Loading...
2015 US Dept. of the Interior Geological Survey-Lidar ProjectForm 9-1366 U.S. DEPARTMENT OF THE INTERIOR Customer if: (April 2015) GEOLOGICAL SURVEY Agreement #: Project #: JOINT FUNDING AGREEMENT TIN #: 47-6006106 Fixed Cost Agreement NO FOR FY16 Eastern Nebraska Urban Area Lidar Project THIS AGREEMENT is entered into as of the, day of May, 2016 by the U.S. GEOLOGICAL SURVEY, UNITED STATES DEPARTMENT OF THE INTERIOR, party of the first part, and the City of Blair, NE, party of the second part. 1' The parties hereto agree that subject to availability of appropriations and in accordance with their respective authorities there shall be maintained in cooperation activities for the procurement of Lidar data and Lidar-derived elevation products (see attached Schedule of Work) herein called the program. The USGS legal authority is 43 USC 36C; 43 USC 50; and 43 USC 50b. 2. The following amounts shall be contributed to cover all of the cost of the necessary field and analytical work directly related to this program. 2(b) includes In -Kind Services in the amount of $0.00 (a) by the party of the first part during the period Amount Date to Date $0.00 Date of last signature June 30, 2017 (b) by the party of the second part during the period Amount Date to Date $13,000.00 Date of last signature June 30, 2017 (c) Contributions are provided by the party of the first part through other USGS regional or national programs, i the amount of: $0.00 Description of the USGS regional/national program: (d) Additional or reduced amounts by each party during the above period or succeeding periods as may be determined by mutual agreement and set forth in an exchange of letters between the parties. (e) The performance period may be changed by mutual agreement and set forth in an exchange of letters between the parties. 3. The costs of this program may be paid by either party in conformity with the laws and regulations respectively governing each party. 4. The field and analytical work pertaining to this program shall be under the direction of or subject to periodic revie, by an authorized representative of the party of the first part. 5. The areas to be included in the program shall be determined by mutual agreement between the parties hereto or their authorized representatives. The methods employed in the field and office shall be those adopted by the part of the first part to insure the required standards of accuracy subject to modification by mutual agreement. 6. During the course of this program, all field and analytical work of either party pertaining to this program shall be open to the inspection of the other parry, and if the work is not being carried on in a mutually satisfactory manner either party may terminate this agreement upon 60 days written notice to the other party. 9-1366 (Continuation) Customer H: Agreement #: 7. The original records resulting from this program will be deposited In the office of origin of those records. Upon request, copies of the original records will be provided to the office of the other party. B. The maps, records, or reports resulting from this program shall be made available to the public as promptly as possible. The maps, records, or reports normally will be published by the party of the first part. However, the party of the second part reserves the right to publish the results of this program and, if already published by the party of the first part shall, upon request, be furnished by the party of the first part, at costs, Impressions suitable for purposes of reproduction similar to tha for which the original copy was prepared. The maps, records, or reports published by either party shall contain a statement the cooperative relations between the parties. 9. USGS will Issue billings utilizing Department of the Interior Bili for Collection (form DI -1040). Billing documents are to be rendered monthly, based on actual expenses, independent of product delivery. Payments of bills are due within 60 days after the billing date. If not paid by the due date, interest will be charged at the current Treasury rate for each 30 day period, or portion thereof, that the payment is delayed beyond the due date. (31 USC 3717, Comptroller General File 8- 212222, August 23, 1983). Name: Address: U.S. Geological Survey City of Blair, NE United States Department of the Interior USGS point of Contact James Langtry, National Map Liaison to Nebraska Name: US Geological Survey 5231 South 19th Street Lincoln, NE 68512 Telephone: 402-328-4128 Address: Telephone: Customer point of Contact Rod Storm, City Administrator City of Blair 218 S 16th Street Blair, NE 68008 402-426.6693 Email: jlangtry@usgs.gov Email: rodstorm@cl.blalr.ne.us Signatures and Date KARI Digitally signed . KARTCRAUN DN: c --US, o=U.SGovernment, Signature: ou=DepartmentofbaWerior, Signature: Date: ou=Geological Survey, cn KARI CRAUN, CR -Al 1 '— 0.9.2342,19200300.100.1.1=1400 1000345101 _ - — Name: Karl J. Craun Date: 2016.05.1205x48:06-05'00' Name: Jam alph Title: Director, NGTOC Title: Mayor, City of Blair, NE Statement of Work 2016 Eastern Nebraska Urban area lidar project FY16 BAA Award April 1, 2016 1) Purpose: The USGS and Douglas County, Nebraska will collaborate to acquire high-resolution LiDAR data and produce derived elevation products covering an area of approximately 1789 square miles in Eastern Nebraska, as shown in Attachment A. This project is for Fall 2016 acquisition of high resolution LiDAR data covering portions of Douglas, Lancaster, Sarpy, Dodge, and Washington Counties. The LiDAR data will be processed to produce a classified point cloud, the -based bare earth Digital Elevation Models (DEMs), and related products. All resulting elevation products will be placed in the public domain and will be made available for viewing and download through the USGS National Map and EarthExplorer. 2) Statement of Work USGS will select a qualified vendor to perform the LiDAR collection and processing via the Bureau's Geospatial Product and Service Contract (GPSC). GPSC task orders are awarded to qualified vendors through federal government solicitation. Current solicitation 09CR14- NoSolicitation was issued March 03, 2009. Qualified consultants are selected in accordance with Public Law 92-528 (Brooks Act) and FAR 36.6 - Architect -Engineering Services, which establishes a qualifications -based selection process, in which contracts for Architectural and Engineering services are negotiated on the basis of demonstrated competence and qualification for the type of professional services required at a fair and reasonable price. Vendor selection is based on the following 6 criteria (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project and (6) Acceptability under other appropriate evaluation criteria. This process is aligned with the Department's consultant RFP and selection process. USGS will contribute project funding to the project, administer data quality assurance and quality control (QA/QC), and manage all data deliverables. All land surveys conducted in support of this project will be performed by a qualified professional land surveyor licensed by the State of Nebraska. The Task Order issued by USGS to the selected GPSC Contractor provides full details regarding project collection requirements and resulting deliverables. USGS will: • In combination with FEMA, contribute a BAA share of $254,931.00 in support of total project cost (USGS NGP: $120,846.18, FEMA: $34,084.82, NRCS: 100,000.00). • Prepare a Task Order for agreed upon products and services. • Serve as Government Point of Contact during the full period of the Agreement. • Receive and catalog all project deliverables. • Inspect all deliverables. • Prepare product Validation Summary Report(s) and distribute to relevant project Points of Contact. • Return data to Contractor as needed for error correction/rework. Douglas County will: • Coordinate the collection of funds from partners as shown in table 1 totaling $254,934.00 for production activities associated with LiDAR collection, processing, and derivative product generation. This includes the applicable GPSC assessment fee which is calculated by USGS as 5% of the total contracted project cost. Table 1. Partnership cost share and total cost estimates for the FY16 Eastern Nebraska Urban Area Lidar project. Funding Partner(s) Proposed Contribution Amount Papio-Missouri River Natural Resources District $25,000.00 City of Omaha $32,752 Sarpy County $28,475.00 City of Fremont $8,408.00 City of Blair $13,000.00 City of Lincoln/ Lancaster County $137,299.00 Douglas County $10,000.00 Funding Partner Totals (from above) $254,934.00 3) Specifications and Deliverables All specifications and deliverables will meet or exceed the (Quality Level 2) U.S. Geological Survey LiDAR Guidelines and Base Specification, v 1.2 (http://pubs.usgs.govltmIllb4l). To supplement USGS specifications, FEMA -specific requirements such as cross section surveys, treatment of bridges and other features appearing in FEMA Procedure Memorandum No. 61 — Standards for LiDAR and Other High Quality Digital Topography, (http://www.fema.gov/media- library/assets/documents/6998?id=2206) will be adhered to and reflected in final product delivery. 4) Project Data Specifications a) Vertical Datum: NAVD88 using the most recent approved Geoid model from the National Geodetic Survey (NGS) for purposes of performing conversions from ellipsoidal heights to orthometric heights. b) Horizontal Datum: Horizontal NAD83/ High Accuracy Reference Network 2007 adjustment (NAD83/2007). c) Coordinate System and Projection: Nebraska State Plane, U.S. Survey feet. d) Tiling Scheme: A single non -overlapped tiling scheme (the Project Tiling Scheme) will be established and agreed upon by the data producer and the USGS before collection. This scheme will be used for ALL tiled deliverables. • Tile size is required to be an integer multiple of the cell size of raster deliverables. • Tiles are required to be sized using the same units as the coordinate system of the data. • Tiles are required to be indexed in X and Y to an integer multiple of the tile's X -Y dimensions. All tiled deliverables will conform to the Project Tiling Scheme, without added overlap. Tiled deliverables will edge -match seamlessly and without gaps. e) Ground Points: Full Point Cloud, LAS 1.4 format f) Data Quality and Flight Season Where possible: - LiDAR collection during leaf -off season. - LOAR will not be collected prior to 72 hours following a rain event of 0.5" or greater within the project area. - LiDAR data collection will not occur during high water events. g) LiDAR Nominal Pulse Spacing: Nominal Pulse Spacing of 0.7 -meter or better for this LOAR collection project. Maximum final post spacing sufficient to accommodate 2 points per square meter in unobstructed areas for random point data. h) Vertical Accuracy: RMSEZ 0.32 ft (10 cm) to support 1 ft contour accuracy (Vegetated Vertical Accuracy 0.96 ft or 29.4 cm). i) Tie to Existing LiDAR Data LiDAR data collected for this project will be tied to LiDAR-derived elevations collected during previous adjacent projects so as to minimize differences in surface elevations at the intersecting seams of the project areas. The vertical difference along a tie -edge will not exceed the Non- vegetated Vertical Accuracy (NVA) and Vegetated Vertical Accuracy (WA) in specific vegetation types. j) Digital Elevation Model (DEM): Bare Earth, hydro -flattened, 5 -ft grid post spacing, ESRI Float Grid format, and constructed with a 5 -ft cell size inserted at a 5 -ft or 0 -ft Nebraska State Plane coordinate. Delivery will include a mosaiced DEM data set and a set of individually tiled DEMs. k) Contours The data shall be processed to provide 1 foot interval contours with smoothing applied. 1) Metadata: Processed LiDAR data and derived products will include FGDC-compliant metadata. m) Data Delivery Media: External Hard Drive 5) Schedule and Data Delivery The LiDAR collection component of this project is planned to occur from March 15, 2016 through December 31, 2016, or as acceptable capture conditions allow. All processed data and derived products defined in the USGS project Task Order will be sent directly to USGS National Geospatial Technical Operations Center by the GPSC Contractor for evaluation. USGS will evaluate project deliverables within 60 days of receipt. Substandard deliverables will be returned to the Contractor for correction/rework. The Contractor will remedy all discrepancies identified and return corrected deliverables to USGS within 30 days of notification for subsequent inspection. Upon acceptance of project deliverables, the Contractor will provide a copy of all deliverables to the NITCGISC LiDAR project Point of Contact. 6) Other terms Every effort will be made to award contract(s) to complete the work as described in this SOW. However, if the total funding amount is not sufficient to complete the work as described, then adjustments will be made to either obtain additional funding, or, the project will be re -scoped to the mutual satisfaction of all stakeholders. Data over military properties is not anticipated to be shared with partners or the public, unless clearance is provided. Should unexpected restrictions affect access to other data over military properties, then only federal funds will be applied to those areas. If data acquisition cannot be completed during a single season due to unacceptable capture conditions, then it is possible that the remaining AOI would be acquired during the next suitable collection window which may or may not be in the same calendar year. 7) Contacts USGS Financial Contacts: Papio-Missouri River NRD Financial Contact Jim Almekinder Name Carey Fry, CPA, CGFM, CGMA Senior Accountant US Geological Survey Papio-Missouri River NRD 1400 Independence Road, MS317 Address 8901 South 154th Street Rolla, MO 65401 Omaha, NE 68138-3621 573-308-3549 Telephone 402-444-6222 x221 jalmekinder@usgs.gov E -Mail cfry@papionrd.org Sarpy County, Nebraska Financial Contact Gail Dunn Name Bill Herr, Project Administrator US Geological Survey Sarpy County Public Works 1400 Independence Road, MS318 Address 15100 South 84th Street Rolla, MO 65401 Papillion, NE 68046 573-308-3756 Telephone 402-537-6906 gdunn@usgs.gov E -Mail herb@sarpy.com Douglas County Financial Contact City of Lincoln/Lancaster County GIS Financial Contact Tom McDonald Name Jeff McReynolds Engineer/Manager GIS Coordinator Douglas County Engineer 15505 West Maple Road. Address 555 South 10th Street Omaha, NE 68183 Lincoln, NE 68508 402-444-6372 Telephone 402-441-6155 Tom. McDonald @douglascounty- ne.gov E -Mail JMcReynolds@lincoln.ne.gov City of Blair, NE Financial Contact City of Omaha, NE Financial Contact Rod Storm City Administrator Name Heather Tippey Pierce General Services Division Manager City of Blair Omaha public Works Department 218S16 th Street Address 1819 Farnam St, Ste 600 Blair, NE 68008 E -Mail Omaha, Ne 68183 402-426-6693 Telephone 402-444-3275 rodstorm@ci.blair.ne.us E -Mail HTPierce@cityofomaha.org City of Fremont Financial Contact Jody Sanders Name Finance Director 400 East Military Ave Address Fremont, NE 68025 402-727-2627 Telephone Jody.Sanders@FremontNE.com E -Mail USGS Delivery to: Partner Delivery to: James Langtry Name Mike Schonlau National Map Liaison US Geological Survey GIS Coordinator Douglas County 5231 South 19th Street Address 1819 Farnam St., Suite 402 Lincoln, NE 68512 Omaha, NE 68183 402-328-4128 Telephone 402-444-3982 jlangtry@usgs.gov E -Mail mschonlau@douglascounty-ne.gov Attachment A 2016 Eastern Nebraska Urban area lidar project Project Area f ; • � � mz s. _ 1f J ri � j1. - I} , d. y 6t❑,,.ail kIfl 1 . f , , n a i r [fl ' f 1 I7Em fit I � ,1'Ir f• �' < I , I,r,ll t 'lift �• I! zr�1A f l�11i ydM1 t rin f� � I I�m;fi i e� $g 111 " � / t ,i f fit l -f11 _ • • � i 7 0 1- l#111.111 nl,ni l ,lan ._it Ill=f il� 1 i ,