Meeting Date: Agenda Item No:

Similar documents
Purdue Road School 2016

WROC. Kickoff Webinar. Thank you for joining us. The webinar will begin shortly. All participant lines are muted.

3D Elevation Program (3DEP)

The PAMAP Program Ortho and LiDAR GIS-T 2008 Houston, TX Special thanks for to Helen Delano & Chris Markel, BAE Systems

REQUEST FOR PROPOSALS for the Development of Sidewalk Inventory for the DVRPC Region

ADMINISTRATIVE CODE BOARD OF COUNTY COMMISSIONERS

Title 5: ADMINISTRATIVE PROCEDURES AND SERVICES

Meeting Date: Agenda Item No:

MOBILE ASSET DATA COLLECTION. Pavement Condition Index Ground Penetrating Radar Deflection Testing. Contact Information:

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

APPENDIX 1 BROWARD COUNTY PLANNING COUNCIL PLAN AMENDMENT REQUIREMENTS AND PROCEDURES

Hampshire, Hardy & Morgan Counties WV 2018 Aerial Photography Request for Proposal 2018 Digital Orthophotography

Request for Proposal PROFESSIONAL AUDIT SERVICES

RESOLUTION NUMBER 2877

REQUEST FOR QUALIFICATIONS AND REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES CROMWELL BELDEN PUBLIC LIBRARY TOWN OF CROMWELL, CONNECTICUT

REQUEST FOR PROPOSALS (RFP) K430 INITIATIVE 502 CONSULTING SERVICES. To request this information in alternative formats call (360)

MnGeo State Government Geospatial Advisory Council. An Annotated Briefing for the Charter Meeting

Request for Quotes (RFQ) for Quality Assurance & Quality Control Services for Photogrammetric Base Map Update

REQUEST FOR PROPOSALS/QUALIFICATIONS Clallam County Shoreline Master Program Update

Public Notice U.S. ARMY CORPS OF ENGINEERS, GALVESTON DISTRICT AND TEXAS COMMISSION ON ENVIRONMENTAL QUALITY

Northwest Straits Marine Conservation Initiative Sustainability Plan

ICANN Designated Agent for Registrar Data Escrow Services

City of Oakland Park

City of Puyallup City-Owned Fiber Infrastructure Evaluation Project

WHITMAN COUNTY, STATE OF WASHINTON NOTICE TO PROFESSIONAL SERVICES CONSULTANTS FOR

Historic Preservation Special Category Application Webinar

Sponsorship Agreement/Sub-Grant Posted Date June 6, 2016 Due Date for Applications Cycle 1: Cycle 2: July 15, 2016 January 13, 2017

PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR DISTRIBUTED GENERATION PROJECTS PON EM

PPEA Guidelines and Supporting Documents

CITY OF LOMITA REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES TO PROVIDE BID PROPOSAL FOR

Guide to. Grant Aid Agreement Document. Section 39 Health Act, 2004 Section 10 Child Care Act, 1991 National Lottery

UNMANNED AIRCRAFT SYSTEMS CORRIDOR STUDY

Guide to the Survey Log Sheet Version 4.1

Farm Energy and Agri-Processing Program Terms and Conditions

2018 Terms and Conditions for Support of Grant Awards Revised 7 th June 2018

STATE AID TO AIRPORTS PROGRAM NC DEPARTMENT OF TRANSPORTATION DIVISION OF AVIATION

Noxious Weed And Invasive Plant Grant Program

STATE OF WASHINGTON Request for Quotes and Qualifications

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

PUBLIC LIBRARY CONSTRUCTION GRANTS

KAREN E. RUSHING. Audit of the Vendor Selection Process

Marina Strategy: Section A Request for Proposal. 1. Request for Proposal. 2. Communication. 3. Key Contacts

City of Malibu Request for Proposal

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

REQUEST FOR PROPOSALS FOR THE PROVISION OF DAM BREAK ANALYSES AND INUNDATION MAPPING SERVICES FOR SOUTH FEATHER WATER AND POWER AGENCY S

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

FLORIDA DEPARTMENT OF TRANSPORTATION

CITY OF BEVERLY HILLS PUBLIC WORKS & TRANSPORTATION DEPARTMENT CIVIL ENGINEERING DIVISION REQUEST FOR PROPOSALS

VILLAGE OF FOX CROSSING REQUEST FOR PROPOSAL FOR COMPREHENSIVE PLAN

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Dakota County Technical College. Pod 6 AHU Replacement

Community Development Block Grant Applicant Guide

CITY OF LOS ANGELES INTER-DEPARTMENTAL CORRESPONDENCE

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR RIGHT OF WAY RE MONUMENTATION SERVICES FOR HIGHWAY DEPARTMENT

PROGRAM OPPORTUNITY NOTICE EFFICIENCY MAINE TRUST CUSTOM INCENTIVE PROGRAM FOR ELECTRIC EFFICIENCY PROJECTS PON EM

ATTACHMENT A GARDEN STATE HISTORIC PRESERVATION TRUST FUND PROGRAM REGULATIONS. (selected sections)

PUBLIC NOTICE REQUEST FOR PROPOSALS ZONING ORDINANCE UPDATES SOMERSET COUNTY AND THE CITY OF CRISFIELD, MARYLAND

POSITION DESCRIPTION

Guidelines for the Major Eligible Employer Grant Program

2:00 p.m. on Monday, August 11, 2014

City of Fernley GRANTS MANAGEMENT POLICIES AND PROCEDURES

An Invitation: Establishing a community forest with the U.S. Forest Service

REQUEST FOR PROPOSAL. The City of Oneida, NY

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO

Office of the District of Columbia Auditor

FIRST 5 LA GRAPHIC DESIGN VENDOR REQUEST FOR QUALIFICATIONS (RFQ)

Section 6: Coordinating Local Planning

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

Pierce County Community Connections

ANNUAL REQUEST FOR QUALIFICATIONS Design Related Consulting & Support Services

COASTAL CONSERVANCY. Staff Recommendation June 16, 2005 MALIBU ACCESS: DAN BLOCKER BEACH. File No Project Manager: Marc Beyeler

DEPARTMENT OF TRANSPORTATION POLICY FOR INDUSTRIAL PARK, AGRI-BUSINESS ACCESS, AND COMMUNITY ACCESS GRANT PROGRAMS

REQUEST FOR PROPOSALS (RFP) FIRE STATION FEASIBILITY STUDY. Borough of Phoenixville. July 15, 2016

Chester County Vision Partnership Grant Program January 2017

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

FISCAL YEAR FAMILY SELF-SUFFICIENCY PROGRAM GRANT AGREEMENT (Attachment to Form HUD-1044) ARTICLE I: BASIC GRANT INFORMATION AND REQUIREMENTS

Erosion Control and Water Management Policy

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15

TOWN OF LISBON Office of the First Selectman 1 Newent Road Lisbon, Connecticut 06351

Automated License Plate Reader (ALPR) System. City of Coquitlam. Request for Proposals RFP No Issue Date: January 25, 2017

Auditory Oral Early Education Program APPLICATION GUIDELINES FY

Below are five basic procurement methods common to most CDBG projects:

Community Development

WATERFRONT COMMISSION OF NEW YORK HARBOR

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

City of Jacksonville, Alabama Public Square Overlay District. Façade Improvement Program APPLICATION AND AGREEMENT

Public Notice U.S. ARMY CORPS OF ENGINEERS, GALVESTON DISTRICT AND TEXAS COMMISSION ON ENVIRONMENTAL QUALITY

Geographic Intelligence

APPENDIX A PROGRAMMATIC AGREEMENT FOR MINOR TRANSPORTATION PROJECTS

INTERGOVERNMENTAL COORDINATION ELEMENT:

Guidance for Locally Administered Projects. Funded Through the NJDOT/MPO Program Funds Exchange. August 27, Revised September 15, 2014

FUNDING AGREEMENT FOR SECTION 5317 NEW FREEDOM PROGRAM GRANT FUNDS

STATE AID TO AIRPORTS PROGRAM NC DEPARTMENT OF TRANSPORTATION DIVISION OF AVIATION

EXCAVATION & FILL PROCEDURE 1

STATE OF MINNESOTA CAPITAL GRANTS MANUAL. A step-by-step guide that describes what grantees need to do to receive state capital grant payments

DEPARTMENT OF LICENSING AND REGULATORY AFFAIRS DIRECTOR S OFFICE PROFESSIONAL SURVEYORS GENERAL RULES

107 FERC 61,053 UNITED STATES OF AMERICA FEDERAL ENERGY REGULATORY COMMISSION

Transcription:

Meeting Date: Agenda Item No: Kitsap County Board of Commissioners Office/Department: Information Services Staff Contact: Chad Dean, MS-21, 337-4709 Agenda Item Title: Cooperative Purchasing Agreement for Olympic Peninsula/SW Lidar Recommended Action: Move that the Board of County Commissioners approve and authorize the Chair to execute the cooperative purchasing Agreement for Olympic Peninsula/SW Lidar Summary: Kitsap County has contracted with the Department of Natural Resources for Olympic Peninsula and Coastal Plains Lidar Project. The contract shall commence upon approval and terminate upon completion of project (estimated late 2018). The contract amount shall not exceed $37,305.36. Attachments: 1. Contract Review Sheet 2. Cooperative Purchasing Agreement Fiscal Impact for this Specific Action Expenditure required for this specific action: NTE $37,305.36 Related Revenue for this specific action: $0.00 Cost Savings for this specific action: $0.00 Net Fiscal Impact: NTE $37,305.36 Source of Funds: Various Accounts (DCD/PW/KPUD1) Fiscal Impact for Total Project Project Costs: NTE $37,305.36 Project Costs Savings: $0.00 Project Related Revenue: $0.00 Project Net Total: NTE $37,305.36 Fiscal Impact (DAS) Review Department/Office Information Services Departmental/Office Review & Coordination Elected Official/Department Director Bud Harris Contract Number Date Original Contract or Amendment Approved Contract Information Amount of Original Contract Amendment KC-269-17 Pending NTE $37,305.36 See contract notes on Funding & Dates -LBR Funding Partners Approval Total Amount of Amended Contract

A. CONTRACT INFORMATION Kitsap County CONTRACT REVIEW SHEET (Chapter 3.56 KCC) 1. Contractor Department of Natural Resources 2. Purpose Cooperative Purchasing Agreement for Olympic Peninsula/SW Lidar 3. Contract Amount NTE $37,305.36 Disburse x Receive 4. Contract Term Upon approval through end of project (2018) 5. Contract Administrator Chad Dean, MS-21 Phone 337-4709 Approved: Bud J. Harris Date Aug 17, 2017 Department Director B. AUDITOR ACCOUNTING INFORMATION 1. Contract Control Number KC-269-17 2. Fund Name Information Services 3. Payment from-revenue to CC/Account Nbr Various Accounts 4. Encumbered By Dave Schureman Date 8/17/2017 C. AUDITOR'S ACCOUNTING GRANTS REVIEW Signature required only if contract is grant funded 1. Approved Not Approved Reviewer 2. Comments: Date D. ADMINISTRATIVE SERVICES DEPARTMENT RISK MANAGER REVIEW 1. X Approved Not Approved Reviewer Anastasia Johnson Date 8/18/2017 2. Comments: E. ADMINISTRATIVE SERVICES DEPARTMENT BUDGET MANAGER REVIEW Signature required only if contract is for $50,000 or more, OR it will be signed by board of commissioners (regardless of dollar amount) 1. X Approved Not Approved Reviewer Kristofer Carlson Date 08/17/2017 2. Comments: F. PERSONNEL DEPARTMENT PERSONNEL DIRECTOR REVIEW Signature required only if union or employment contract 1. Approved Not Approved Reviewer 2. Comments: G. PROSECUTING ATTORNEY Date 1. X Approved as to Form Not Approved as to Form Reviewer Susan Rogers Date 8.21.2017 2. Comments: H. CERTIFICATION BY CONTRACT ADMINISTRATOR: THIS CONTRACT IS READY FOR CONSIDERATION BY THE AUTHORIZED CONTRACT SIGNER. (For contract signing authority, see KCC 3.56.075) Date Approved by Authorized Contract Signer: Date RETURN SIGNED ORIGINALS TO: Lee Reyes, MS-7, 337-4471

KC-269-17 Cooperative Purchasing Agreement In accordance with Chapter 39.34 RCW, The Washington Department of Natural Resources and Kitsap County agree to a cooperative governmental purchasing agreement for Lidar. Pursuant to Intergovernmental Cooperative Purchasing Agreement number between the Washington State Department of Natural Resources (DNR) and Kitsap County; 1. Kitsap County wishes to acquire LiDAR Survey Data through DNR s contract with the USGS to provide public-domain high-resolution LiDAR topographic survey data in Washington. 2. Per the agreement, DNR will act as the agent for Kitsap County for this purchase. 3. This agreement covers the attached LiDAR Acquisition Cost Proposal from USGS dated for the following named project: 2017 Washington Olympic Peninsula and Coastal Plains Lidar Project. This agreement is part of a cooperative partnership with DNR and participating Cities, Counties, Jurisdictions and other parties to acquire LiDAR data. 4. DNR will obtain this data under its contract with USGS. 5. The total cost for the project is set out in Exhibit A and cost to Kitsap County is a shared cost not to exceed $37,305.36. 6. DNR relies on its contract with USGS to the extent provided by law and upon the following terms: (a) Kitsap County accepts responsibility for compliance with any additional or varying laws and regulations governing its purchases. Any purchases by Kitsap County shall be effected by a purchase order or other authorized form of ordering to DNR. (b) DNR will obtain the services and data from the USGS and deliver it to Kitsap County. (c) DNR accepts no responsibility for payment of the purchase price by Kitsap County. This agreement may be revoked at any time in writing by either party, provided, however, that Kitsap County agrees to pay for any services rendered under this agreement prior to termination.

Accepted for: Kitsap County Commissioners Office Accepted for: Washington State Department of Natural Resources, Washington Geological Survey Charlotte Garrido David K. Norman Board of County Commissioners Chair Date: Washington State Geologist Date:

Exhibit A STATEMENT OF WORK 2017 Washington Olympic Peninsula and Coastal Plains Lidar Project G16PS00711/G16AS00121 1. Purpose The USGS and their partner, Washington Department of Natural Resources (hereafter WA DNR), will collaborate to acquire high-resolution digital elevation data developed from airborne lidar (Light Detection and Ranging) for an area of approximately 5,018.6 square miles of QL 1 lidar data in the AOI (Appendix A). The data will be used to generate digital elevation models and contours, engineering design and design reviews, conservation planning, research, floodplain mapping, geologic hazard mapping, and hydrologic modeling utilizing lidar technology. The data is to be acquired between fall 2017 and fall 2018. The project area will consist of high accuracy classified bare-earth lidar data in LAS format as well as raster Digital Elevation Models (DEMs) per project requirements. The project data will be edge-matched to current lidar data. 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 as well as through WA DNR online web portals. 2. General Terms USGS will select a qualified vendor to perform the Lidar collection and processing via the Bureau s Geospatial Product and Service Contract (GPSC). The project partner, WA DNR requests that Quantum Spatial, Inc. be selected as the lidar vendor on this project. GPSC task orders are awarded to qualified vendors through federal government solicitation. 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. The Task Order issued by USGS to the selected GPSC Contractor provides full details regarding project collection requirements and resulting deliverables. A copy of the Task Order will be provided to the partner. USGS will: Prepare a Task Order for agreed upon products and services. Serve as Government Point of Contact during the full period of the Agreement.

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. 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. Partner will: Execute separate funding agreements with partners shown in the Funding section below in support of the total project cost. Provide funding for the project as described in Funding section. Shall pay contract project costs plus applicable GPSC assessment fee which is calculated by USGS as 5% of the contracted project cost, not to exceed the amount specified in the JFA. Assist the USGS NGTOC in resolving project issues as needed and appropriate. Provide available information, including informal observations from interested parties, on ground conditions to facilitate project flight planning. 3. Funding Partner Contribution Washington DNR $1,826,875 DNR Forest Practices Board $240,000 Green Diamond Resource Company $150,000 Kitsap County and PUD $37,305.36 Suquamish Tribe $8,500 Port Gamble S Klallam Tribe $20,000 Port Blakely Tree Farms $7,500 Total Non-Federal $2,290,180 USGS-3DEP $721,254 $ Total Federal $721,254 TOTAL FUNDS $3,011,434 4. Specifications and Deliverables Unless otherwise stated all specifications and deliverables will meet or exceed the (Quality Level 1) U.S. Geological Survey Lidar Guidelines and Base Specification, v 1.2) http://pubs.usgs.gov/tm/11b4/). To supplement USGS specifications, or FEMA-specific requirements such as cross section surveys, treatment of bridges and other features

Quality Level appearing in FEMA Procedure Memorandum No. 61 Standards for Lidar and Other High Quality Digital Topography, (http://www.fema.gov/medialibrary/assets/documents/6998?id=2206) will be adhered to and reflected in final product delivery. Point Density Vertical Accuracy RMSEz Nominal Pulse Spacing (NPS) Nominal Pulse Density (NPD) DEM Post Spacing 1 8 pts/m 2 10 cm 0.35 m 8 Pts/sq m 3ft See Appendix B for full list of specifications. Variations from USGS standard (If partner has special requests/needs that vary from standards): 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. Horizontal Datum: Horizontal NAD83/ HARN Coordinate System and Projection: WA State Plane, South Zone, units in U.S. Survey Feet. Tiling Scheme: 3.00 x3.00 foot regular grid. Point cloud data tiles will be formatted using a 0.75 minute by 0.75 minute tiling scheme and named according to the US National Grid conventions. Digital Elevation and Surface Model tiles will be formatted using a 3.75 minute by 3.75 minute tiling scheme and named according to the US National Grid conventions. Edge matching is required between tiles within and between deliveries. 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) in consolidated terrains or the Vegetated Vertical Accuracy (VVA) in specific vegetation types. Digital Elevation Model (DEM): Individually tiled bare Earth, hydro-flattened, 3- ft grid post spacing, ESRI Float Grid format, and constructed with a 3-ft cell size inserted at a 3-ft or 0-ft State Plane South coordinate. Delivery will include a mosaicked DEM data set and a set of individually tiled DEMs. The Lidar data will be processed to produce a classified point cloud, tile-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 Earth Explorer as well as WA DNR s Lidar Portal. 5. Other Terms Every effort will be made to award contract(s) to complete the work as described in this SOW. However, the total funding amount is subject to availability of appropriations of

both parties. If the 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. 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. If data is to be collected over military properties then Department of Defense clearance may be required. Should unexpected restrictions affect access to data over military properties, then only federal funds will be applied to these areas. If upon contract negotiation, it is determined that funds are sufficient to complete the area of interest described in this SOW, then the partner(s) may desire to expand their area of interest. Prior to award, the expansion area beyond the originally scoped area of interest will be fully vetted and agreed upon to the mutual satisfaction of all stakeholders. Required for BAA: For agreements that are associated with, or become associated with Broad Agency Announcement (BAA) proposals for 3DEP projects prior to BAA selection, the execution of this agreement does not guarantee any commitment of USGS funds, nor does the execution of the agreement constitute greater consideration of any related proposal under the BAA selection process. 6. Contacts USGS Financial Contact: Partner Financial Contact: Jim Almekinder Name Tara Salzer US Geological Survey Washington Geological Survey 1400 Independence Road, MS317 Address 1111 Washington St. SE, MS47007 Rolla, MO 65401 Olympia, WA 98501 573-308-3549 Telephone 360-902-1465 jalmekinder@usgs.gov E-Mail Tara.Salzer@dnr.wa.gov USGS Technical Contact: Partner Technical Contact: Jayna Winehouse Name Abigail Gleason USGS Commercial Partnership Team Lidar Manager One Denver Federal Center, Building 810 E-11, MS 510 Address Washington Geological Survey 1111 Washington St E Denver, CO 80225 Olympia, WA 98504 303.202.4502 Telephone 360.902.1560 jwinehouse@usgs.gov E-Mail Abigail.Gleason@dnr.wa.gov USGS Liaison Partner Data Delivery: Tom Carlson Name Abigail Gleason Geospatial Liaison for PNW Lidar Manager US Geological Survey 933 Broadway, Suite 300 Address Washington Geological Survey 1111 Washington St E

Tacoma, WA 98402 Olympia, WA 98504 253.552.1682 Telephone 360.902.1560 tcarlson@usgs.gov E-Mail Abigail.Gleason@dnr.wa.gov 7. Appendix A Project Area Map

Map Graphic 8. Appendix B Full Project Specifications Technical Specifications Parameter Specification Design pulse density per swath 4 points per square meter (ppsm) Nominal 1 st return pulse density 8 ppsm Vertical Accuracy RMSEz Root Mean Square Error of 10cm for z (elevation) values Swath overlap Survey conditions At least 50% side lap, designed 100% double coverage No significant snow cover or cloud cover, limited or no standing water and no flooding. Leaf-off conditions for elevations less than 1500ft. If conditions and flight planning parameters allow, effort should be made to collect coastal areas at low tide. Additional Specifications and Deliverables: Vertical Datum: NAVD88 using the Geoid 03 model from the National Geodetic Survey (NGS) for purposes of performing conversions from ellipsoidal heights to orthometric heights. The Geoid 03 model is requested to be consistent with previous lidar collections in the region and to be compatible with the Washington State Plane South Horizontal NAD83/ HARN projection. Point Cloud Data: at least 8 points per square meter final density required, full classified point cloud, LAS v1.4 format. Digital Elevation Models (DEM): individually tiled bare earth, hydro-flattened, 3-ft grid post spacing, ESRI Float Grid format, and constructed with a 3-ft cell size inserted at a 3- ft or 0-ft State Plane South coordinate. Delivery will include a mosaicked DEM data set and a set of individually tiled DEMs. Digital Surface Model: individually tiled first return, hydro-flattened, 3-ft grid post spacing, ESRI Float Grid format, and constructed with a 3-ft cell size inserted at a 3-ft or 0-ft State Plane South coordinate. Delivery will include a mosaicked DEM data set and a set of individually tiled DEMs. Control and calibration points: Ground Control Points (GCPs) collected by the contractor to control the survey as well as to compare to the Lidar collection in order to ensure accuracy will be delivered in the Survey Report as a list of X, Y, Z coordinates as well as in an ASCII text or ESRI shapefile format. Intensity image files, if available. Survey Report: text report that describes the survey and collection methods, conditions, and vendor s accuracy assessment. Metadata: Processed Lidar data and derived products will include FGDC-compliant metadata.

QA/QC report: The QA/QC report or checklist as completed by the USGS as well as any QC reports delivered by the contractor. Data Deliver Mode: External Hard Drive. Specific Collection Requests In general, WA DNR requests that low tide conditions be considered when planning collection along coastal regions and WA DNR recognizes collection conditions or costs may not allow the request to be met. In one regional location, however, WA DNR requests that low tide conditions be given more consideration if possible. The WA DNR Aquatics Division is requesting to collect the wildlife refuge tide flats and several sturgeon habitat areas in Willapa Bay at low tide if at all possible to support project goals. The Aquatics Division has also provided a timetable of lowest tides in Willapa Bay which would have the most conducive capture conditions for their project areas, which will be provided to the vendor. It is understood that this requirement will only be met if weather and time conditions allow. This area is highlighted in the graphic below.

Kitsap County collects orthoimagery every two years, and would like to use the high quality lidar data produced from this project to orthorectify the imagery when it is collected. In order to accomplish this, coverage over Kitsap County will need to be available in spring or early summer 2018. To meet this requirement, the Kitsap County AOI may have to be treated as an independent block, with a unique set of ground control points in order to complete and furnish a final dataset in this timeframe. WA DNR is prepared to discuss this scenario and any alternatives. The Kitsap County AOI is shown in the figure below.

Schedule and Data Delivery The Lidar collection component of this project is planned to occur in fall of 2017 or as soon as acceptable capture conditions allow. A sample of data will be available as a pilot review of the data quality, to be evaluated by the USGS and WA DNR prior to finished product deliveries. Due to the large coverage area and periodic acquisition constraints in the Pacific Northwest, WA DNR proposes multiple, independent, collection areas for survey completion and delivery. The area of interest is divided into three primary collection areas in the figure below. Each collection area would be required to have the requisite ground control points and vertical accuracy check points to make each area independent of each other for quality assurance purposes. While this could incur additional costs, WA DNR believes this approach is important to ensure timely data

distribution to partners with time sensitive requirements dependent on this project. Ultimately, this approach is not significantly different from previous projects WA DNR and USGS have collaborated on; for example the Western Washington 2016 Lidar Data Acquisition project had independent northern and southern areas of interest. The Kitsap County region does have a more definitive time requirement as discussed in the specific collection requests section and WA DNR is prepared to discuss options to satisfy this requirement. The collection regions depicted below can be altered accordingly with discussion between all parties as flight planning commences. The finished data and derived products for each collection region will be scheduled as follows as the weather and other collection parameters allow: Block and Description Collection area 1 Kitsap, Mason, western Jefferson, western Clallam, and northern Grays Harbor Counties Collection area 1a if needed, Kitsap County separately Collection area 2 Southern Grays Harbor, Pacific, eastern Lewis and Wahkiakum Counties Delivery Timeframe Spring 2018 or as weather allows Spring 2018 Spring 2018 - Fall 2018

Collection area 3 Clallam and western Jefferson Counties Spring 2018 -Spring 2019 WA DNR is required to spend a portion of their funds totaling at least $240,000 by June 30, 2017. Services that can be paid for by these funds include all pre-planning activities and lidar survey collection. Additional DNR funds totaling $1,826,875 are required to be spent by June 30 th, 2019. Services that can be paid for by these funds include any planning activities, lidar collection, processing, and dissemination of data and derivative products. 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. Quality Assurance and Acceptance Criteria USGS will evaluate project deliverables within 60 days of receipt. The deliverables will be accepted by the USGS in accordance to the U.S. Geological Survey Lidar Guidelines and Base Specification Version 1.2. More specifically, QC/QA on the deliverables will be done to ensure all specified data and documents are present and can be opened/viewed in appropriate software and that all GIS products, DEMs, and las files are in the correct projection and coordinate system. DEMs will also be reviewed for quality and consistency to include but not limited to an inspection of hydrologic flattening, verification of any spikes, wells, voids, or other artifacts, and that applicable features are either removed or maintained as specified. 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. Within 30 days of acceptance of project deliverables, the Contractor will provide a copy of all deliverables to the DNR Lidar project Point of Contact.