flight management system. This system should provide data annotation on the film edge to include the approximate longitude and latitude of the center of each exposure. Post processing of GPS from 2 base stations (Ground and Airborne) data should provide sufficient input to the aerial triangulation adjustment to reduce the amount of dependency on the ground-surveyed control. 3.0.3 Schedule of Photo Mission: Aerial photography will be obtained in the period between February 1, 2007 and March 15, 2007, when weather and water levels permit optimum conditions. Advance notice and permission should be obtained from Contracting Officer by the contractor when/if conditions require a deviance from these months. January may be used but there would be less time to fly to obtain sun at 30% angle! 3.0.4 The aircraft used to fly the aerial photo missions shall be a twin-engine aircraft. ID Requirement Vendor Response 4.0 AERIAL CAMERA REQUIREMENTS 4.1 Aerial Camera: A U.S. Geological Survey (USGS) camera calibration report no more than two (2) years old is required for each camera used to obtain aerial photography. The methods, procedures, and requirements described in this subsection shall be those utilized by USGS and will be included in the camera calibration report. A COPY OF THE CURRENT CAMERA CALIBRATION REPORT SHALL BE SUBMITTED TO THE CONTRACT OFFICER PRIOR TO THE ACTUAL USE OF 17 ID Requirement Vendor Response THE CAMERA. 4.1.1 Camera and Lens: The camera should be equipped with Forward Motion Compensation (FMC) and have a minimum Area-weighted average resolution (AWAR) of the lens of 100 cycles / mm. A Leica RC-30, or equivalent shall be used for image acquisition. The calibrated focal length of the lens shall be 153 millimeters + 3 millimeters (6 inch focal length). The characteristics of a nominal 6-inch camera shall be as follows: 1. Focal length, 153 + 3.0 mm Universal Aviogon, Pleogon A, or equivalent. 2. Usable angular field, at least ninety degrees. 4.1.2 Filter: An appropriate glass filter with a metallic antivignetting coating shall be used. The filter shall have surfaces parallel within 10 seconds of arc, and its optical quality shall be such that its addition to the camera shall not cause an undesirable reduction of image definition. A minus-blue glass filter shall be used with panchromatic emulsions. 4.1.3 Shutter Speed and Efficiency: The camera shall be equipped with a between-the-lens shutter of variable speed as approved by the Contracting Officer. The range of speed settings shall be such that in conjunction with flight height and aircraft speed, the camera will produce negatives that will result in high definition photographs. The shutter shall also have a speed of 1/1000 second or slower for laboratory testing. The effective exposure time and the efficiency of the shutter as mounted in the camera will be measured at the aperture and the shutter shall have a minimum efficiency of eighty percent (80%) at a speed of 1/1000 second. This test shall be made in accordance with "Method I", American National Standard PH3-48-1972 (R1978). 4.1.4 Platen Flatness and Identification: Cameras shall be equipped with an approved means of flattening the film at instant of exposure. The platen against which the film is pressed shall not depart from a true plan by more than 13 um (0.0005 inch) when the camera/magazine vacuum is applied. The lens number, an alphanumeric mark (or symbol) which identifies the platen used, and the most recent calibrated focal length shall be recorded clearly on the film for each negative either on the inside of the focal plane frame or on a data strip between frames. Data markers that protrude inside the focal plane frame shall not exceed 6.35 mm (0.25 inch) in height and 25.4 mm (1.0 inch) in length and shall obscure any part of the fiducial mark or reduce the usable image area. 4.1.5 Fiducial Marks: 1. Each camera body shall be equipped with means of recording eight fiducial marks on each exposure, the marks to be located in each corner of the format and at the center of each side. 2. The corner fiducial marks shall form a quadrilateral whose sides are equal within 0.500 mm. The midside fiducial marks shall be equidistant within 0.500mm from the adjacent corner fiducial marks. Lines joining opposite pairs of fiducial marks shall intersect at an angle of 90 degrees + 1 degree and indicate the position of the principal point of autocollimation within 0.030mm. 18 ID Requirement Vendor Response The fiducial centers and the point of symmetry shall fall within a 0.030 mm radius circle around the principal point of autocollimation. For cameras with projection type fiducial marks, the projected images of all marks must be in focus on the emulsion surface. Any camera containing glass or plastic mounts of the fiducial marks will not be accepted. 3. All fudicial marks and other marks intended for precise measuring shall be clear and well-defined on the negative and shall be of such a form that the standard deviation of repeated readings of the coordinates of each mark made on a comparator shall not exceed 0.002 mm. 4. The size of the negative image shall be 23 x 23 cm ( 9 x 9 inches). 4.1.6 Stereomodel Flatness: Cameras will be tested for stereo model flatness by exposing two film negatives in the camera while mounted on the USGS multicollimator camera calibrator and analytically forming two stereo models from them, using different halves of the exposures for each model. Each model thus formed will consist of a small fixed number of symmetrically arranged points. In either model, the deviation from flatness (elevation discrepancy at photography scale) at measured point may not exceed + 1/5000 of the focal length of nominal 6-inch (153 + 3.0 mm) cameras. If elevation discrepancies exceed this value, the camera will not be acceptable. 4.2 Aerial Film Requirements 4.2.1 Aerial Film The color aerial film will be high quality such as Kodak Aerocolor III 2400, AGFA Aviphot Color X100 PE1 AGFA X100 or equal and must have been stored and handled in accordance with the manufacturer’s recommendations. Only one type of film shall be used for the entire project. Outdated film will not be used. 4.2.2 Roll Film Container: The container for each roll of aerial film shall be made of plastic, shall not exceed six (6) inches in diameter, shall contain no more than 250 feet of film, and shall become the property of the County. It shall be clearly labeled with the name of the County; name of the Contractor; date of photography; flight and exposure numbers (sequential numbers of the first and last exposures); type and serial number for the camera; the type, serial number and calibrated focal length in millimeters of the camera lens; film roll number; the approximate scale for the negatives; and the names of all crew members aboard the flight mission. 4.2.3 Disposition of Aerial Film: The exposed aerial film is the property of the County and shall be delivered to the County if requested. The County may desire to have the Contractor store the film for an extended period of time. The Contractor shall store the film indefinitely at no cost to the County. 4.2.4 Digital Photography: Digital camera technology may be used in the primary proposal. The camera performance, resolution, calibration and metric accuracy must meet the specifications. A complete explanation of the process of capturing the image through final production if different from the standard specifications must be fully explained and justified. 19 ID Requirement Vendor Response 5.0 PHOTO LABORATORY PROCEDURE 5.0.1 General: All film and materials to be processed under the proposed contract will be in accordance with the film manufacturer's recommended procedures for processing and developing. 5.0.2 Image Quality: Images on the aerial negatives shall be clear and sharp in detail and free from light streaks, static marks, scratches, and other blemishes. Special care shall be exercised to ensure proper developing thorough fixing and washing of all film. Special care should be exercised to prevent distorting the film during processing or drying. Film shall be exposed and processed with a target density range of 1.0 + 0.2 as measured in the neat image areas of each roll of film. Minimum density should not be less than 0.3 and the maximum density should not be greater than 1.5 as measured with a densitometer with a scale range of 0 to 3.0. Al fiducial mark images shall be clear and sharp. 5.0.3 General: Development of aerial negatives shall be in accordance with the manufacturer's recommendations, using accepted photographic practice. As is recommended by the manufacturer these films are intended for continuous-roller transport processing machines such as the Kodak Versamat film processors using a fine grain film developer designed for machine processing or using fine grain developer. The negatives shall be uniformly developed from end to end and side-to-side of each roll. The aerial negatives shall be archivally fixed and washed. The film shall remain stable for making diapositives, enlargements, and contract prints at this time and in the future. The aerial film shall be free of dust, processor artifacts, finger prints, age marks, banding, streaks, scratches, static marks, chemical stains, tears, and stress marks. 5.0.4 Film Labeling: Each exposure shall be clearly labeled by electronic means at the time of exposure. Using a film titler, at the edge of the negative just inside the image area on the north edge for north south flights or the west edge for east-west flights. This labeling shall be at least 0.14 inches in height and shall include the following information as a minimum: Date of Photography - Scale of Photography - The County Name - Flight Strip - Exposure No. The "Scale of Photography" shall be given in inches and feet (e.g., 1"=500', etc). "Flight Strip" numbers are to be repeated anywhere within the photographic coverage of the contract, but will be numbered consecutively starting with Strip No. I and continued sequentially over all flight lines and scales. "Exposure Numbers" for any flight strip will be numbered consecutively from 1 and continued to the end of that flight line. On north to south flight lines, exposure number I will be the southern-most exposure, increasing to the north, and on east to west flight lines, exposure number 1 will be the eastern-most exposure, increasing to the west. ID Requirement Vendor Response 20 ID Requirement Vendor Response 6.0 SCANNING 6.0.1 Contractor will digitally scan the color aerial negatives of all frames of photography that cover each respective map scale area. The device used for scanning shall be a precision instrument designed for photogrammetric applications having an aperture capable of producing a scanning resolution of at least 10 microns; a geometric accuracy of 5 microns; and a capability of resolving 256 tonal levels. All proposals shall include a manufacturer’s calibration report for any scanner to be used on the project. Not applicable for digital cameras. 6.0.2 Contractor will directly scan all negatives in-house. Scanning will not be performed by a subcontractor. ID Requirement Vendor Response 7.0 GROUND CONTROL 7.0.1 General Contractor will provide and be responsible for the acquisition and targeting of all necessary ground control to assure all scales of digital Orthophotography and digital mapping meet or exceed ASPRS Standards for each map scale. The control shall be surveyed using GPS technology and tied to existing DOT points in the county. The survey shall be sufficient to yield mapping products that meet ASPRS Standards at the scale of 1"=100', 1"=200' and 1"= 400' and the requested contour interval when utilized by a trained Photogrammetrist using film-based photography with analytical and/or softcopy technology in accordance with standard industry practice. 7.0.2 A detailed explanation of procedures to be used for establishing new control points will also be included with the proposal. It shall be the responsibility of the Contractor to ensure that all panels are in place (with Company Name/phone number on panel) and identifiable on the photography; and that all panel materials are removed within 10 days of acceptable photography. 7.0.3 Airborne GPS (AGPS) is acceptable for horizontal control densification in support of planimetric mapping and/or orthophoto production. 7.0.4 Coordinate System For this project there are multiple jurisdictions with differing requirements for coordinate systems. The contractor shall be able to provide the following for the jurisdictions in their respective states: Georgia: The horizontal control shall be tied to the Georgia State Plane Coordinate System, North American Datum 1983 (NAD83), U. S. Survey Feet. The vertical control shall be tied to the North American Vertical Datum 1988 (NAVD88), U.S. Survey Feet. South Carolina: The horizontal control shall be tied to the South Carolina State Plane NAD83/2001 International Foot, Zone 3900. The vertical control shall be tied to the North American Vertical Datum 1988 (NAVD88), International Foot (1 meter = 3.280839895 feet). Prior to commencement of project, this will be reconfirmed by all customer parties due to the multiple jurisdictions and states involved. Vendor should note on their price proposal any difference in cost for using different coordinate systems for each of the counties final Orthophotography, LIDAR, and planimetric 21 ID Requirement Vendor Response products. 7.0.5 All governments involved in this project will provide maps and coordinates showing existing geodetic control. South Carolina has statewide high-accuracy geodetic control. ID Requirement Vendor Response 8.0 AERIAL TRIANGULATION 8.0 The Contractor will provide an aerial triangulation solution for each respective map scale that is all part of an overall solution for the entire project area. An aerial triangulation report will be supplied to the county at the completion of the project. ID Requirement Vendor Response 9.0 DIGITAL ORTHOPHOTOGRAPHY 9.0.1 To attain photogrammetric accuracy standards, the scanned photography or digital imagery shall be rectified using the digital elevation model generated during the map compilation phase of the project. This shall be accomplished with software, which shall rectify the imagery on a pixel-by-pixel basis for relief and other distortions. This shall produce a scale-accurate digital photographic image. The tiled images shall have uniform density and tone and they shall be free of mismatched imagery. Orthophotography created from scanned photography should be free of scan lines, double exposures, out-of-focus images, and man-made artifacts introduced during scanning. Images shall be rectangular and maintain a minimum overlap with adjacent images in order to appear seamless when referenced together in each respective scale. The Contracting Officer reserves the right to require pilot test images to be checked for accuracy and quality. Map all tiles completely. 9.0.2 The following Orthophotography tiles will be created with the specified ground pixel resolution: Color 1”=200’ tiles with 0.5 foot pixels (minimum) Color 1”=400’ tiles with 1.0 foot pixels (minimum) 9.0.3 All digital orthophotos shall be radiometrically adjusted as necessary so that adjacent digital orthophotos can be displayed simultaneously without an obvious visual edge seam between them. Localized adjustments of the brightness values shall be performed to minimize tonal differences between the join areas. For this adjustment, the orthophoto judged by visual inspection to have the better contrast shall be used as the reference orthophoto. Localized brightness values of the adjacent orthophoto shall be adjusted to that of the reference orthophoto. When possible and feasible, the area adjusted should be bounded by a tonal break ground feature such as a road, field line, shadow line, etc. The radiometric adjustment should not compromise the accuracy, clarity or resolution of the orthophoto. ID Requirement Vendor Response 10.0 DEM 22 ID Requirement Vendor Response 10.0.1 A countywide DEM (Digital Elevation Model) shall be generated based upon terrain data extracted from the 1"= 500', 1"= 1,000' and 1"= 2,000' aerial photography. An “automated elevation extraction software program” supplemented with terrain modeling breaklines where necessary, may be used for development of DEM surface for production of orthophotography only. The developed surface will be reviewed and modified as necessary prior to use in the orthophoto rectification process. 10.0.2 Vertical accuracy of the DTM/DEM shall be sufficient to obtain the required vertical and horizontal accuracies of the final deliverable products. Derive 5’ contour intervals directly from the DEM used to rectify the digital ortho image! 10.0.3 The DTM/DEM shall be captured by an experienced instrument operator using fully analytical optical photogrammetric stereo plotters and/or softcopy instrumentation and techniques capable of achieving required accuracies. Each proposal shall include the specific equipment to be utilized in DTM/DEM capture as well as resumes of specific instrument operators to be assigned to the project (not simply a list of all equipment and all personnel). 10.0.4 A DTM/DEM captured wholly or in part from autocorrelation shall NOT be utilized for this project. All work to be operator supervised. 10.0.5 The DTM/DEM shall have a combination of the following - points spaced at regular intervals along a grid; points of significant high or low elevation; and breaklines at significant terrain breaks. It is understood that density of points and the distribution and extent of breaklines is very dependent upon local terrain variations; however, it is requested that each proposal include a basic recommended procedure (minimum grid spacing and standard breaklines features) upon which the project will most likely be based. 10.6 The DTM/DEM deliverables to be in ESRI shape file format for each county. ID Requirement Vendor Response 11.0 DIGITAL MAP COMPILATION 11.0 Digital map data (elevation/planimetric data) shall be compiled directly from the aerial photography or imagery using First Order Analytical or Digital stereo plotters. All photogrammetric digital map compilation shall meet or exceed the ASPRS Standards for the map scales requested. A Certified Photogrammetrist must supervise the compilation process and the results will be delivered in a digital file format appropriate to the County’s GIS software platform. ID Requirement Vendor Response 12.0 PLANIMETRIC BASE MAPPING LAYERS (only for areas required) 12.0 The following planimetric features are to be provided in the Base Mapping Layers. The features should be collected to the requested specifications and should meet ASPRS Standards for each respective map scale: 1. Building Roof Outline 2. Paved Road (Edges of Pavement) 3. Un-Paved Roads (Edges of Traveled way - graded dirt surface or edge of tire tracks). 4. Centerlines - Paved Roads 23 ID Requirement Vendor Response 5. Centerlines – Un-Paved Roads 6. Hydrography to include coastlines, rivers, streams, lakes, swamps, major ditches and ponds. 7. Bridges (Road & Railroad) and Overpasses 8. Geodetic Control (LIDAR) (Georgia Height Modernization Control / Photogrammetry Control / Etc.) 9. Railroads, Spurs, Yards (active) 10. Airports (Runways & taxiways) & Helipads 11. Fences (property line, cross country, utility only) 12. Dam’s 13. Major utility lines (cross-country electric transmission, above-ground gas pipelines, etc.) 14. Towers (cellular, microwave, radio) ID Requirement Vendor Response 13.0 CONTOUR INFORMATION UTILIZING LiDAR (only for areas required) 13.0 Contours at 2-foot intervals will be indexed at 10-foot intervals and shall be uniquely attributed to allow for display of heavier line weight. Indexes will be labeled at approximately 1500-foot intervals. The following contour information shall be included as applicable: 1. Indexes 2. Hidden Indexes 3. Depression Indexes 4. Hidden Depression Indexes 5. Index Contour Labels 6. Intermediate Contours 7. Hidden Intermediate Contours 8. Depression Intermediate Contours 9. Hidden Depression Intermediate Contours 10. Contour information shall be delivered in the appropriate topologically structured format (free of crossing contours, pseudo-nodes, gaps, overshoots, etc.). 13.1 LiDAR General 13.1 This project shall include the development and delivery of a LiDAR-derived contour data-set. This will be accomplished using the bare-earth returns from the LiDAR survey in conjunction with breaklines. Breaklines will be derived either by photogrammetric means using the aerial photography or stereo-compiled using 3-D models developed from the LiDAR imagery. 13.2 LiDAR System 13.2.1 A current generation LiDAR sensor should be used. 13.2.2 The system will be operated from a fixed wing, twin engine aircraft. 13.2.3 A calibration report for the LiDAR system will be provided to the County. 13.3 LiDAR Flight Conditions 13.3.1 The LiDAR survey shall be performed when deciduous trees are generally absent of foliage to maximize terrain data acquisition over wooded areas. 24 ID Requirement Vendor Response 13.3.2 No LiDAR flights shall be performed during periods of rain, snow, fog, low clouds, smoke, flooding, significant snow cover, or other conditions which would degrade the quality of the data acquisition. 13.4 LiDAR Field Calibration 13.4.1 Contractor shall ensure proper calibration of the LiDAR sensor on a regular basis. 13.5 LiDAR Flight Planning 13.5.1 Flight plans shall include cross-flights for quality control purposes. 13.5.2 The spacing between the flight lines shall have a sidelap averaging 30%. 13.5.3 Upon completion of the LiDAR acquisition mission, a LiDAR Flight Report documenting the mission date, flight altitude, airspeed, scan angle, scan rate, laser pulse rates, and other information shall be provided to the County. 13.6 GPS Base Stations 13.6.1 Two, (2), GPS base station locations shall be occupied during LiDAR flight. 13.6.2 Data shall be collected on one-second epochs. 13.6.3 Data from a minimum of two (2) GPS base stations shall be fully processed. 13.7 Quality Control of LiDAR 13.7.1 Quality Assurance/Quality Control (QA/QC) of the LiDAR-derived data will be carried out in accordance with procedures described under the National Standard for Spatial Data Accuracy (NSSDA). 13.7.2 The QA/QC process will include reviews of flight alignments and evaluation/testing of the LiDAR bald-earth DEM accuracy. 13.7.3 Sample points should be evenly distributed throughout each category area being evaluated and not grouped into a small sub-area. 13.7.4 Test points on sloping or irregular terrain would be unreasonably affected by the linear interpolation of test points from surrounding DEM points and, therefore, will not be selected. ID Requirement Vendor Response 14.0 ACCURACY STANDARDS 14.1 Base Mapping All surface level features on the final base mapping levels shall meet horizontal ASPRS Standards for each respective mapping scale. All remaining inputs and processes (i.e. flight AGL, aerotriangulation control and methodology, scanner calibration, and sensor calibration) used in digital mapping production shall be sufficiently accurate to ensure that the final product meets ASPRS Standards. 14.2 Digital Orthophotography All surface level features on the final digital Orthophotography shall meet horizontal ASPRS Standards for each respective map scale. All remaining inputs and processes (i.e. flight AGL, aerotriangulation control and methodology, scanner calibration, and sensor calibration) used in digital orthophoto production shall be sufficiently accurate to ensure that the final product meets ASPRS Standards. 14.3 Topographic DTM’s All surface (points & breaklines) data on the final digital elevation model developed for generation of contour information shall meet both horizontal and vertical ASPRS Standards for each respective map scale. All remaining inputs and processes (i.e. 25 ID Requirement Vendor Response flight AGL, aerotriangulation control and methodology, scanner calibration, and sensor calibration) used in DTM/DEM production shall be sufficiently accurate to ensure that the final product meets ASPRS Standards. 14.4 Contour All contours generated shall meet both horizontal and vertical ASPRS Standards for each respective map scale. All remaining inputs and processes (i.e. flight AGL, aerotriangulation control and methodology, scanner calibration, and sensor calibration) used in contour production shall be sufficiently accurate to ensure that the final product meets ASPRS Standards. 15.0 PLANIMETRIC COLLECTION GUIDELINES The following guidelines will be used to collect Base Mapping Layer planimetric information through photogrammetric means where visible on the imagery. If vendor cannot satisfy the requirements listed below, then please denote the specific requirements in your response. 15.1 Buildings The building (roof outline) shall have at least one side with a minimum length, as outlined below for each respective scale, in order to be collected. Buildings will be compiled as closed polygons. A. 100 Scale: 20' 1. Do not collect window awnings as part of the structure. 2. Collect covered porches/decks and carports if they are part of the roof outline. B. 200 Scale: 20' 1. Do not collect window awnings as part of the structure 2. Collect covered porches/decks and carports if they are part of the roof outline. C. 400 Scale: 20' 1. Collect all qualified buildings and generalize roofline by not showing minor changes in rooflines i.e. dormers, window awnings, etc. 15.2 Paved Roads Edges of Pavement will be captured where applicable for all paved roads. No distinction will be made between public and private. A. 100 Scale: 1. Inter-state/state highways: Edge of pavement does not include the shoulder. Collect on outside edge of “Fog Line”. Collect acceleration and deceleration lanes as part of the edge of pavement. Collect entrance and exit ramps as part of the edge of pavement. Collect edge of pavement for through ways of rest stops (not parking area). 2. Multi-lane Roads - Divided: Collect edge of pavements for both interior (at base/edge of median) and exterior edges. If curbs exist in urban areas collect a base of curb. Do not include shoulders. 3. Multi-lane Roads – Not Divided: Collect edge of pavements for exterior edges. If curbs exist in urban areas collect a base of curb. Do not include shoulders. Do not show interior turn lanes. 4. County Roads: Majority of the county roads does not have shoulders. Collect actual “edge of pavement”. 5. Urban areas streets: collect “edge of pavement” at the base of curb when present. 6. Collect Edge of pavement across top of bridges and overpasses. Do not breakline across these features. 7. Collect roads in apartment complexes and industrial areas. 8. Collect Edge of pavement below bridges and overpasses. 9. All Edge of pavements will be collected concurrently with an associated breakline except bridges when crossing over and overpasses. 26 10. Edge of pavements will connect cleanly at all intersections, acceleration and deceleration lanes and at adjacent model ties. There will be a smooth transition from low to higher scales. 11. A paved surface leading to two (2) or more residences is considered a paved road. Collect from the main road to the apparent driveway entrance and close off. B. 200 Scale: 1. Inter-state/state highways: Edge of pavement does not include the shoulder. Collect on outside edge of “Fog Line”. Collect acceleration and deceleration lanes as part of the edge of pavement. Collect edge of pavement for through ways of rest stops (not parking area). 2. Multi-lane Roads - Divided: Collect edge of pavements for both interior (at base/edge of median) and exterior edges. If curbs exist in urban areas collect a base of curb. Do not include shoulders. 3. Multi-lane Roads – Not Divided: Collect edge of pavements for exterior edges. If curbs exist in urban areas collect a base of curb. Do not include shoulders. Do not show interior turn lanes. 4. County Roads: Majority of the county roads does not have shoulders. Collect actual “edge of pavement”. 5. Collect Edge of pavement across top of bridges and overpasses. Do not breakline across these features. 6. Collect Edge of pavement below bridges and overpasses. 7. All Edge of pavements will be collected concurrently with an associated breakline except when crossing over bridges and overpasses. 8. Edge of pavements will connect cleanly at all intersections, acceleration and deceleration lanes and at adjacent model ties. There will be a smooth transition from low to higher scales. 9. A paved surface leading to two (2) or more residences is considered as a paved road. Collect from main road to the apparent driveway entrance and close off. C. 400 Scale: 1. Inter-state/state highways: Edge of pavement does not include the shoulder. Collect on outside edge of “Fog Line”. Collect acceleration and deceleration lanes as part of the edge of pavement. Collect edge of pavement for through ways of rest stops (not parking area). 2. Multi-lane Roads: Collect edge of pavements for both interior (at base/edge of median) and exterior edges. Do not include shoulders. 3. County Roads: Majority of the county roads does not have shoulders. Collect actual “edge of pavement”. If possible – collect centerline and copy parallel for each edge of pavement. 4. Edge of pavements will connect cleanly at all intersections, acceleration and deceleration lanes and at adjacent model ties. There will be a smooth transition from low to higher scales. 5. A paved surface leading to two (2) or more residences are considered as a paved road. Collect from main road to the apparent driveway entrance and close off. 15.3 Un-Paved Roads Edge of Traveled Way (graded dirt surface or edge of tire tracks) will be captured as unpaved roads. All scales: A. An unpaved surface leading to two (2) or more residences are considered as an un-paved road. Collect from main road to the apparent driveway entrance and close off. B. Do not include logging roads, temporary construction roads or off road vehicle trails, etc. C. Trails do not need an associated breakline unless the roadbed goes through a significant cut or fill. D. Trails will connect cleanly at all intersections and at adjacent model ties. There will be a smooth transition from low to higher scales. 15.4 Paved Road Centerlines Centerlines shall be captured for all paved traveled ways throughout the County as follows (all scales): A. General Instructions: 1. Centerlines will be carried across and under bridges and overpasses. 27 2. Minimum vertices will be used during collection intersection to intersection and with sufficient number of vertices to maintain curves in the traveled way. 3. Centerlines for small “Y” type intersections will be extended through the “Y” median and extended to the crossing road forming a “T” intersection. This only applies to centerlines. 4. Centerlines at intersections will be snapped with vertices at the true center of intersection. 5. Associated breaklines are not required with centerlines on this project. B. Interstate Highways: 1. One centerline will be collected at the center of each set of same direction traffic flow lanes (i.e. Northbound) and one centerline for the opposite direction (i.e. Southbound) will be collected at the center of each set same direction traffic flow lanes. 2. Centerlines will be collected for exit and entrance ramps and connected to the main paved road centerline. 3. Centerlines will be collected at rest-stop areas and connected to exit/entrance ramps. 4. Do not collect centerlines for acceleration or deceleration lanes. 5. Centerlines will be collected for emergency vehicle crossovers. C. Multi-lane Divided with median: 1. One centerline will be collected at the center of each set of same direction traffic flow lanes (i.e. Northbound) and one centerline for the opposite direction (i.e. Southbound) will be collected at the center of each set same direction traffic flow lanes. 2. A centerline will be developed for lane crossovers i.e. center between breaks in median. D. Multi-lane Not-Divided: 1. One centerline will be collected for the multi-lane road dividing opposite directions of traffic flow. If there is a “center turn lane” the centerline will traverse the center of the turn lane. 2. If the multi-lane becomes divided, with median, for less than 500' continue the centerline through the median. If the multi-lane becomes divided for a city block or more use the rules for Multi-lane Divided with median. E. Two-lane Road: 1. One centerline will be collected for the two-lane road dividing opposite directions of traffic flow. 2. If a passing lane exists the centerline will continue to be placed at the center dividing opposite directions of traffic flow. 3. If the two-lane becomes divided, with median, for less than 500' continue the centerline through the median. If the two-lane becomes divided for more than 500' use the rules for Multi-lane Divided with median. 15.5 Unpaved Road Centerlines A. General (all scales): 1. Centerlines will be carried across and under bridges. 2. Minimum vertices will be used during collection intersection to intersection and with sufficient number of vertices to maintain curves in the traveled way. 3. Centerlines for small “Y” type intersections will be extended through the “Y” median and extended to the crossing road forming a “T” intersection. This only applies to centerlines. 4. Centerlines at intersections will be snapped with vertices at the true center of intersection. 5. Associated breaklines are not required with centerlines on this project. B. Centerlines shall be captured for all collected unpaved traveled ways throughout the County. 15.6 Hydrography A. General: 1. Hydrography must maintain connectivity throughout the County. 2. Hydrography features will continue under bridges and through culverts. 3. Breaklines will be collected concurrently with all hydrography features with the exception of features represented with hidden lines. 4. Use the USGS 30 x 60 Series Map (1:100000) as a collection guide for distinction river/stream. 5. Do not distinguish between Man-made and natural shorelines unless client makes a special requirement. 28 B. Rivers Double line: 1. Rivers are considered as flowing bodies of water greater than: a). 100 ft wide for 100 Scale b). 20 ft wide for 200 Scale c). 40 ft wide at 400 Scale 2. River shoreline will be collected at edge of water line for both sides of the river. 3. Discretion will be used to minimize frequent switching between single and double line representations where the river width is either more or less than specified width over relative short distances. 4. When rivers are portrayed as the county boundary or mapping limits the far bank will be collected. C. Rivers Single line: 1. Rivers are considered as flowing bodies of water but “less than” a). 10 ft wide for 100 Scale b). 20 ft wide for 200 Scale c). 40 ft wide at 400 Scale d). Discretion will be used to minimize frequent switching between single and double line representations where the river width is either more or less than specified width over relative short distances. D. Streams (all scales): 1. Collect all significant (wet or dry) streams within the mapping area. Use the 100K map as a guide – if it’s on the map collect. 2. Snap stream cleanly to other hydrography features (i.e. lake spillway, ponds, rivers etc. E. Lakes: Lakes are basically of two types: one being a closed bodies of water greater than 5 acres and two a large standing body of water created by building a dam at given points along rivers creating a recreational areas and/or for the purpose of water reservoirs. 1. Collect all Lakes at the interpreted mean water level 2. Lake (shorelines), where created on rivers, will take precedence over river shorelines. Carefully determine the confluence of the river and lake to determine change in feature codes. F. Ponds: A closed body of water less than 5 acres. 1. Collect all ponds in 100 and 200 scale areas. 2. Collect ponds in the 400 scale area that are identifiable G. Ditches (Major). Collect all major ditches, 100 ft in length or longer used to drain and or irrigate fields, pastures, swamps etc. H. Swamp (wetlands): collect all swamps that are identifiable. I. Coastlines: Collect all coast lines at the mean water level 15.7 Bridges/Overpasses A. Collect extent of bridge deck for all highway and road bridges. B. Collect extent of overpass deck for all highway and road overpasses. C. Collect extent of bridge deck for all Railroad bridges. D. Do not collect bridges for driveways. 15.8 Railroads (Active) Collect only active railroads: A. General: 1. Collect all railroads that cross railroad bridges or that may go under road bridges. 2. Associated breaklines should be collected concurrent with the centerlines with the exception of bridge crossings. B. Single Track: Collect a single centerline between the pair of rails. C. Multiple Tracks: Collect a single centerline between each pair of rails. D. Spurs/Sidings: Collect a single centerline between each pair of rails of the spur and sidings. Minimum length of siding and spur will be 50 ft. E. Rail yards: Collect a single centerline between each pair of rails in the rail yard. 15.9 Airports A. Collect all paved runways and taxiways. B. Collect all unpaved runways visible on the imagery. C. Collect all paved helipads visible on the imagery. 15.10 Fences (Property line, cross-country) A. General: 1. Maintain connectivity where possible i.e. within a tree line 2. Do not collect connector fences i.e. property line fence to a house. 3. Do not collect internal fences i.e. pig pens, breeder lots etc. 4. Do not cross driveways B. Collect transportation right-of-way fences C. Collect all cross-country fences D. Collect all fences defining property divisions E. Collect fences around public utilities i.e. cell towers, pumping stations, power stations. 15.11 Dams A. Collect concrete dams and spillway B. Collect major man-made earthen dams 15.12 Major Utility Lines A. Cross Country Power lines: Contract Agreement between Augusta, Georgia and Kucera International Inc. Page 30 1. Collect base of steel tower legs/poles for significant cross-country power transmission lines. A specific feature point symbol will be placed at the base of each leg/pole. 2. Do not collect electrical power poles, telephone poles, streetlight etc. along transportation routes, driveways, within parking lots, athletic fields, etc. 3. Do not collect transmission lines. B. Pipelines 1. Collect all “visible” (above ground) pipelines. 2. Do not collect pipelines based on vegetation clearings and or scars. 3. Do not collect breaklines for pipeline features. 15.13 Towers (Cell, microwave, radio) A. Collect “stand-alone” towers as a point feature B. Do not collect whip antennas, Ham Radio Towers, etc. Contract Agreement between Augusta, Georgia and Kucera International Inc. Page 31 Exhibit B Please insert general work plan prior to signature and return to Augusta Kucera International Inc. Contract Agreement for 2007 Aerial Photography and Base Mapping Services City of Augusta/Richmond County, GA EXHIBIT B - PROJECT WORK PLAN 1 © Kucera International, Inc., 2007 Overview: The primary products and services Kucera International Inc. will furnish for this contract will include new (2007) digital aerial photography, aerial lidar surveying, airborne and ground control surveying, aerotriangulation, color digital orthophoto mapping, new digital terrain model (DTM) and 2’ contour topography mapping, updated building footprint mapping, and new building height, tower feature, and impervious surface/pavement edge mapping covering Richmond County, Georgia. The digital orthophoto mapping will be performed at 1”=100’ scale, 0.5’ pixel resolution and the digital planimetric/topographic mapping will be performed at 1”=100’ scale. Optional services will include hydrographic feature mapping and duplicate color infrared orthophoto mapping covering the County. Accuracy Standards: The project orthophoto and planimetric mapping will meet ASPRS Class 1 horizontal accuracy standards and the DTM generated contour topography will meet ASPRS Class 2 vertical accuracy standards. By these standards, the following map accuracies will be achieved to the 95% confidence level for well-defined, ground-based features in areas not obscured by permanent vegetation: Map Feature Accuracy (95% confidence) 1”=100’ scale planimetrics and orthophotography 2’ horizontal 2’ contour topography 1.3’ horizontal Project Initiation: In the initiation phase of the project the scope of work will be finalized and Kucera will produce a finalized flight and control plan, procedure plan, and quality control process. Kucera will also request delivery of and review the project source materials, such as the City/County’s existing ground control and building footprint data. Ground Control Survey/Targeting: In the January 15 – February 1, 2007 time frame Kucera will target the ground control required for the project, which will consist of recovered existing and newly established/surveyed control stations. A total of approximately 25 (15 new and 10 recovered existing) targeted control points will be used and spread around the County sufficiently to control the entire mapping area. The newly established control will be surveyed to 2nd order, Class 1 (1:50000) horizontal and 3rd order, 3cm accuracy will be semi-permanently marked in the field. All control used will be on the NAD83 GA state plane horizontal coordinate and NAVD88 vertical datums. A ground control report will be furnished as a deliverable. Kucera International Inc. Contract Agreement for 2007 Aerial Photography and Base Mapping Services City of Augusta/Richmond County, GA EXHIBIT B - PROJECT WORK PLAN 2 © Kucera International, Inc., 2007 Aerial Photography: Kucera will perform the aerial photography flyover of the County in the February 1 – March 15 time frame following target placement and before significant emergence of leaves. The photography will be taken at times of appropriate weather (clear, no excessive cross-winds), ground (no smoke, fog, snow, flooding), sun angle (>30°), and satellite PDOP (~3 or less) conditions. The photography will be taken from one or more of Kucera’s Piper Navajo Chieftain aircraft using Leica ADS40 large format digital aerial cameras with continuous scan/sweep-style image capture. The flying height used will be approximately 4700’, yielding a ground sample distance (GSD) of approximately 0.5’ The imagery will be simultaneously captured in the RGB (color) and NIR (near infrared) spectrum bands and will have 100% stereo coverage provided by forward and aft looking sensor CCD lines. The imagery will be acquired in continuous image swaths having 30% side overlapping coverage. The image swaths will be of sufficient number and length to provide full coverage of the County and beyond as needed for “full tile” orthophoto production at the County periphery. During the aerial flyover the digital camera position and angular orientation will be accurately measured via airborne GPS/IMU survey technology integrated with the aerial camera system. The airborne GPS/IMU survey data will be used for the initial georeferencing of the digital aerial imagery. The deliverable for the aerial photography phase will be a digital flight index showing the image swath coverage. Aerial Lidar Survey: In conjunction with the digital aerial photo flyover (i.e., February 1 – March 15 time frame) Kucera will perform an aerial lidar survey of the County to acquire digital terrain surface data supporting the digital orthophoto image rectification and creation of a digital terrain model (DTM) supporting 2’ contour generation. The lidar flying height used will be approximately 5500’ and the raw lidar point spacing will be approximately 8’. The lidar survey data will be processed/classified to yield a “bare earth” digital elevation model and other surfaces such as building roofs which will be available together with the raw lidar point data as a deliverable to the City or County. Aerotriangulation: Kucera will use a softcopy aerotriangulation process to combine the airborne GPS/IMU and ground-based control and check and finalize the georeferencing of the aerial imagery. All triangulation will be performed directly in the target project datums, i.e., NAD83 GA state plane horizontal and NAVD88 vertical. The triangulation will be held to a horizontal and vertical Kucera International Inc. Contract Agreement for 2007 Aerial Photography and Base Mapping Services City of Augusta/Richmond County, GA EXHIBIT B - PROJECT WORK PLAN 3 © Kucera International, Inc., 2007 accuracy of approximately 0.8’ (1:6000 flying height) for individual point RMS and 0.47’ (1:10000 flying height) for overall RMS. The triangulation will support production of orthophoto imagery and mapping meeting the project accuracy standards. A triangulation report will be furnished as a project deliverable. The triangulation phase will be performed in the July- August 2007 time frame. Stereocompilation: In the stereocompilation phase of the project Kucera will perform the following on softcopy stereoplotters using the triangulated digital aerial imagery: • Check the lidar bare earth DEM and augment with stereocompiled breaklines as needed to produce a digital terrain model (DTM) supporting 2’ contour generation. • Update the City’s/County’s existing building footprint mapping. • Perform new compilation of building roof heights, towers, impervious surfaces/pavement edges, and optional hydrography. The DTM data will be subject to quality control review checks and will be provided as a deliverable to the City/County in generic or GIS platform-specific ASCII format. The building footprint update will include addition of new buildings, deletion of razed buildings, and revision of footprints for buildings/structures having substantial modifications, such as additions. The update will include correction of minor errors in existing mapping as needed but will not include correction of major errors/anomalies unless mutually agreed upon with the City/County. The new building height, tower, and impervious surface mapping will be performed using collection criteria developed with input/directives and layering preferences provided by the City/County. Impervious surface capture will include paved lots/pads greater than 400 sq. ft. in size and paved drives longer than 100’ in length. Digital Orthophotography: The project digital orthophotography will be produced by rectifying the triangulated aerial imagery to the new lidar DEM/DTM, conducting a manual quality control check/edit of the initially rectified imagery for geometric accuracy, performing a batch/automated mosaic and tone balance on blocks of rectified imagery, extracting seamless, grid-defined tiles from the block image mosaics, and performing through final manual review of each image tile for proper geometric accuracy and image quality before delivery. The manual quality control review will be performed at the target scale (1”=200’) and reasonably enlarged scales, but will not be performed at highly magnified scales. Kucera International Inc. Contract Agreement for 2007 Aerial Photography and Base Mapping Services City of Augusta/Richmond County, GA EXHIBIT B - PROJECT WORK PLAN 4 © Kucera International, Inc., 2007 The final 1”=200’ scale digital orthophotography will be furnished as 8 bit/channel RGB (color) imagery with a 0.5’ pixel resolution and will be delivered in uncompressed georeferenced TIFF and optional compressed SID format on DVD or USB drive. The ortho image delivery will include corresponding FGDC metadata for the project. At the City/County’s option, a duplicate color infrared version of the orthophotography will be provided. The orthophotography will be produced and furnished in the August 2007 – January 20008 time frame. The initial delivery of imagery in August will be for a pilot area selected by the City/County and will include samples for selection of preferred color/contrast. Topographic/Planimetric Feature Mapping: During the digital orthophoto production phase Kucera will also be generating the countywide 2’ contour topography from the breakline-augmented lidar DTM and will be batch and manually editing and converting this topography together with the updated and new planimetric feature mapping to the specified ArcGIS format. The editing process will include data cleanup, review of layer assignments, addition/placement of annotation and spot elevations, etc. as needed and generation/review of checkplots of the mapping. The digital mapping will also be reviewed for consistency with the corresponding new digital orthophotography. The conversion to ArcGIS will be performed through the DXF exchange format and will include cleaning, polygon and line topology formation, attribute population as needed, and manual quality control review directly in ArcGIS. The finalized plan/topo mapping will be furnished in the specified layering and form of ArcGIS (e.g., geodatabase) and delivered as individual tiles or larger area coverages. The planimetric/topographic feature mapping will be completed in the August 2007 – May 2008 time frame. Project Wrap-up: At the close of the project Kucera will perform an audit/review of the project transmittals/deliverables to ensure that all specified services were performed and associated data received and approved by the City/County. Vendor Original Eight Copies Addendum # 1 Fee Sanborn, 2925 E. Independence Blvd., Suite 100, Charlotte NC 28205 Yes Yes Yes Yes 3001 Landair, 401 K Divident Drive, Peachtree City, GA 30269 Yes Yes Yes Yes Kucera International 38133 Western Pkwy, Willoughby OH 44094 Yes Yes Yes Yes Optimal Geomatics 2227 Drake Ave SW Huntsville AL 35805 Yes Yes Yes Yes Infotech Enterprises America, Inc., 100 Carpenter Dr., Suite 200, Sterling VA 20164 Yes Yes Yes Yes W K Dickson, 1450 Greene St., Suite 225, Augusta, GA Pickett & Associates, Inc., 475 South First Avenue, Bartow, FL 33830 Cranston Robertson Whitehurst, 452 Ellis St., Augusta GA 30901 Optimal Geomatics, 2227 Drake Ave. SW, Bldg 14, Huntsville, AL 35805-5416 TechMap, 1120 Echo Court, Peachtree City, GA 30269 Photo Science, Inc., 1410 Indian Trail Road, Norcorss GA 30093 Metro Engineering & Surveying Co., 186 Selfridge Road, Hampton, GA 30228 GE Energy, 5700 Broadmoor, Suite 7000, Mission Kansas 66202 Andy Longoria, Petroleum Place Energy Solutions, LP, 1355 Central Parkway South, Suite 500, San Antonio TX 78232 Tuck Mapping Solutions, Inc., P O Box 760, Big Stone Gap, VA 24219 Pinnacle Mapping Tech., Inc., 8021 Knue Road, Suite 113, Indianapolis, IN 46250 RFP Item # 06-175 Regional Color Orthophotography and Photogrammetric Services Augusta Information Technology Department Bid Opening date: November 3, 2006 @ 11:00 a.m. Vendor Original Eight Copies Addendum # 1 Fee RFP Item # 06-175 Regional Color Orthophotography and Photogrammetric Services Augusta Information Technology Department Bid Opening date: November 3, 2006 @ 11:00 a.m. Digital Aerial Solutions, LLC, 8409 Laurel Fair Circle, Suite 1, Tampa FLA 33610 Aerial Services, Inc., 2120 Center St., Cedar Falls IA 50613 Surdexd Corp., 520 Spirit of Saint Louis Blvd., Chesterfield MO 63005 I. F. Rooks, 106 NW Drane St., Plant City FL 33563 Chas. H. Sells, Inc., 1974 Carolina Place Dr., Suite 140, Fort Mill SC 29708 James W. Sewall Co., 136 Center St., Old Town, DE 04469 SimWright, Inc., 2053 Fountain Professional Ct., Suite A, Navarre FL 32566 Mapping Resource Group 3 Ridge Road, Beaufort, SC 29907 Williams Aerial & Mapping Inc. 1843 Commerce Drive, Ste B, South Bend, IN 46628 Aerials Express, 7855 South River Parkway, Ste 211, Tempe AZ 85284 Atlantic Technologies, 2227 Drake Ave SW, Bldg 14, Huntsville, AL 350805-5146 EarthData International, 2648 Forrest Way NE, Marietta GA 30066 Pictometry International, 100 Town Centre Drive Suite A Rochester NY 14623-4260 Spatial Data Consultants, Nc, 1008 Hutton Lane, Ste 109, High Point NC 27262 REQUEST FOR PROPOSAL Request for Proposals will be received at this office until Friday, November 3, 2006 @ 11:00 a.m. FOR FURNISHING: RFP ITEM #06-175 Regional Color Orthophotography & Photogrammetric Services for Information Technology RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30911 RFP documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street-Room 605, Augusta, GA 30911. All questions must be submitted in writing to the office of the Procurement Department by Wednesday, October 18, 2006 @ 4:00 p.m. by fax at 706-821-2811 or by mail. No RFP will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference on an eligible local project, the certification statement as a local bidder and all supporting documents must be submitted to the Procurement Department with your bonafide bid package. It is the wish of the Owner that minority businesses are given the opportunity to submit on the various parts of the work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase the cost of the work. The Owner supports a healthy free market system that seeks to include responsible businesses and provide ample opportunity for business growth and development. No RFP may be withdrawn for a period of 120 days after time has been called on the date of opening. All RFP responses will be retained as property of Augusta-Richmond County. Bidders will please note that the number of copies requested; all supporting documents including financial statements and references and such other attachments that may be required by the bid invitation are material conditions of the bid. Any package found incomplete or submitted late shall be rejected by the Procurement Office. Any bidder allegedly contending that he/she has been improperly disqualified from bidding due to an incomplete bid submission shall have the right to appeal to the appropriate committee of the Augusta Commission. Please mark RFP number on the outside of the envelope. Bidders are cautioned that sequestration of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Augusta has a Link Deposit program designed to provide loans to eligible local Small, Minority and Women Owned Businesses. For more information about this program, please contact the Office of the Disadvantage Business Enterprise at 706-821-2406. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle September 21, 28, October 5, 12, 2006 Augusta Focus September 28, 2006 cc: Tameka Allen Interim Deputy Administrator Michael Blanchard Information Technology Yvonne Gentry DBE Coordinator My DemandStar Buyers Account Info Log Bid [View Bids] View Quotes Supplier Search Build Broadcast List Reports Planholders List 25 Planholder(s) found. Add Planholder User: Carerra, Betty Organization: City of Augusta, GA Logout | Help Onvia DemandStar Member Name City of Augusta, GA Bid Number RFP-06-175-0-2006/PJM Bid Name Regional Color Orthophotography & Photogrammetric Services 1 Document(s) found for this bid Supplier Name Phone Fax Doc Count Attributes Programs Actions 3001 3523793001 0000000000 1 Documents Aerial Services, Inc. 3192770436 3192770437 1 1. Small Business 2. Veteran Owned Documents Aerocon Photogrammetric Services, Inc. 4409466277 4409462646 1 Documents Axis GeoSpatial 4108221441 4108226225 1 Documents Chas. H. Sells Inc 5082481970 5082486072 1 Documents Digital Aerial Solutions, LLC 8136280788 8136280777 1 1. Small Business 2. Veteran Owned Documents G-Squared 9314381414 9314381415 1 Documents Geofiny Technologies, LLC 9103921496 9103927326 1 Documents GRW Aerial DemandStar is a product of Onvia, Inc. (c) 1997-2007. All rights reserved. | Terms of Use | Privacy Surveys Inc 8592233999 8592199059 1 Documents I F ROOKS & ASSOCIATES INC 8137522113 8137523102 1 Documents Page 1 of 3 first | previous | next | last Format for Printing No Search << Return Export to Excel My DemandStar Buyers Account Info Log Bid [View Bids] View Quotes Supplier Search Build Broadcast List Reports Planholders List 25 Planholder(s) found. Add Planholder User: Carerra, Betty Organization: City of Augusta, GA Logout | Help Onvia DemandStar Member Name City of Augusta, GA Bid Number RFP-06-175-0-2006/PJM Bid Name Regional Color Orthophotography & Photogrammetric Services 1 Document(s) found for this bid Supplier Name Phone Fax Doc Count Attributes Programs Actions 3001 3523793001 0000000000 1 Documents Aerial Services, Inc. 3192770436 3192770437 1 1. Small Business 2. Veteran Owned Documents Aerocon Photogrammetric Services, Inc. 4409466277 4409462646 1 Documents Axis GeoSpatial 4108221441 4108226225 1 Documents Chas. H. Sells Inc 5082481970 5082486072 1 Documents Digital Aerial Solutions, LLC 8136280788 8136280777 1 1. Small Business 2. Veteran Owned Documents G-Squared 9314381414 9314381415 1 Documents Geofiny Technologies, LLC 9103921496 9103927326 1 Documents GRW Aerial DemandStar is a product of Onvia, Inc. (c) 1997-2007. All rights reserved. | Terms of Use | Privacy Surveys Inc 8592233999 8592199059 1 Documents I F ROOKS & ASSOCIATES INC 8137522113 8137523102 1 Documents Page 1 of 3 first | previous | next | last Format for Printing No Search << Return Export to Excel My DemandStar Buyers Account Info Log Bid [View Bids] View Quotes Supplier Search Build Broadcast List Reports Planholders List 25 Planholder(s) found. Add Planholder User: Carerra, Betty Organization: City of Augusta, GA Logout | Help Onvia DemandStar Member Name City of Augusta, GA Bid Number RFP-06-175-0-2006/PJM Bid Name Regional Color Orthophotography & Photogrammetric Services 1 Document(s) found for this bid Supplier Name Phone Fax Doc Count Attributes Programs Actions Infotech Enterprises America, Inc. 4123899767 7033187224 1 Documents James W. Sewall Company 2078274456 2078274456 1 Documents Kucera International Inc. 4409754230 4409754238 1 Documents Mapping Resource Group 8407709958 3864391553 1 Documents Metro Engineering & Surveying 7707070777 7707070755 1 1. Small Business Documents Optimal Geomatics, Inc. 2568827788 2568827774 1 Documents Petroleum Place Energy Solutions, L.P. 2104025965 2102233161 1 Documents Photo Science, Inc. 3012629400 3012629600 1 Documents Pinnacle Mapping Technologies, Inc. 3175852011 3175852014 1 Documents DemandStar is a product of Onvia, Inc. (c) 1997-2007. All rights reserved. | Terms of Use | Privacy Sanborn 7192645595 7195285093 1 Documents Page 2 of 3 first | previous | next | last Format for Printing No Search << Return Export to Excel Disadvantaged Business Enterprise Yvonne Gentry DBE Coordinator Disadvantaged Business Enterprise Department 501 Greene Street – Suite 304 - Augusta, GA 30901 (706) 821-2406 – Fax (706) 821-4228 WWW.AUGUSTAGA.GOV TO: Mike Blanchard Information Technology Department Geri Sams Director, Procurement Department FROM: Yvonne Gentry, Coordinator Disadvantaged Business Enterprise Department SUBJECT: DBE REVIEW AND APPROVAL OF RECOMMENDED DBE GOALDBE REVIEW AND APPROVAL OF RECOMMENDED DBE GOALDBE REVIEW AND APPROVAL OF RECOMMENDED DBE GOALDBE REVIEW AND APPROVAL OF RECOMMENDED DBE GOAL Bid Item Bid Item Bid Item Bid Item ####06060606----175 175 175 175 –––– 2007 Digital Orthophotography 2007 Digital Orthophotography 2007 Digital Orthophotography 2007 Digital Orthophotography DATE: February 22, 2007 This memo is to transmit the review and concurrence of the recommended DBE Utilization goal of 2.5% for the above referenced project. The goal-setting methodology considered the following factors based on good faith efforts of the contractor: • The project’s total estimated cost is $$$$300,000.00300,000.00300,000.00300,000.00. • There is 2.5% ($7,500) value of the scope of work where minority/women minority/women minority/women minority/women businesses businesses businesses businesses availability exists. • There is 0% value of the scope of work where small businesses small businesses small businesses small businesses availability exists. • There is 2.5% ($7,500) value of the scope where local businesses local businesses local businesses local businesses availability exists. The contractor must prepare their proposed DBE Utilization Form submittal based on the total dollar value of their base bid. No further adjustments should be made. The above recommendation is based on information provided at the time of review. If you have any questions, please feel free to contact me at (706) 821-2406. YG:glw