19
Metropolitan Washington Airports Authority Request for Qualifications Information GIS Services For Color Digital Orthophotography and Feature Extraction At Washington Dulles International Airport, Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016

Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

Metropolitan Washington Airports Authority

Request for Qualifications Information

GIS Services

For

Color Digital Orthophotography and Feature Extraction

At

Washington Dulles International Airport, Ronald Reagan Washington National Airport

And Dulles Corridor Enterprise

July 2016

Page 2: Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

Metropolitan Washington Airports Authority 1-16-C110

Page 2 of 19

REQUEST FOR QUALIFICATIONS INFORMATION (RFQI) No. 1-16-C110

FOR

COLOR DIGITAL ORTHOPHOTOGRAPHY AND FEATURE EXTRACTION FOR WASHINGTON DULLES INTERNATIONAL AIRPORT, RONALD REAGAN WASHINGTON NATIONAL AIRPORT AND THE DULLES

CORRIDOR ENTERPRISE

I. DESCRIPTION OF WORK THE METROPOLITAN WASHINGTON AIRPORTS AUTHORITY (the Authority) plans to retain Architectural/Engineer (A/E) design services for projects at Dulles International Airport, Ronald Reagan Washington National Airport and the Dulles Corridor Enterprise. The purpose of this project is to acquire high quality color digital aerial imagery and Lidar for the purpose of feature extraction, DTM (Digital Terrain Modeling) for design grade planimetric data, 1 foot topography and 2-inch pixel color orthophotography of the Dulles International Airport, Ronald Reagan Washington National Airport and the Dulles Corridor Enterprise. The consultant will collect the imagery utilizing a digital mapping camera equipped with airborne GPS and IMU technology. The consultant will implement a quality control process that identifies and corrects spatial problems, format problems and visual problems before final delivery to the Authority. The location and boundaries of desired flight path is provided. Upon award the Authority will provide location and boundaries in ESRI Personal Geodatabase format. The Authority will use the data produced under this project in both GIS (ESRI) and CADD (DGN) applications. Not only will this data be used by the Authority, but it will be also provided to Engineering/Surveying consultants for use on future design projects for the Authority. In order to meet the future mapping needs of design projects, the horizontal and vertical accuracy of all primary mapping deliverables developed under this project (Digital Orthoimagery, Planimetric Data, DTM’s [Digital Terrain Models] and 1-foot Topography) shall meet, or exceed, NMAS (National Map Accuracy Standards) for 1” = 50’ scale map feature data with 1-foot topography. For full overview and requirements see Appendix B. II. QUALIFICATIONS/SELECTION CRITERIA The Authority will evaluate the qualifications of the applicants based on their demonstrated experience in the following areas, which are all of equal importance: 1. Experience: Each offeror shall demonstrate specialized experience in the creation of digital

orthophotography imagery and feature extraction. 2. Qualification and Availability of Key Personnel: Qualifications of key personnel assigned to this

work, including personnel from the prime contractor and support contractors. Key personnel should include project managers, task leaders and analysts that will be key members for this contract. Significant experience must be demonstrated for each member of the key personnel. Contract personnel must be eligible for and will be required to obtain an Air Operations Area Badge. Offerors submitting highly qualified personnel clearly demonstrating their experience, have previously worked together on similar projects and are available and committed for this project will receive more favorable consideration.

3. Management: The proposed organizational structure of the project team and specific strategy to

manage the project process and project team. This shall include items such as team organization,

Page 3: Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

Metropolitan Washington Airports Authority 1-16-C110

Page 3 of 19

roles, responsibilities, project control routines (progress reports, schedule and budget tracking) and project cycle. Offerors will need to illustrate the ability to manage all of these key functions.

4. Past Performance: Each offeror shall submit evidence of past performance of projects similar to size

and type. Demonstration of the past performance shall be documented. The following factors will be collectively evaluated:

a. Compliance with the original schedule and budget b. Provide copies of all written notices of deficiency relating to your performance of digital-

orthophotography-and-feature-extraction contracts within last five years. c. Communications and working relationship with the client d. Accommodation of unanticipated circumstances e. Successful project completeness reports

A Request for Proposal (RFP) will result from the evaluation of qualifications submitted by offerors responding to this announcement. It is anticipated that a short list of submitters will be interviewed by a selection committee for final selection. III. LOCAL DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS The subsequent contract will be a negotiated, firm fixed price and will include a requirement that there be a minimum of Thirty Percent (30%) Local Disadvantaged Business Enterprise (LDBE) participation. An LDBE is defined as a small business concern which is organized for profit and which is located within 100 mile radius of Washington DC’s zero mile marker. To qualify as a small business concern for purposes of this announcement, the average gross receipts of the professional firms (NAICS 541310 and 541922 must not exceed $7.5 million, 541330, 541360,and 541370 must not exceed $15 million, 541512 must not exceed $27.5 million) based on the average receipts of the last three years (see Exhibit C of RFP for detailed description). The receipts of all affiliates shall be counted in the total of the business entity’s gross receipts. The Authority encourages the participation of minority and women owned businesses. For information on this program, or for additional information on small business standards pertaining to other specialty areas in this project, please call Richard Gordon, Department of Supplier Diversity (DSD) at 703-417-8360. IV. MINORITY BUSINESS ENTERPRISE/WOMAN BUSINESS ENTERPRISE VOLUNTARY GOALS The Authority is committed to achieving significant participation in its contracting programs by business enterprises that are owned and operated by minorities and women (MBEs and WBEs) regardless of the size of the enterprise. All offerors are strongly encouraged to take active steps to maximize the participation of MBEs and WBEs in this contract. To communicate the Authority's strong desire for significant MBE/WBE participation in this contract, the Authority has also set a voluntary MBE/WBE participation percentage of Twenty Percent (20%). This percentage is derived from the types of contract opportunities arising from the work to be performed, and the availability of appropriate firms that have been certified by the Authority or by other agencies as firms that are at least 51% owned and controlled by minorities or women. The voluntary goal may be satisfied by LDBE team members that also possess MBE or WBE certification with the Authority, or provide indication that the LDBE firm has a pending MBE or WBE certification application. V. INSURANCE The A/E design services contract will require insurance coverage as described in Appendix C to be in place prior to award to cover liabilities with the associated work.

Page 4: Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

Metropolitan Washington Airports Authority 1-16-C110

Page 4 of 19

VI. SUBMITTAL INFORMATION REQUIRED

Firms that meet the requirements of this announcement are invited to submit an ORIGINAL (identify on the outside front cover) and FIVE (5) copies (total of 6) of the following: 1. A one page cover letter on company letterhead. 2. Qualifications package not to exceed a total of thirty (30) pages single-sided (15 pages double-sided),

11 pt font minimum. This total 30-page limitation encompasses the Standard Form 330; any additional documentation you wish to submit describing the organization and responsibilities of the firm, sub-consultants, and/or joint venture partners; as well as supporting graphics.

3. Three references including Project Description, Point of Contact, and Phone Number. 4 Statement of commitment to meeting the 30% LDBE participation requirement 5. Identification of the proposed LDBE firm(s) and their role(s) on this project. 6. Documentation of LDBE certification (e.g. letter from the Equal Opportunity Programs Office or current

certification number) 7. LDBE certification application or indication that the firm has a pending LDBE certification application, for

each proposed LDBE (waiver of this requirement shall be considered only under extreme extenuating circumstances).

8. Statement of commitment of meeting indicated limits of insurance coverage described in Appendix C of

the proposed provider. Submissions will be reviewed and a list of the most qualified created. Those entities may be orally interviewed or requested to provide supplemental information at the sole discretion of the Authority. Responses to this RFQI must be submitted to:

Metropolitan Washington Airports Authority Procurement and Contracts Department, MA-29

1 Aviation Circle, Room 154 Ronald Reagan Washington National Airport

Washington, DC 20001-6000 ATTN: Janice Balzarini

The due date and time for submittals is August 17, 2016 at 1 p.m. local time. Submit One (1) original and Five (5) copies. Please identify the package with an exterior label stating “RFQI NO 1-16-C110, Color Digital Orthophotography and Feature Extraction for Washington Dulles International, Ronald Reagan Washington National Airports and the Dulles Corridor Enterprise.” All questions concerning this solicitation must be submitted by 3:00 PM, August 9, 2016 via the Authority’s website at: http://www.mwaa.com/business/current-contracting-opportunities No other general notification of this project will be made and no further action beyond submission of the information listed above is required or encouraged. This is not a request for proposal.

Page 5: Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

Metropolitan Washington Airports Authority 1-16-C110

Page 5 of 19

The Airports Authority is not an agency of the United States Government.

Do not contact Airports Authority consultants or Airports Authority personnel other than the Contracting Officer regarding this solicitation

Page 6: Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

Metropolitan Washington Airports Authority 1-16-C110

Page 6 of 19

Appendix A – Additional Instructions Standard Form 330

The following provides clarification to the Standard Form (SF) 330. Section D should include the proposed team organization chart. Sections E and F are to contain all information necessary to address the Selection Criteria. The project experience listings of individuals (in Section E) and firms (in Section F) are expected to contain that individual’s or firm’s specific role on each project listed. Experience listings that are for “related” vs. “direct” project experience should contain a brief statement as to why that project’s experience is considered related and/or relevant. All projects listed should include a brief description of the type of project, the specific role of the firm or individual and other information that is considered relevant to this project. Cleary identify if work experience cited for an individual was done while working for another firm; and if previous work experience cited for a firm (or business unit within a firm) was performed while operating under another name, was performed before acquisition by the current parent firm, or was performed by persons not proposed for this project. Section F, Line 24 should include project presentation drawings and/or photographs. Section F, Line 24, should include the estimated cost and should show both the firm’s fee amounts and the project construction cost amounts, differentiated by parentheses around the fee amounts. Section H, Should include all information and discussion necessary to address Selection Criteria. May contain up to thirty (30) pages single-sided (15 pages double-sided), with a 11 pt font minimum. Should not contain extensive repetition of material presented in previous sections. Should include an additional copy of the proposed organization chart, along with a discussion of the

proposed project organization, specific responsibilities of the member firms, and all other pertinent information necessary to address Qualification Criteria 1 through 4 above. The organization chart and accompanying discussion should be well coordinated with the personnel resumes in Section E, particularly regarding job titles and responsibility designations.

Should include all information and discussion necessary to address Selection Criteria 1 through 4 above.

Should be used to elaborate on any relevant issues expected to influence the course of this project, your ideas on dealing with them, and your experience in dealing with them in the past, including coordination with large multi-departmental client organizations and any other issues you deem pertinent.

Tabbing and/or other easy-to-follow cross references between SF 330 text and the Selection Criteria being addressed would be greatly appreciated.

Page 7: Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

Metropolitan Washington Airports Authority 1-16-C110

Page 7 of 19

Appendix B – Statement of Work

Color Digital Orthophotography and Feature Extraction for Washington Dulles International Airport, Reagan National Airport and the Dulles Corridor Enterprise

1.0 Introduction and Overview Metropolitan Washington Airports Authority (MWAA) manages Washington Dulles International Airport, Ronald Reagan Washington National Airport, the Dulles Toll Road and the Dulles Access Road to Route 66. In an effort to maintain the Authority’s GIS system updated Color Digital Orthophotos, contour lines and feature extraction are required. 2.0 Scope of Work - General The purpose of this project is to acquire high quality color digital aerial imagery and aerial lidar data for the purpose of feature extraction, development of DTM (Digital Terrain Modeling) data and 1 foot topography and the capture of design grade planimetric data of the Washington Dulles International Airport, Reagan National Airport and the Dulles Enterprise Corridor for the production of 2 inch pixel color orthophotography. The contractor will collect the imagery utilizing a digital mapping camera equipped with airborne GPS and IMU technology. The contractor will implement a quality control process that identifies and corrects spatial problems, format problems and visual problems before final delivery to the Authority. The location and boundaries of desired flight path is provided in Attachment #1. Upon award the Authority will provide location and boundaries in ESRI Personal Geodatabase format. The Authority will use the data produced under this project in both GIS (ESRI) and CADD (DGN) applications. Not only will this data be used by the Authority, but it will be also provided to Engineering/Surveying consultants for use on future design projects for the Authority. In order to meet the future mapping needs of design projects, the horizontal and vertical accuracy of all primary mapping deliverables developed under this project (Digital Orthoimagery, Planimetric Data, DTM [Digital Terrain Model] and 1-foot topography) shall meet, or exceed, NMAS (National Map Accuracy Standards) for 1”=50’ scale map feature data with 1-foot topography. See Attachment #2 for excerpts of NMAS. In addition to aerial imagery, an aerial lidar survey of each airport will be performed to acquire ground and feature surface data for creation of a digital terrain/ground surface model supporting development of the contour topography and orthophotography. The aerial lidar survey will cover the property boundaries of the airports and beyond these boundaries as needed. The aerial lidar survey will be performed so as to achieve a point return accuracy within 0.5’ and a point return spacing of within 2.2’. 3.0 Project Specific Requirements 3.1 Digital Ortho-photography Methods and Guidelines 3.1.1 Aerial Image Acquisition

Weather and ground conditions permitting, the contractor must acquire color digital aerial imagery in the summer of 2016 with a minimum acceptable sun angle of 25 degrees. All imagery shall be free of clouds and/or cloud shadows. Should weather or snow conditions not permit the taking of imagery prior to December 1 or a sun angle of less than 25 degrees the taking of the imagery may be deferred until the summer of 2016 when the sun angle is above 30 degrees. All digital orthophotography deliverables will be delivered to The Authority with no distribution/sale to any other entity.

3.1.2 Flight Plan

Once the scope has been approved the final flight plan will be given to The Authority and approved before work commences.

Page 8: Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

Metropolitan Washington Airports Authority 1-16-C110

Page 8 of 19

3.1.3 Base IAD/DCA ORTHO Acquisition Area

Buffer Areas

3.1.4 Coordinate system

All mapping products will be delivered in Horizontal Datum State Plane Virginia North Zone NAD83; Vertical Datum NAVD88; Units in US Survey Feet. RTK Survey Grade GPS units with GEOID09 will be used to collect any X, Y and Z positions for this project.

3.1.5 Flying Height

The altitude of the flight must be appropriate to produce digital orthophotography at a pixel resolution equal to, or less than, a GSD (ground sample distance) of 3 inches for the given area. Images captured at the time of flight containing pixels larger than a 3” GSD will be cause for rejection and reflights will be required. The imagery shall support the extraction of planimetric and topographic features that adhere to NMAS for 1”=50’ scale feature mapping with 1’ topography. Regardless of aerial camera platform used for this project, flight altitudes above mean terrain exceeding 2400 feet are not permitted due to the accuracy and map detail required for primary map-data deliverables.

3.1.6 Tile Size

Delivered Digital Orthoimagery tiles will be produced at 1500’ x 1500’.

Page 9: Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

Metropolitan Washington Airports Authority 1-16-C110

Page 9 of 19

3.1.7 Environmental Conditions Optimal conditions should favor the time of flight for the aerial imagery. Sun angle should be no less than 25 degrees above the horizon. The sky should be clear of low and high clouds, rain, smoke, haze, dust, ash, snow and etc. Rivers and streams shall be at normal heights for correct bank inventory. Correct spectral reflectance from water should be minimized and should not distort or wash out shoreline features.

3.1.8 Side overlap

Side overlap between flight lines must have an average of 40 percent +/- 5%. Imagery less than 30% will be rejected and re-flown at the contractor’s expense.

3.1.9 Tilt

Tilt of the camera from verticality at the instant of exposure shall not exceed 3 degrees. Average tilt over the entire project shall not exceed 1 degree.

3.1.10 Crab

Crab shall not exceed three degrees (3°) in any image frame. Any two or more consecutive image frames displaying crab in excess of five degrees (5°) shall be rejected.

3.1.11 Mosaicing

Within the Airport boundaries best fit mosaicing practices will be used to correct structure lean than might create blind spots that would lead to missing or hidden features in the photos. Although “True-Ortho” orthorectification is not required, the contractor shall use the best available area possible of each raw image frame during mosaicing to minimize the vertical displacement of vertical features in the final ortho tile. Outside of the area boundaries structure lean will be held to the minimum.

3.1.12 Ground Control

The contractor is required to set ground control as targeted or clearly defined photo-identifiable feature points. The ground control points will be submitted to The Authority before flight for random accuracy checks by sub centimeter GPS collection units. The ground control target or photo-id marking must be large enough to be seen in the final aerial product. Photo-identifiable control will be set on points readily visible in the imagery and shall be marked so as to be readily recoverable.

3.1.13 Quality Control

Using aerotriangulation multiple checks must be made to detect data and control errors. 3.1.14 Deliverables

3.1.14.1 Sample (Pilot Area)

Prior to full production, the contractor shall submit digital sample TIF & MrSID orthoimages to The Authority for review and acceptance. The sample area will be a minimum of 20 contiguous image tiles for Dulles (IAD), Dulles Corridor Enterprise (DCE) and 10 for Reagan (DCA). After acceptance all QA/QC guidelines will be followed and The Authority has the right to refuse product if the entire set does not hold to the accepted samples quality.

Contractor shall also submit for review and approval sample files of the same area of IAD as outlined above containing DTM, DEM, breakline data, limited planimetrics and 1’ contours. For DCA, the contractor will furnish similar sample files for a minimum of 5 tiles all falling within the DCA airport boundary. In addition the contractor will furnish for review and approval sample file and attributes covering a representative area at each airport for each of the authorized alternates.

Page 10: Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

Metropolitan Washington Airports Authority 1-16-C110

Page 10 of 19

3.1.14.2 Final Deliverables One set of 1”=50’ scale 24 bit natural color digital orthophotography with a 3 inch pixel resolution that includes 256 levels for each color value band RGB in digital format. Tile format must be 1500’ x 1500’ full tiles. Visible seams, transition, warp will constitute a rejection of the product and redone at contractors expense. A grid index will be provided to The Authority with reference for the 1500’ x 1500’ tiles including the Control Point Survey Record document. Digital files to be delivered on USB hard drives which will become the property of MWAA.

3.1.14.2.2 Two mosaic images of the entire flight areas at 20:1, 40:1 and 80:1 compression delivered as a .sid file for each airport. Files will be delivered on the same USB hard drive as noted above or additional USB drives as may be required.

3.1.14.2.3 1”=50’ planimetric, DTM, DEM & 1’ contours Required: Reagan International Airport 1”=50’ design-grade planimetric data, DTM’s. DEM and 1’ topography for both CADD & GIS environments to the DCA property boundaries and approximately 100’ beyond as marked in Red in Attachment #1. All physical man-made and natural features as defined in 3.2.2 which can be accurately extracted as per the required accuracy specifications and flight altitude shall be collected and included in the final deliverable. In addition the contractor will furnish for review/approval a sample file and attributes covering an appropriate number of files for each authorized alternate. Dulles International Airport Area 1”=50’ design-grade planimetric data, DTMs, DEM and 1’ topography for both CADD & GIS environments to the IAD Property boundaries and approximately 100’ beyond as marked in Blue in Red in Attachment #1. All physical man-made and natural features as defined in 3.2.2 which can be accurately extracted as per the required accuracy specifications and flight altitude shall be collected and included in the final deliverable. In addition the contractor will furnish for review/approval a sample file and attributes covering an appropriate number of files for each authorized alternate. Dulles Corridor Enterprise Area 1”=50’ design-grade planimetric data, DTMs, DEM and 1’ topography for both CADD & GIS environments to the DCE Property boundaries and approximately 100’ beyond as marked in Blue in Red in Attachment #1. All physical man-made and natural features as defined in 3.2.2 which can be accurately extracted as per the required accuracy specifications and flight altitude shall be collected and included in the final deliverable. In addition the contractor will furnish for review/approval a sample file and attributes covering an appropriate number of files for each authorized alternate.

3.2 Feature Extraction Methods and Guidelines 3.2.1 Feature Extraction

Feature Extraction will be executed by digitization from the newly acquired georeferenced stereo imagery and utilizing on ground survey methods. Upon award, the Authority will provide the boundaries in ESRI Personal geodatabase format.

3.2.2 Standard 1:50 scale planimetric & topographic information required for the design-grade mapping DTM

Related Planimetric Data – the following features will be extracted and serve dual purposes in both the

Page 11: Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

Metropolitan Washington Airports Authority 1-16-C110

Page 11 of 19

planimetric and topographic data. These features shall be captured as 3D Polylines with vertices adhering to NMAS. All Curbs – standard and depressed Edge of pavement – roads, alleys, parking, etc. Edge of gravel/dirt/unimproved Roads Sidewalks – public and private Edge of driveways – paved and unpaved All retaining walls greater than 6” in height above-grade – culvert headwalls, landscape, bulkheads,

etc. Edge of concrete pads, areas, etc. greater than 100 square-feet in size Edge of Runways & Taxiways – on airport-property option All Hydrographic features:

Edges of rivers, creeks, streams, ditches, etc. exceeding 5’ in width Centerlines of creeks, streams, ditches, etc. – less than 5’ in width Edges of ponds, lakes, reservoirs, etc. – natural and manmade

DTM 3D Breakline Data – Terrain features shall be captured as 3D Polylines with vertices adhering to NMAS. For abrupt changes in terrain not adequately defined be masspoint data, breaklines will be extracted from the stereo imagery in order to produce 1’ topography adhering to NMAS. Sharp terrain changes such as tops of ditch banks, retaining walls, curbs, and road grades & embankments, etc. will delineated as 3D breaklines and used in the final DTM.

3.2.3 Feature Schema

The Authority will provide a standard data shell that will be directly followed with no deviation without approval of the COTR.

3.2.3.1 Attributes will be populated by the Authority Data Standards with no deviation without approval

of the COTR. 3.2.4 Meta Data

The Authority will provide Meta Data Standard that will be directly followed with no deviation without approval of the COTR.

3.2.5 Quality Control

3.2.5.1 Topology rules will be set to alleviate any gaps, overlaps, dangles, pseudonodes, all polygons will be closed and entity points snapped.

3.2.5.2 Street centerline digitization guidelines will be provided for correct geocoding geometry 3.2.5.3 Guidelines will be provided for the cleanliness of rigid line structure and smooth seamless line

geometry 3.2.6 Deliverables

Digitized features will be delivered in ESRI Personal Geodatabase Version 9.3.1 and in Mircostation .dgn

Complete data sets will be delivered on properly labeled DVDs Project Specific Requirements

Page 12: Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

Metropolitan Washington Airports Authority 1-16-C110

Page 12 of 19

3.3.1 Topographic Contour Lines

3.3.1.1 Using a TIN (Triangulated Irregular Network) generated from the required DTM data, Topographic Contour Lines will be created at 1 foot intervals. No annotations will be required for the contour lines or spot elevations. In addition to industry standard map content requirements, the following criteria and specific map content requirements will also be fulfilled.

3.3.1.2 Files will be compiled with coordinate values to the nearest one-thousandth (1/1000) of a foot. 3.3.1.3 Contours will reflect the crown or cross slope of all paved areas, including paved ditches, and

will truly depict all drainage ways. 3.3.1.4 In areas of comparatively level terrain where contours are more than 2 inches apart (at final

map scale), the contours will be supplemented by spot elevations spaced 1 – 2 inches apart (at final map scale) in each direction to form a rectangular grid. Where trees or buildings preclude exact adherence to a grid pattern, the pattern may be varied, but the density and spacing of spot elevations will insure that no place on the map is more than 2 inches from either a contour or spot elevation. Spot elevation in wood or obscured area will be shown to the best of contractor’s ability but may not adhere to National Map Standard of accuracy.

3.3.1.5 Where the profile gradient is 2 percent or less, spot elevations will be shown at intervals not

greater than 1 – 2 inches apart at final map scale, along the center of levees, roads, ditches, and railroads. Spot elevations will be shown at all saddles, crests, summits, depressions, and road intersections regardless of gradient where the feature is 0.5 inches or larger in size at final map scale.

3.3.1.6 Spot elevations will be shown at intervals not to exceed 2 inches (at final map scale) along the

boundary of the area to be mapped at locations where the nearest contour is over 1 inch from the boundary.

3.3.1.7 Features that are interpreted from the photography as being under construction will be labeled

as such. 3.3.1.8 Contours will meet or exceed the contracted map accuracy standards requirement except as

follows: In areas where the ground is obscured by dense brush, shadows, or tree cover, contours will be plotted as accurately as possible, while making maximum use of spot elevations obtained from the stereoscopic model in places where the ground is visible.

3.3.1.9 The accuracy tolerance allowed for contours will not affect the requirement that contours reflect

the crown or cross slope of all paved areas. 3.3.2 Contractor will adhere to the following compilation requirements:

3.3.2.1 Edgematching: All digitized tiles must be both visual and coordinateedgematched with adjacent sheets. No edgematch tolerance will be allowed. The coordinate edgematch must be 100 percent precise at double precision values. Attributes for adjoining features must also be identical.

3.3.2.2 Common Boundaries: All graphic features that share a common boundary must have the exact

same digital representation of that boundary in all layers when required by the database design. 3.3.2.3 Point Duplication: No duplication of points that occur within a data string is permitted.

Page 13: Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

Metropolitan Washington Airports Authority 1-16-C110

Page 13 of 19

3.3.2.4 Connectivity: Where graphic elements visually meet, they must also digitally meet. All

confluences of line, area and polygon data must be exact mathematically; that is, no “overshoots,” “undershoots,” or “offsets” are permitted. Lines that connect polygons must intersect those polygons precisely; that is, every end point must be an intersection point of the respective polygon.

3.3.2.5 Line Quality: A high quality cartographic appearance will be achieved. Transitions from straight

line to curvilinear line segments will be smooth, and without angular inflections at the point of intersection. The digital representation must not contain extraneous data at a non-visible level. There should be no jags or hooks or zero length segments. Curvilinear graphic features should be smoothed with a minimum number of points. When appropriate, line-smoothing programs should be used to minimize the angular inflection in curvilinear lines. Any lines that are straight, or should be straight, should be digitized using only two points that represent the beginning and ending points of the line.

3.3.2.6 Segmentation: The digital representation of linear elements must reflect the visual network

structure of the data type. An element should not be broken or segmented unless that segmentation reflects a visual or attribute code characteristic, or unless the break is forced by database limitations.

3.3.2.7 Area and Polygon Closure and Centroid: For area features being digitized, the last coordinate

pair must be exactly (mathematically) equal to the first coordinate pair. No line or polygon will cross itself, or any other digitized feature, except to join at an actual confluence. All digitized features that are continuous across map boundaries will be edited to effect smooth, continuous lines.

3.3.2.8 Point Criteria: All point features will be digitized as a single x,y coordinate pair at the visual

center of that graphic feature. 3.3.2.9 Features that cross map sheet or model boundaries will not have duplicate data points at those

boundaries except where those boundaries coincide with delivery areas. Post-processing procedures will be utilized as necessary to minimize data redundancies. No map sheet borders will be provided as continuous polygons for deliveries of a single coverage. One master grid will be created and all grid tics for all sheets will match exactly. Each coverage must be free of node and arc intersect errors. Each polygon coverage must have one unique label per polygon and be free of label errors.

3.3.2.10 All data created in this conversion effort will be spatially continuous. This requirement for

spatial continuity means that the structure of the database will not inhibit the execution of GIS functions across boundaries or artificial discontinuities in the database (sheet edges, model edges, or other delimitations).

3.3.3 Deliverables

Using the same tile grid as the Digital OrthoImagery, Topographic Contour lines will be delivered in 1500’ x 1500’ separate full tiles except where the project boundary forces a partial tile in digital format.

A complete seamless topographic contour line file will be delivered separately in digital format. Seamless, monolithic DTM file containing 3D breaklines and masspoints used for TIN Terrain

Surface generation in digital format. Grid index corresponding to the topographic Contour lines Topographic data will be delivered in Geodatabase and Microstation .DGN formats.

Page 14: Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

Metropolitan Washington Airports Authority 1-16-C110

Page 14 of 19

Option #1 DCA LIDAR The Purpose of Option #1 is to accomplish Airport Airspace Analysis Survey for all Part 77 Surfaces and the vertically guided surfaces at Reagan National Airport as defined in Federal Aviation Administration (FAA) Advisory Circular 150/5300 - 18B: Section 2.7.1.1 Runways with vertical guidance. This is inclusive of 2.7.1.1.1 through 2.7.1.1.7. Obstruction Survey Data for Reagan National Airport will be collected for the area illustrated in the attached graphic. Survey data should be collected and provided in accordance with FAA Advisory Circulars 150/5300-16A, 17B, and 18B. The following deliverables are required:

Digital Limited Landmark detail in File Geodatabase Color digital orthophotos with a 0.25’ of the airport property Outside of Base Contract area. Color digital orthophotos with a 1.0’ pixel resolution of the OEI, Part 77 and VG Airspace surfaces

Outside of Base Contract area. Obstruction survey data in File Geodatabase format and comma separated value (.csv) format Field

Geographic Data Committee (FGDC) compliant Metadata Option #1 Acquisition mapping area:

Page 15: Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

Metropolitan Washington Airports Authority 1-16-C110

Page 15 of 19

4.0 Ownership of Products All the products and services of the produced for this project become the sole property of the Metropolitan Washington Airports Authority and will not be used or reproduced without written permission. The Authority has the right to grant or deny any request. 5.0 Phases Phase 1 (Pilot Project – Features, DTM, Topo & Orthos) Phase 2 (50% Features, DTM, Topo, Orthos and Lidar) Phase 3 (100% Deliverable for Review) Final Delivery of Features, DTM, Topo and Lidar in Geodatabase, DGN and Lidar Attachments #1 The Authority will provide location and boundaries in ESRI geodatabase format. #2 United States National Map Accuracy Standards

With a view to the utmost economy and expedition in producing maps that fulfill not only the broad needs for standard or principal maps, but also the reasonable particular needs of individual agencies, the Federal Government has defined the following standards of accuracy for published maps: 1. Horizontal accuracy. For maps on publication scales larger than 1:20,000, not more than 10 percent of the points tested shall be in error by more than 1/30 inch, measured on the publication scale; for maps on publication scales of 1:20,000 or smaller, 1/50 inch. These limits of accuracy shall apply to positions of well-defined points only. Well-defined points are those that are easily visible or recoverable on the ground, such as the following: monuments or markers, such as bench marks, property boundary monuments; intersections of roads and railroads; corners of large buildings or structures (or center points of small buildings). In general, what is well-defined will also be determined by what is plottable on the scale of the map with-in 1/100 inch. Thus, while the intersection of two roads or property lines meeting at right angles would come within a sensible interpretation, identification of the intersection of such lines meeting at an acute angle would not be practicable within 1/100 inch. Similarly, features not identifiable upon the ground within close limits are not to be considered as test points within the limits quoted, even though their positions may be scaled closely upon the map. This class would cover timber lines and soil boundaries. 2. Vertical accuracy, as applied to contour maps on all publication scales, shall be such that not more than 10 percent of the elevations tested shall be in error by more than one-half the contour interval. In checking elevations taken from the map, the apparent vertical error may be decreased by assuming a horizontal displacement within the permissible horizontal error for a map of that scale. 3. The accuracy of any map may be tested by comparing the positions of points whose locations or elevations are shown upon it with corresponding positions as determined by surveys of a higher accuracy. Tests shall be made by the producing agency, which shall also determine which of its maps are to be tested, and the extent of such testing. 4. Published maps meeting these accuracy requirements shall note this fact in their legends, as follows: "This map complies with National Map Accuracy Standards."

Page 16: Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

Metropolitan Washington Airports Authority 1-16-C110

Page 16 of 19

5. Published maps whose errors exceed those stated shall omit from their legends all mention of standard accuracy. 6. When a published map is a considerable enlargement of a map drawing (manuscript) or of a published map, that fact shall be stated in the legend. For example, "This map is an enlargement of a 1:20,000-scale map drawing," or "This map is an enlargement of a 1:24,000-scale published map." 7. To facilitate ready interchange and use of basic information for map construction among all Federal mapmaking agencies, manuscript maps and published maps, wherever economically feasible and consistent with the use to which the map is to be put, shall conform to latitude and longitude boundaries, being 15 minutes of latitude and longitude, or 7.5 minutes, or 3.75 minutes in size.

Page 17: Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

Metropolitan Washington Airports Authority 1-16-C110

Page 17 of 19

Appendix C – Insurance

A. The Contractor shall procure and maintain at its expense during the contract period the following

insurance coverage from an insurance company or companies possessing a rating of A- VII or higher from the A.M. Best Company or an equivalent rating service.

B. Contractor shall advise the Airports Authority of any cancellation, non-renewal, or material change in

any policy within five business days of notification of such action. C. All of the policies required of the Contractor shall be primary and the Contractor agrees that any

insurance maintained by the Airports Authority shall be non-contributing with respect to the Contractor’s insurance.

D. The Contractor may use commercial umbrella/excess liability insurance so that Contractor has the

flexibility to select the best combination of primary and excess limits to meet the total insurance limits required by this Contract. Any umbrella or excess liability coverage must be at least as broad as the primary coverage and contain all coverage provisions that are required of the primary coverage.

E. Insurance Coverage and Minimum Limits

1. Commercial General Liability a. Shall be a limit of not less than Two Million Dollars ($2,000,000) per occurrence. b. Coverage shall include, but not be limited to, Bodily Injury and Property Damage to Third

Parties, Contractual Liability, Products-Completed Operations, Personal Injury and Advertising Injury Liability, Premises-Operations, Independent Contractors and Subcontractors, Mobile Equipment, and Damage to Rented Premises.

c. The Products-Completed Operations coverage shall be provided for a minimum of two years following final acceptance of the work.

d. Additional Insured: The Metropolitan Washington Airports Authority shall be included as an Additional Insured.

e. Waiver of Subrogation: Coverage shall include a waiver of subrogation provision to waive all rights of recovery under subrogation or otherwise against the Airports Authority.

2. Commercial Automobile Liability

a. Shall be a limit of not less than One Million Dollars ($1,000,000) per occurrence for any vehicle (owned, non-owned, or hired/leased) used by the Contractor to fulfill the services contemplated by this Contract.

b. In the event Contractor does not own automobiles, Contractor shall maintain coverage with the per occurrence limit identified above for Hired and Non-Owned Autos, which may be satisfied by way of endorsement to the Commercial General Liability policy described above or separate Business Auto Liability policy. Evidence of either must be provided.

c. Coverage shall include handling of property for loading and unloading. d. If hazardous materials are to be transported, coverage shall include hauling of

hazardous cargo at least as broad as that provided under the ISO pollution liability CA 99-48, and the Motor Carrier Act endorsement (MCS 90). Contractor shall comply with all Federal laws and with all states’ laws and insurance requirements where hazardous materials may be transported.

e. Contractor and any Subcontractors are prohibited from operating Airports Authority owned vehicles and equipment.

Page 18: Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

Metropolitan Washington Airports Authority 1-16-C110

Page 18 of 19

f. Contractor is prohibited from operating any vehicle on the restricted areas of the airport such as Air Operations Area (AOA).

g. Additional Insured: The Metropolitan Washington Airports Authority shall be included as an Additional Insured.

h. Waiver of Subrogation: Coverage shall include a waiver of subrogation provision to waive all rights of recovery under subrogation or otherwise against the Airports Authority.

3. Workers Compensation and Employers Liability

a. If a sole proprietor with no employees, the Contractor is not required by Virginia law to carry Workers Compensation coverage. The Contractor agrees to waive all rights of recovery under subrogation or otherwise against the Airports Authority.

b. If the Contractor is required by Virginia law to carry Workers Compensation coverage, the coverage shall be at Virginia Statutory Limits with Virginia coverage added to item 3A of the policy; a Virginia listing under item 3C of the policy is not sufficient.

c. Contractor shall satisfy all compulsory requirements relating to workers compensation in any jurisdiction in which benefits may be claimed.

d. Employers Liability shall be a limit of not be less than One Million Dollars ($1,000,000) for bodily injury by accident and One Million Dollars ($1,000,000) each employee for bodily injury by disease.

e. Waiver of Subrogation: Coverage shall include a waiver of subrogation provision to waive all rights of recovery under subrogation or otherwise against the Airports Authority.

4. Professional Liability (Miscellaneous Errors & Omissions)

a. Shall be a limit of not less than One Million Dollars ($1,000,000) per claim covering negligent acts, errors, mistakes, and omissions arising out of the work or services performed by Contractor, or any person employed or contracted by Contractor.

b. The coverage in all cases shall include Unintentional Errors/Omissions Endorsement. c. There shall be an extended reporting period provision of not less than one year with the

retroactive date to held constant with the date of this Contract. d. Waiver of Subrogation: Coverage shall include a waiver of subrogation provision to

waive all rights of recovery under subrogation or otherwise against the Airports Authority. e. This requirement can be satisfied by either a separate policy or through a modification to

the Commercial General Liability policy. Evidence of either must be provided.

5. “All Risk” Property (Contractor’s Property) Replacement cost coverage under an “All Risk” policy for any of the Contractor’s real or personal property used or situated on Airports Authority’s property.

F. By requiring insurance herein, the Airports Authority does not represent that coverage and limits will

necessarily be adequate to protect Contractor and such coverage and limits shall not be deemed as a limitation on Contractor’s liability under the indemnities granted to the Airports Authority in this Contract.

G. The Airports Authority reserves the right at any time throughout the term of the Contract to adjust the

aforementioned insurance requirements, if, in Airports Authority’s reasonable judgment, the insurance required by the Contract is deemed inadequate to properly protect the Airports Authority’s interest.

H. The failure of the Airports Authority at any time to enforce the insurance provisions, to demand such

certificate or other evidence of full compliance with the insurance requirements, or to identify a deficiency from evidence that is provided shall not constitute a waiver of those provisions nor in any respect reduce the obligations of the Contractor to maintain such insurance or to defend and hold the Airports Authority harmless with respect to any items of injury or damage covered by this Contract.

Page 19: Metropolitan Washington Airports Authority Request for … · 2016. 7. 28. · Ronald Reagan Washington National Airport And Dulles Corridor Enterprise July 2016 . Metropolitan Washington

Metropolitan Washington Airports Authority 1-16-C110

Page 19 of 19

I. The Contractor is responsible to ensure that all Subcontractors independently carry insurance appropriate to cover the Subcontractors’ exposures, or are covered under the Contractor’s policies.

J. The Contractor shall provide the Contracting Officer with a valid Certificate of Insurance, in advance of

the performance of any work and as soon as possible after renewal, exhibiting coverage as required by the Metropolitan Washington Airports Authority’s contract terms and conditions. 1. The Certificate of Insurance shall be provided on the most current industry standard form

(ACORD 25 (2016/03)) or other form acceptable to the Airports Authority and shall include the Contract Number on the Certificate of Insurance.

2. If an Umbrella policy is used to meet the total insurance limits required by this Contract and covers more than General Liability and Automobile Liability, a statement must be provided on the Certificate of Insurance to indicate which policies are covered by the Umbrella policy.

3. The Certificate of Insurance shall be issued to:

Procurement and Contracts Department METROPOLITAN WASHINGTON AIRPORTS AUTHORITY

Procurement and Contracts Department, MA-29 1 Aviation Circle, Suite 154

Washington DC 20001-6000 Attn: Janice Balzarini