HomeMy WebLinkAbout970945.tiff RESOLUTION
RE: APPROVE MEMORANDUM OF UNDERSTANDING WITH DEPARTMENT OF
NATURAL RESOURCES, COLORADO WATER CONSERVATION BOARD, AND
KUCERA INTERNATIONAL, INC., AND AUTHORIZE CHAIR TO SIGN
WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to
Colorado statute and the Weld County Home Rule Charter, is vested with the authority of
administering the affairs of Weld County, Colorado, and
WHEREAS, the Board has been presented with a Memorandum of Understanding
among the County of Weld, State of Colorado, by and through the Board of County
Commissioners of Weld County, on behalf of the Weld County Public Works Department, and
the Colorado Department of Natural Resources, Colorado Water Conservation Board, and
Kucera International, Inc., (Kucera West), with terms and conditions being as stated in said
memorandum of understanding, and
WHEREAS, after review, the Board deems it advisable to approve said memorandum of
understanding, a copy of which is attached hereto and incorporated herein by reference.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of
Weld County, Colorado, that the Memorandum of Understanding among the County of Weld,
State of Colorado, by and through the Board of County Commissioners of Weld County, on
behalf of the Weld County Public Works Department, and the Colorado Department of Natural
Resources, Colorado Water Conservation Board, and Kucera International, Inc., (Kucera West),
be, and hereby is, approved.
BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized
to sign said memorandum of understanding.
The above and foregoing Resolution was, on motion duly made and seconded, adopted
by the following vote on the 14th day of May, A.D., 1997.
BOARD OF COUNTY COMMISSIONERS
k / WELD AUNTY, CO RADO
4 EL_ Lean dif 24re
aN •
,��;���i¢,p.��, Georg- E. Baxter, Chair
1661 fin*ralf, ty Clerk to the Board
jam*` 4 • EXCUSED
SO N: tt ki tance L. Harb rt, Pro-Tem
♦ U ,
Deputy Cler Ito the Board
Dale K. Hall
AP AS TO F RM: LKirkmr
�� j LPG
J
a
o y Atto y , �/� �2/1fl2
W. H. ebster
et 4 at) 970945
EG0036
AGENCY NAME: Water Conservation Board
AGENCY NUMBER: PDA
ROUTING NUMBER:
$ 44,250
MEMORANDUM OF UNDERSTANDING
This memorandum of understanding ("MOU"), made this day of , 1997 by and between
the State of Colorado, for the use and benefit of the Department of Natural Resources, Colorado Water
Conservation Board ("CWCB" or"State"), Board of County Commissioners of Weld County, Colorado
("County"), 915 10th Street, Greeley, CO 80632, and Kucera International Inc. (Kucera West)
("Contractor"), Suite 315, 11049 W. 44th Avenue, Wheatridge, CO 80033-2554.
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 424,
Organization YYYY,Appropriation A60, GBL RFFP, Program WTRC, Object Code 5120, Reporting Category
3754, Contract Encumbrance Number C1537 ; and
WHEREAS, required approval, clearance, and coordination have been accomplished from and with
appropriate agencies; and
WHEREAS, pursuant to Senate Bill 96-153, Section 6, the CWCB is authorized to expend up to$50,000 in
funds from the CWCB Construction Fund to contract for services on the South Platte River to investigate
flood problems and to the develop a multi-objective management plan to mitigate future flood losses; and
WHEREAS, the CWCB, in cooperation with the Board of Commissioners for Logan, Morgan, Sedgwick,
and Weld Counties, has acknowledged that a need exists on the South Platte River for the reach between
the Chatfield Dam and Colorado-Nebraska state line for such an investigation; and
WHEREAS, the CWCB, in response to requests from property owners in and local government officials for
the affected counties, has prepared scopes of work for the preparation of a South Platte River Multi-
Objective Management Plan and the performance of a Chatfield Reservoir Storage Reallocation
Reconnaissance Study; and
WHEREAS, one of the major work tasks for the South Platte River and Chatfield Reservoir studies is to
obtain 1996/1997 channel and valley aerial photography for reconnaissance and surveys of flood and
resource areas; and
WHEREAS, the products of the 1997 aerial photography and surveys will assist in the performance of
certain engineering analyses and flood and water-related investigations by the Corps of Engineers and
consultants under contract to the State of Colorado(CWCB); and
WHEREAS, the CWCB prepared an Invitation for Bid for Photogrammetric Mapping and Surveys of
selected areas on the South Platte River Floodplain dated April 1997; and
WHEREAS, the Colorado Department of Natural Resources, by BID NO. PDA-710V, dated April 14, 1997,
received an acceptable bid from the Contractor dated April 23, 1997, in the amount of$98,500.00; and
Page 1 of 5
WHEREAS, the Contractor's bid includes a total itemized bid for the ten (10) performance items outlined in
the CWCB Invitation for Bid dated April 1997; and
WHEREAS, the County's Board of Commissioners adopted a resolution on May 14, 1997, which is
incorporated herein by reference, authorizing the County to enter into and comply with the terms of this
MOU; and
WHEREAS, the CWCB and the County have agreed to share the costs of the photogrammetric mapping
and surveys ("Project")to be performed by the Contractor.
NOW, THEREFORE, the parties hereby agree that:
A. The Contractor shall perform Project items 1 through 7.a set forth in the Contractor's Bid No.
PDA-710V, which is attached hereto as Exhibit 1 and incorporated herein, in accordance with the
terms and conditions set forth in Exhibit 1.
B. The Contractor shall complete Project items 1 through 7.a in accordance with the schedule set
forth in Exhibit 1, unless high water delays completion of the work, in which case the Contractor
shall complete the work as soon as practicable.
C. Upon the Contractor's completion of Project items 1 through 7.a, the CWCB and County
combined shall pay the Contractor a total amount of forty nine thousand two hundred fifty
dolla rs($49,250.00).
D. The CWCB and County agree to pay the Contractor a total amount of$49,250.00 in the following
manner:
1. Upon completion of each Project performance item, the Contractor shall submit a
statement to the CWCB setting forth the tasks completed and the costs thereof. Within 30
days of receipt of the statement, and upon review and approval of each statement, the
CWCB shall pay the costs set forth in the statement up to a total amount of$44,250.00.
2. The County shall pay $5,000.00 to the Contractor upon the satisfactory completion of the
performance items 1 through 7a. which shall be the total extent of County's financial
obligation under this MOU.
E. The parties acknowledge and agree that the remaining performance items 7b.through 10 in Exhibit 1
shall be contracted for upon completion of Morgan County GPS surveys by the Colorado
Department of Transportation,which is scheduled for August 1997.
F. The parties acknowledge and agree that the Contractor will obtain the services of subcontractors for
certain Project performance items. All payments due any subcontractors shall be the sole
responsibility of the Contractor. Such subcontractors shall have no claim, lien or course of action
whatsoever against the State because of the Contractor's failure to make payments to any such
subcontractors for services rendered and expenses or other liabilities incurred by such
subcontractors.
G. The Contractor and subcontractors shall perform their duties hereunder as independent contractors
and not as employees. Neither the Contractor, subcontractors, nor any agent or employee of the
Contractor or the subcontractors shall be or shall be deemed to be an agent or employee of the
State. The Contractor and subcontractors shall pay when due all required employee taxes and
income tax withholding, shall provide and keep in force workers compensation and unemployment
insurance in the amounts required by law, and shall be solely responsible for the acts of the
Contractor and the subcontractors, their employees and agents.
H. This MOU is not assignable by the Contractor without the prior written approval of the State.
Page 2 of 5
The Contractor warrants that it has not employed or retained any company or person, other than a
bona fide employee working solely for it, to solicit or secure this MOU and that it has not paid or
agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee
working solely for it, any fee, commission, percentage, gift or other consideration contingent upon or
resulting from the award or the making of this MOU.
J. To the extent authorized by law, the Contractor shall indemnify, save and hold harmless the State
and County and their(its)employees and agents, against any all claims, damages, liability and court
awards including costs, expenses and attomey fees, to the extent such claims are caused by any act
or omission of, or breach of contract by, the Contractor, its employees, agents, subcontractors or
assignees pursuant to the terms of this MOU.
K. If, through any cause, the CONTRACTOR fails to fulfill in a timely and proper manner its obligations
under this MOU, or if the CONTRACTOR violates any of the covenants, agreements, or stipulations of
this MOU, the STATE shall thereupon have the right to terminate this MOU for cause by giving written
notice to the CONTRACTOR of such termination and specifying the effective date thereof, at least five
(5) days before the effective date of such termination. In that event, the CONTRACTOR shall provide
the STATE with copies of all finished Project products prepared by the CONTRACTOR or
subcontractors pursuant to this MOU and/or to any contracts between the CONTRACTOR and any
subcontractors relating to the Project. The CONTRACTOR shall provide such materials to the STATE
within thirty (30) days of the effective date of such termination. In the event this MOU is terminated
prior to the completion of tasks specified in Exhibit 1, the Contractor shall be entitled to
compensation only for such tasks as were satisfactorily completed by it, and only in an amount that
does not exceed the total amount authorized by this MOU.
L. This MOU is intended as the complete integration of all understandings between the parties. No
prior or contemporaneous addition, deletion, or other amendment hereto shall have any force or
effect whatsoever unless embodied herein in writing. No subsequent novation, renewal, addition,
deletion, or other amendment hereto shall have any force or effect unless embodied in a written
contract executed and approved pursuant to STATE fiscal rules.
M. The Colorado Water Conservation Board, its agents and employees are hereby designated as the
agent of the State for purposes of this MOU.
N. All notices, correspondence, or other documents required by this MOU shall be delivered or mailed
to the following:
For the CWCB: Colorado Water Conservation Board
1313 Sherman Street, Room 721
Denver, CO 80203
Attn.: Larry Lang
For the County: Clerk to the Board of County Commissioners of Weld County
PO BOX C
Greeley, CO 80632
For the Contractor: Kucera International Inc. (Kucera West)
11049 W.44th Avenue, Suite 315
Wheatridge, CO 80033-2554
O. Special provisions(1993 version)
1. Controller's Approval. This contract shall not be 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
:cable to any contract involving the payment of money by the STATE.
Page 3 of 5
2. Fund Availability. Financial obligations of the State of Colorado payable after the current fiscal year
are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made
available.
3. Bond Requirement. If this contract involves the payment of more than fifty 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 the STATE official
who will sign the contract, a good and sufficient bond or other acceptable surety to be 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 upon the
faithful performance of the contract and in addition, shall provide that if the CONTRACTOR or his
subcontractors fail to duly pay for any labor, materials, team hire, sustenance, provisions, provendor
or other supplies used or consumed by such CONTRACTOR or his subcontractor in performance of the
work contracted to be done or fails to pay any person who supplies rental machinery, tools, or
equipment in the prosecution of the work 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 is executed, delivered and filed, no claim in favor of the CONTRACTOR arising under such contract
shall be audited, allowed or paid. A certified or cashier's check or a bank money order payable to the
Treasurer of the State of Colorado may be accepted in lieu of a bond. This provision is in compliance
with C.R.S. 38-26-106.
4. Indemnification. To the extent authorized by law, the CONTRACTOR shall indemnify, save, and hold
harmless the STATE its employees and agents, against any and all claims, damages, liability and court
awards including costs, expenses, and attorney fees incurred as a result of any act or omission by
the CONTRACTOR, or its employees, agents, subcontractors, or assignees pursuant to the terms of this
contract.
5. Discrimination And Affirmative Action. 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 (C.R.S. 24-34-402), and as required by Executive
Order, Equal Opportunity and Affirmative Action, dated April 16, 1975. Pursuant thereto, the following
provisions shall be contained in all STATE contracts or sub-contracts.
During the performance of this contract, the CONTRACTOR agrees as follows:
a. The CONTRACTOR will not discriminate against any employee or applicant for employment
because of race, creed, color, national origin, sex, martial status, religion, ancestry, mental or
physical handicap, or age. The CONTRACTOR will take affirmative action to insure that applicants'
are employed, and that employees are treated during employment, without regard to the above
mentioned characteristics. Such action shall include, but not be limited to the following:
employment upgrading, demotion, or transfer, recruitment or recruitment advertisings; lay-offs or
terminations; rates of pay or other forms of compensation; and selection for training, including
apprenticeship. The CONTRACTOR agrees to post in conspicuous places, available to employees
and applicants for employment, notices to be provided by the contracting officer selling forth
provisions of this non-discrimination clause.
b. The CONTRACTOR will, in all solicitations or advertisements for employees placed by or on behalf
of the CONTRACTOR, state that all qualified applicants will receive consideration for employment
without regard to race, creed, color, national origin, sex, martial status, religion, ancestry, mental
or physical handicap, or age.
•
Page 4 of 5
The CONTRACTOR will send to each labor union or representative of workers with which he has a
collective bargaining agreement or other contract or understanding, notice to be provided by the
contracting officer, advising the labor union or workers' representative of the CONTRACTOR'S
commitment under the Executive Order, Equal Opportunity and Affirmative Action, dated April 16,
1.975, and of the rules, regulations, and relevant Orders of the Governor.
d. The CONTRACTOR and labor unions will furnish all information and reports required by Executive
Order, Equal Opportunity and Affirmative Action of April 16, 1975, and by the rules, regulations
and Orders of the Governor, or pursuant thereto, and will permit access to his books, records,
and accounts by the contracting agency and the office of the Governor or his designee for
purposes of investigation to ascertain compliance with such rules, regulations and orders.
e. A labor organization will not exclude any individual otherwise qualified from full membership
rights in such labor organization, or expel any such individual from membership in such labor
organization or discriminate against any of its members in the full enjoyment of work opportunity
because of race, creed, color, sex, national origin, or ancestry.
f. A labor organization, or the employees or members thereof will not aid, abet, incite, compel or
coerce the doing of any act defined in this contract to be discriminatory or obstruct or prevent any
person from complying with the provisions of this contract or any order issued thereunder; or
attempt, either directly or indirectly, to commit any act defined in this contract to be
discriminatory.
g. In the event of the CONTRACTOR'S non-compliance with the non-discrimination clauses of this
contract or with any of such rules, regulations, or orders, this contract may be canceled,
terminated or suspended in whole or in part and the CONTRACTOR may be declared ineligible for
further STATE contracts in accordance with procedures, authorized in Executive Order, Equal
Opportunity and Affirmative Action of April 16, 1975 and the rules, regulations, or orders
promulgated in accordance therewith; and such other sanctions as may be imposed and
remedies as may be invoked as provided in Executive Order, Equal Opportunity and Affirmative
Action of April 16, 1975, or by rules, regulations, or orders promulgated in accordance therewith,
or as otherwise provided by law.
h. The CONTRACTOR will include the provisions of paragraphs (a) through (h) in every sub-contract
and subcontractor purchase order unless exempted by rules, regulations, or orders issued
pursuant to Executive Order, Equal Opportunity and Affirmative Action of April 16, 1975, so that
such provisions will be binding upon each subcontractor or vendor. The CONTRACTOR will take
such action with respect to any sub-contracting or purchase order as the contracting agency may
direct, as a means of enforcing such provisions, including sanctions for non-compliance;
provided, however, that in the event the CONTRACTOR becomes involved in, or is threatened with,
litigation, with the subcontractor or vendor as a result of such direction by the contracting agency,
the CONTRACTOR may request the State of Colorado to enter into such litigation to protect the
interest of the State of Colorado.
6. Colorado Labor Preference.
a. Provisions of C.R.S. 8-17-101 & 102 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.
b. When construction contract for a public project is to be awarded to a bidder, a resident bidder
shall be allowed a preference against a non-resident bidder from a state or foreign country equal
Page 5 of 5
to the preference given or required by the state or foreign country in which the non-resident bidder
is a resident. If it is determined by the officer responsible for awarding the bid that compliance
with this subsection .06 may cause denial of federal funds which would otherwise be available or
would otherwise be inconsistent with requirements of federal law, this subsection shall be
suspended, but only to the extent necessary to prevent denial of the moneys or to eliminate the
inconsistency with federal requirements (C.R.S. 8-19-101 and 102).
7. General. 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 be
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 be valid or enforceable
or available in any action at law whether by way of complaint, defence 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.
8. At all times during the performance of this contract, the CONTRACTOR shall strictly adhere to all
applicable federal and state laws, rules, and regulations that have been or may hereafter be
established.
9. The signatories aver that they are familiar with C.R.S. 18-8-301, et seq., (Bribery and Corrupt
Influences) and 18-8-401, et seq., (Abuse of Public Office), and that no violation of such provisions is
present.
10. 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 WHEREOF, the parties hereto have executed this MOU on the day first above written.
State of Colorado
Roy Romer, Governor
By
For the Executive Director
Department of Natural Resources
COLORADO WATER CONSERVATION BOARD
Daries C. Lile, P.E., Director ;;' , •t; ?L �f5 tAL,a�J
Weld County Board of County Commissioners ATTEST: rl
y EORGE . BAXTER, CHAIR 05/14/97 By:
PUTY CLERK TO BOARD ,
Page 6 of 5
(SEAL)
Kucera International Inc. (Kucera West) ATTEST:
By: I By: /A/ `�G
Thomas K. Dynes, Kucera4est Manager
MY oveertroNerieepsr
APPROVALS
ATTORNEY GENERAL
By
STATE CONTROLLER
By
Page 7 of 5
i KUCERAPHOTOGRAMMETRIS INTERNATIONAL
�EINC.
SSIONALS
Kucera West
1 April 23, 1997
Corporate Headquarters
j Colorado Department of Natural Resources .38133 Western Parkway
Willoughby,OH 44094-7589
Purrhasing Department (216)975 4130
1313 Sherman Street,#423 Fax(216)975-4230
Denver,CO 80210
Attn: Maggie Van peer Kucen:South
l Suite 1
.3830 Airfield Court West
Re: Aerial Photography and Photogratttmetric Mapping Lakeland,FL 33811-1242
Lower South Platte River from Weld-Adams County Line to CO/NE State Line
Bid No.PDA-710V (941)646-9661
Pax(941)647-5471
J
Dear Ms. Van Cleef:
Kucera West
J In response to your Invitation for Bid we are pleased to submit this quotation. Having reviewed your Suite 215
11049 W.44tb Avenue
request, we believe the following approach will yield the desired end products in the most cost- rVhearr dge,CO 80033-2554
effective manner.
(303)456-1820
,
The attached 1:100,000 maps show our proposed flight plan, approximate control network, and Fax(303)456-182
orthophoto sheet layout.
Henderson Aerial Surveys
J For the aerial photography we are proposing flights from two altitudes. The low-altitude 3889 Gr9ve City Reu:s
photography,having a negative scale of 1'=1600', will be taken using color negative film and will be roe ergs OH 43123 919t
used for delivery of color prints to the CWCB and for the stereo recording of flood plain cross- (614)539-3925
J sections. You will note from our flight plan that the photo lines are designed to cover the flood plain Fax(614J 539-3925
and also to take advantage of highways and railroads that parallel the flood plain for control purposes.
For the most part, a flood plain of 15' above the river banks can be covered with a single line of Keddal Aerial Mapping
- I photos. However, along the downstream reach of the South Platte River the flood plain broadens and Suite.7100, 1121 Beyre Road
' it becomes difficult to determine the possible limits of 15'of elevation above the river banks. For this Pitaburgb.PA 15241-3918
no
section of the project,two parallel flight lines are planned. Two parallel flight lines are also needed (412)942-28'81
in this area to take full advantage of the highway and railroad for control access purposes. Fax(412)942-288.5
The high-altitude photography will have a negative scale of 1"=2350' to 1"=2500'. For this Midwest Regional Saki
photography, we will fly at a level altimeter reading of 18,000', which will cause the photo scale to 806 L'riarwood Court
become smaller as the ground elevations of the reach decrease, and will result in increased photo Like Si.1.cui,.MO 633 6 7-240S
coverage as the flood plain widens downstream. This, in turn, would allow the final sheets to be (314)625-4614
oriented/turned to accommodate a wider flood plain width,without requiring double tiering of sheets. Fax(216)975-4238
J The high-altitude photography will be taken with black and white film and used for the development
of hardcopy and/or digital orthophotos. Southeast Regional Sales
• Suite 200
_ Both scales of aerial photography will be taken with a high resolution,low distortion mapping camera 11 50l.ake Hearn Drive,Ne
meeting USGS specifications. From the photography we will furnish you with two sets of color Atlanta.CA 30.742-1 S0c
contact prints from the color negatives, together with black and white photo indexes to each photo (404)261-3141
scale Fox(404)250-3267
I
iF I
Colorado Department of Natural Resources April 23, 1997
Maggie Van Cleef Page 2
The flight/control diagram shows the horizontaUvertical (shown as triangles) and vertical-only
(shown as circles) control points we are proposing for the project. All points are set along roads,
railroads,or other points of access. There are approximately 220 points shown,of which roughly 60
are along highways where existing points may be substituted for the points shown. These existing
stations will be targeted prior to the photography flight. So as not to unnecessarily delay the
photographic flights, all other points will be established at photo-identifiable positions which %sill be
picked and surveyed after the photography is taken. All new control points will be established using
static GPS methods using Trimble 4000 SSi dual-frequency GPS receivers.
The ground control data will be densified and checked through fully analytical aerotriangulation of
the aerial photography using the latest version of Kenefick RABATS/BRATS triangulation software.
The low-altitude mapping will be directly triangulated, while control needed for the orthophoto
rectification will be precisely transferred from the triangulated lower altitude photography to the
higher altitude photography using a Leica CPM1 pug transfer instrument
We understand that one set of color prints will be used by the CWCB to show the locations of the
cross-sections to be recorded. After the aerotriangulation has been completed and we receive the
locations of the cross-sections,we will record the elevation along each of the cross-sections directly in
CWCB-compatible REC2 format using our Zeiss C100 analytical mapping systems. Two sets of
elevation data will be ASCII coded and delivered on floppy disk or other specified media.
In addition to cross-sections we will stereocompile the basic road/highway/railroad network and
visual/interpretable section corners within the mapping area. Section corners which are not visible
for compilation will be digitized from USGS quadrangle maps. After being compiled, the digital
mapping will be edited to form a seamless database and annotated to show major road/railroad and
township-range-section names_ Two sets of the finalized mapping will be provided to the CWCB in
AutoCAD v. 12 format on floppy disk or other specified media.
The DEM(digital elevation model) needed to rectify the orthophoto imagery will be stereocompiled
from the controlled high-altitude photography using our Zeiss C100 analytical mapping system. The
DEM data will be provided to you as a deliverable in ASCII format and will be suitable for the future
generation of orthophotos and perspective views, although not suitable for the generation of contours
and cross-sections without supplemental vertical control
Once the DEM has been recorded we will produce the onhophoto imagery in direct digital form. The
final map sheets will be mylar prints of digital orthophotos in CWCB sheet format with the cross-
certion and road network vectors superimposed onto the photo base sheets. The diagram contained
with this proposal shows the approximate locations of the finished orthophoto sheets and/or files.
Two sets of sheets will be furnished.
The digital orthophoto files will be furnished in butt-matched tiles in the same size and orientation as
the map sheets. In producing the digital orthophotos the high-altitude photo imagery will be scanned
on our Zeiss PHODIS SCAT photogrammetric scanner and rectified on a Zeiss PHODIS OP digital
orthophoto system. The digital orthophoto tiles will be furnished in TIFF format vietiable with
ArcView or other image processing software.
We have reviewed your specified completion schedule and will comply with this schedule, including
all interim completion dates and the final project completion date of December 1, 1997. In order to
maintain the specified schedule,we assume the contact prints showing the cross-section locations will
be promptly returned to us by the CWCB.
Colorado Department of Natural Resources April 23, 1997
JMaggie Van(leef Page 3
We thank you for the opportunity to submit this proposal and look forward to once again being of
J service to you. Included with this submission for your review are references, key personnel resumes,
and descriptions of our services. Please contact me if you have any questions.
JSincerely,
JThomas K. Dynes
lKucera West Manager
d
1
ATTACHMENT A
BID-SCHEDULE
The following schedule shall be submitted to the Colorado Department of Natural
Resources Purchasing Program and to the Colorado Water Conservation Board (CWCB)
by the contractor. No bids will be considered that do not quote prices on all individual
items within the schedule. These cost quotations shall be considered as the contractor's
final commitment for work. This schedule shall be attached to the Purchase Order.
Items marked with an asterisk(*) shall be submitted to the CWCB for review and
approval prior to the contractor proceeding with the next phase of the project. The cost
for each numbered item shall be provided in the space allotted.
PERFORMANCE ITEMS
item Articles of Service Costs
1.* The flight plan, including:
a. An approximate date and time of day
the project will be flown.
b. The flight height(above mean
ground elevation is 9,000 AGL
max.)
c. Provide a set of maps showing
ground control layout, flight lines,
and locations of permanent control
markers and provide two (2) sets of
the identification forms.for the GPS
control points used for the project.
d. The cost of flying and photography
@ scale 1"=1,600' for the contact
prints. $ 12 600.00
2. Monument Filing Annlication Forms Cost
for locating and documenting permanent
control marker with coordinates for vertical
and horizontal control for GPS and any
U.S.G.S and N.G.S. benchmarks. $ Deleted
ern Articles of Service Costs
3. Provide a record of vertical elevations and
horizontal coordinates for existing and new
permanent monuments within the project
area and the Contractor's control panels. Include. in No. 6
4.* Provide 2 sets of color 9" x 9"contact prints
on Kodak Medium-Weight Poly-ContactO
Rapid RC Paper(N/M/W) or its equivalent
as approved by the CWCB. $ 3.000.00
5.* Provide a photographic index map of contact
prints on reproducible mylar and one set of a
B/W paper photographic print of the index
map. $ 750.00
6. Provide one (1) sets of field notes for all
ground control and monument surveys,
including: level notes, horizontal notes, and
USGS and/or NGS vertical and horizontal
control data used. Closures for vertical and
horizontal surveys and any adjustments to
these shall be clearly indicated. The cost of
the ground control survey shall be included
in this item. $ 24.650.00
7.* Compile or digitalize ortho-photo maps for a
final sheet size of 24" X 24"at a scale 1"=
1,000'
a. High Altiude Photography $ 8.250.00
b. Compile or digitalize $17.650 .00
$25.900.00
Sub Total Items 1-7a. $49,250.00
8. Provide digitized cross-section information
for channel and floodplain cross-sections, as
delineated on the USGS sheets or contact
prints.
a. Provide one set of tabulated cross-
section data for: 210 channel and
floodplain cross-sections.
2
Item Articles of Service Costs
b. Provide two sets of data on 3.5 HD
disks with cross-section data in the
HEC-2 format specified by the
CWCB. $ 27.700.00
9. Provide two sets of finished mylar photo
maps at a scale of 1"=1,000' with cross-
section alignments shown on the final maps. $ 3,480.00
10. Provide two 3 1/2" floppies with AutoCAD
12.0 edited digital drawings of all sheets
supplies in Item 9 in AutoCAD 12.0
compatible format and the TIN model. The
layers in the AutoCAD drawing shall be
approved prior to delivery. $ 420.00
TOTAL COST $ 98,000.00
12. Additional Services:
MAPPER will be compensated for additional mapping services
requested by STATE at the following unit prices:
1. Permanent Monument points $575.00 each
2. Stereo Model Set-Up $ 65.00 each
3. Map Compilation Manuscript setup n/a per acre
4. Finished Mylars $ 63.00 per sheet
5. Digitized cross-sections $ 35.00 per section
6. Ground control to extend mapping * * $415.00 per model
* Requested after original set of cross-sections (Item 3.H)have
been completed by MAPPER and accepted by STATE.
** Applies only when extending the original mapping limits defined
in location map.
NOTE: The City of Sterling , Colorado desires to negotiate with the successful bidder for
certain one foot contour mapping products within the City using the above unit prices.
a: splreata.doc
3
ATTACHMENT A
BID-SCHEDULE
The following schedule shall be submitted to the Colorado Department of Natural
Resources Purchasing Program and to the Colorado Water Conservation Board (CWCB)
by the contractor. No bids will be considered that do not quote prices on all individual
items within the schedule. These cost quotations shall be considered as the contractor's
final commitment for work. This schedule shall be attached to the Purchase Order.
Items marked with an asterisk(*) shall be submitted to the CWCB for review and
approval prior to the contractor proceeding with the next phase of the project. The cost
for each numbered item shall be provided in the space allotted.
PERFORMANCE ITEMS
item Articles of Service Costs
1.* The flight plan, including:
a. An approximate date and time of day
the project will be flown.
b. The flight height(above mean
ground elevation is 9,000 AGL
max.)
c. Provide a set of maps showing
ground control layout, flight lines,
and locations of permanent control
markers and provide two (2) sets of
the identification forms.for the GPS
control points used for the project.
d. The cost of flying and photography
@ scale 1"=1,600' for the contact
prints. $ 12 600.00
2. Monument Filing Application Forms Cost
for locating and documenting permanent
control marker with coordinates for vertical
and horizontal control for GPS and any
U.S.G.S and N.G.S. benchmarks. $ Deleted
•
tem Articles of Service Costs
3. Provide a record of vertical elevations and
horizontal coordinates for existing and new
permanent monuments within the project
area and the Contractor's control panels. Include. in No. 6
4.* Provide 2 sets of color 9"x 9"contact prints
on Kodak Medium-Weight Poly-ContactO
Rapid RC Paper(N/M/W) or its equivalent
as approved by the CWCB. $ 3.000.00
5.* Provide a photographic index map of contact
prints on reproducible mylar and one set of a
B/W paper photographic print of the index
map. $ 750.00
6. Provide one(1) sets of field notes for all
ground control and monument surveys,
including: level notes, horizontal notes, and
USGS and/or NGS vertical and horizontal
control data used. Closures for vertical and
horizontal surveys and any adjustments to
these shall be clearly indicated. The cost of
the ground control survey shall be included
in this item. $ 24,650.00
7.* Compile or digitalize ortho-photo maps for a
final sheet size of 24" X 24" at a scale l"=
1,000'
a. High Altiude Photography $ 8,250.00
b. Compile or digitalize $17,650 .00
$25.900.00
Sub Total Items 1-7a. S49.250.00
8. Provide digitized cross-section information
for channel and floodplain cross-sections, as
delineated on the USGS sheets or contact
prints.
a. Provide one set of tabulated cross-
section data for: 210 channel and
floodplain cross-sections.
2
Item Articles of Service Costs
b. Provide two sets of data on 3.5 HD
disks with cross-section data in the
HEC-2 format specified by the
CWCB. $ 27.700,00
9. Provide two sets of finished mylar photo
maps at a scale of 1"=1,000' with cross-
section alignments shown on the final maps. $ 3.480.00
10. Provide two 3 1/2"floppies with AutoCAD
12.0 edited digital drawings of all sheets
supplies in Item 9 in AutoCAD 12.0
compatible format and the TIN model. The
layers in the AutoCAD drawing shall be
approved prior to delivery. $ 420.00
TOTAL COST $ 98.000.00
12. Additional Services:
MAPPER will be compensated for additional mapping services
requested by STATE at the following unit prices:
1. Permanent Monument points $575.00 each
2. Stereo Model Set-Up $ 65.00 each
3. Map Compilation Manuscript setup n/a per acre
4. Finished Mylars $ 63.00 per sheet
5. Digitized cross-sections $ 35.00 per section
6. Ground control to extend mapping * * $415,00 per model
* Requested after original set of cross-sections (Item 3.H) have
been completed by MAPPER and accepted by STATE.
** Applies only when extending the original mapping limits defined
in location map.
NOTE: The City of Sterling , Colorado desires to negotiate with the successful bidder for
certain one foot contour mapping products within the City using the above unit prices.
a: splreata.doc
3
ATTACBIVIENT B
PERFORMANCE SCHEDULE
As described and request for purchase in Attachment A for Items I a, b,c, & d, 3, 4, and 5
shall be completed by Contractor and turned over to STATE within forty five (45)
calendar days following the notice to proceed by STATE.
STATE will have.11 calendar days to identify and to.provide to Contractor the locations
of digitized cross-sections on one set of the contact prints or USGS quad sheets required
by Item 8.
For Logan and Sedgwick Counties, the.Contractor:_will then have 14 weeks to provide
STATE with Items 6,7,8,9,& 10 from the original notice to proceed.
For Weld, Morgan, and Washington Counties,the Contractor will then have 13 weeks to
provide STATE with Items 6,7,8,9, & 10 from September 1, .1997.
CONTRACTOR shall provide STATE with all performance Items in Attachment A by
December 1, 1997
Liquidated damages of$50.00 per day shall be assessed against the retainage for all work
submitted after the contract delivery periods specified which shall be considered to be
December 1, 1997 for all items in Attachment A.
a:splreatb.doc
• �I
T
41111
MEMORANDUM
WI1Dc
• TO: Clerk to the Board DATE: May 12, 1997
COLORADO
FROM: Drew Scheltinga, County Engineer
SUBJECT: Agenda Item
Please place the following items on the Board's next agenda:
Memorandum of Understanding between the State of Colorado, for the use and benefit of the
Department of Natural Resources, Colorado Water Conservation Board, Weld County and
Kucera International.
The appropriate documentation is attached.
•
STATE OF COLORADO
Colorado Water Conservation Board
1313 Sherman Street, Room 721
Denver.Colorado 80203IP
�!
Phone: (303)866-3441 -714 rq S
FAX: (303)866-4474 /'f� !
, - L�
P r71
Larry F. Lang, Chief 5,r4/'11 i
Flood Control and Flood Plain Management Section
970945
tzin - ���,
Hello