Loading...
HomeMy WebLinkAbout03-19-18 City Commission Packet Materials - C5. PSA with Aero-Graphics for LiDAR Project 0 Commission Memorandum REPORT TO: Honorable Mayor and City Commission FROM: Jon Henderson, GIS Manager Craig Woolard, Public Works Director Andrea Surratt, City Manager SUBJECT: Authorize the City Manager to sign the Professional Services Agreement with Aero-Graphics for the 2018 Aerial Photo & LiDAR Project. MEETING DATE: March 19, 2018 AGENDA ITEM TYPE: Consent. RECOMMENDATION: Authorize the City Manager to sign the Professional Services Agreement with Aero-Graphics for the 2018 Aerial Photo & LiDAR Project. BACKGROUND: This project includes acquisition of high quality digital color aerial photography and LiDAR data for the entire planning (77.3 square miles). The proposal is well under the budgeted amount and has no deviations from the proposed scope within the Request for Proposals. Based on the overall rankings by the selection committee, Aero-Graphics received unanimous support and has the appropriate qualifications to provide high quality products and has demonstrated extensive experience with similar projects. UNRESOLVED ISSUES: None. ALTERNATIVES: As directed by the Commission. FISCAL EFFECTS: We currently have a total of $160,000 budgeted within FY18 for the purchase of aerial photography & LiDAR data (CIP Item GIS04 & GIS05, respectively). The total cost to the City will be $97,700. Attachments: Professional Services Agreement, Aero-Graphics Proposal, 2018 Bozeman Aerial Photography & LiDAR RFP Report compiled on: 3/8/18 122 Professional Services Agreement for Digital Orthoimagery & LiDAR Data Collection FY 2018 Page 1 of 10 PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into this _____ day of ____________, 2018, by and between the CITY OF BOZEMAN, MONTANA, a self governing municipal corporation organized and existing under its Charter and the laws of the State of Montana, 121 North Rouse Street, Bozeman, Montana, with a mailing address of PO Box 1230, Bozeman, MT 59771, hereinafter referred to as “City,” and, Aero-Graphics, hereinafter referred to as “Contractor.” In consideration of the mutual covenants and agreements herein contained, the receipt and sufficiency whereof being hereby acknowledged, the parties hereto agree as follows: 1. Purpose: City agrees to enter this Agreement with Contractor to perform for City services described in the Scope of Services attached hereto as Attachment “A” and by this reference made a part hereof. 2. Effective Date: This Agreement is effective upon the date of its execution. 3. Scope of Work: Contractor will perform the work and provide the services in accordance with the requirements of the Scope of Services. For conflicts between this Agreement and the Scope of Services, unless specifically provided otherwise, the Agreement governs. 4. Payment: City agrees to pay Contractor the amount specified in the Scope of Services. Any alteration or deviation from the described services that involves additional costs above the Agreement amount will be performed by Contractor after written request by the City, and will become an additional charge over and above the amount listed in the Scope of Services. The City must agree in writing upon any additional charges. 5. Contractor’s Representations: To induce City to enter into this Agreement, Contractor makes the following representations: a. Contractor has familiarized itself with the nature and extent of this Agreement, the Scope of Services, and with all local conditions and federal, state and local laws, ordinances, rules, and regulations that in any manner may affect cost, progress or performance of the Scope of Services. b. Contractor represents and warrants to City that it has the experience and ability to 123 Professional Services Agreement for Digital Orthoimagery & LiDAR Data Collection FY 2018 Page 2 of 10 perform the services required by this Agreement; that it will perform said services in a professional, competent and timely manner and with diligence and skill; that it has the power to enter into and perform this Agreement and grant the rights granted in it; and that its performance of this Agreement shall not infringe upon or violate the rights of any third party, whether rights of copyright, trademark, privacy, publicity, libel, slander or any other rights of any nature whatsoever, or violate any federal, state and municipal laws. The City will not determine or exercise control as to general procedures or formats necessary to have these services meet this warranty. 6. Independent Contractor Status/Labor Relations: The parties agree that Contractor is an independent contractor for purposes of this Agreement and is not to be considered an employee of the City for any purpose. Contractor is not subject to the terms and provisions of the City’s personnel policies handbook and may not be considered a City employee for workers’ compensation or any other purpose. Contractor is not authorized to represent the City or otherwise bind the City in any dealings between Contractor and any third parties. Contractor shall comply with the applicable requirements of the Workers’ Compensation Act, Title 39, Chapter 71, MCA, and the Occupational Disease Act of Montana, Title 39, Chapter 71, MCA. Contractor shall maintain workers’ compensation coverage for all members and employees of Contractor’s business, except for those members who are exempted by law. Contractor shall furnish the City with copies showing one of the following: (1) a binder for workers’ compensation coverage by an insurer licensed and authorized to provide workers’ compensation insurance in the State of Montana; or (2) proof of exemption from workers’ compensation granted by law for independent contractors. Contractor shall indemnify, defend, and hold the City harmless from any and all claims, demands, costs, expenses, damages, and liabilities arising out of, resulting from, or occurring in connection with any labor problems or disputes or any delays or stoppages of work associated with such problems or disputes and for any claims regarding underpaid prevailing wages. 7. Indemnity/Waiver of Claims/Insurance: For other than professional services rendered, to the fullest extent permitted by law, Contractor agrees to release, defend, indemnify, and hold harmless the City, its agents, representatives, employees, and officers (collectively referred to for purposes of this Section as the City) from and against any and all claims, demands, actions, fees and costs (including attorney’s fees and the costs and fees of and expert witness and consultants), losses, expenses, liabilities (including liability where activity is inherently or intrinsically dangerous) or damages of whatever kind or nature connected therewith and without limit and without regard to the cause or causes thereof or the negligence of any party or parties that may be asserted against, 124 Professional Services Agreement for Digital Orthoimagery & LiDAR Data Collection FY 2018 Page 3 of 10 recovered from or suffered by the City occasioned by, growing or arising out of or resulting from or in any way related to: (i) the negligent, reckless, or intentional misconduct of the Contractor; (ii) any negligent, reckless, or intentional misconduct of any of the Contractor’s agents; or (iii) the negligent, reckless, or intentional misconduct of any other third party. For the professional services rendered, to the fullest extent permitted by law, Contractor agrees to indemnify and hold the City harmless against claims, demands, suits, damages, losses, and expenses, including reasonable defense attorney fees, to the extent caused by the negligence or willful misconduct of the Contractor or Contractor’s agents or employees. Such obligations shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist. The indemnification obligations of this Section must not be construed to negate, abridge, or reduce any common-law or statutory rights of the indemnitee(s) which would otherwise exist as to such indemnitee(s). Contractor’s indemnity under this Section shall be without regard to and without any right to contribution from any insurance maintained by City. Should any indemnitee described herein be required to bring an action against the Contractor to assert its right to defense or indemnification under this Agreement or under the Contractor’s applicable insurance policies required below the indemnitee shall be entitled to recover reasonable costs and attorney fees incurred in asserting its right to indemnification or defense but only if a court of competent jurisdiction determines the Contractor was obligated to defend the claim(s) or was obligated to indemnify the indemnitee for a claim(s) or any portion(s) thereof. In the event of an action filed against City resulting from the City’s performance under this Agreement, the City may elect to represent itself and incur all costs and expenses of suit. Contractor also waives any and all claims and recourse against the City or its officers, agents or employees, including the right of contribution for loss or damage to person or property arising from, growing out of, or in any way connected with or incident to the performance of this Agreement except “responsibility for his own fraud, for willful injury to the person or property of another, or for violation of law, whether willful or negligent” as per 28-2-702, MCA. These obligations shall survive termination of this Agreement and the services performed hereunder. In addition to and independent from the above, Contractor shall at Contractor’s expense secure 125 Professional Services Agreement for Digital Orthoimagery & LiDAR Data Collection FY 2018 Page 4 of 10 insurance coverage through an insurance company or companies duly licensed and authorized to conduct insurance business in Montana which insures the liabilities and obligations specifically assumed by the Contractor in this Section. The insurance coverage shall not contain any exclusion for liabilities specifically assumed by the Contractor in subsection (a) of this Section. The insurance shall cover and apply to all claims, demands, suits, damages, losses, and expenses that may be asserted or claimed against, recovered from, or suffered by the City without limit and without regard to the cause therefore and which is acceptable to the City and Contractor shall furnish to the City an accompanying certificate of insurance and accompanying endorsements in amounts not less than as follows: • Workers’ Compensation – statutory; • Employers’ Liability - $1,000,000 per occurrence; $2,000,000 annual aggregate; • Commercial General Liability - $1,000,000 per occurrence; $2,000,000 annual aggregate; • Automobile Liability - $1,000,000 property damage/bodily injury; $2,000,000 annual aggregate; and • Professional Liability - $1,000,000 per claim; $2,000,000 annual aggregate. The above amounts shall be exclusive of defense costs. The City of Bozeman, its officers, agents, and employees, shall be endorsed as an additional or named insured on a primary non- contributory basis on both the Commercial General and Automobile Liability policies. The insurance and required endorsements must be in a form suitable to City and shall include no less than a sixty (60) day notice of cancellation or non-renewal. The City must approve all insurance coverage and endorsements prior to the Contractor commencing work. Contractor shall notify City within two (2) business days of Contractor’s receipt of notice that any required insurance coverage will be terminated or Contractor’s decision to terminate any required insurance coverage for any reason. The City must approve all insurance coverage and endorsements prior to the Contractor commencing work. 8. Termination for Contractor’s Fault: a. If Contractor refuses or fails to timely do the work, or any part thereof, or fails to perform any of its obligations under this Agreement, or otherwise breaches any terms or conditions of this Agreement, the City may, by written notice, terminate this Agreement and the Contractor’s right to proceed with all or any part of the work (“Termination Notice Due 126 Professional Services Agreement for Digital Orthoimagery & LiDAR Data Collection FY 2018 Page 5 of 10 to Contractor’s Fault”). The City may then take over the work and complete it, either with its own resources or by re-letting the contract to any other third party. b. In the event of a termination pursuant to this Section 8, Contractor shall be entitled to payment only for those services Contractor actually rendered. c. Any termination provided for by this Section 8 shall be in addition to any other remedies to which the City may be entitled under the law or at equity. d. In the event of termination under this Section 8, Contractor shall, under no circumstances, be entitled to claim or recover consequential, special, punitive, lost business opportunity, lost productivity, field office overhead, general conditions costs, or lost profits damages of any nature arising, or claimed to have arisen, as a result of the termination. 9. Termination for City’s Convenience: a. Should conditions arise which, in the sole opinion and discretion of the City, make it advisable to the City to cease performance under this Agreement City may terminate this Agreement by written notice to Contractor (“Notice of Termination for City’s Convenience”). The termination shall be effective in the manner specified in the Notice of Termination for City’s Convenience and shall be without prejudice to any claims that the City may otherwise have against Contractor. b. Upon receipt of the Notice of Termination for City’s Convenience, unless otherwise directed in the Notice, the Contractor shall immediately cease performance under this Agreement and make every reasonable effort to refrain from continuing work, incurring additional expenses or costs under this Agreement and shall immediately cancel all existing orders or contracts upon terms satisfactory to the City. Contractor shall do only such work as may be necessary to preserve, protect, and maintain work already completed or immediately in progress. c. In the event of a termination pursuant to this Section 9, Contractor is entitled to payment only for those services Contractor actually rendered on or before the receipt of the Notice of Termination for City’s Convenience. d. The compensation described in Section 9(c) is the sole compensation due to Contractor for its performance of this Agreement. Contractor shall, under no circumstances, be entitled to claim or recover consequential, special, punitive, lost business opportunity, lost 127 Professional Services Agreement for Digital Orthoimagery & LiDAR Data Collection FY 2018 Page 6 of 10 productivity, field office overhead, general conditions costs, or lost profits damages of any nature arising, or claimed to have arisen, as a result of the termination. 10. Limitation on Contractor’s Damages; Time for Asserting Claim: a. In the event of a claim for damages by Contractor under this Agreement, Contractor’s damages shall be limited to contract damages and Contractor hereby expressly waives any right to claim or recover consequential, special, punitive, lost business opportunity, lost productivity, field office overhead, general conditions costs, or lost profits damages of any nature or kind. b. In the event Contractor wants to assert a claim for damages of any kind or nature, Contractor shall provide City with written notice of its claim, the facts and circumstances surrounding and giving rise to the claim, and the total amount of damages sought by the claim, within thirty (30) days of the facts and circumstances giving rise to the claim. In the event Contractor fails to provide such notice, Contractor shall waive all rights to assert such claim. 11. Representatives: a. City’s Representative: The City’s Representative for the purpose of this Agreement shall be Jon Henderson (GIS Manager) or such other individual as City shall designate in writing. Whenever approval or authorization from or communication or submission to City is required by this Agreement, such communication or submission shall be directed to Jon Henderson as the City’s Representative and approvals or authorizations shall be issued only by such Representative; provided, however, that in exigent circumstances when City’s Representative is not available, Contractor may direct its communication or submission to other designated City personnel or agents as listed above and may receive approvals or authorization from such persons. b. Contractor’s Representative: The Contractor’s Representative for the purpose of this Agreement shall be Kelly Francis or such other individual as Contractor shall designate in writing. Whenever direction to or communication with Contractor is required by this Agreement, such direction or communication shall be directed to Contractor’s Representative; provided, however, that in exigent circumstances when Contractor’s Representative is not available, City may direct its direction or communication to other designated Contractor personnel or agents. 128 Professional Services Agreement for Digital Orthoimagery & LiDAR Data Collection FY 2018 Page 7 of 10 12. Permits: Contractor shall provide all notices, comply with all applicable laws, ordinances, rules, and regulations, obtain all necessary permits, licenses, including a City of Bozeman business license, and inspections from applicable governmental authorities, and pay all fees and charges in connection therewith. 13 Laws and Regulations: Contractor shall comply fully with all applicable state and federal laws, regulations, and municipal ordinances including, but not limited to, all workers’ compensation laws, all environmental laws including, but not limited to, the generation and disposal of hazardous waste, the Occupational Safety and Health Act (OSHA), the safety rules, codes, and provisions of the Montana Safety Act in Title 50, Chapter 71, MCA, all applicable City, County, and State building and electrical codes, the Americans with Disabilities Act, and all non-discrimination, affirmative action, and utilization of minority and small business statutes and regulations. 14. Nondiscrimination: The Contractor agrees that all hiring by Contractor of persons performing this Agreement shall be on the basis of merit and qualifications. The Contractor will have a policy to provide equal employment opportunity in accordance with all applicable state and federal anti-discrimination laws, regulations, and contracts. The Contractor will not refuse employment to a person, bar a person from employment, or discriminate against a person in compensation or in a term, condition, or privilege of employment because of race, color, religion, creed, political ideas, sex, age, marital status, national origin, actual or perceived sexual orientation, gender identity, physical or mental disability, except when the reasonable demands of the position require an age, physical or mental disability, marital status or sex distinction. The Contractor shall be subject to and comply with Title VI of the Civil Rights Act of 1964; Section 140, Title 2, United States Code, and all regulations promulgated thereunder. The Contractor shall require these nondiscrimination terms of its sub-Contractors providing services under this agreement. 15. Intoxicants; DOT Drug and Alcohol Regulations/Safety and Training: Contractor shall not permit or suffer the introduction or use of any intoxicants, including alcohol or illegal drugs, by any employee or agent engaged in services to the City under this Agreement while on City property or in the performance of any activities under this Agreement. Contractor acknowledges it is aware of and shall comply with its responsibilities and obligations under the U.S. Department of Transportation (DOT) regulations governing anti-drug and alcohol misuse prevention plans and related testing. City shall have the right to request proof of such compliance and Contractor shall be obligated to furnish such proof. The Contractor shall be responsible for instructing and training the Contractor's employees and agents in proper and specified work methods and procedures. The Contractor shall provide continuous inspection and supervision of the work performed. The Contractor is responsible for 129 Professional Services Agreement for Digital Orthoimagery & LiDAR Data Collection FY 2018 Page 8 of 10 instructing his employees and agents in safe work practices. 16. Modification and Assignability: This Agreement may not be enlarged, modified or altered except by written agreement signed by both parties hereto. The Contractor may not subcontract or assign Contractor’s rights, including the right to compensation or duties arising hereunder, without the prior written consent of City. Any subcontractor or assignee will be bound by all of the terms and conditions of this Agreement. 17. Reports/Accountability/Public Information: Contractor agrees to develop and/or provide documentation as requested by the City demonstrating Contractor’s compliance with the requirements of this Agreement. Contractor shall allow the City, its auditors, and other persons authorized by the City to inspect and copy its books and records for the purpose of verifying that the reimbursement of monies distributed to Contractor pursuant to this Agreement was used in compliance with this Agreement and all applicable provisions of federal, state, and local law. The Contractor shall not issue any statements, releases or information for public dissemination without prior approval of the City. 18. Non-Waiver: A waiver by either party any default or breach by the other party of any terms or conditions of this Agreement does not limit the other party’s right to enforce such term or conditions or to pursue any available legal or equitable rights in the event of any subsequent default or breach. 19. Attorney’s Fees and Costs: That in the event it becomes necessary for either Party of this Agreement to retain an attorney to enforce any of the terms or conditions of this Agreement or to give any notice required herein, then the prevailing Party or the Party giving notice shall be entitled to reasonable attorney's fees and costs, including fees, salary, and costs of in-house counsel to include City Attorney. 20. Taxes: Contractor is obligated to pay all taxes of any kind or nature and make all appropriate employee withholdings. 21. Dispute Resolution: a. Any claim, controversy, or dispute between the parties, their agents, employees, or representatives shall be resolved first by negotiation between senior-level personnel from each party duly authorized to execute settlement agreements. Upon mutual agreement of the parties, the parties may invite an independent, disinterested mediator to assist in the negotiated settlement discussions. 130 Professional Services Agreement for Digital Orthoimagery & LiDAR Data Collection FY 2018 Page 9 of 10 b. If the parties are unable to resolve the dispute within thirty (30) days from the date the dispute was first raised, then such dispute may only be resolved in a court of competent jurisdiction in compliance with the Applicable Law provisions of this Agreement. 22. Survival: Contractor’s indemnification shall survive the termination or expiration of this Agreement for the maximum period allowed under applicable law. 23. Headings: The headings used in this Agreement are for convenience only and are not be construed as a part of the Agreement or as a limitation on the scope of the particular paragraphs to which they refer. 24. Severability: If any portion of this Agreement is held to be void or unenforceable, the balance thereof shall continue in effect. 25. Applicable Law: The parties agree that this Agreement is governed in all respects by the laws of the State of Montana. 26. Binding Effect: This Agreement is binding upon and inures to the benefit of the heirs, legal representatives, successors, and assigns of the parties. 27. No Third-Party Beneficiary: This Agreement is for the exclusive benefit of the parties, does not constitute a third-party beneficiary agreement, and may not be relied upon or enforced by a third party. 28. Counterparts: This Agreement may be executed in counterparts, which together constitute one instrument. 29. Integration: This Agreement and all Exhibits attached hereto constitute the entire agreement of the parties. Covenants or representations not contained therein or made a part thereof by reference, are not binding upon the parties. There are no understandings between the parties other than as set forth in this Agreement. All communications, either verbal or written, made prior to the date of this Agreement are hereby abrogated and withdrawn unless specifically made a part of this Agreement by reference. **** END OF AGREEMENT EXCEPT FOR SIGNATURES **** 131 Professional Services Agreement for Digital Orthoimagery & LiDAR Data Collection FY 2018 Page 10 of 10 IN WITNESS WHEREOF, the parties hereto have executed this instrument the day and year first above written. CITY OF BOZEMAN, MONTANA ____________________________________ CONTRACTOR (Type Name Above) By________________________________ By__________________________________ Andrea Surratt, City Manager Print Name: Print Title: ____________________________ APPROVED AS TO FORM: By_______________________________ Greg Sullivan, Bozeman City Attorney 132 Aero-Graphics, Inc. Kelly Francis, CP, PMP 40 West Oakland Avenue Salt Lake City, UT 84115 tel: 801.428.3102 fax: 801.487.3313 email: kfrancis@aero-graphics.com City of Bozeman, Montana Request for Proposals Digital Orthoimagery and LiDAR Data Collection January 18, 2018 Attachment A 133 January 18, 2018 Jon Henderson GIS Manager City of Bozeman, MT P.O. Box 1230 Bozeman, MT 59771-1230 Subject: Request for Proposals, Digital Orthoimagery and LiDAR Data Collection Dear Jon, Aero-Graphics is pleased to respond with this proposal for LiDAR mapping and processing services as outlined in the above-referenced RFP. We have assembled a team of qualified professionals with the expertise necessary to deliver high-quality mapping and analysis on schedule at a cost-effective price. Please consider the following strengths that uniquely qualify the Aero-Graphics team for this contract: • Aero-Graphics has over 50 years of aerial mapping experience and nine (9) years of LiDAR mapping experience. • Aero-Graphics owns and operates the best and latest equipment for aerial mapping. Our Optech Orion H300 LiDAR sensor and Vexcel UltraCam Eagle digital camera system provide unsurpassed data accuracy and quality. • Aero-Graphics is a full-service aerial mapping company with licensed Professional Land Surveyors on staff and a reliable Montana-licensed survey subcontractor (Robert Peccia & Associations) who has current experience working with the City of Bozeman providing civil engineering services. Should you have any questions or require further information, please call me at (801) 428-3102 or email at kfrancis@aero-graphcs.com. Thank you for considering Aero-Graphics for this contract. Sincerely, AERO-GRAPHICS, INC. Kelly Francis, CP, PMP 134 Aero-Graphics, Inc: Geospatial Services 1 Digital Orthoimagery & LiDAR Data Collection Request for Proposals Table of Contents 1. Project Understanding and Approach ..................................................................2 2. Proposed Work Plan ............................................................................................5 3. Staff Qualifications ...............................................................................................9 4. Project References ...............................................................................................13 5. Pricing ..................................................................................................................17 6. Signed Non-Discrimination Affirmation Form ......................................................18 135 Aero-Graphics, Inc: Geospatial Services 2 Project Understanding & Approach Aero-Graphics, Inc., a veteran-owned small business, highly values this opportunity to provide the City of Bozeman with digital orthoimagery and LiDAR data collection to support its regulatory, land management, planning and engineering projects. Aero- Graphics is the fastest growing geospatial company in the Intermountain West. We have been in business for over 50 years and have had the same stable ownership for the last 40 years. We understand the scope of the project entails control surveying, aerial data acquisition, data processing, quality control, and reporting for approximately 77.3 square miles covering the Bozeman area. Deliverables will include the following items: Item Description Format Projection, Datum, Units UTM Zone 12, NAD83 (2011), Meters MT State Plane, NAD83 (2011), Meters NAVD88, Meters Accuracy Standards FEMA Guidelines and Specs for FHMP USGS NGP LBS Version 1.2 (2014) Flight Plan and Logs Flight lines, exposures, photo centers Feature Class Calibration Reports Digital camera (UCE) PDF Survey Control Report AGPS data, XYZ OPK, ground control XLS Aerial Triangulation Report Adjustment process, coordinate list PDF or XLS Digital Orthoimagery 4-band, 3” pixels, mosaic TIF, SID LiDAR Data DTM Bare-Earth DEM (0.5m cell size) 1st Return DEM (0.5m cell size) Hillshades Breaklines (Hydrography) Point Clouds (Raw & Classified) Feature Class ESRI GRID ESRI GRID GeoTIFF Feature Class LAS 1.4 Planimetric Features Building footprints and sidewalks Feature Class Progress Reports Weekly status emails PDF Metadata For each deliverable listed above XML Project Report Summary of processes, collection, etc. PDF Project Management. Aero-Graphics’ project management team offers 70 years of combined experience and takes a methodical, deliberate approach to managing complex projects that includes risk mitigation, quality assurance and control, and dynamic scheduling. These components of our project management approach, along with our deep-seated drive to complete every aspect of a project with exactness, have proven and will continue to prove that Aero-Graphics will complete the project successfully, on time. Kelly Francis, your project manager, maintains a current PMP certification. Aero-Graphics, Inc. 40 West Oakland Avenue Salt Lake City, UT 84115 tel: 801.487.3273 fax: 801.487.3313 www.aero-graphics.com 136 Aero-Graphics, Inc: Geospatial Services 3 Client-Consultant communication throughout the project is vital to success. Aero- Graphics embraces this necessity by holding in-person kickoff and debriefing meetings, through regular progress reports, and by being available to discuss any project-related issue at any time throughout the project. Our 9,000-square foot facility located in Salt Lake City supports all management, administrative, aerial acquisition management, surveying, LiDAR processing, ortho processing, and mapping functions. Aero-Graphics welcomes any member of Bozeman City management to visit at any time. Client visits are educational and help us refine our processes to more efficiently meet their needs. Challenges and Solutions. Accomplishing the full scope of this project will not come easy. Weather, terrain, equipment, property ownership, and schedule are but a few of the ones we anticipate encountering. 1. Challenge: In Bozeman, the chance of inclement weather over the course of April is rapidly increasing, starting the month at 24% and ending it at 30%. Solution: Owning our own aircraft allows us to control our own flight schedule and take advantage of good weather opportunities when they arise. 2. Challenge: Multiple sensors and components are used simultaneously in the acquisition phase, increasing the risk that one part may cause the entire system to fail. Solution: Aero-Graphics invests in the latest and most reliable equipment available, strictly maintaining it through careful inspection and calibration. Our Quality Delivery System (QDS) on the following page outlines our QA/QC process. Additionally, our sensor vendors provide 24/7 support with available loaner sensors. 3. Challenge: Approximately 2,000’ of terrain relief exists within the project area. Solution: Track’Air flight planning software will be used to create the project flight plan. This considers all project requirements, including boundaries, terrain relief, GSD, fore/sidelap, flight line orientations, etc. Flight lines will be carefully planned (and broken if necessary) to maintain flight crew safety and consistent overlap between photos. 4. Challenge: Control point locations may involve placement on private property Solution: Aero-Graphics will attempt to find alternative locations within public rights-of-way. If not, we will obtain property owner permission in advance of setting control. 5. Challenge: Processing ortho imagery, lidar data, and digitizing new planimetric features involves a large output of labor which can negatively impact schedule. Solution: Aero-Graphics augments its internal processing staff with tried and proven subcontractors. This allows us to ramp up production when facing tight turnarounds, as we typically do from March to November. 137 Aero-Graphics, Inc: Geospatial Services 4 Quality Delivery System (QDS). QA/QC is built into each one of our processes, from planning and design to production. Our QDS, customized for the City of Bozeman project, organizes and lists specific, measurable QA/QC steps for each process and assigns personal responsibility to ensure each is performed with exactness. Quality Assurance is separated from Quality Control to make our system comprehensive. QA denotes a preventive step or design that is performed before the associated process to avoid mistakes. QC is a task that takes place after the associated process and aims to find and rectify mistakes that do slip through. 138 Aero-Graphics, Inc: Geospatial Services 5 Quality Control/Quality Assurance. Aero-Graphics completed its ISO 9001:2015 certification in October 2016. We are pleased to contribute our quality services through this certification. If a scope change is requested by the City at any time after execution of a contract, a Change Order would be executed and signed by the Project Manager. Change Orders acknowledge previous statements of work on a proposal or contract and describe the changes to the original project requirements. Schedule and cost control is achieved through close monitoring of the project in Aero-Graphics’ Ajera software. Project Schedule Control Survey ................................................................. Completion by March 31, 2018 LiDAR/Aerial Photography Acquisition: .............................. Completion by April 30, 2018 Ortho Imagery: .................................................................... Completion by June 30, 2018 LiDAR, Vector Data and Elevation Products: ....................... Completion by July 31, 2018 Final Project Report: ....................................................... Completion by August 10, 2018 Proposed Work Plan Target Placement and Control Surveying. Prior to photography, Robert Peccia and Associates will target and survey the 16 aerial control points shown in RED in the attached KMZ file. Control will tie to both UTM Zone 12 and Montana State Plane Coordinates. Horizontal datum shall be NAD 83 (2011); Vertical datum shall be NAVD 1988. Working units shall be in Meters. Horizontal and vertical control for all targets will be accurate to within 5 cm. Aero-Graphics will provide a Survey Control Report to the City of Bozeman in XLS format with the following information included: AGPS/IMU coordinates (XYZ OPK), NAD83 Latitudes, NAD83 Longitudes, Project Eastings, Project Northings, Elevations, and description of equipment and software used in processing. Targets will be 1’ wide x 6’ arms. Targets will be in contrast with the ground and clearly visible from the air. Monuments will be flush with the ground (or otherwise noted in the control listing). Aircraft. Aero-Graphics owns and operates three (3) aircraft, including a new twin- engine Cessna T310R, which speeds acquisition and provides further redundancy and risk mitigation to our fleet (chart shown on next page). When not flying, these aircraft are housed at our 9,500-square foot hangar at Bountiful Skypark near Salt Lake City. Our Cessna T310R and T206 will be dedicated to this project to ensure proper and timely delivery. The UC Eagle is interchangeable between all three aircraft. If the assigned aircraft is unavailable, one of the others can replace it with ease. Each of our aircraft is maintained and operated with strict adherence to all FAA regulations. IFR instrumentation and other equipment necessary to operate within Class A airspace are standard on all aircraft, and all are equipped with survey-grade GPS for precise acquisition over required areas. 139 Aero-Graphics, Inc: Geospatial Services 6 The sensor openings on the underside of each aircraft have been fabricated such that the camera lenses are open to the outside. Metal shields have been installed that protect the camera lenses from oil and exhaust, while leaving the camera’s field of view unobstructed. As part of Aero-Graphics’ Risk Management System (RMS), every lift requires a pre- flight inspection of the associated aircraft. This includes the following: We now have an in-house A&P (airframe & power) mechanic who can quickly respond to mechanical issues in the field. We keep an on-the-shelf inventory of key parts for our aircraft to further improve the speed of necessary repairs. To maximize safety for our flight crews, we have installed Traffic Collision Avoidance Systems (TCAS) in each of our aircraft. This provides an ATC-independent buffer around the aircraft that detects and displays the position of surrounding aircraft, up to seven (7) nautical miles and 3,500 vertical feet away. In addition, we have installed weather monitoring systems that automatically relay real-time pilot-reported weather conditions. Imagery and LiDAR Sensors. Aero-Graphics’ state-of-the-art Vexcel UltraCam Eagle (UCE) digital camera is noted as one of the finest digital camera systems currently available. It has a 100.5mm focal length and delivers 260 megapixels per image and one of the widest cross-track image formats available in any CCD frame based sensor (20,010 pixels). At a 7.5cm GSD, the swath covers nearly 1 mile on the ground. This configuration provides the best image-size to image-number balance, i.e. the larger footprint size allows a smaller number of images to cover the project boundary, which translates into fewer images to georeference, tag, metadata, and QC, which translates into faster delivery time for us and for the City. The imagery flight will require 29 flight lines and 650 exposures at a 7.5cm GSD for complete coverage. In 2013, Aero-Graphics acquired the Optech Orion H300 LiDAR sensor. It is one of the latest, most versatile sensors on the market today. With the Orion, Optech designed a Aircraft Assigned to Project Cessna T310R Flight Range: 1,300 nm Maximum Cruise Speed: 230 kt FAA Certified Ceiling: 25,000 ft Cessna 206 Turbo Stationair Flight Range: 800 nm Maximum Cruise Speed: 160 kt FAA Certified Ceiling: 25,000 ft • Engine Oil Level • Propeller Condition • Landing Gear Condition • Fuel Level – Instrumental and Visual • Aileron and Control Surface freedom of movement 140 Aero-Graphics, Inc: Geospatial Services 7 new laser – from the ground up – especially suited to mid-altitude, high-accuracy engineering-scale surveys. It delivers proven accuracies within five (5) cm vertically, can send/receive up to 300,000 pulses per second, can receive up to four (4) returns per pulse, and maintains the same small pulse size regardless of flying height. The flight will achieve a point density of approximately 8.3 points per square meter. To fully capture the project area, 97 flight lines are required at a flying height of 3,400’ above mean terrain elevation, a pulse rate frequency of 225 kHz, and an 18-degree full scan angle. The LiDAR sensor will collect an average swath width of roughly 1,070 m on the ground. GPS/IMU Data Post-Processing. After successful acquisition, raw GPS/IMU data is processed for the flights using Applanix POSPac MMS software. At this stage, QC of flight parameters (initialization, bank angles, proximity to bases, etc.) is performed. This process refines the air point coordinates (XYZ) and angles (Omega, Phi, Kappa, or roll, pitch, and yaw) of the plane, and delivers up to 3cm accuracy. It produces a refined SBET (trajectory) for LiDAR processing. Relative LiDAR Data Calibration. Using TerraMatch/TerraScan software, we then perform relative calibration by correcting for roll, pitch, heading, and scale discrepancies between adjacent flight lines and test the resulting relative accuracy to ensure interswath overlap consistencies ≤ 8cm RMSDz and ≤ 16cm max. Relative vertical accuracy is also assessed by smooth surface repeatability in a single swath over hard, flat surfaces. Repeatability will not exceed 6cm. A relative accuracy data quality polygon feature class overlay is created depicting the limited isolated areas exceeding USGS standards. LiDAR Data Classification. Once the relative calibration and accuracy assessment is completed, the LiDAR points are classified to the minimum USGS point cloud classification scheme: This is accomplished by using a series of classification algorithms in TerraScan. The algorithm parameters will be fine-tuned to yield the best results for the terrain encountered in the project area. This data will then be put through a rigorous QA/QC of bare-earth classification, conducted manually to ensure accuracy. Both raw and classified point cloud data, with embedded flight line information, will be delivered in fully-compliant LAS v1.4 format in the City’s pre-defined tile structures. Code Description 1 Processed, but unclassfied 2 Bare earth 7 Low noise 9 Water 10 Ignored ground (near a breakline) 17 Bridge Decks 18 High noise 141 Aero-Graphics, Inc: Geospatial Services 8 Hydro-Flattening, Hydro-Enforcement, and Breakline Compilation. Breaklines and hydro-enforcement of water and drainage features are completed in this stage. Breaklines will be collected for water bodies larger than ¼-acre, drainages <2 meters wide (single line), drainages >2 meters wide (double line), and permanent islands one (1) acre or larger within a water body. Elevations will be removed from the tops of selected drainage structures (bridges and culverts) to depict the terrain under those structures. Breaklines will be delivered as a feature class in File GDB format. DTM Creation. Filtered LiDAR model key points (MKPs) for 1ft contours shall be delivered as a regular DTM feature class in File GDB format. DEM Creation. Hydro-Flattened, Bare-Earth DEMs will be created from the ground surface TIN model at a 0.5-meter cell size in ESRI GRID format and delivered in the City’s predefined tile structures. 1st return (highest hit) DEMs will also be provided at a 0.5m cell size. There will be no DEM voids within the project area. DEM tile extents that fall outside of the project area will be coded “NODATA”. Analytical Aerotriangulation. Industry-leading Trimble-Inpho Match-AT software is utilized to perform fully analytical digital aerotriangulation for the image block. Automatic tie points and refined GPS/IMU exposure centers (air points) extend full control for each stereo model. This project will be controlled by a combination of ground control values and airborne GPS/IMU. Planimetric Data Collection Skilled stereocompilers will perform GIS data layer updates within areas of change outlined by the City. Kevin Reid, an ASPRS Certified Photogrammetrist, will oversee the process to insure quality procedures are adhered to. New or modified features will be collected and attributed according to specifications listed in the referenced RFP. Collected features will include building footprints and public sidewalks (city limits only). Building footprints will be attributed with maximum height above ground. All data will be delivered in a File Geodatabase Feature Class, suitable for use in ArcGIS software. Image Orthorectification High-end Dell 64-bit workstations will be used to process the orthorectified imagery. To ensure horizontal accuracies commensurate with the requirements of this solicitation, the current bare earth lidar surface model will be used a basis for image rectification. Some of these improvements would include removing points from buildings and generally correcting surfaces that would warp the ortho and adding breaklines where necessary, especially on bridges and overpasses. Upon completion of QA/QC of the surface modeling, the digital imagery will undergo automatic orthorectification in a one-step batch process using Inpho’s OrthoMaster software. Aero-Graphics takes great advantage of Inpho’s 142 Aero-Graphics, Inc: Geospatial Services 9 distributed processing features. This allows multiple idle workstations to process vast amounts of ortho tiles simultaneously, which greatly expedites turnaround time. Orthorectified imagery will be manipulated in OrthoVista software to compute subtle radiometric adjustments that compensate for visual effects within individual images. Furthermore, OrthoVista performs a block-wide color balance by adjusting adjacent images to match in color and brightness. Tonal differences are not detectable between individual images. Multiple orthophotos are combined into one seamless, color balanced and geometrically-perfect ortho mosaic. Separate RGB and CIR image files will be delivered at a 7.5cm pixel resolution in uncompressed 24-bit TIFF and MrSID formats, with associated world files, furnished on portable hard drives. Imagery will be broken up into the City’s predefined tiling schemes. Files will be tone matched to optimize image quality throughout the project. An overall MrSID mosaic will also be delivered at a 15cm pixel size. Staff Qualifications Aero-Graphics prides itself on employing the most intelligent and skilled people in the geospatial industry, including one (1) Project Management Professional, two (2) in- house Professional Land Surveyors, seven (7) in-house Certified Photogrammetrists and two (2) GISCI Certified GIS Professionals (GISP). These professionals supervise acquisition and production tasks and ensure that quality standards are met. Team Member Summary Table Name Project Role Availability Years of Experience (w/Firm) Education (Year Completed) Certifications/ Licenses (Year Received) Kelly Francis Cost Estimation, Project Management & Scheduling 40% 23 (23) B.S. (1995) CP (2008) PMP (2014) Bernie Doud QA/QC Implementation, GIS Database Creation 50% 15 (9) B.S. (2004) MBA (2008) CP (2010) GISP (2013) Tom Stark (RPA) Ground Control Surveying 25% 24 (17) B.S. (1990) A.S. (1995) MT PLS CFedS #1175 Emilio Sanchez Flight Planning, Flight Crew Oversight 30% 16 (2) Jim Hoddenbach Aircraft Operation, Pilot Oversight 30% 31 (2) Bill Nielsen LiDAR Department Manager 30% 32 (12) CP (2013) Karl Jensen ABGPS/IMU Data Processing 30% 16 (16) B.A. (1998) A.S. (2009) CP (2008) UT PLS (2013) Kevin Reid Photogrammetry Lead 25% 18 (10) CP (2013) Joe Belliston Orthoimagery Processing 25% 9 (9) B.S. (2007) PT (2013) 143 Aero-Graphics, Inc: Geospatial Services 10 Kelly Francis, CP, PMP | Project Manager Role. Kelly Francis will apply his 23 years (all with AG) of expertise and executive oversight to this project, including project management, LiDAR and imagery acquisition/processing design, supervision, and progress status reporting. Education and Certifications. Kelly holds a Bachelor of Science in Marketing from Utah State University. He is an ASPRS Certified Photogrammetrist (#1372) and a Project Management Professional (#1742748). Kelly currently serves on the Board of Directors for MAPPS, national association of firms in the surveying, spatial data and geographic information systems field. Experience. Mr. Francis is an owner of Aero-Graphics and serves as its President and Senior Project Manager. He has dedicated his career to geospatial process efficiency and business strategy. As such, he is intimately familiar with planning, design, and execution of LiDAR and digital aerial photography projects to support topo mapping production. Bernie Doud, CP, GISP | Quality Manager Role. Bernie Doud will apply his 15 years of expertise and oversight to this project, including implementation of quality programs, audits, and procedures, project management, and employee mentoring. Education and Certifications. Bernie holds a Bachelor of Science degree in Geographic Information Systems and a Master of Business Administration degree. He is a Certified Photogrammetrist with ASPRS (#1449) and a GISCI Certified GISP (#52260). Experience. Mr. Doud is a senior level technical and quality manager. He has a solid technical background in GIS and all aspects of LiDAR and photogrammetry, which along with his project management expertise has strengthened his ability to design, implement, and monitor QA/QC programs customized to each project, train and direct employees in project execution, and act as technical client liaison. Tom Stark, PLS, CFedS | Survey Manager Role. Tom Stark is RPA’s Survey Group Manager and Primary Contact in Helena. He has over 24 years of experience in OPUS Projects; GPS RTK and static networks. He has successfully managed the execution of numerous surveying projects throughout the United States. Education and Licenses. Tom holds an Associate of Applied Science degree in Land Surveying and a Bachelor of Science in Business Finance. He is a registered Professional Land Surveyor in the State of Montana (#12249) and a Certified Federal Surveyor (#1175). Experience. In his role as Survey Manager, Tom ensures impeccable accuracy in ground survey control. This is critical to ensuring high-quality LiDAR and mapping services. Tom was on the ground and collected survey data for the Boulder River Valley Wells Project which involved surveying for 85 well casings. 144 Aero-Graphics, Inc: Geospatial Services 11 Emilio Sanchez | Flight Ops Manager/UAS Pilot Role. Mr. Sanchez will dedicate his 16 years of flight planning and overall department management skills to this project. Education and Certifications. Emilio completed undergraduate studies. Experience. As Flight Manager at Aero-Graphics, Emilio manages administrative functions within the flight department and assists Project Managers and the Flight Coordinator with flight-related questions and planning. He has direct operation experience with various aerial sensors, including the Optech H300 ALTM LiDAR sensor, the UltraCam Eagle digital camera, and the Leica RC-30 film camera. He also serves as Aero-Graphics’ UAS Pilot (Certificate No. 3965868). Jim Hoddenbach | Chief Pilot Role. Mr. Hoddenbach will serve as the Cessna T206 pilot-in-command during the data acquisition phase. Education and Certifications. Jim is an A&P IA Mechanic with over 31 years of experience and has provided decades of dependable, professional, and quality work through Aero Services to his fellow aviators at the Skypark Airport in Woods Cross, UT. Jim is a Certified Flight Instructor, Multi Engine Instructor, fixed wing and rotorcraft pilot. Experience. As Chief Pilot, Mr. Hoddenbach is pilot-in-command for flight execution of mapping projects in the company’s Cessna T310R, Cessna T206, and Piper PA-23 Aztec aircraft. He has experience operating RC-30 film and UltraCam Eagle large format cameras along with the accompanying computer flight management systems and inertial measurement units. He is trained in the use of the POSTrack software that is utilized in conjunction with these cameras and systems. Bill Nielsen, CP | LiDAR Department Manager Role. Bill Nielsen will apply his 32 years of expertise, production capacity, training, and oversight to this project by performing LiDAR data calibration, LiDAR data classification oversight, automation development, DEM creation, staff training, and LiDAR QC oversight. Certifications. Mr. Nielsen is an ASPRS Certified Photogrammetrist (#1565). Experience. Mr. Nielsen’s current responsibilities include managing LiDAR department staff, overseeing data calibration, classification, and processing, development of process automation, and accuracy assessments. He has extensive training in TerraSolid, Optech LMS, LP360, and ESRI mapping software suites. Additionally, he ensures quality control, specification compliance, and fulfillment of demanding schedule commitments. 145 Aero-Graphics, Inc: Geospatial Services 12 Karl Jensen, CP, PLS | Airborne Processing Lead Role. Karl Jensen will apply his 16 years of expertise, production capacity, and oversight to this project, including, ground control planning, ABGPS/IMU processing and analytical aerotriangulation. Education and Licenses. Karl holds an Associate of Applied Science degree in Surveying from Salt Lake Community College and a Bachelor of Arts in History from the University of Utah. He is a registered Professional Land Surveyor in the State of Utah (#7643406) and a Certified Photogrammetrist with ASPRS (#1374). Experience. Mr. Jensen is a senior level technical and production manager with a concrete CADD, survey, and photogrammetry background. He has successfully coordinated production tasks for numerous orthoimagery, LiDAR, surveying, and photogrammetric mapping projects. Kevin Reid, CP | Photogrammetry Lead Role. Kevin Reid will apply his 18 years of expertise, production capacity, training, and oversight to this project by performing project preparation functions, hydro break line compilation oversight and management, quality control, and progress reporting. Education and Certifications. Kevin studied Computer Science in college and is an ASPRS Certified Photogrammetrist (#1557). Experience. Over the course of nine years, Mr. Reid has overseen photogrammetric mapping projects of varying complexity, from 40-scale transportation projects to 200- scale mining projects. He is well-versed in the effective utilization of VR and Inpho photogrammetric software suites. Joe Belliston, CPT | Lead Orthocompiler Role. In his role as Lead Orthocompiler, Mr. Belliston is responsible for orthophoto quality control, specification compliance and meeting demanding schedule commitments. Education. Joe holds a Bachelor of Science from the University of Utah in Geography and recently received his ASPRS Certified Photogrammetric Technologist certification. Experience. Mr. Belliston has over nine (9) years of ortho production, GIS, editing, and AT experience. He has successfully coordinated production tasks for numerous large image orthorectification projects, and has extensive training in Inpho and ESRI mapping software suites. Mr. Belliston has effectively managed numerous projects of various sizes involving digitally orthorectified imagery yielding high levels of client satisfaction. 146 Aero-Graphics, Inc: Geospatial Services 13 Project References The following aerial acquisition and processing projects have been successfully completed by Aero-Graphics’ production staff within the last two years: Teton County possessed 5-foot elevation contours referenced to NGVD29 that were photogrammetrically produced in 1999. The County was required to adopt revised FEMA Flood Insurance Rate Maps (FIRMs) referenced to NAVD88. The existing FEMA mapping primarily covered the flood prone areas. Teton County hired Aero-Graphics to expand this mapping to cover all privately-owned land within the County by adding new mapping and merging it with the existing FEMA data to produce revised FIRMs. Services and Project Deliverables included: • LiDAR data acquisition at a Nominal Point Spacing of 0.7m (QL2). • Raw and Classified Point Cloud Data delivered in LAS v1.3 format. • Bare Earth Surface (Raster DEM) Data delivered in 32-bit floating point raster format at a 1-meter cell size and hydro-flattened with supplemental break lines. • Bare Earth Digital Terrain Model (DTM) Data delivered in AutoCAD. DWG format consisting of break lines compiled for hydro-flattening purposes. • 2’ contours and spot elevations delivered in AutoCAD .DWG format. • Project Metadata including a comprehensive Technical Project Report detailing acquisition, processing and accuracy assessment processes. Client: Teton County, Wyoming Project Name: 2015 Teton County Topographic Mapping Project Contact: Rich Greenwood, GIS Coordinator Email Address: rich@greenwoodmap.com Phone: 307.733.0203 Address: 320 South King St., Jackson, WY 83001 Completion: April 2016 Total Area: 115 mi2 Key Personnel Kelly Francis Bernie Doud Bill Nielsen Karl Jensen Kevin Reid Joe Belliston 147 Aero-Graphics, Inc: Geospatial Services 14 Aero-Graphics delivered a QL2 LiDAR data product adhering to USGS National Geospatial Program (NGP) Lidar Base Specification Version 1.2 (2014) for a 33 square- mile area of interest located in southern Montana. The data was requested for geologic mapping, which allows BOMG staff to measure fault offsets, estimate historic earthquake magnitudes, and perform high-resolution hydrogeologic modeling (assess surface water/ground water interaction). Ground control was provided by Robert Peccia & Associates. Services and Project Deliverables included: • Ground control and LiDAR check shot surveying (provided by RPA of Helena, MT). • LiDAR data acquisition at a point density of two (2) points per square meter. • Raw and classified LiDAR point cloud data (ASPRS minimum) in LAS 1.4 format. • Hydro-enforcement per USGS NGP LiDAR specifications. • Bare-earth surface DEM data furnished in Esri GRID format. • FGDC-compliant metadata data and a Technical Project Report detailing the collection process, control, and accuracy. Client: State of Montana – Bureau of Mines & Geology Project Name: MT Tech Virginia City LiDAR Project Contact: Andy Bobst Email Address: abobst@mtech.edu Phone: 406.496.4409 Address: 1300 W. Park, Butte, MT 59701 Completion: July 2017 Total Area: 33 mi2 Key Personnel Kelly Francis Bernie Doud Tom Stark Bill Nielsen Kevin Reid 148 Aero-Graphics, Inc: Geospatial Services 15 The Idaho Water Resource Board (IWRB) contracted with Aero-Graphics to provide airborne LiDAR data and orthoimagery acquisition services for a 22.5-square mile project area located in Fremont County, ID. The Island Park Reservoir is located near the town of Island Park in eastern Idaho. The IWRB is evaluating a potential enlargement of the Island Park Reservoir to develop additional surface water storage. The goal of the Project was to identify and quantify the incremental impacts to real estate, utilities, and other developed land features associated with increasing the normal reservoir water surface from one (1) to four (4) feet, at a maximum water surface elevation of 6307’. The normal water surface elevation of 6303’ is at the top of the 1-foot rubber bladder on the operational spillway of the dam. Services and Project Deliverables included: • LiDAR data acquisition at a Nominal Point Spacing of 0.5m with 50% overlap (QL1). • Raw and classified point cloud data in LAS 1.2 format. • Hydro-lines/Breaklines in ESRI shapefile format. • Model Key Points in LAS 1.2 format. • Bare-earth and Hydro-enforced DEM data at a 1-meter cell size in IMG format. • Intensity imagery at a 0.5-meter cell size in GeoTIFF format. • Labeled 1-foot contours and basic planimetrics in ESRI shapefile format. • Color orthorectified imagery at a 7.5cm pixel size in GeoTIFF and MrSID formats. • FGDC-compliant metadata in XML format. Client: Idaho Department of Water Resources Project Name: Island Park Reservoir Enlargement Land Assessment Contact: Rick Collingwood, P.E. Address: richard.collingwood@idwr.idaho.gov Phone: 208.287.4800 Address: 322 East Front Street, Boise, ID 83702 Completion: July 2016 Total Area: 22.5 mi2 Key Personnel Bernie Doud Bill Nielsen Karl Jensen Kevin Reid Joe Belliston 149 Aero-Graphics, Inc: Geospatial Services 16 The Truckee Donner PUD contracted with Aero-Graphics in the spring of 2016 to provide high-quality aerial photography and lidar-collected elevation data to support engineering designs for Water, Sewer, Electric, Fiber Optics, Drainage, Road Improvement, and development of Utility Profile Maps. The data also assisted with the collection, improved precision, and in-field location of infrastructure data and GIS features such as Buildings, Pavement, and Water Bodies. The project required careful flight planning to ensure proper lidar swath coverage over extreme mountainous terrain. Scope of Work included: • Target placement and GPS surveying for 28 control points • Digital 3-band aerial photography acquisition at 0.25’ GSD. • LiDAR data acquisition at a Nominal Point Spacing of 0.7m (QL2). • Color mosaicked, orthorectified imagery in TIF and SID formats at 0.25’ GSD • Classified LiDAR point cloud data in LAS 1.3 format • Topographic contour lines in DXF format. • Building and pavement data in Shapefile and DXF formats. • Final accuracy assessment report and metadata. Client: Truckee Donner Public Utility District Project Name: 2016 Aerial Mapping Services Contact: Megan Campe Email Address: megancampe@tdpud.org Phone: 530.582.3943 Address: 11570 Donner Pass Road, Truckee, CA 96161 Completion: November 2016 Total Area: 180 mi2 Key Personnel Kelly Francis Bernie Doud Tom Stark Emilio Sanchez Bill Nielsen Karl Jensen Kevin Reid Joe Belliston 150 Aero-Graphics, Inc: Geospatial Services 17 Pricing Survey Control and Quality Check Shots ........................................ $8,970. LiDAR and Imagery Acquisition ..................................................... $47,510. DTM, DEMs, Hillshade, Breaklines & Point Clouds ....................... $17,300. Building Footprints and Public Sidewalks ..................................... $12,425. Digital Orthoimagery (7.5cm pixels with 15cm Mosaic) ................. $7,735. Project Report and Metadata ......................................................... $3,760. Total Project .............. $97,700. Pricing is valid for 90 days. Terms are Net 30 days with monthly invoices submitted for completed work. 151 REQUEST FOR PROPOSALS DIGITAL ORTHOIMAGERY & LIDAR DATA COLLECTION INTRODUCTION The City of Bozeman (“City”) is seeking proposals from Consultants (“Consultant”) qualified to provide: • Digital Orthoimagery: 1”=100’ map scale (i.e., 1”=600’ photo scale), 6” pixel, 4-band (RGB & NIR), true color, orthorectified digital imagery (with an option for higher resolution 3” pixel) • LiDAR: o Hydrography (streams & water bodies) o Building Footprints (extruded with height) o Public Sidewalks (within city limits only) o Digital Terrain Model (DTM) & Digital Elevation Model (DEM) & Hillshade (grayscale) o Breaklines & Point Cloud (raw & classified) • Project Reports & Metadata The City regularly uses aerial photography and planimetric information to support regulatory, land management, planning and engineering projects. This project is to update all aerial imagery for the entire 77.4 square mile planning boundary in addition to collecting LiDAR data to update a variety of planimetric information (image included in Attachment B of this RFP shows the area of interest). This document defines the technical, cost and time scope for developing a portion of the City’s GIS database. The desired flight dates are between April 1st and April 30th 2018. The desired project completion date is 90 days from photo acquisition. PRELIMINARY SCOPE OF WORK The preliminary scope of work involved for this project is outlined below. Additional tasks and work elements may be added during contract negotiations. It is also possible that tasks or elements could be deleted through negotiation. In its proposal, the Consultant may recommend addition/deletion of tasks or modification of tasks in describing its particular understanding and approach for the project. Proposals must clearly identify any elements of the proposed scope of work that would not be provided by the prime Consultant. Any sub-Consultants which comprise the overall Consultant team must be identified along with a description of past working history between the firms. 152 The City desires to complete the proposed work in a diligent manner. Proposals must clearly indicate the Consultant’s anticipated schedule given their staffing and current and projected work load commitments. The proposal shall include a proposed schedule of events necessary to complete the work. The schedule shall include a process and schedule for the submittal of draft products for City review prior to final submittals. Prior to receiving notice to proceed after negotiations, before any data collection the Consultant must submit a project plan. The project plan will include the following: 1) A map showing the study area boundaries and flight path at a reasonable scale (approx. 1:150,000) 2) Documentation specifying altitude, air speed, scan angle, scan rate, and other flight and equipment information deemed appropriate. 3) A chart of areas of high Position Dilution of Precision (PDOP), or a list showing the time of the beginning and end of high PDOP. 4) The proposed ground control plan containing Airborne GPS support. If necessary, the Consultant shall obtain all rights of entry, be responsible for all GPS control information and show all National Spatial Reference System (NSRS) monuments that will be used for the GPS base stations for airborne GPS control. Failure to comply with any of these provisions may result in the rejection of the proposal. Digital Imagery Specifications: Orthoimagery shall be acquired only on clear days, leaf-off conditions, with no snow and minimal puddling of rain water or other weather-related effects obscuring the ground surface. At a minimum, National Map Accuracy Standards for the production of the Orthoimagery must be adhered to. The camera and magazines shall meet or exceed the most recent USGS specifications for aerial camera systems. Aerotriangulation/bundle adjustment shall be performed by the current state-of-the-art analysis software to maximize accuracy of the data. o Photographic Conditions • Tree Cover. Photography shall be undertaken while the leaves are off the deciduous trees. • Clouds. Clouds or cloud shadows must not appear on the imagery. High, thin overcast is permitted above the flying altitude if it does not cause ground mottling or a discernable reduction in light levels and/or ground object shadows. • Well-Defined Images. Collect imagery to obtain well-defined images. Do not attempt imagery acquisition where the ground is obscured by haze, smoke, smog, dust, or falling snow, sleet, rain, or other obscuring phenomena. Do not collect imagery when ground is covered by water (flood), snow, or ice. • Visibility. The minimum visibility at the time of exposure must be 10 miles or greater. • Sun Angle. The majority of the project area will be collected when the sun angle is not less than 40°. In areas with tall trees or areas with significant urban development with buildings 3 stories or taller (such as downtown Bozeman), increase the minimum sun-to-horizon angle to acquire the photography during the times of minimal shadow. 153 • Tilt will not exceed four degrees for any photographic frame and will average not more than two degrees for any ten consecutive frames. Relative tilt exceeding six degrees between any two successive frames may be cause for rejecting that portion of the flight lines. • Crab angle as measured from the average line of flight will not exceed five degrees. The course- heading differential between any two successive exposures will not exceed five degrees. • Forward overlap will be at least 55 percent between consecutive exposures. The average sidelap will be at least 20 percent. o Image Quality/Radiometry • There shall be no areas of an orthophoto where the process was incomplete due to image gaps or lack of data. • 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 adjustment 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. • Prior to undertaking full digital orthophoto production, the Consultant shall furnish the City with sample digital images to evaluate and accept as examples of overall image quality. The City will select one image, which will become the standard to which all subsequent digital orthophotos will be compared for acceptance/rejection relative to image quality. LiDAR Specifications: The Contractor shall acquire aerial fixed wing LiDAR data collected at a 1.4 meter nominal pulse spacing (NPS), and processed to a bare-earth Digital Elevation Model (DEM) meeting vertical NSSDA RMSEz of 15 cm (NSSDA Accuracy 95% = 30 cm) with vertical accuracy assessment procedures to comply with FEMA Guidelines and Specifications for Flood Hazard Mapping Partners. The DEM will have inland water bodies and streams hydro-flattened as defined in the USGS National Geospatial Program Base LiDAR Specification. The LiDAR data and associated derived products will meet/exceed minimum standards addressed in the U. S. Geological Survey National Geospatial Program Lidar Base Specifications Version 1.2, November 2014. The DTM will be of such precision and quality to support projects such as slope analysis; develop perspective plots; perform hydrographic and hydrologic analyses; generate cross-sections; regenerate contours; as the control network in the development of orthoimagery of the mapped areas; and other products requiring continuous contours of mapped areas. The selection and spacing of DTM points shall be defined by the contractor to be appropriate for the generation of 1-foot contours for 50ft scale to meet or exceed National Map Accuracy Standards. 154 The City requires that digital image and LiDAR data be acquired simultaneously captured during one flight to ensure consistency between image and LiDAR datasets. CONTROL All horizontal and vertical control necessary to provide the deliverables requested in the proposal; digital orthoimagery, and LiDAR meeting the standards specified herein shall be completed by the Consultant. Ground control must be adequate to support the accuracy specifications identified herein. Some existing vertical and horizontal control may be available for this area. The Consultant shall review all horizontal and vertical control for accuracy and completeness. If the existing control is not deemed sufficient, then the Consultant shall describe any additional control work necessary to provide a DTM meeting the specified standards. The Consultant shall provide in the proposal, a draft control plan. The City will not perform any surveying for this project. Any survey work performed by the Consultant shall be done in conformance with Montana survey laws, regulations and administrative rules. For survey control work performed by the Consultant (or sub-Consultants) the following requirements will pertain: A brief survey control report in PDF and/or other digital format shall be delivered that contains: • One digital copy of the control diagram (the survey network scheme). • One copy of all field notes, horizontal and vertical computations, and control network adjustments, with the connections to the National Spatial Reference System shall be clearly shown. • A digital copy of the new control points established to control the photogrammetry with all observations and ties, a point description, digital photograph of the monument and the control point location context, and coordinate values in geographic coordinates and in both UTM Zone 12 NAD83 (2011) meters, NAVD88 meters and Montana State Plane NAD83 (2011) meters, NAVD88 meters. • Survey party personnel, equipment, software, and procedures used. DELIVERABLES The respondent shall submit a delivery schedule. The Consultant shall deliver to the City for acceptance the following items: 1) Flight Plan and Logs: The flight plan shall be distributed to and approved by the City prior to acquisition. a. Project flight lines on a map displaying the project area and distributed as a feature class or Shapefile suitable for inclusion in ESRI ArcGIS software. Flight lines shall include flight line 155 numbers within the feature attribution, and metadata shall describe the software used to generate the flight plan. b. Approximate number of exposures for the intended coverage area. c. Image centers of each exposure with date and time of acquired photo included. The data shall be distributed as a feature class or Shapefile suitable for inclusion in ESRI ArcGIS software. d. Upon completion of acquisition the Contractor shall provide a collection report summarizing the flight and logs. 2) Calibration Reports: Camera and digital sensor calibration reports along with a product characterization report validating USGS Digital Aerial Type standards shall be provided. 3) Survey Control Report: The following information shall be provided in a final survey report. a. Positional AGPS data and a statistical summary of the AGPS adjustment results. b. IMS sensor orientation and a statistical summary describing the overall accuracy of adjusted IMU data. c. Differentially corrected GPS ground control data used to supplement the AGPS data and a narrative describing all aspects of the ground survey including locations and extent of the network. d. The results and analysis of the constrained least squares adjustment, tables summarizing GPS misclosures, and a description of equipment and software used. 4) Aerial Triangulation Report: An aerial triangulation report shall be provided upon completion of all adjustments. This report shall include, a. An executive summary of the Aerotriangulation solution and its results. b. A detailed narrative of the adjustment process and quality checks for accuracy. c. A description of the software and equipment used to perform the adjustments. d. A listing of the final adjusted coordinates in a spreadsheet or format agreed upon during contract negotiations. 5) Digital Orthoimagery Images: a. 1”=100’ map scale (i.e., 1”=600’ photo scale), 6” pixel (Optional: 3” pixel), 4-band (RGB and NIR), true color, orthorectified digital imagery b. Seamless mosaic at 1-foot (Optional: 0.5-foot) pixel resolution. c. Edge-matched, non-overlapping tiles at 0.5-foot (Optional: 0.3-foot) pixel resolution based on the tile scheme provided by the City and shall register to the existing City orthophotography database. d. Images with edge artifacts, mismatch, or voids will be rejected. e. Breaklines used to correct bridge and overpass distortion shall be provided in a feature class or Shapefile suitable for inclusion in ESRI ArcGIS software. 6) LiDAR Data: a. Hydrography: Streams and water bodies throughout the planning area. b. Building Footprints: Extracted with maximum height above ground as an attribute. c. Public Sidewalks: Within city limits only. d. Digital Terrain Model (DTM): Elevation data points shall be delivered as either a regular or irregular DTM in an ESRI geodatabase compatible format. e. Digital Elevation Model (DEM): Gridded raster representation in an ESRI geodatabase compatible format (a TIN is not being requested under this solicitation). 156 f. Hillshade: Grayscale 3D representation of the bare-earth surface. g. Breaklines: ESRI feature class, same reference system as LiDAR point. The Consultant will produce hydro-enforced / hydro-flattened breaklines at NSSDA accuracy standards for 1:2,400-scale maps. o Breaklines will allow water to flow from the tops of hills all the way down the stream network o Breaklines will cut through culverts and bridges to allow water to flow downstream network o Elevation values for the breaklines will be derived from the bare-earth LiDAR o Single line stream centerlines for streams <2 meters wide will be created at channel bottom o For streams >2 meters wide, double breaklines will be digitized only at the bottom of both sides of the channel at the land/water interface (but not at the top of bank) o Drainage ditches (single line <2 meters wide) o Drainage ditches (double line >2 meters wide at bottom of channel) o Water bodies (ponds, lakes, reservoirs) greater than ¼ acre in size h. Point Cloud – Raw: Data shall be delivered in LAS files compatible with the most current ASPRS LAS Specification format and must meet the requirements identified within this specification. The point cloud data shall not contain any data voids and overlap between flight lines shall be removed. i. Point Cloud – Classified: Fully compliant ASPRS LAS v1 1.4 classifications. j. Tiling: Single schema for tiling, no overlap, tile-based .prj files, edgematch seamlessly in horizontal & vertical. 7) Progress Reports: Progress reports shall be provided by e-mail on a weekly basis for aerial photography acquisition until delivery of the pilot project, and bi-weekly thereafter until the project is complete. These informal reports shall consist of a summary of production status, major activities completed during the most recent reporting period, description of issues and corrections, and associated status maps or acquired flight lines. 8) Metadata: Complete FGDC-compliant metadata shall be provided for all data in an XML format. The metadata shall provide a complete description of identification, data quality, spatial data organization, spatial reference, and entity and attribute information. The metadata for orthorectified imagery shall also include acquisition dates. 9) Project Report: A final project report summarizing the flight acquisition, orthorectification process and LiDAR data collection, quality control and assurance, and deliverables provided shall be provided upon completion of the project. This report shall include a detailed narrative of the analysis, accuracy assessment, and validation of all deliverables. All final data shall become sole property of the City with no restrictions on use or dissemination. Final deliverables and will be stored in the City’s ArcSDE SQL database and will be made available to internal and external customers through various client applications and downloadable data files. 157 All data shall be delivered in both UTM Zone 12 NAD83 (2011) meters, NAVD88 meters and Montana State Plane NAD83 (2011) meters, NAVD88 meters. For more information on the National Adjustment of 2011, please visit the following website: http://www.ngs.noaa.gov/web/surveys/NA2011/ Respondents shall indicate in their proposal a description of the internal quality control processes they will utilize throughout the various phases of the project to assure that the contract deliverables will be acceptable. The Consultant may provide forms, flow charts, or other materials to document the quality control process. The City retains the sole right to determine contract adherence to quality control requirements. Judgment that the Consultant is in breach of the quality control requirements may require suspension of any phase of the contract until such time as the City can determine that such problem(s) have been remedied. PROPOSAL REQUIREMENTS Three (3) copies of the proposal, and one electronic searchable PDF file, must be submitted no later than 5:00 pm on January 23, 2018, to the City Clerk at the physical address below. Proposals shall be individually bound and presented in a neat and orderly fashion. Please note that the USPS will not deliver mail to this location. Proposals must be shipped or hand delivered. Late proposals will not be considered. City Clerk, City of Bozeman 121 N. Rouse Ave., Suite 202 Bozeman, MT 59715 Proposals shall, at a minimum, include the following items: • A narrative describing the Consultant’s particular understanding and approach for the project. Specific challenges should be identified along with unique solutions proposed to complete project tasks and achieve project goals. • A proposed work plan indicating tasks to be accomplished, work schedule, Consultant personnel and sub- Consultants expected to perform each major task element, prior work history of Consultant and sub- Consultants, and the involvement (and timing of that involvement) anticipated of City staff. • Qualifications of key individuals assigned to the project, their availability during the relevant time periods, and their recent experience on similar projects. • References for whom key individuals of the Consultant and sub-Consultants have performed similar work within the last five years, and two examples of work produced under similar contracts (examples produced on projects utilizing the key personnel identified for this proposal are preferred). • A completed and signed Non-Discrimination Affirmation Form (see Attachment B). The City reserves the right to accept or reject any and all proposals; to add or delete items and/or quantities; to amend the RFP; to waive any minor irregularities, informalities, or failure to conform to the RFP; to extend the deadline for submitting proposals; to postpone award for up to 30 days; to award one or more contracts, by item or task, or groups of items or tasks, if so provided in the RFP and if multiple awards are determined by the City to 158 be in the public interest; and to reject, for good cause and without liability therefore, any and all proposals and upon finding that doing so is in the public interest, to cancel the procurement at any time prior to contract execution. CONSULTANT SELECTION A Consultant selection committee consisting of key City staff will choose, in its opinion, the most qualified Consultant to provide services required for the project. Proposals will be evaluated on the following criteria and the requirements of MCA 18-8-201 et seq. • The Consultant’s specific project approach and understanding; • Qualifications of professional personnel to be assigned to the project; • Capability to meet project time and budget requirements; • Location of the Consultant in relation to project; • Present and projected workloads; • Related experience on similar projects; • Recent and current work for the City. A determination of finalists will be made by the selection committee based on an evaluation of written proposals received. The committee will determine whether or not interviews will be needed to complete the selection process. Award will be made following contract negotiations to the most qualified Consultant at a price which the City determines to be fair and reasonable, taking into account the estimated value of services to be rendered, as well as the scope, complexity and professional nature thereof. If the City is unable to negotiate a satisfactory contract with the Consultant initially selected at a price the City determines to be fair and reasonable, negotiations with that Consultant will be formally terminated and the City will select another Consultant in accordance with MCA 18-8-204 and continue until an agreement is reached or the process is terminated. All proposals submitted in response to this RFP become the property of the City and public records and, as such, may be subject to public review. ADDITIONAL INFORMATION AND CONDITIONS All prospective Consultants may submit written questions about, or request written clarifications of the RFP, including written protests of the RFP’s terms and conditions or technical specifications no later than January 10, 2018. All questions must be in writing (includes email) and addressed to the City’s staff contact. No other staff member will answer questions about this Request for Proposals. 159 City Contact: Questions or requests for additional information regarding this project or RFP requirements may be directed to: Jon Henderson, GIS Manager City of Bozeman – GIS Division P.O. Box 1230 Bozeman, MT 59771-1230 (406) 582-2250 jhenderson@bozeman.net Non-Discrimination Policy: Discrimination in the performance of any contract awarded under this request for proposal on the basis of race, color, religion, creed, sex, age, marital status, national origin, or actual or perceived sexual orientation, gender identity or disability is prohibited. This prohibition shall apply to the hiring and treatment of the awarded entity’s employees and to all subcontracts. Every entity submitting under this request for proposal must sign and return the attached affirmation statement with their bound response to this request for proposal. 160 ATTACHMENT A: NON-DISCRIMINATION AFFIRMATION FORM _________________________________[name of entity proposing] hereby affirms it will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity, or disability in the performance of work performed for the City of Bozeman, if a contract is awarded to it, and also recognizes the eventual contract, if awarded, will contain a provision prohibiting discrimination as described above and that this prohibition shall apply to the hiring and treatment of the ______________________[name of entity proposing] employees and to all subcontracts it enters into in the performance of the agreement with the City of Bozeman. Signature of Proposer: ___________________________________________ Person authorized to sign on behalf of the proposer 161 Sources: Esri, HERE, DeLorme, TomTom, Intermap, increment P Corp., GEBCO,USGS, FAO, NPS, NRCAN, GeoBase, IGN, Kadaster NL, Ordnance Survey, EsriJapan, METI, Esri China (Hong Kong), swisstopo, MapmyIndia, ©OpenStreetMap contributors, and the GIS User Community 1 0 10.5 Mile ¯2018 Bozeman Aerial Flight Boundary Attachment B 162