HomeMy WebLinkAbout750733.tiff RESOLUTION
WHEREAS, heretofore the Board of County Commissioners of
Weld County, Colorado, by Resolution, agreed to employ the engineering
firm of Hogan & Olhausen to provide complete flood plain mapping services
for Weld County, Colorado, and
WHEREAS, the Board is desirous of proceeding with the program
as submitted by the engineering firm of Hogan & Olhausen, and additional
funds may be required of Weld County, and
WHEREAS, the Board has determined that it would be in the best
interests of the County to continue to participate in the program, and in
order to fully comply with all requirements of H. B. 1041 there will be
additional financial and technical assistance necessary, and
WHEREAS, it has come to the attention of the Board that the
Colorado Water Conservation Board has monies available to financially
assist the County to fully participate in said program in compliance with
H. B. 1041, and
WHEREAS, the Board has determined that additional funds in the
sum of Five Thousand Seven Hundred Fifty Dollars ($5, 750. 00) are available
to help defray expenses that the County will be obligated to pay to Hogan &
Olhausen, and
WHEREAS, the Colorado Water Conservation Board (Department of
Natural Resources) has submitted a contract whereby additional financial
assistance may be obtained by the County subject to certain conditions as
contained in said contract, copy attached hereto and made a part hereof by
reference.
NOW, THEREFORE, BE IT RESOLVED, by the Board of County
Commissioners, Weld County, Colorado, and it hereby authorizes the
execution of the agreement hereinabove referred to as submitted by the
Colorado Water Conservation Board and to make the same effective forthwith.
BE IT FURTHER RESOLVED by the Board and it hereby certifies
that the Cost - Share Funds in the sum of Five Thousand Seven Hundred Fifty
Dollars ($5, 750. 00) are required by Weld County to proceed with the flood
plain mapping program as contracted for with the engineering firm of Hogan
& Olhausen.
The above and foregoing Resolution was, on motion duly made and
seconded, adopted by the following vote on the 20th day of August, A.D. , 1975,
nunc pro tunc as of August 1 , 1975.
BOARD OF COUNTY COMMISSIONERS
WELD
COUNTY, COLORADO
//•
ATTEST:, - �-7: � fe 7a,
Weld County Clerk and Recorder
and Clerk to the Board
By z'Z: vL ,Z 4-,J2-1p
Deputy Co y Clerk
OV AS Oc9S,M;___�
t ��44 i J
County Attorney
750733
ye7/ Ploy
A/C-/ 7L /S-6 e
Form 6-AC-02 DEPAR. NENT OR AGENCY NUMBER
34-04-00
CONTRACT ROUTING NUMBER •
$5 , 750
CONTRACT
THIS CONTRACT, made this 1St day of August 1975, by and between the.
State of Colorado for the use and benefit of the Department of *1 Natural Resources
(Colorado Water Conservation Board)
hereinafter referred to as the State; and '2 Weld County, 1516 Hospital Road,
Greeley, Colorado 80631
hereinafter referred to as the contractor,
WHEREAS, authority exists in the Law and Funds have been budgeted, appropriated and otherwise made
available and a sufficient unencumbered balance thereof remains available for payment in Fund Number 1001
G/L Account Number._?9O13 Contract Encumbrance Numbe j a ; and
Originating Unit 01-03-340
WHEREAS, required approval, clearance and coordination has been accomplished from and with appropriate
agencies; and
WHEREAs, '3Section 37-60-106 Colorado Revised Statutes 1973, as
amended, directs the Colorado Water Conservation Board to devise and
formulate methods , means , and plans to bring about the greater utili-
zation of the waters of the state and prevention of flood damages
therefrom, and to designate and approve stream or flood runoff channels
or basins , and to make such designations available to legislative
bodies of cities and incorporated towns, to county planning commissions ,
and to boards of adjustment of cities , incorporated towns , and counties
of this state ; and
WHEREAS, Weld County has requested a floodplain information study
on the Big Thompson River from the confluence with the South Platte
River upstream to the Weld-Larimer County line ; and
WHEREAS, the Colorado Water Conservation Board has adopted a policy
whereby direct financial assistance is available for the delineation of
flood hazard areas; and
WHEREAS, the Contractor will contract with Hogan and Olhausen, P. C.
to secure mapping data required for the floodplain study to be made by
the U. S . Army Corps of Engineers , Omaha District; and
WHEREAS, the Board will assist the Contractor in the technical
reviews and mapping requirements .
NOW THEREFORE, it is hereby agreed that
1. 'a The Contractor agrees to secure the floodplain mapping for
the Big Thompson River study reach, as defined by the following documents :
a. Colorado Water Conservation Board' s "Specifications for
Aerial Surveys and Mapping by Photogrammetric Methods for Flood-
plain Studies , " February, 1975 (Appendix A) .
b. Letter dated May 23 , 1975, from Hogan and Olhausen, P. C.
to Weld County (Appendix B) .
Each of the above documents is attached hereto and made a part of this
contract.
2 . The Board agrees to cost-share in this study to the amount
of Five Thousand Seven Hundred Fifty Dollars ($5, 750) which will be paid
over to the County at such time as the County shall certify to the Board
that the said sum is required to permit the County to proceed with the
mapping project.
3 . It is further agreed that after receipt of the funds from
the Board and completion of the mapping, the County shall furnish to the
Board one set of finished mylars at a scale of 1"=200' with 2' contours
and two sets of contract prints .
4. This contract is personal in nature and assignment _of _
performance by the Contractor to another is prohibited, uttTess prior
approval in writing is granted by the State .
Page 1 of_2_pages
*(See instructions on reverse of last page.)
J.,
SPECIAL PROVISIONS
CONTROLLER'S APPROVAL
1. This contract shall not he deemed valid until it shall have been approved by the Controller of the State of
Colorado or such assistant as he may designate. This provision is applicable to any contract involving the payment of
money by the State.
FUND AVAILABILITY
2. Financial obligations of the State payable after the current fiscal year are contingent upon funds for that
purpose being appropriated, budgeted and otherwise made available.
BOND REQUIREMENT
•
3. If this contract involves the payment of more than one thousand dollars for the construction,erection,repair, -
maintenance, or improvement of any building, road, bridge, viaduct, tunnel, excavation or other public work for
this State. the contractor shall, before entering upon the performance of any such work included in this contract,
duly execute and deliver to and file with the official whose signature appears below for the State, a good and
sufficient bond to he approved by said official in a penal sum not less than one-half of the total amount payable
by the terms of this contract. Such bond shall be duly executed by a qualified corporate surety,conditioned for the
due and faithful performance of the contract, and in addition, shall provide that if the contractor or his subcon-
tractors fail to duly pay for any labor, materials, team hire, sustenance, provisions, provender or other supplies used
or consumed by such contractor or his subcontractor in performance of the work contracted to he done,the surety
will pay the same in an amount not exceeding the sum specified in the bond, together with interest at the rate of
eight per cent per annum. Unless such bond, when so required, is executed, delivered and filed, no claim in favor
of the contractor arising under this contract shall he audited, allowed or paid.
MINIMUM WAGE
4. Except as otherwise provided by law, if this contract provides for the payment of more than five thousand
dollars and requires or involves the employment of laborers or mechanics in the construction, alteration or repair of
any building or other public work, (except highways, highway bridges, underpasses and highway structures of all
kinds) within the geographical limits of the State, the rate of wage for all laborers and mechanics employed by the
contractor or any subcontractor on the building or public work covered by this contract shall be not less than the
prevailing rate of wages for work of a similar nature in the city,town,village or other civil subdivision of the State in
which the building or other public work is located. Disputes respecting prevailing rates will be resolved as provided in
8-16-101, CRS 1973, as amended
DISCRIMINATION
5. The contractor agrees to comply with the letter and spirit of the Colorado Antidiscrimination Act of 1957,as
amended, and other applicable law respecting discrimination and unfair employment practices(24-34-301.CRS 1973,
as amended).
COLORADO LABOR PREFERENCE
6. Provisions of R-17-101, & 102, CRS 1973 for preference of Colorado labor are applicable to this contract if
public works within the State are undertaken hereunder and are financed in whole or in part by State funds.
GENERAL
7. The laws of the State of Colorado and rules and regulations issued pursuant thereto shall be applied in
the interpretation- execution and enforcement of this contract. Any provision of this contract whether or not
incorporated herein by reference which provides for arbitration by any extra-judicial body' or person or which is
otherwise in conflict tvith said laws, rules and regulations shall he considered null and void. Nothing contained in
any provision incorporated herein by reference which purports to negate this or any other special provision in
whole or in part shall he valid or enforceable or available in any action at law whether by way of complaint,
defense or otherwise. Any provision rendered null and void by the operation of this provision will not invalidate
the remainder of this contract to the extent that the contract is capable of execution.
S. The signatories hereto aver that they are familiar with 1S-8-301, et seq., (Bribery and Corrupt Influences)
and I3-S-401, et seq., (Abuse of Public Office), C.R.S. 1973, as amended,and that no violation of such provisions is
present.
9. The signatories as er that to their knowledge, no state employee has any personal or beneficial interest
whatsoever in the service or property described herein.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day first above written.
STATE OF COLORADO
t< RICHARD U. LAMM, GOVERNOR
WELD COUNTY COMMISSIONERS
WELD COUNI1,07 COLORADO / 1 -,I.�J
i i
y� By yC:*-i,-4€_
r - icataGiL A-Sz StxFcurivL nu ltoi,TIAR IS D SHERMAN
irvXiAXX ! DETMENT
�� ` s: � of NATURAL RESOURCES
r
ATTES ROYALS n 70
IQMIXXIDXO31cIl ,1&�.._�_- _ cc�pp. CONTROLLER
WELD COUNTY CL K & RECORDtER
pb
> ERK--TO THE-- RD- — BY
'BY , !� ATTORNEY GENERAL " -AinA
A P -e VED AS .O FORMS age —which is the last of ? __pages
*See instructions on reverse side.
ByELL, r
O NTY ATTORNEY� E' U IS nt'Soh to cral
_ coral Legal Serntc-
cae
APPENDIX A-
COLORADO WATER CONSERVATION BOARD February 1975
Specifications for Aerial Surveys, and Mapping by
Photogrammetric Methods for Flood Plain Studies •
The contractor shall consider the terms of these specifications binding
unless otherwise provided in the letter of instruction. The contractor agrees
to provide all materials and labor, and should obtain the rights of ingress and
egress for the performance of work as delineated by the client; however, shoeld-
special conditions exist posing difficulty in the performance of the work, the
client will assist.
1. TARGETING PRIOR TO PHOTOGRAPHY
A. The panels (targets) dimensions shall be sized so as to be visible on
the stereo aerial 9" x 9" contact prints.
B. The procedure for placement of the panels for 2' contour mapping shall
be at 900 feet for the respective mapping widths:
Ma i Width Mapping Width
0' - 3000' 3000' - 6000'
0' - 100' 0' - 100'
+ + • + I + +
+ �+ + I + NI -+
900' -c 900'
+ �+ + w, + wl ±4.Common To
Both
+ + Flight Lines I + I
The panel locations shall be placed approximately in line and perpendicular
with the floodplain.
Note: The distance between panels shall be 900 feet with an accuracy tolerance
of 50 feet from the preceeding panel.
C. Each panel shall be re-checked immediately prior to the time of aerial
• photography.
D. Maximum contrast between a panel and its background is a primary
consideration.
2. AERIAL PHOTOGRAPHY
A. Provide stereo aerial photography at a scale as shown in Table 1 for
the respective contour interval requested by client for the area defined
on the enclosed map. The photography should be centered on the mapping
area as well as possible because of the potential need for additional
mapping if the defined area is not adequate. The aerial photograph
centers shall be shown on the finished mapping with their respective
numbers.
3. All photography shall be taken with a camera which meets the specifi-
cations for single lens Precision Aerial Mapping Camera, the specifi-
cations of which are to be equal to or exceed a Zeiss Aerotopograph
Survey Camera Type RMK 15/23, 6" focal length lens. The contractor
shall furnish a camera test report. The report shall be prepared by
a testing organization or government unit which is acceptable to the
client and a test report must be submitted to and approved by the
client for each camera prior to its use. The report shall be based
on tests and measurements made after final assembly or reassembly of
all parts of the camera cone unit with the required filter in place,
which in the case of the 6" focal length lens camera is of the anti-
vignetting type.
C. Photography shall be undertaken only when well-defined images can be
obtained. Photography shell not contain shadows caused by topographic
relief and sun angle, whenever such shadows can be avoided during the
time of year the photography must be taken. Photography shall not be
undertaken when the sun angle is less than 30 degrees above the horizon.
-2-
D. The aerial negatives and photographs for the entire area to -be mapped
shall have the following overlap:
a. End lap shall be 6C; ' 57.
b. Side lap between adjacent flights shall be 309. ± 10%
E. Provide three sets of 9" x 9" contact prints on double weight semi-
matte paper from the above negatives along with their respective index-
F. Specifications for drab, drift, tilt shall be as defined in "Specifi-
cations for Aerial Surveys and Mapping by Photogrammetric Methods for
Highways" 1968.
G. Photography shall meet the specifications as defined in the national
map accuracy standards asset forth in the United States National Map
Accuracy Standards, Revised June 17, 1947.
3. QUALITY OF NEGATIVES AND PRINTS
Exposing and processing of all photographic materials shall be done
in conformance with manufacturers recommendations.
A. Photographic Qualit; - Negatl-::s and prints shall be clear and sharp
in detail and of normal density and fine grained quality. Negatives
of medium or normal density requiring moderate printing time, without
sacrificing detail or contrast, are required. Negatives and prints
shall be free from streaks, oil stains, static marks, clouds, cloud
shadows, smoke, haze, snow, excessive shadows and other deficiencies
which would interfere with their intended use. Reducing or intensi-
fying of negative will not be permitted.
-3-
B. Physical Quality - special care shall be exercised in processing all
photographic materials to insure freedom from chemicals, stains,
tears, scratches and water marks, finger marks, lint, dirt, and
other physical defects. Before, during, and after drying, the nega-
tives and prints shall dot be rolled tightly on drums or in any way
stretched, buckled, distorted or exposed to excessive heat. After
fixation, all negatives and prints shall be thoroughly washed to
insure freedom from residual hypo and other chemicals which might
impair permanency. Excessive moisture should be removed immediately
after washing. Double weight semi-matte prints or equivalent shall
be immersed in a print flattering solution (Kodak, BPI-2O, or equal)
between prints washing and air drying.
4. GROUND CONTROL
A. Provide horizontal and vertical ground control necessary for the
required map accuracy by instrument survey methods. The vertical
ground control and contour designation shall be based on United
States Coast Guard and Geodetic Survey (USC & GS) or United States
Geological Survey (USGS). Menn Seal Level Datum (MSL) adjusted to
the most recent date of record. The horizontal ground control shall
be based on a minimum of two USC & GS triangulation stations or equiva-
lent ti^d to the Lambert Conformal Conic Projection for establishment
of the Colorado Grid Coordinate System within the project area. The
order of accuracy for running-in the basic control for the project
area shall commensurate with the control accuracy already set on the
reference 'monuments (vertical or horizontal). Within the project
area, the field surveys shall be of third order accuracy for vertical
-4-
control and the error of closure shall not exceed 1: 20,000 for
horizontal control.
B. Provide one (I) set of values in tabular form for all monuments set
within project area showing vertical elevations related to USC & GS
USGS MSL datum and with horizontal coordinates used for the establish-
ment of the Colorado Grid Coordinate System.
C. The client may require the contractor to permanently set monumen-
tation for vertical and horizontal control. When required, the monu-
ments shall be brass caps firmly affixed to permanent structures,
rock outdrops, or by setting in the top of concrete monuments extend-
ing into the ground to a depth of 36 inches.
S. TOPOGRAPHIC MAPPING
A. Client shall specify the kind of map which shall be either a line map .
showing contours and topographic features or one showing contours
with a rectified, scaled, photographic background.
B. The finished topographic map shall be on 4 mil mylar or equivalent
and shall be prepared by the scribing method at the specified scale
and contour interval. The mapping shall be compiled at the scale
designated in Table 1.
TABLE 1
Contour Scale Of Stereo Aerial Scale Of
Interval 9" x 9" Contact Prints Mapping Compilation
1' 1 : 3000 1 = 50'
2' 1 : 6000 1 = 100'
4' 1 : 8000 1 = 200'
5' 1 : 12000 1 = 200'
-5-
C. All physical ..eatures within the area specifi..d by the contract in-
cluding buildings, fences, trees, roads and streets, sidewalks, power
poles, irrigation ditches, reservoir and all other features that are
discernable on the aerial photographs shall be shown on the map. Physi-
cal features that are referenced by a respective name shall be so labeled
on the finished map (Example: Street names, etc. ).
D. Contractor shall perform all mapping to comply with these standards, and
carry the statement. "This map. complies with the National Map Accuracy
Standards," Ninety percent of all contours shall be within one-half
contout interval and the remaining ten percent shall not be in error
by more than one contour interval. In. areas where the ground is com-
pletely obscured by dense brush or tree cover, contours shall be
plotted as accurately as possible from the stereoscopic model while
making full use of spot elevations obtained where the ground is visible.
Ninety percent of the planmetric features shall be plotted to within
1/40" as measured at the map scale and the remaining ten percent shall
be plotted to within 1/20".
E. All permanent and semi-permanent monuments used for the mapping instru-
ments surveys shall be shown and their respective elevations labeled
•
on the map.
F. When the map distance between contour lines exceeds 1" in spacing,
additional, spot elevations from the plotter shall be shown in the
flat area.
C. Upon completion of the compilation the contractor shall furnish the
client with either a sepia copy or three blue line copies of the.
pencil manuscript as requested.
H. All maps are to be photographic reproduced mylar .positives from the
scribed negatives rather than a direct positive mylar reproduction.
-6-
6. CROSS SECTIONS
A. Field Surveys
1. Provide the vertical and horizontal coordinates for the starting
point for the cross sectional surveys for the centerline of road-
ways and streets crossing the channel and floodplains within the
designated mapping area. Cross section points shall be taken at
100 foot stations plus breaks except that the total number of,
ground survey points shall not exceed 100. The starting point
shall be keyed to photographs.
2. Provide spot elevations at:
• a. All intersections of the centerlines of streets/roads
with the centerlines of streams.
b. Upstream and downstream inverts of culverts/bridges.
c. Stream bottoms upstream and downstream from culverts/bridges.
d. The low points of streets if they are different from those
at the intersections with the centerlines of streams.
3. Provide a sketch for each culvert/bridge in the mapping area
in sufficient detail to determine the waterway area of the
structure and the amount of fill over the structure.
B. Digitized cross sections.
1. The client will locate approximately cross sections which
are to be photogrammetrically measured for the elevations and
horizontal distances along located lines. The data shall be
furnished on IBM punched cards in a format as designated by the
client. In addition, a printed tabulation shall be furnished to
the client showing the vertical and horizontal values. The
starting point and 100 foot stations shall be keyed to 6. A. 1.
The location of all cross sections shall be as specified by the
client on one set of aerial photographs (Example: In the case. of 2'
-7-
I
contour mapping, the cross sectional Locations would be shown
on aerial photographs at a scale I" = 500' ). The total number
of ground points shall not exceed 100.
2. When compiling, the mapping contractor shall provide the vertical
and horizontal data paints obtained photogrammetrically for the
identical points and locations as defined in 6. A. 1.
3. Ninety percent of all spot elevations placed on the maps and .
-
cross sections shall be accurate within one-fourth (g) a con-
tour interval, and the remaining ten percent shall be accurate
within one-half (%) a contour interval.
7. BIDDING
A. The cost for services shall be submitted by the following schedule:
1. Flying and photography
2. Ground control survey for mapping
3. Topographic mapping, finished draft on mylar,
at specified scale and contour interval
4. Dimensioning of culvert and bridge structures
5. Field surveyed cross sections
6, Digitized cross sections
7. Cost of placement of monuments, if requested
Total Fee Not To Exceed
B. Additional Cost data
1. Should the client desire to expand or reduce the mapping
contract to meet additional work or budgetary requirements, it
will be necessary that the contractor furnish unit cost break-
downs for work to be performed. These costs should include all
items necessary to completely execute a change order such as
model set up, a per acre cost for compilation, a per acre cost
for scribing and other pertinent features at a per acre cost.
-8-
8. TIME OF PERFORMANCE
Mapping contractor's time for the project will be approximately
weeks after notice to proceed. The contractor will deliver phases of the
work according to the following schedule:
A. Aerial photography - by 10% elapsed contract time.
B. Blue line copies - by 80% elapsed contract time.
9. Any items or features not covered in these specifications and relevant to -
the client's receiving acceptable aerial surveys and mapping by photo-
grammetric methods shall be as stated in the "Aerial Surveys and Mapping
by Photogrammetric Methods for Highways" prepared by the Photogrammetry
for Highways Committee of the American Society of Photogrammetry, U.S.
Department of Transportation, 1968.
10. INSPECTION AND APPROVAL .
Work performed under this specification shall be subject to inspection
and examination by the client at any place where such work is being
performed. The client shall have the right to reject inaccurate or sub-
standard work at any time. All rejected work shall be satisfactorily
corrected and replaced without cost to the client. As soon as practi-
cable after delivery for inspection, the contact prints, maps and cross
sections will be inspected and checked. The mapping contractor shall
coordinate his operations to permit a reasonable and rapid check of the
work by client in order to assure that the, accuracy and quality of work-
manship complies in all respects with the terms and provisions of this
specification.
-9-
•. p
'` � . .-.,
r�, r� May 23, 1975 APPENDIX B
ii File No. P57-75
13
u..' j
L..._
-= Weld County
U Planning Director •
v 1516 Hospital Road
Greeley, Colorado 80631
T
• Attn: Mr. Gary Fortner
1041 Administrator
2C Gentlemen:
'''I The enclosed proposal for ma�, p p mapping of the Flood Plain of the Big
Thompson River in Weld County is submitted in response to your request
of May 12, 1975. I have reviewed the requirements with Mr. Larry Laing
of the Colorado Water Conservation Board with regard to variations in
C 1 the specifications to best utilize the equipment we intend to use .on
the project. Areas of change and additions to the specifications are
I as follows : The numbers contained herein relate to the pages and
w
numbers of the CWCB specification.
1 Page 1 : Delete Section ,1 and add following:
-"'i°'s I''•l' 1 . TARGETING PRIOR TO PHOTOGRAPHY
A. The main stream panels (targets) dimensions shall be sized
so as to be visible on the stereo 9" x 9" contact prints
._) without the use of sophisticated equipment. The outside
targets shall be clearly visible in the plotter and may be
0. targets or photo identified points.
f B. The procedure for placement of the main stream panels shall
be approximately 2000' intervals along and near the river
N itself. The remaining outside panels and points shall be
placed or identified so that each photo has 6 strategically
ip placed points with at least 4 surveyed points visible in -
each overlapping stereo area.
L C. Panels shall be rechecked prior to flight.
`J - J D. Maximum identification of panels in the photos is a primary '"=
consideration.
Page 2:
4. AERIAL PHOTOGRAPHY
7_ A. & B. are deleted and the following inserted : The aerial camera
T used on this project will be the Hogan and Olhausen Zeiss
RMKA4-15/23 equipped with 8 fiducial marks. The U.S.
Geological Survey Calibration report for the camera will be
,D furnished on request. Additional requirements for photographic
quality, overlap, etc. , shall be in accordance with "Standard
L
.- .
•
r
May 23, 1975
Weld County Planning Director
File No. P57-75
Page 2
COST SCHEDULE
1 . Flying and Photography $ 652.50
2. Ground Control Survey for Mapping 2,200.00
3. Topographic Mapping ,
With planimetric background (1 ) 8,720.00
With orthophoto background (2) 8,240.00
4. Dimension Culvert and Bridge Structures
15 @ $50.00 750.00
5. Field Survey of Cross Sections (Allowance 5)
Each Cross Section $100.00 500.00
6. Digitized Cross Sections 100 @ $6.00 600.00
7. Monuments 6 @ $50. 00 300. 00
TOTAL (1 ) $13,722. 50
TOTAL (2) $13,242. 50
Time of completion - 120 days
Respectfully submitted,
HOGAN & OLHAUSEN, P.C%'
- ' (
`/ Rbnnie E. Hogan / ii
REH/pf
4
May 23, 1975
Weld County Planning Director
File No. P57-75
• - Page 2
Specifications for Aerial Photography for Photogrammetric
Mapping" , published by the U.S. Geological Survey dated
January 15, 1972. The scale of the photography shall be
1 " = 860' .
Page 5: Delete A & B and add following:
5. TOPOGRAPHIC MAPPING A. Client shall specify the kind of map which shall either be a line
map showing contours and topographic features or one showing
contours with an orthophotographic, scaled, halftoned background.
B. The finished map shall be on 4 mil mylar base positive photo-
graphic composite of negative scribed stable base material .
Contour compilation and cross sections will be performed on the
Hogan and Olhausen, P. C. Kern PG2 SSL Stereo Plotter. The plotter
is classified by the U.S.G.S. as a "First order compilation
instrument" , suitable for compilation of 2' contours from photo-
graphy at 1 " = 1000' with a 6" focal length. This is an equivalent
"( " factor of 3000.- We propose to use a "C" factor of 2580, altitude
of 5160' and contact scale of 1 " = 860' for the project. The contour
interval will be 2 ' and the compilation scale will be 1 " = 200' .
The image viewing scale will be 1 " = 107 ' .
Page 6:
D. Unchanged but with the following addendum:
In the event the photographic background option is selected by
the client, the work will be accomplished on the Hogan and Olhausen,
P. C. "Societe Francais Optique et Mechanique Orthophotographe"
instrument. The accuracy of planimetry will be checked by plotting
appropriate outstanding identifiable planimetric features on the
Kern plotter during the compilation process and comparing the same
by overlaying the two manuscripts. Field checking of elevations
if carried out by the client, shall be performed in accordance with
standard procedures outlined in the "Manual of Photogrammetry" as
published by the American Society of Photogrammetry.
• Section 6-8-1 : Change scale of photographs to 1 " = 860 ' .
4
SPECIAL PROVISIONS•
CONTROLLER'S AI'1'ROVAI.
I. Ibis contract shall not be deemed valid until it shall have been approved by the Controller of the Stale of
Colorado or such assistant as he may designate. This provision is applicable to any contract involving the payment of
money by the Slate.
FUND AVAILABILITY
2. Financial obligations of the State payable after the current fiscal year are contingent upon funds for that
purpose being appropriated, budgeted and otherwise made available.
•
BOND REQUIREMENT
3. If this contract involves the payment of more than one thousand dollars for the construction.erection,repair,
maintenance, or improvement of any building, road, bridge, viaduct, tunnel. excavation or other public work for ^ .
this State, the contractor shall, before'entering upon the performance of any such work included in this contract,
duly execute and deliver to and file with the official whose signature appears below for the State, a good and
sufficient bond to he approved by said official in a penal sum not less than one-half of the total amount payable
by the terms of this contract. Such bond shall he duly executed by a qualified corporate surety,conditioned for the
due and faithful performance of the contract, and in addition, shall provide that if the contractor or his subcon-
tractors fail to duly pay fur any labor, materials. team hire, sustenance, provisions; provender or other supplies used
or consumed by such contractor or his subcontractor in performance of the work contracted to be done, the surety
will pay the same in all amount not exceeding.the sum specified in the bond, together with interest at the rate of
eight per cent per annum. Unless such bond, when so required, is executed, delivered and filed, no claim in favor
of the contractor arising under this contract shall be audited, allowed or paid.
MINIMUM WAGE
4. Except as otherwise provided by law, if this contract provides for the payment of more than five thousand
dollars and requires or involves the employment of laborers or mechanics in the construction, alteration or repair of
any building or other public work. (except highways, highway bridges, underpasses and highway structures of all
kinds) within the geographical limits of the State, the rate of wage for all laborers and mechanics employed by the
contractor or any subcontractor on the building or public work covered by this contract shall he not less than the
prevailing rate of wages for work of a similar nature in the city, town,village or other civil subdivision of the State in
which the building or other public work is located. Disputes respecting prevailing rates will he resolved as provided in
S-16-101, CRS 197.3, as amended.
DISCRIMINATION
5. The contractor agrees to comply with the letter and spirit of the Colorado Antidiscrimination Act of 1957,as
amended, and other applicable law respecting discrimination and unfair employment practices(24-34-301,CRS 1973,
as amended).
COLORADO LABOR PREFERENCE
6. Provisions of 8-17-101. & 102, CRS 1973 for preference of Colorado labor are applicable to this contract if
public works within the State are undertaken hereunder and are financed in whole or in part by Stale funds.
GENERAL
7. The laws of the State of Colorado and rules and regulations issued pursuant thereto shall be applied in
the interpretation. execution and enforcement of this contract. Any provision of this contract whether or not
incorporated herein by reference which provides for arbitration by any extra-judicial body or person or which is
otherwise in conflict with said laws, rules and regulations shall he considered null and void. Nothing contained in
any provision incorporated herein by reference which purports to negate this ur any other special provision in
whole or in part shall be valid or enforceable-or available in any action at law whether by way of complaint,
defense or otherwise. Any provision rendered null and void by the operation of this provision will not invalidate
the remainder of this contract to the extent that the contract is capable of execution.
S. The signatories hereto aver that they are familiar with 18-S-301, et seq., (Bribery and Cnarupt Influences)
• and 15.8-401, et seq., (Abuse of Public Office), C.R.S. 1973, as amended,and that no violation of such provisions is
present.
9. The signatories aver that to their knowledge, no state employee has any personal or beneficial interest
whatsoever in the service or property described herein.
- - IN WITNESS WIIPRFOIT the parties hereto have executed this Agreement no the day first above written.
BENJAMIN F. STAPLETON FELIX L. SPARKS
Chairman, Denver Director
FREDERICK V. KROEGER - _ LAREN D. MORRILL
Vice-Chairman. Durango y Deputy Director
JOHN T. BENTON fool
Burns N
JOHN H. BROWN ELL �'>•,
Hooper yQ-C-
CLARENCE E. BURR RICHARD D. LAMM
Walden Governor
JOHN R. FETCHER DEPARTMENT OF NATURAL RESOURCES
Steamboat Springs
LEE E, FORD COLORADO WATER CONSERVATION BOARD
Montrose
ROBERT A. JACKSON 102 COLUMBINE BUILDING 1845 SHERMAN STREET
Pueblo
HERBERT H. VANDEMOER DENVER, COLORADO 80203
TELEPHONE
Sterling
303-692 3411
November 10, 1975
Mr. Gary Z. Fortner
Planning Director
1516 Hospital Road
Greeley, Colorado 80631
Re : C. E. No. C153013
Dear Mr. Fortner:
Enclosed please find your fully executed copy of a
contract between the State of Colorado and Weld County in the
amount of $5,750 for securing mapping and survey data for a
floodplain study for the Big Thompson River, Weld County.
Sincerely,
Mary Martel
Secretary to Mr. Sparks
Enclosure
in E(0")
igpc, To Samuel Telep, County Attorney D„e August 6, 1975
COLORADO From Gary Fortner, Director of Planning
Subject: Flood Plain Study for the Big Thompson River, Weld County,
Colorado - Contract between Weld County and the Colorado
Water Conservation Board which is necessary in order for
the County to receive $5,750.00 from the Water Conservation
Board for use in completing Flood Plain Mapping for the Big
Thompson River Study
Attached is a copy of the proposed contract between the State of
Colorado and Weld County in the amount of $5,750.00 for securing mapping
of survey data for a flood plain study for the Big Thompson River, Weld
County, Colorado. I am submitting this contract for your review prior to
the contract being signed by the Board of County Commissioners. I assume
we will also need a Resolution reflecting the action of the Board at the
time the contract is signed.
I feel that there are two items which should be specifically covered
in the Resolution: 1 ) Acceptance and approval of the Contract by the Board
�
of County Commissioners; and 2) The certification by the Board of County 'j)
Commissioners that the sum of money in question is required in order to
permit the County to proceed with the Big Thompson mapping project.
Thank you very much for your assistance in drawing the necessary
resolution in this matter, and in reviewing the proposed contract. If
you have any questions in regards to the contract, please feel free to
contact my office at any time.
. • ry Gary o ne
���
L-, I, Director of Planning
\ryr � ''GZF/1i
V� 19 (� Attachment a ,
(1: .17,„„. (...rd,-V "I e" 4 t: ( 1 -0% -1 ,- --, - /
C.L[ 4p
/� i f
..; t . F'L. A-r-f ""'_c.. s7t-r-i „c.�. /A i_..., ,..' r " r L. ti..,..
,i � ' / ,
L,/,
>, / .
_�
,,t°74 ,
' '7 ' 'F' :r. ' I a ydr,i 7, / c 4 �,� i c
G 1
V
�yf. �,•°r r. '} ,/, .� ! Ga/ ire �S/'�t is „7/4
_ i'-1J�T j I '
rr/ 1 s ! /
I
.
-if./ /,, n ,, ,,,.. Y / -2 f' .;'_ - : / s' / !/
l' _ -
/ / "_„In.-z,_/ ; // -
IF
'r
rti: 4. t �2
i
< < .^, . —(j; 7_,--0 t'• i ._,_ .l�i .v -6 ' - -"
,/
j t, /G., y! , / , f /
/09T 17_ ( r
/9
Ad`-A,' ,first'` ..r. ' /4,-,- +, (..-� t„? Ltr
. (,3.,. ", -
�: fir')/ /"•--Y1-11; 2-__--K
n
r� !� .� /fie �J /' , " . ,,,J
., ,
fl
Hello