Loading...
HomeMy WebLinkAbout5.784 Original Contract ,) 5.7g~ AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE THE CITY OF PORT ANGELES AND David C. Smith & Associates RELATING TO: Aerial Mapping 2006 THIS AGREEMENT is made and entered into this I~ay of ~1AJ:1 ,2006, by and between THE CITY OF PORT ANGELES, a non-charter code CifYof the State of Washington, (hereinafter called the "CITY") and DAVID c. Smith & Associate, Inc. located at 1734 S.E. Tacoma, Portland, Oregon 97202 (hereinafter called the "CONSULTANT"). WHEREAS, the CITY desires to have aerial mapping and control surveying done, and WHEREAS, the CITY desires to engage the professional services and assistance of a qualified consulting firm to perform the scope of work as detailed in Exhibit A, and WHEREAS, the CONSULT ANT represents that it is in full compliance with the statutes of the State of Washington for professional registration and/or other applicable requirements, and WHEREAS, the CONSULTANT represents that it has the background, experience, and ability to perform the required work in accordance with the standards of the profession, and WHEREAS, the CONSULTANT represents that it will provide qualified personnel and appropriate facilities necessary to accomplish the work; NOW, THEREFORE, in consideration of the above representations and the terms, conditions, covenants and agreements set forth below, the parties hereto agree as follows: I SCOPE OF WOR~ The scope of professional services to be performed and the results to be achieved by the CONSULTANT shall be as detailed in the attached Exhibit A and shall include all services and material necessary to accomplish the work. The CITY may review the CONSULTANT'S work product, and if it is not satisfactory, the CONSULT ANT shall make such changes as may be required by the CITY. Such changes shall not constitute "Extra Work" as related in Section XI of this Agreement. The CONSULT ANT agrees that all services performed under this Agreement shall be in accordance with the standards of the profession and in compliance with applicable federal, state and local laws. The Scope of Work may be amended upon written approval of both parties. II OWNERSHIP OF DOCUMENTS Upon completion of the work, all documents, exhibits, photographic negatives, or other presentations of the work shall become the property of the CITY for use without restriction and without representation as to suitability for reuse by any other party unless specifically verified or adapted by the CONSULTANT. However, any alteration of the documents, by the City or by others acting through or on behalf of the N \PROJECTS\06-03 Aenal Mappmg\Agreements\AGREEMNT DOC 1 . ' City, will be at the City's sole risk. III DESIGNATION OF REPRESENTATIVES Each party shall designate its representatives in writing. The CONSULTANT'S representative shall be subject to the approval of the CITY. IV TIME OF PERFORMANCE The CONSULTANT may begin work upon execution of this Agreement by both parties. The work shall be completed in accordance with the schedule set forth in the attached Exhibit D. V PAYMENT The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such payment shall be full compensation for work performed, services rendered, and all labor, materials, supplies, equipment and incidentals necessary to complete the work. A. Payment shall be on the basis of the CONSULT ANT'S cost for actual labor, overhead and profit plus CONSULT ANT'S direct non-salary reimbursable costs as set forth in the attached Exhibits B and C, respectively. 1. Labor costs shall be based on the hourly rates shown in Exhibit B and C. General clerical time shall be considered an overhead item, except where specific work items are involved that require one hour or more continued effort, in which case time will be charged on the basis of hours worked. 2. The direct non-salary reimbursable costs are those directly incurred in fulfilling the terms of this Agreement, including, but not limited to, travel, subsistence, telephone, CADD computer, reproduction and printing, supplies and fees of outside services and consultants. B. The CONSULT ANT shall submit invoices to the CITY on a monthly basis. Invoices shall detail the work, hours, employee name, and hourly rate; shall itemize with receipts and invoices the non- salary direct costs; shall indicate the specific task or activity in the Scope of Work to which the costs are related; and shall indicate the cumulative total for each task. C. The CITY shall review the invoices and make payment for the percentage of the project that has been completed less the amounts previously paid. D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event of a disputed billing, only the disputed portion will be withheld from payment. E. Final payment for the balance due to the CONSULT ANT will be made upon the completion of the work and acceptance by the CITY. F. Payment for "Extra Work" performed under Section XI of this Agreement shall be as agreed to by the parties in writing. N \PROJECTS\06-03 AenaJ Mappmg\Agreements\AGREEMNT.DOC 2 VI MAXIMUM COMPENSATION Unless otherwise agreed to in writing by both parties, the CONSULT ANT agrees to fully perform and complete all work and obligations pursuant to this agreement for a total compensation and reimbursement, including labor, direct non-salary reimbursable costs and outside services, not to exceed the maximum sum of $161,000.00. VII EMPLOYMENT Employees of the CONSULT ANT, while engaged in the performance of any work or services under this Agreement, shall be considered employees of the CONSULTANT only and not ofthe CITY, and claims that may arise under the Workman's Compensation Act on behalf of said employees while so engaged, and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the CONSULT ANT'S employees while so engaged, on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the CONSULTANT. In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY employee without the City's written consent. VIII NONDISCRIMINATION The CONSULTANT shall conduct its business in a manner, which assures fair, equal and non- discriminatory treatment of all persons, without respect to race, creed or national origin, or other legally protected classification and, in particular: A. The CONSULTANT shall maintain open hiring and employment practices and will welcome applications for employment in all positions, from qualified individuals who are members of minorities protected by federal equal opportunity/affirmative action requirements; and, B. The CONSULTANT shall comply with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of non discriminatory requirements in hiring and employment practices and assuring the service of all persons without discrimination as to any person's race, color, religion, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin. IX SUBCONTRACTS A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement without the written consent of the CITY. B. The CONSULTANT will be using the firms submitted with its proposal as subcontractors. Subcontractors other than those listed shall not be permitted without the written consent of the CITY. C. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT for work to be performed pursuant to a subcontract, including procurement of materials and equipment, each potential subconsultant or supplier shall be notified by the CONSULT ANT of Consultant's obligations under this Agreement, including the nondiscrimination requirements. N \PROJECTS\06-03 Aenal Mappmg\Agreements\AGREEMNT DOC 3 X CHANGES IN WORK Other than changes directed by the CITY as set forth in Section I above, either party may request changes in the scope of work. Such changes shall not become part of this Agreement unless and until mutually agreed upon and incorporated herein by written amendments to this Agreement executed by both parties. XI EXTRA WORK The CITY may desire to have the CONSULT ANT perform work or render services in connection with this project, in addition to the Scope of Work set forth in Exhibit A and minor revisions to satisfactorily completed work. Such work shall be considered as "Extra Work" and shall be addressed in a written supplement to this Agreement. The CITY shall not be responsible for paying for such extra work unless and until the written supplement is executed by both parties. XII TERMINATION OF AGREEMENT A. The CITY may terminate this Agreement at any time upon not less than ten (10) days written notice to the CONSULTANT. Written notice will be by certified mail sent to the consultant's designated representative at the address provided by the CONSULTANT. B. In the event this Agreement is terminated prior to the completion of the work, a final payment shall be made to the CONSULTANT, which, when added to any payments previously made, shall compensate the CONSULTANT for the percentage of work completed. C. In the event this Agreement is terminated prior to completion of the work, documents that are the property of the CITY pursuant to Section II above, shall be delivered to and received by the CITY prior to transmittal of final payment to the CONSULTANT. XIII INDEMNIFICATIONIHOLD HARMLESS The CONSULT ANT agrees to indemnify the CITY from any claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the CONSULTANT, CONSULTANT employees, affiliated corporations, officers, and subcontractors in connection with the work performed under this Agreement. The CITY agrees to indemnify the CONSULT ANT from any claims, damages, losses, and costs, including, but not limited to, attorney's fees and litigation costs, arising out of claims by third parties for property damage and bodily injury, including death, caused solely by the negligence or willful misconduct of the CITY, CITY's employees, or agents in connection with the work performed under this Agreement. If the negligence or willful misconduct of both CONSULTANT and CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the CONSULT ANT and the CITY in proportion to their relative degrees of negligence or N:\PROJECTS\06-03 Aenal Mappmg\Agreernents\AGREEMNT DOC 4 willful misconduct and the right of indemnity shall apply for such proportion. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the CONSULT ANT and the CITY, its officers, officials, employees, and volunteers, the CONSULTANT'S liability hereunder shall be only to the extent of the CONSULTANT'S negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the CONSULT ANT'S waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. However, the CONSULTANT expressly reserves its rights as a third person set forth in RCW 51.24.035. XIV INSURANCE The CONSULTANT shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the CONSULTANT, its agents, representatives, employees or subcontractors. The CONSULTANT shall provide a Certificate of Insurance evidencing: 1. Automobile Liability insurance with limits no less than $1,000,000 combined single limit per accident for bodily injury and property damage; and, 2. Commercial General Liability insurance written on an occurrence basis with limits no less than $1,000,000 combined single limit per occurrence and $2,000,000 aggregate for personal injury, bodily injury and property damage. Coverage shall include but not be limited to: blanket contractual; products/completed operations; broad form property damage; explosion, collapse and underground (XCU) if applicable; and employer's liability; and, 3. Professional Liability insurance with limits no less than $1,000,000 limit per occurrence. Any payment of deductible or self insured retention shall be the sole responsibility of the CONSULTANT. The CITY shall be named as an additional insured on the Commercial General Liability insurance policy, as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the CITY as additional insured shall be attached to the Certificate of Insurance. The CITY reserves the right to review a certified copy of all required insurance policies in the CONSULT ANT's office. The CONSULT ANT'S insurance shall contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. The CONSULTANT'S insurance shall be primary insurance as respects the CITY, and the CITY shall be given thirty (30) days prior written notice of any cancellation, suspension or material change in coverage. N \PROJECTS\06-03 AenaI Mappmg\Agreements\AGREEMNT.DOC 5 XV APPLICABLE LAW This Agreement shall be construed and interpreted in accordance with the laws of the State of Washington, and in the event of dispute the venue of any litigation brought hereunder shall be Clallam County. XVI EXHIBITS AND SIGNATURES This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following exhibits are hereby made a part of this Agreement: Exhibit A - Scope of Work Exhibit B - Consultant Labor Costs Exhibit C - Non-salary Reimbursable Costs Exhibit D - Schedule for the Work Exhibit E - Area to Map In WITNESS THEREOF, the parties hereto have executed this Agreement as of the day and year first written above. / DAVID C. SMITH & ASSOCIATES viAJj) ~ - - TITLE: tfJGf. fP-ffIPf;r CITY 0 .PORT ANGELES MAYOR APPR~VED AS TO F~RM~ 1/~ ~~ WILL~OOR, CITY~TORNEY ATTEST: N \PROJECTS\06-03 Aerial Mappmg\Agreements\AGREEMNT DOC 6 EXHIBIT A - SCOPE OF WORK AND BUDGET SCOPE OF WORK 1. Aerial Photography, 1 "==500' Flight: The aerial photography task will consist of two separate flight missions. Air-borne GPS controlled, 6" focal length, stereo coverage color aerial photography at a 1 "==500' photo scale will be obtained to cover the entire project area as delineated on the project map presented in Exhibit E. The purpose of this flight will be for overall control, 6" pixel orthophotos of selected map sheets and mapping updates of selected areas. Photography will be attained on a suitable day with full sun or uniform, high thin overcast and is not restricted to shadowless conditions. All flight layout, project design, aerial photography, control and subsequent processing for this flight is to be designed to provide accuracies and mapping updates consistent with the 1995 and 2000 mapping projects. Aerotriangulation will be performed to extend the ground control and air-borne GPS control for full control ofthe entire project area and 1 "==500' stereo-coverage flight. 2. Aerial Photography, 1 "=200' Flight: Stereo coverage, 12" focal length, color aerial photography at a 1 "=200' photo scale will be obtained for the selected portion ofthe project area delineated on the Exhibit E project map as the 2 inch pixel area. The purpose of this flight will be the production of high resolution, 0.17' pixel (2" pixel) orthophotos ofthe 2" pixel priority area. If feasible, this flight will be attained under full overcast, uniform lighting conditions that will allow for high quality shadowless photography. If weather and schedule do not permit this flight within an accepted time frame, the flight will be attained under high sun, high thin overcast or other lighting conditions as directed by the City. The City's intent for this flight is to minimize shadows and obscured ground. Aerotriangulation ofthe 1 "=200' scale flight will be performed to extend control from the 1 "==500' flight for full control of the high resolution photography over extents ofthe 2" pixel priority area. 3. Ground Control: Existing ground control points from the City's 1995 and 2000 aerial mapping projects which have not been destroyed or obstructed will be located and premarked. Approximately 30 existing points will be premarked. For the 1 "=500' control flight, air-borne GPS control consisting of an x,y,z photo center coordinate for each photo exposure will be established using a survey grade GPS receiver in the air- plane tied to one or more GPS base stations located at known, existing ground control points. No new ground control points are to be established for this project. All control required for the 1 "=200' high resolution orthophoto flight will be transferred from the 1 "=500' control flight. Air-borne GPS coordinates will not be collected for the 1 "=200' scale flight. 4. TIN preparation and DTM repair: The most current set of City's existing 2' contour polyline sheets and 2' contour Digital Terrain Model sheets will be integrated and used to develop a Triangulated Irregular Network (TIN) as needed to support the orthophoto rectification EXHIBIT A - SCOPE OF WORK PAGE 1 task. Any new contour updates will also be incorporated into the overall TIN. In areas where detailed contour updates are not to be performed under this contract, localized DTM updates to the TIN may be required if the terrain has changed significantly and if this change results in a visible shift or other problem with the orthophoto. TIN updates included in this task will be limited to only those corrections needed to support orthophoto rectification and will not include comprehensive updates to vertical accuracy standards. 5. 6" Pixel Digital Orthophotos: OS pixel color digital orthophotos will be produced for the 89 map sheets delineated on the project map in Exhibit E. Imagery will be rectified to the TIN developed in Task 4 and will be color balanced for even color and seamlessly mosaiced to minimize visible join lines between photo exposures. 6. 2" Pixel Digital Orthophotos: 0.17' pixel color digital orthophotos will be produced to cover the 2" pixel project area delineated on the project map in Exhibit E. Imagery will be rectified to the TIN developed in Task 4 and will be color balanced for even color and seamlessly mosaiced to minimize visible join lines between photo exposures. 7. ' Low Tide Shoreline: The low tide shoreline will be digitized as a polyline at elevation for the extents of the project area, using the 1 "=500' overall control photography. Flight planning will consider tide factors such that shoreline flights are attained during low tide periods on the day of the flight. 8. Overall Digital Color Mosaic: Separate, high altitude color photography will be obtained and scanned to produce an overall color digital mosaic. The mosaic will be geo-referenced to the control and fit to an average overall scale. Print scale and area will be consistent with the previous color mosaic produced from the 1995 and 2000 photography. 9. Oblique Photography: A hand-held, medium format camera will be used to obtain several different oblique photo views of the City, meeting City criteria for different scenarios. A proof sheet will be provided to the City to allow the City to select which oblique shots to process for enlargements or other photo products. 10. Contour Update Sheets: Existing contour data will be updated to current conditions for the areas delineated on the project map in Exhibit E. Updates will tie exactly to existing data and allow for delivery of a final, overall City-wide contour coverage incorporating existing contours and the new updates. Updates will be done using the most efficient approach. For areas of major change over a large area, Digital Terrain Model (DTM) methods will be used. For localized change over smaller areas, contour lines will be directly edited to reflect the change. All updates will be consistent in accuracy and quality with the 1995 and 2000 data sets. 11. Join and Clean Existing Contour Data: A final City-wide contour coverage will be prepared by integrating any new contour updates with the existing City contour data set. The updated City-wide coverage will be processed using batch join routines to join all lines and eliminate all breaks across grid sheets so that each contour line is continuous across the project area. EXHIBIT A - SCOPE OF WORK PAGE 2 12. Provide City Wide DEM: The City's existing data set, including updated contour areas and DTM data where available, will be combined and used to produce a City-wide DEM to City specifications for grid size. Available delivery formats include shape file, geodatabase, any AutoCAD format or any ASCII format. 13. Power Pole Update for New Annexation Area: New/updated power pole locations will be stereo-digitized for the new annexation area. 14. Downtown Building Height DTM: A DTM will be prepared to include both ground and building height breaklines for two map sheets in the downtown area. 15. Scanned Aerial Negatives: Scanned images will be prepared to City specifications for format, crop area and nominal/approximate pixel resolution for areas not ortho rectified. EXHIBIT A - SCOPE OF WORK PAGE 3 CITY OF PORT ANGELES COST INFORMATION FOR UPCOMING AERIAL MAPPING PROJECT 1. 1 "=500' photography, scanning and aerotriangulation 2. 1 "=200' photography, scanning and aerotriangulation 3. ground control or photo control 4. tin preparation and contingency DTM repair 5. 6" pixel orthophotos for 89 sheets 6. 2" pixel orthophotos for 84 partial sheets a. resampled resolution images 7. low tide shoreTine 8. mosaic photography and first print 40"x60" 8a. 2 additional mosaic prints 9. oblique photography through proof sheet 9a. enlargements of oblique photography 10. Updated map sheets contours only 50 sheets 11. Join and clean existing contour data 12. Provide city wide DEM based on existing data 13. power pole update new annexation area 14. Downtown building height dtm/dem 15. Scanned aerial negatives for sheets not ortho rectified $21,950.00 $31,775.00 $3,000.00 $6,300.00 $10,150.00 $35,310.00 $1,000.00 $950.00 $4,060.00 $300.00 $400.00 $650.00 $23,500.00 $6,000.00 $500.00 $600.00 $1,100.00 $620.00 Total $148,165.00 EXHIBIT B CONSULTANT LABOR COSTS David C. Smith & Associates, Inc. 1. Stereodigitizing and Aerotriangulation $71.00/Hour 2. Data Processing/CADD/Orthorectification $66.00/Hour 3. Certified Photogrammetrist $83.00/Hour 4. Outside Services/Subconsultants Cost + 1.6% w S dM S S b t* eng er urveylng an appmg, urvey u consu tan 1. Two (2) Person Field Crew $120.00/Hour 2. Survey Technician $60.00/Hour 3. Professional Land Surveyor $90.00/Hour 4. GPS Technician $60.00/Hour 5. Office Administration $25.00/Hour * Note: Survey subconsultant services will be billed as an outside service according to the cost table in Exhibit C. EXHIBIT C NON-SALARY REIMBURSABLE COSTS David C. Smith & Associates, Inc. 1. Materials Cost + 1.6% 2. Outside Services - Cost + 1.6% Aerial photography, survey services, color diapositives for scanning and hardcopy diqital prints 3. Photo Lab Reproductions See Attached Cost Tables 3. Batch Processing $1D.DD/Hour Wengler Surveying and Mapping 1. Materials Cost 2. Monuments Cost EXHIBIT C REIMBURSABLE COSTS PHOTO LAB REPRODUCTIONS CONTACT PRINTS 10" x 10" UNTRIMMED NO. WASH COLOR TOTAL 1 40.00 2 44.00 3 4800 4 52.00 5 56.00 6 60.00 7 65.00 8 6900 9 73.00 10 76.00 Each Per Order 11 - 100 4.00 36.00 101 - 200 3.60 41.00 201 + 3.35 4600 Wpdocs\forms\contact prints. xis PHOTO COLOR ENLARGEMENTS SIZE FIRST ADD'L 8 x 10 54.00 10.00 8.5 x 11 55.00 11.00 10 x 10 55.00 11 00 11 x 14 60.00 1400 16 x 20 7500 23.00 20 x 20 82.00 27.00 20 x 24 90.00 3000 24 x 24 9800 3500 24 x 30 112 00 42.00 24 x 36 125.00 51.00 30 x 30 128.00 51.00 30 X 40 155 00 6700 36 X 36 165.00 72.00 40 X 40 192.00 87.00 40 X 50 230.00 107.00 40 X 60 266.00 127.00 Use next larger size Negative Scanning $15.00 each Wpdocs\forms\color enlargements. xis EXHIBIT D - SCHEDULE FOR THE WORK The following chart outlines what we anticipate as the general flow of the project. We will coordinate our schedule with the City throughout the project and will remain flexible in accelerating specific tasks to meet special deadlines or to accommodate priority areas. The orthophoto schedule is somewhat dependant on when we are able to obtain the 1"=200' shadowless photography. June July Aug. 2006 Sept. Oct. Nov. Dec. 2006 TASKS Project Setup and Review of Existin Surve Control & Data Premark Ground Control . Aerial Photo Aerial Photo 1"=200' 1"=500' Contact Prints, Photo Index 1"=500' fIi ht Aerotrian ulation Stereo Digitizing New Map Sheet U dates Di ital Ortho hotos -------- --- First Ortho hoto for Ci Review Deliver Final Ortho hotos and Ma David C. Smith & Associates, Inc. Exhibit D - Project Schedule , . << Area to be re-contoured R 10C e.:::::: ~ ~ ~-- ----;-;-. 6. /J .,.....,1.1C 12C 13C 14C' ._1~G') ~ ~~ N 040 050 ,~~[;)~ ~_Or.O__{ 0~.!IO--~ ~09[;)~- 1 ,'>f,,?<;< /f....)!. "-' '" yX> 05E;" _~,6E ~"'~ :"'~~'9 ; /~'..'" \11E I I 03E 04E 07,E ""~ OSE 09E; 10E Miles ",., ~>\ ", . \ Z~~,- ~,. %F"/, 03F 04F 05Fi 06F 07,F .OSF 09F ~10F 1;1F: 13F "- ..J" "-~~ I ,c ~' x~ :~ 03G 04G 05G' 06G'r- . 07.(;\-' oil'G1 {,?,' 09~Gi 10'G' '1;1(; 12G HG"'- ~14G ~15G 19G 20G , ----. ( <';<;:'0,)< _ " c-----.,~ - ~'- l. -, - Q3X(l.t;"!} ~ - "'0:'r ----- 03H 04H 05H 06H 07H OSH 09H 10'IfI 1~1fI f21f1 'Fil1i 1)41f1' .1'58 16H 17H 1SH 19H 20H ." \,J<". <-'''>v , - " ("f~'~ '0 031 041 051 061 071 OSI ~i!{ -L"101\'-" ------11 f 1~1 1'" 1'51-- - L 161 171 1S1 191 201 ~ ~ r >;~ - <;.':'>';0<" ~~," 9 I " '"."$6J 03J 04J 05J 06J 07J ~_ '00S4] ~ 09J 10J 11'p: 1-211 xV; 13'\)', x~W;f ",15J 17J 1SJ 19J 20J <..'K.;(";; 0. ~~ 07K ~ &J.-.1$.0 ,- , 11K ;' -, 15K"'>< 031{ 04K. 05.K 061<: OSt<< ~ 09K 10K 12K - 1~K '-'\:M~' , 16K 17K 1SK 19K 20K ,. 7; - ~vo- " t" - 1 .; ~ ~;'>9' 09L 10L 11L 121.: ;",~+,>;_!lj 14L 15L 16L 17L 1SL 19L 09PJ1 1:0PJI 11M ' .A.2Ml 13M 14M 15M 16M 17M 1SM 19M 1,1 ON 1t1.N HtII 1~N 14N 15N 16N 17N 1SN 19N 1r10 1:2!il ~'3_0 140 150 160 170 1S0 190 Aerial mapping project 06-03 16P 17P 1SP 19P nd or SIX Inch C1xels h pixels 60 gnds / two and SIX Inch pixels 24 gnds / SIX Inch pixels 51 gnds) 19Q nzontal oosltlon only 19R oto orocesslna) 195 19T 19U 19V EXHIBIT E City of Port Angeles 2006 Aenal ands with two Inch C1xels a ~ Totalgnds 135 (twOlnC Aenal ands with SIX Inch C1xels ho ~ Total gnds 6 Aenal ands neaaliyes only (no oh [:J Total gnds 31 Area of 2 Inch olxels ~ " , " ,