Loading...
HomeMy WebLinkAboutR-2008-093 Surdex - Wastewater ContractRESOLUTION NO. R-2008-93 A RESOLUTION authorizing and directing the City Manager and City Clerk of the City of Yakima to execute a professional services agreement with Surdex Corporation in an amount not to exceed $136,000 to provide LiDAR data acquisition and processing. WHEREAS, the City of Yakima desires to have a contour map providing two -foot contour lines for development planning purposes, wastewater line placement and Stormwater compliance; and, WHEREAS, the city maintains a roster of consultants whose statements of qualifications represent that they have the expertise necessary to perform the services required by the City; and, WHEREAS, Surdex Corporation has the experience and expertise to provide the services required by the City; and WHEREAS, the City Council has determined that it is in the best interest of the City to enter into a professional services agreement with Surdex Corporation in order to utilize Surdex's experience and expertise to meet the City's requirements; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager and City Clerk of the City of Yakima are authorized and directed to execute a professional services agreement with Surdex Corporation in amount not to exceed $136,000 for professional services needed to collect the necessary Light Detection and Ranging information to create a Digital Elevation Model supportive of a two -foot contour interval map, a copy of which agreement is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this 10th day of June, 2008 ATTEST: City Clerk David Edler, Mayor PROFESSIONAL SERVICES AGREEMENT THIS PROFESSIONAL SERVICES AGREEMENT (hereinafter "Agreement") is made and entered into by and between the City of Yakima, a Washington municipal corporation (hereinafter the "City"), and Surdex Corporation, a company licensed to do business in Washington (hereinafter the "Corporation"). WHEREAS, the City desires to engage the Corporation to provide Light Detection and Ranging (LiDAR) acquisition that is designed to create a Digital Elevation Model (DEM) that is supportive of a two -foot contour interval. WHEREAS, the Corporation has the experience and expertise necessary to provide said independent LiDAR/DEM services and is willing to provide such services in accordance with the terms and conditions of this Agreement. NOW, THEREFORE, in consideration of the mutual covenants, promises, and agreements set forth herein, it is agreed by and between the City and the Corporation as follows: 1. Scope of Services. The Corporation shall provide LiDAR data processed to a bare earth DEM using a combination of automated processing and interactive editing. The City will be provided the DEM along will all original classified LiDAR point data. All LiDAR data will be delivered in LAS format. The format of the DEM will be agreed upon by the City. The scope of services is described in more detail in the attached and incorporated Exhibit "A." 2. Term. The term of this Agreement shall commence upon execution hereof and shall terminate at midnight of February 1, 2009, unless terminated sooner by either party in accordance with Section 18. The Corporation shall proceed in a timely and diligent manner to provide all services required hereunder. 3. Consideration. The City shall pay the Corporation for services rendered hereunder in accordance with the payment schedule set forth in attached and incorporated Exhibit "B." Unless this Agreement is otherwise modified by the parties, the total compensation paid to the Corporation for all services provided under this Agreement shall not exceed One Hundred Thirty Six Thousand Dollars ($136,000). The Corporation shall submit to the City monthly invoices itemizing tasks accomplished and percent completed to date. Upon receipt of said monthly invoice, the City shall make payment to the Corporation within thirty (30) calendar days; provided, however, that all payments are expressly conditioned upon the Corporation providing services that are satisfactory to the City. The Corporation shall maintain adequate files and records to substantiate all amounts itemized on the monthly invoices. In the event that either party exercises its right to terminate this Agreement in accordance with Section 18, the Corporation shall be compensated in accordance with the above terms for all satisfactory services provided to the City up to the effective Agreement termination date. 4. Information Provided by the City. The Corporation shall provide guidance to the City in determining the data required for purposes of the contemplated services. The City agrees to use reasonable efforts to provide data and information specifically requested by the Corporation. 5. Status of Corporation. The Corporation and the City understand and expressly agree that the Corporation is an independent contractor in the performance of each and every part of this Agreement. No officer, employee, volunteer, and/or agent of Corporation shall act on behalf of or represent him or herself as an agent or representative of the City. The Corporation, as an independent contractor, assumes the entire responsibility for carrying out and accomplishing the services required under this Agreement. The Corporation expressly represents warrants and agrees that its status as an independent contractor in the performance of the work and services required under this Agreement is consistent with and meets the six -part independent contractor test set forth in RCW 51.08.195. The Corporation and its officers, employees, volunteers, agents and/or subcontractors shall make no claim of City employment nor shall claim against the City any related employment benefits, social security, and/or retirement benefits. Nothing contained herein shall be interpreted as creating a relationship of servant, employee, partnership or agency between the Corporation and the City. 6. Inspection and Audit. The Corporation shall maintain books, accounts, records, documents and other evidence pertaining to the costs and expenses allowable and consideration paid under this Agreement in accordance with generally accepted accounting practices. All such books of account and records required to be maintained by this Agreement shall be subject to inspection and audit by representatives of the City and/or the Washington State Auditor at all reasonable times, and the Corporation shall afford the proper facilities for such inspection and audit. Such books of account and records may be copied by representatives of the City and/or the Washington State Auditor where necessary to conduct or document an audit. The Corporation shall preserve and make available all such books of account and records for a period of three (3) years after final payment under this Agreement. 7. Taxes and Assessments. The Corporation shall be solely responsible for compensating its employees, agents, and/or subcontractors and for paying all related taxes, deductions, and assessments, including but not limited to federal income tax, FICA, social security tax, assessments for unemployment and industrial injury, and other deductions from income which may be required by law or assessed against either party as a result of this Agreement. In the event the City is assessed a tax or assessment as a result of this Agreement, the Corporation shall pay the same before it becomes due. 8. Nondiscrimination Provision. During the performance of this Agreement, the Corporation shall not discriminate on the basis of race, age, color, sex, religion, national origin, creed, marital status, political affiliation, or the presence of any sensory, mental or physical handicap. This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services under this Agreement. 9. The Americans with Disabilities Act. The Corporation shall comply with the Americans with Disabilities Act of 1990, 42 U.S.C. § 12101 et seq. (ADA) and its implementing regulations and Washington State's anti -discrimination law as contained in RCW Chapter 49.60 and its implementing regulations with regard to the activities and services provided pursuant to this Agreement. The ADA provides comprehensive civil rights to individuals with disabilities in the area of employment, public accommodations, public transportation, state and local government services, and telecommunications. 10. Compliance with Law. The Corporation agrees to perform those services under and pursuant to this Agreement in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local, or otherwise. 11. No Conflict of Interest. The Corporation covenants that neither it nor its employees have any interest and shall not hereafter acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Agreement. The Corporation further covenants that it will not hire anyone or any entity having such a conflict of interest during the performance of this Agreement. 12. No Insurance. It is understood the City does not maintain liability insurance for the Corporation and its officers, directors, employees and agents. 13. Indemnification. a. The Corporation agrees to protect, defend, indemnify, exonerate, and hold harmless the City, its elected officials, agents, officers, and employees (hereinafter "parties protected") from (1) any and all claims, demands, liens, lawsuits, administrative and other proceedings, and (2) any and all judgments, awards, losses, liabilities, damages (including punitive or exemplary damages), penalties, fines, costs and expenses (including legal fees, costs, and disbursements) for, arising out of, or related to any actual or alleged death, injury, damage or destruction to any person or any property (including but not limited to any actual or alleged violations of civil rights) to the extent solely or concurrently caused by, arising out of, or related to any actual or alleged act, action, default or omission (whether intentional, willful, reckless, negligent, inadvertent, or otherwise) resulting from, arising out of, or related to Corporation's provision of services, work or materials pursuant to this Agreement. b. The City agrees to hold harmless and indemnify the Corporation, its officers, employees, and agents, from and against any and all suits, actions, claims, liability, damages, judgments, costs of defense and expenses (including reasonable attorney's fees) which result from or arise out of the negligence of the City, its officers, agents, employees or subcontractors, in connection with or incidental to the performance or non-performance of this Agreement. c. In the event that both the Corporation and the City are negligent, each party shall be liable for its contributory share of negligence for any resulting suits, actions, claims, liability, damages, judgments, costs and expenses (including reasonable attorney's fees). d. The foregoing indemnity is specifically and expressly intended to constitute a waiver of the Corporation's immunity under Washington's Industrial Insurance Act, RCW Title 51, as respects the other party only, and only to the extent necessary to provide the indemnified party with a full and complete indemnity of claims made by the Corporation's employees. The parties acknowledge that these provisions were specifically negotiated and agreed upon by them. e. Nothing contained in this Section or this Agreement shall be construed to create a liability or a right of indemnification in any third party. f. This Section of the Agreement shall survive the term or expiration of this Agreement and shall be binding on the parties to this Agreement. g. The City and Corporation agree that liability hereunder for damages caused by or related to a breach of this Agreement, regardless of the form of action, will be limited to direct damages suffered by the non -breaching party, which includes attorneys' fees and costs incurred in enforcing rights under this Agreement. In no event shall Corporation's liability hereunder exceed the amount of the payments received from the City under this Agreement. 14. Insurance Provided by Corporation. a. Professional Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Corporation shall provide the City with a certificate of insurance as evidence of professional liability coverage with a limit of at least One Million Dollars ($1,000,000.00) for each wrongful act and an annual aggregate limit of at least One Million Dollars ($1,000,000.00). The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. The insurance shall be with an insurance company rated A -VII or higher in Best's Guide. If the policy is on a claims made basis, the retroactive date of the insurance policy shall be on or before the date this contract is executed by both parties hereto, or shall provide full prior acts coverage. The insurance coverage or substantially identical coverage sufficient to fully satisfy these requirements shall remain in effect during the term of this Agreement and for a minimum of three (3) years following the termination of this Agreement. b. Commercial Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Corporation shall provide the City with a certificate of insurance as proof of commercial liability insurance with a minimum liability limit of One Million Dollars ($1,000,000 00) per occurrence/aggregate limit bodily injury and property damage. The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, and employees as additional insureds as to this project only and shall contain a clause that the insurer will not cancel or reduce in limits the insurance without first giving the City thirty (30) calendar days' prior written notice. The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington. c. Commercial Automobile Liability Insurance. On or before the date this Agreement is fully executed by the parties, the Corporation shall provide the City with a certificate of insurance as proof of commercial automobile liability insurance with a minimum liability limit of One Million Dollars ($1,000,000.00) per occurrence/aggregate limit bodily injury and property damage. The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Agreement. The policy shall name the City, its elected officials, officers, agents, and employees as additional insureds as to this project only and shall contain a clause that the insurer will not cancel or reduce in limits the insurance without first giving the City thirty (30) calendar days' prior written notice. The insurance shall be with an insurance company or companies rated A -VII or higher in Best's Guide and admitted in the State of Washington. d. Insurance Provided by Subcontractors. The Corporation shall ensure that all subcontractors it utilizes for work/services required under this Agreement shall comply with all of the above insurance requirements. 15. Delegation of Professional Services. The services provided for herein shall be performed by the Corporation, and no person other than regular associates or employees of the Corporation shall be engaged upon such work or services except upon written approval of the City. 16. Assignment. This Agreement, or any interest herein or claim hereunder, shall not be assigned or transferred in whole or in part by the Corporation to any other person or entity without the prior written consent of the City. In the event that such prior written consent to an assignment is granted, then the assignee shall assume all duties, obligations, and liabilities of the Corporation stated herein. 17. Waiver of Breach. A waiver by either party hereto of a breach by the other party hereto of any covenant or condition of this Agreement shall not impair the right of the party not in default to avail itself of any subsequent breach thereof. Leniency, delay or failure of either party to insist upon strict performance of any agreement, covenant or condition of this Agreement, or to exercise any right herein given in any one or more instances, shall not be construed as a waiver or relinquishment of any such agreement, covenant, condition or right. 18. Termination. Either party may terminate this Agreement at any time, with or without cause, by providing the other party with written notice of termination ten (10) calendar days prior to the termination date. 19. Severability. If any portion of this Agreement is changed per mutual agreement or any portion is held invalid, the remainder of the Agreement shall remain in full force and effect. 20. Notices. Unless stated otherwise herein, all notices and demands shall be in writing and sent or hand delivered to the parties to their addresses as follows: TO CITY: TO CORPORATION: Doug Mayo, P.E. 2220 East Viola Yakima, WA 98901 Craig W. Molander Senior Vice -President, Business Development Surdex Corporation 520 Spirit of St. Louis Blvd. Chesterfield, MO 63005 or to such other addresses as the parties may hereafter designate in writing. Notices and/or demands shall be sent by registered or certified mail, postage prepaid, or hand delivered. Such notices shall be deemed effective when mailed or hand delivered at the addresses specified above. 21. Third Parties. The City and the Corporation are the only parties to this Agreement and are the only parties entitled to enforce its terms. Nothing in this Agreement gives, is intended to give, or shall be construed to give or provide any right or benefit, whether directly or indirectly or otherwise, to third persons. 22. Drafting of Agreement. Both the City and the Corporation have participated in the drafting of this Agreement. As such, it is agreed by the parties that the general contract rule of law that ambiguities within a contract shall be construed against the drafter of a contract shall have no application to any legal proceeding, arbitration and/or action in which this Agreement and its terms and conditions are being interpreted and/or enforced. 23. Integration. This written document constitutes the entire Agreement between the City and the Corporation. There are no other oral or written agreements between the parties as to the subjects covered herein. No changes or additions to this Agreement shall be valid or binding upon either party unless such change or addition be in writing and executed by both parties. 24. Governing Law. This Agreement shall be govemed by and construed in accordance with the laws of the State of Washington. 25. Venue. The venue for any action to enforce or interpret this Agreement shall lie in the Superior Court of Washington for Yakima County, Washington. 26. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same Agreement. CITY OF YAKIMA By v R. A. Zais, City Manager Date Surdex Corporation Ronald C. Hoffmann President Date JnnP 24, 2nnR City Clerk City Contract No City Resolution No ��D08- j3 Exhibit A Scope of Work - Specifications 1. Area of Interest. The following graphic portrays the area of interest to be covered by LiDAR data collection and data processing. The coverage involves approximately 83.8 square miles of area. 11-1.--I1 I1 -C -I: 12-44 0-s4 11 thil 11111 4 13-14-11 O- I1 • 13-04 0-214 - -11-1: 11-21-4 1. 1'_`0:104 46300112111 3421 , x:i Ii 11-1`41.. ...N. N- - 1 1 16-K 1 0 N-14 N-N-I- ::: I1 -0-N N -N -r_ .41-14 N -Nal -O-N-• -n :4 04a3 iiI 0-1724 33-1'-24 � 1 • 11-14-21 I3-441 44447 N-8-24 11-1444 11- Nal . N -N-2: I1-2144 I -I3 :1 13-1/ 41 1 I1-2244 1 I1 -Na: 11- 44 11-444 1 -Nd: N-2143 13-2144 N-041 1 -4414 1 IT71�• ••1!•111- C-04 1:-01 22..2104 I:-0 I:-22-: •• • , 1:01.,.,.. :: 1 1:-N{; / ••T111 C-N-1 12-04 1 423:. • I: -r -II 42.411 1 .111 -12 12-N: 12-44 1:-N4 T N -N -N --_. L' -N-11 1---N-c 12-4 : 1:-04 3.8 Sq 1:-134 are M 11-14-4 les 11.14-11 Section Boundaries Y 21: -C -Y 1:-1'-N Q I:-Y-tl I` -Y -r 2 -N I:-0-- 12-0- N C-1145 101 1I -N -Y t City Limits Boundary • I • Yakima UroanArea tl-N-N �� . I- 21 1:-22:1 12-2224 6-N-0. 1: -Y -Y 1:-N{I i Imagery/LiDARArea 12-0-0 1:-N{4 1:-0.1 I:%C--_.- 1. 2. Government -Provided Data. In the event the City elects to have the Corporation generate 2' contours, the City shall provide the imagery and metadata required for use in breakline and spot height development. Specifically, the City will provide: a. Scanned aerial photography acquired by the Washington Department of Transportation (WADOT) in 2008 which cover the area of interest. b. Aerotriangulation results associated with the imagery acquired by WADOT in a format to be resolved with the Corporation after NTP. c. Imagery resolution and data supplied by the City shall support the accuracy and resolution required for 2' contour mapping. 3. Ground Survey. The government -provided data referenced in paragraph #2 will suffice for ground control for the project. The Corporation will not be responsible for ground survey as part of this contract. Should additional control be required for any reason, the Corporation reserves the right to request the City to perform ground survey at no cost to the Corporation. Such additional ground control will not require paneling and will be based on photo -identifiable points selected and annotated by the Corporation for the City. 4. LiDAR Data Acquisition. The Corporation shall collect and acquire LiDAR data at a density, quality, and accuracy commensurate with creating a bare earth surface capable of supporting the generation of 2' contours. Specific parameters include: a. A LiDAR system shall be utilized that employs multiple -pulse -in -the -air (MPiA) technology to maximize the point density at the determined flight altitude. b. A LiDAR system shall be utilized that supports up to 4 returns per pulse. c. Collection density shall average no more than a point every 2 -meters in the area of interest. d. Adjacent flight lines shall overlap at least 30% to ensure capture. e. The maximum possible pulse repetition rate shall be employed during acquisition. f. Data shall be acquired during a period devoid of flooding and snow cover. The Corporation shall coordinate the acquisition timeframe with the City and shall obtain authorization to proceed. g. Data shall be accurate to <13 cm vertically and <30cm horizontally, RMSE. 5. Bare Earth Data. The Corporation shall provide data reduced to bare earth. In addition: a. The original data shall be provided in LAS format. b. The classified data shall be provided in LAS format. c. The final -processed bare earth data shall be provided in LAS format. d. Tiling of data in LAS format shall be determined by the City and the Corporation after NTP. e. All data shall be supplied in the NAD83/NAVD88 datum in the Washington State Plane South projection in US Survey Foot units. 6. Reference Frames. All data shall be supplied in the NAD83/NAVD88 datum in the Washington State Plane South projection in US Survey Foot units. 7. 2' Contours. The Corporation shall provide 2' contours for the area of interest that abide by the accuracy and standards for ASPRS Class I contours. Additionally: a. The City shall be responsible for supplying imagery and metadata as defined in Paragraph 3 above. This data shall be used by the Corporation to collect 3D breaklines and generation of spot height elevations. b. If required, in areas of steep terrain the City and the Corporation shall determine an alternate and suitable contour interval. c. Data shall be provided in a format to be determined by the City and the Corporation after NTP. A EXHIBIT B Payment Schedule 1. Cost. Pricing for this work is as follows: Item Cost LiDAR acquisition and bare earth surface $30,906 Processing of LiDAR data to bare earth $9,000 2' Contours, ASPRS Class I $72,200 Contingency 'Total Project Cost $23,894 $136,000 2. Payment Schedule. Payments to the Corporation include: a. Full payment for LiDAR acquisition at completion. b. Full payment for the bare earth surface model at completion. c. Full payment for 2' contours at completion of delivery. 3. Delivery Schedule. The delivery schedule for the project is as follows. Item Delivery Date LiDAR acquisition <= 30 days after NTP Processing of LiDAR data to bare earth <= 30 days after acquisition 2' Contours, ASPRS Class I <= 6 months after completion of bare earth delivery NOTE: schedules for the bare earth and contouring tasks require government - furnished data. Delays in the Corporation receiving the data from the City will result in corresponding delays in the delivery dates. Exhibit C Addendum to City of Yakima Professional Services Agreement dated June 12, 2008: City Contract No. 2008-85; City Resolution No. 4-2008093 On behalf of the County of Yakima located in the state of Washington, USA, the City of Yakima herein agrees to the following "add-on" to the above noted City Contract: Description Price LiDAR data acquisition $2,000 00 Processing LiDAR data to Bare Earth $700 00 TOTAL ADD-ON FOR YAKIMA COUNTY, WASHINGTON $2,700.00 Ground survey needs for the County of Yakima, Washington, LiDAR data acquisition will be based on the data provided by the City of Yakima. The Corporation will not be responsible for ground survey as part of this addendum Should additional control be required for any reason, the Corporation reserves the right to request that the City of Yakima perform ground survey at no cost to the Corporation Such additional ground control will not require paneling and will be based on photo -identifiable points selected and annotated by the Corporation for the City LiDAR Data Acquisition shall be collected by the Corporation at a density, quality, and accuracy commensurate with creating a bare earth surface capable of supporting the generation of 2' contours Specific parameters include a. A LiDAR system shall be utilized that employs multiple -pulse -in -the -air (MPiA) technology to maximize the point density at the determined flight altitude b A LiDAR system shall be utilized that supports up to 4 returns per pulse c Collection density shall average no more than a point every 2 -meters in the area of interest. d Adjacent flight lines shall overlap at least 30% to ensure capture e The maximum possible pulse repetition rate shall be employed during acquisition f Data shall be acquired during a period devoid of flooding and snow cover The Corporation shall coordinate the acquisition timeframe with the City of Yakima collection flights g Data shall be accurate to <13 cm vertically and <30 cm horizontally, RMSE. Bare Earth Data a. Original data shall be provided in LAS format. b Classified data shall be provided in LAS format. c. Final -processed bare earth data shall be provided in LAS format. d Tiling of data in LAS format shall be the same as that prepared for the City of Yakima. e All data shall be supplied in the NAD83/NAVD88 datum in the Washington State Plane South projection in US Survey Foot units Reference frame data shall be supplied in the NAD83/NAVD88 datum in the Washington state Plane South projection in US Survey Foot units 2' Contours. An OPTION is extended by Corporation to Yakima County, State of Washington for 2' contours at a price of $4,500 00 Said 2' Contour option price is good to September 24, 2008 In the event the County of Yakima, Washington, elects to have the Corporation (Surdex) generate 2' contours, the County shall provide the imagery and metadata required for use in breakline and spot height development. Specifically, the County will provide a. Scanned aerial photography acquired by the Washington Department of Transportation (WADOT) in 2008 which cover the area of interest. b Aerotriangulation results associated with the imagery acquired by WADOT in a format to be resolved with the Corporation after Notice to Proceed is issued Exhibit C Addendum to City of Yakima Professional Services Agreement dated June 12, 2008: City Contract No. 2008-85; City Resolution No. 4-2008093 c Imagery resolution and data supplied by the City shall support the accuracy and resolution required for 2' contour mapping d In areas of steep terrain, the County shall use the alternate and suitable contour interval decided upon for such terrain between the City of Yakima and Corporation e Data shall be provided in the same format determined by the City of Yakima and Corporation after Notice to Proceed has been issued Payment Schedule Payments to the Corporation include a Full payment for LiDAR acquisition at completion b Full payment for the bare earth surface model at completion c Full payment for 2' contours at completion of delivery IF OPTION IS EXECUTED Delivery Schedule The delivery schedule for the project is as follows. a. LiDAR acquisition <= 30 days after Notice to Proceed b Processing of LiDAR data to bare earth <= 30 days after acquisition c. 2' Contours, ASPRS Class I <= 6 months after completion of bare earth delivery OR execution of OPTION TO PRODUCE CONTOURS d NOTE. Schedules for the bare earth and contouring tasks are dependent upon receipt of government furnished data. Delays in the Corporation receiving the data from the County will result in corresponding delays in the delivery dates Any and all legal agreements and/or contract provisions between the County of Yakima, State of Washington and Corporation shall be the same as noted in the Professional Services Agreement between the City of Yakima and Corporation in said Contract No 2008-85 Agreed to on the 24th day of June, 2008, by and between the City of Yakima and Corporation on behalf of the County of Yakima. YOF YAKIMA Surdex Corporation By. :. R A. Zais, Jr , City Manager Ronald C Ho enn, President ACKNOWLEDGEMENT BY YAKIMA COUNTY: Said addendum has been approved by Yakima County, Washington, as of June 24, 2008 Invoicing for the Yakima County work stated herein shall be sent to 1(%cis -I c eir COUNTY_OF YAKIMA By. f - ,� +cNwe ( tsar:ian, b recbr )/okimA Counly G I S (Print Name and Title below signature) Date ("'")-2629,2 • J( ENV 41% 1 Fr,p. 77 f • rpt ' t ,1 1 '� 1.'+��r , �, L I \--1_ ! — Yakima County Addition I' ■ J �� • . 111 ■ pm" Mina E;t^1C� 1,1 miligm I 1166' riirii . N_IM?LVii 4. :i1 3'H�' I II1ir.1111111111 P. ��c.,>r S. 114311-01121N1 Issorizt. h N-,‹ S power mn roAsimi- �IIt ,Jt Iwi" <11=11�fa"µ� - il"IIIuui�CIsi �. �C��Fll��illlunuuu! i-111,u�111III••1 Jtrlllllt Il�IIltltlll Wllt1Y1 ril ! � Jriiori Gap Yakima County Addition • MINIM 1.T,(� it IIIIII 11 ■ r • • BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. iZ For Meeting of June 10, 2008 ITEM TITLE: A Resolution authorizing the City Manager to execute a Professional Services Agreement with Surdex Corporation to provide LiDAR data acquisition and processing SUBMITTED BY: Dave Zabell, Assistant City Manager Douglas Mayo, Storm and Wastewater ivision Manager CONTACT PERSON/TELEPHONE: Douglas Mayo / 575-6077 SUMMARY EXPLANATION: Light Detection and Ranging (LiDAR) offers an efficient way to produce digital elevation models (DEMs) for high accuracy mapping and modeling applications. Surdex Corporation will provide a two -foot contour interval map of the flight area. Contour information is valuable for development reviews and infrastructure and land use planning efforts. The information will assist in meeting the mapping requirements of the NPDES Phase II Permit for Stormwater. This information is also beneficial to the public and will be available to private developers and engineers. The attached resolution authorizes the City Manager to execute the attached Professional Services Contract with Surdex Corporation to provide LiDAR data acquisition and processing for the area specified. The Wastewater and Stormwater Funds will pay 66.6% and 33.3% respectively, of the service contract. The attached draft agreement identifies the tasks and estimated costs for services, not to exceed $136,000. Resolution XX Ordinance Contract XX Other (Specify) Funding Source: Wastewater 476.— 66.6% and Stormwater 442.— 33.3% APPROVED FOR SUBMITTAL: �C ity anager STAFF RECOMMENDATION: Respectfully request adoption of the resolution BOARD/COMMISSION/COMMITTEE RECOMMENDATION: COUNCIL ACTION: