Loading...
90-0501 Guillou and Associates Inc. AGREEMENT FOR ENGINEERING SERVICES COVERING ENGINEERING DESIGN AND CONSTRUCTION TYLER CREEK DETENTION FACILITY THIS AGREEMENT, made and entered this 1st day of May, 1990, by and between the City of Elgin, whose address is 150 Dexter Court, Elgin, Illinois , 60120, hereinafter called PUBLIC AGENCY; and by Guillou & Associates, Inc . , whose address is 124 Maple Grove Lane, Springfield , Illinois , 62707 , and hereinafter called ENGINEER; covers certain professional planning, hydrology and hydraulics, engineering design , and consulting services , and direct costs incurred in conjunction therewith, all in connection with the completion of the proposed Tyler Creek Detention Facility, which is to be located on Tyler Creek west of Randall Road in Kane County, Illinois . WHEREAS , previous work has been performed by the ENGINEER, in cooperation with the PUBLIC AGENCY, including the following reports : 1 . "Hydrologic Inventory, Tyler Creek Watershed, Kane County, Illinois" , dated October 1976. 2. "Permit Application and Supplemental Report", for Section 404 permit from the Chicago District , U.S. Army, Corps of Engineers , dated December 1986. 3. "Second Supplemental Report , Tyler Creek Detention Basin" , in further support of application for Section 404 permit from the Chicago District, U.S. Army, Corps of Engineers , dated March 1988. Said completed work, also including calculations and information relative to the acquisition of real estate, computations and services in support of efforts to enhance the contribution of funds of the State of Illinois toward the design and construction of the project, and computations, plans and specifications relating to the single embankment project which is no longer under consideration. All of the materials cited in this section are to be available for the work of this AGREEMENT at no cost to the PUBLIC AGENCY, and WHEREAS , the presently planned facility is to be composed of two earthen embankments, each with concrete spillway and outlet culvert; access and maintenance roadways ; land restoration; and project fencing; and WHEREAS, the work of this AGREEMENT is intended to carry the development of the Tyler Creek Detention Facility from its present degree of planning to completion of final construction, the work of this AGREEMENT is divided into four phases, parts of which may , with the approval of the PUBLIC AGENCY, be conducted concurrently, as i Phase I - Project planning on the behalf of the PUBLIC AGENCY with adjacent property owners , including but not limited to Safety-Kleen Corporation; preparation of materials and information supplemental to a revised application for permit under Section 404 of the Clean Waters Act; support of the PUBLIC AGENCY in causing appropriate revision of the existing sponsorship agreement with the State of Illinois, Division of Water Resources; implementation of aerial photography and photogrammetric mapping of the site; completion of a soil boring program covering the two embankments and the principal borrow areas ; preparation of plans and specifications for site restoration, fencing, and access roadway; and , performing field surveys and attending conferences in connection with the above. The contractor cost for completing the mapping and soil boring work is not to be a cost of the ENGINEER. The work of Phase I is to be completed for an amount not to exceed $6, 500. Phase II - Preparation of the design report as required by the State of Illinois, submittal of the application for permit to construct the embankments, spillways and outlet culverts to the Division of Water Resources, and preparation of responses to inquiries regarding the Section 404 application effort of Phase I of this AGREEMENT. The work of Phase II is to be completed for an amount not to exceed $35, 750. Phase III - Responses to questions arising from the application to construct ; construction and testing of hydraulic models of the spillways and outlet systems; preparation of working drawings , design plans and specifications. The work of Phase III is to be accomplished for an amount not to exceed $47,600 . Phase IV - Engineering construction services, progress reports, and recommendations regarding contractor requests for payment to the PUBLIC AGENCY. An average of about 10 hours per week of engineering technician services will be provided by PUBLIC AGENCY to supplement regular inspections of the work by ENGINEER during the facility construction period. The project will be inspected on an as-needed basis by the structural consultant. Construction surveys are to be provided by the contractor in a fashion suitable to the ENGINEER who, with the cooperation of the PUBLIC AGENCY, shall be responsible for checking the surveys. The Phase IV work shall be completed for an amount not to exceed $25, 300, not including the services of the engineering technician. The anticipated schedule for project completion is as follows: 1 . Authorization to proceed issued by PUBLIC AGENCY - May 1 , 1990. 2 . Award aerial photography contract - April 16, 1990. 3. ENGINEER file amended environmental assessment report or revised application for permit under Section 404 - May 15, 1990. 4. ENGINEER complete plans and specifications for land restoration, access roads and fencing - June 12, 1990. -2- 5. Receive Section 404 permit from Corps of Engineers - July 30, 1990 6. Advertise contract for land restoration, access roads and fencing - August 6, 1990. 7. ENGINEER file design report and application for permit to construct with Division of Water Resources - October 15 , 1990. 8. Advertise for construction of embankments , spillways and conduits - February 18, 1991 . 9. Award contract for construction of embankments , spillways and conduits - March 18, 1991 . 10. Begin construction of embankments , spillways and conduits - April 1 , 1991 . 11 . Complete construction of embankments , spillways and conduits - December 17, 1991 . Depending upon the weather of the 1991 construction season, it is possible that some final grading, sodding and seeding will be completed early in 1992. WITNESSETH THAT, in consideration of the premises and mutual covenants herein set forth, THE ENGINEER AGREES, 1. To be responsible for supplying additional information which may be required, and to meet with the Chicago District of the Corps of Engineers, and with other agencies, all in support of the application for permit under Section 404 of the Clean Waters Act. 2. To be responsible for the preparation of the required design report, and to submit to the Division of Water Resources, of the Illinois Department of Transportation, application for permit to construct and operate the said project, with the understanding that the design report shall include, but not be limited to the following topics: A. Hydrologic and Hydraulic Investigations 1 . Maximum water surface elevation with the 100-year event. 2. Maximum water surface elevation with the spillway design flood. 3. Evaluation of possible upstream flood hazards. 4. Provisions for emergency and normal drawdown of the pool. 5. Adequacy of the freeboard design. 6. Energy dissipator analysis, including possible hydraulic model investigation. 7. Dam breach wave analysis. -3- • B. Structural and Geotechnical Investigations and Design 1 . Geotechnical investigations. 2. Earth embankments. 3. Seepage computations. 4. Conduit design. 5. Concrete design for spillways. 6. Steel design for spillway, and possible spillway gates. 7. Concrete design of energy dissipation structures. 8. Design of filters and drains. 9. Riprap computations and locations. C. Plan of Operation D. Project Maintenance Plan 3. To attend conferences to be held at the request of PUBLIC AGENCY, in addition to the normal visits for the supervision and work of this AGREEMENT. 4. The basic survey notes , sketches, charts, computations and other data prepared or obtained by ENGINEER pursuant to this AGREEMENT will be made available to PUBLIC AGENCY at cost , and without restrictions or limitations as to their use . 5. All plans and other public documents furnished by the ENGINEER pursuant to this AGREEMENT will be endorsed and will show the appropriate professional seal where such is required by law or is requested by PUBLIC AGENCY. THE PUBLIC AGENCY AGREES 1 . To pay the costs of Phase I of this AGREEMENT on the basis of an amount not to exceed $6,500. Payment shall be on the basis of monthly billings to be submitted by the ENGINEER which shall describe the completed work and shall state the estimated degree of completion of the total Phase I program. Ten percent of the amount of each monthly billing shall be withheld for payment at the completion of the Phase I work. 2. To pay for the work of Phases II through IV of this AGREEMENT in fashion similar to Phase I. It being understood that more than one phase of work may be active during any billing period. 3. That, should the project be abandoned at any time after the ENGINEER has performed any part of the services provided for in this AGREEMENT, and prior to the completion of all such services , the PUBLIC AGENCY shall reimburse the ENGINEER for actual costs incurred up to the time he is notified in writing of such abandonment — "actual cost" being defined as material costs and mileage, plus actual payrolls, insurances, social security, vacation and retirement allowances. 4. That, should PUBLIC AGENCY extend the term of this AGREEMENT beyond two calendar years from the date hereof, the PUBLIC AGENCY will pay the ENGINEER, in addition to the fees provided herein, —4— actual costs incurred beyond the existing fee schedule and beyond the stated time limit - "actual costs" being defined as in Item 2, herein. IT IS MUTUALLY AGREED 1 . That ENGINEER shall evaluate bids received for contract work under this AGREEMENT, shall be responsible for recommendations as to the bidder who is to perform the construction work, and shall keep records and make recommendations to PUBLIC AGENCY for payments to the Contractor as the work progresses. 2. That time is of the essence and the schedule of progress contained herein is the minimum anticipated schedule, and both parties to this AGREEMENT will endeavor to advance the dates of the schedule to the maximum degree possible. 3 . This AGREEMENT may be terminated by PUBLIC AGENCY upon giving notice in writing to the ENGINEER at his last known post office address. Upon such termination the ENGINEER shall cause to be delivered to the PUBLIC AGENCY, all drawings, partial and completed estimates , and data from soil surveys or subsurface investigations, with the understanding that all such information shall become the property of the PUBLIC AGENCY. The ENGINEER shall be paid for any services completed or partially completed in accordance with Paragraph 2 of "THE PUBLIC AGENCY AGREES" . IN WITNESS WHEREOF, the parties have caused this AGREEMENT to be executed in quadruplicate counterparts, each of which shall be considered to be an original , by their duly authorized officers as of the dates below indicated. Executed by the PUBLIC AGENCY City of Elgin, Kane County, this l4 1,4 day of May, 1990. State of Illinois. ATTEST By aJ By/ Ott, 1 City Clerk City Mana er Executed by the ENGINEER, this Ot d. of ay, 1990. FF By !` President -5- • Ei n Agenda Item No. �I I:: �R47C D f EB 1 April 4 , 1990 MEMORANDUM TO: Mayor and Members of the City Council FROM: City Manager SUBJECT: Tyler Creek Detention Engineering Services PURPOSE: This memorandum will provide the Mayor and Council with information to consider the award of a contract for the engineering services necessary to begin construction on the Tyler Creek Deten- tion Facility in 1990 . BACKGROUND: The original idea for the Tyler Creek Detention Facility was proposed to the City Council as part of the Valley Creek annexation agreement in 1976 . Since that time the staff and Guillou and Associates, of Springfield, have been working with several governmental agencies to begin work on the project. The governing agency for the issuance of a permit to construct the detention facility is the U.S. Army Corps of Engineers. The Corps has denied the permit for a number of years based on environmental concerns. Based on the work performed by Hampton, Lenzini and Renwick, Inc. , Safety Kleen' s engineer, and Guillou and Associates, a new concept has been developed that will alleviate the Corps' concerns environmental concerns. The new concept includes two dams each of which will hold smaller amounts of storm water but will equal the amount necessary to detain the flood waters in Tyler Creek. In addition to the above, there are several annexation agreements which require that construction begin on the detention facility prior to December 31 , 1990. It is the intention of the staff that work could begin as early as June, 1990 which would meet the intent of the existing annexation agreements. FINANCIAL IMPACT: The cost of all the engineering services neces- sary to construct the project is $116 ,900.00 which includes inspec- tion services in the amount of $25, 300. 00. There are sufficient funds in the Capital budget to pay for these services. t Mayor and Members of the City Council April 4 , 1990 Page 2 RECOMMENDATION: It is recommended that the City Council direct the City Manager and City Clerk to execute the contract with Guillou and Associates of Springfield in the not to exceed amount of $91 , 600. 00 for the design of the Tyler Creek Detention. The staff feels that the inspection of the construction of the Facility should be solicited from qualified firms at the time that the services are necessary. A copy of the proposed contract is at- tached for your consideration. \ 6(...4- 4 / L: L. RiCity Manager Attachment GUILLOU & ASSOCIATES, INC. 124 MAPLE GROVE LANE • SPRINGFIELD, ILLINOIS 62707 • (217) 529-5549 March 28 , 1990 Mr. Ralph Ridley Engineering Supervisor City of Elgin 150 Dexter Court Elgin, Illinois 60120 Dear Ralph: Herewith are four copies of the proposed agreement covering our services on the revised Tyler Creek project . If there are any questions, or suggested revisions , let me know. They can be made very rapidly, the text is still on the machine. I have not heard from the Aero-Services folks relative to the aerial mapping at the site. If you wish, supply me with the person you work with, and I will contact him about the work , and obtain a price for your consideration . We can locate the ground control targets next week if we know where they are needed . I am a little concerned about the trees leafing out . My apologies for the delay in having this material reach you, and my real appreciation for your consideration when things were rather hectic here . Dorothy is sore and tired , but doing just fine. Best regards . Sincere John Guillou if AGREEMENT FOR ENGINEERING SERVICES COVERING ENGINEERING DESIGN AND CONSTRUCTION TYLER CREEK DETENTION FACILITY THIS AGREEMENT , made and entered this day of April , 1990 , by and between the City of Elgin, whose address is 150 Dexter Court , Elgin , Illinois , 60120 , hereinafter called PUBLIC AGENCY ; and by Guillou & Associates , Inc . , whose address is 124 Maple Grove Lane, Springfield , Illinois , 62707 , and hereinafter called ENGINEER ; covers certain professional planning , hydrology and hydraulics , engineering design , and consulting services , and direct costs incurred in conjunction therewith, all in connection with the completion of the proposed Tyler Creek Detention Facility , which is to be located on Tyler Creek west of Randall Road in Kane County , Illinois . WHEREAS , previous work has been performed by the ENGINEER, in cooperation with the PUBLIC AGENCY, including the following reports : 1 . "Hydrologic Inventory , Tyler Creek Watershed , Kane County , Illinois" , dated October 1976 . 2. "Permit Application and Supplemental Report" , for Section 404 permit from the Chicago District , U.S. Army , Corps of Engineers , dated December 1986. 3. "Second Supplemental Report , Tyler Creek Detention Basin" , in further support of application for Section 404 permit from the Chicago District , U.S . Army, Corps of Engineers , dated March 1988. Said completed work, also including calculations and information relative to the acquisition of real estate, computations and services in support of efforts to enhance the contribution of funds of the State of Illinois toward the design and construction of the project, and computations , plans and specifications relating to the single embankment project which is no longer under consideration. All of the materials cited in this section are to be available for the work of this AGREEMENT at no cost to the PUBLIC AGENCY, and WHEREAS , the presently planned facility is to be composed of two earthen embankments, each with concrete spillway and outlet culvert ; access and maintenance roadways; land restoration ; and project fencing ; and WHEREAS , the work of this AGREEMENT is intended to carry the development of the Tyler Creek Detention Facility from its present degree of planning to completion of final construction , the work of this AGREEMENT is divided into four phases , parts of which may , with the approval of the PUBLIC AGENCY , -maq be conducted concurrently , as . Phase I - Project planning on the behalf of the PUBLIC AGENCY with adjacent property owners , including but not limited to Safety-Kleen Corporation , preparation of materials and information supplemental to a revised application for permit under Section 404 of the Clean Waters Act , support of the PUBLIC AGENCY in causing appropriate revision of the existing sponsorship agreement with the State of Illinois , Division of Water Resources , implementation of aerial photography and photogrammetric mapping of the site , completion of a soil boring program covering the two embankments and the principal borrow areas , preparation of plans and specifications for site restoration , fencing , and access roadway , and performing field surveys and attending conferences in connection with the above . The contractor cost for completing the mapping and soil boring work is not to be a cost of the ENGINEER . The work of Phase I is to be completed for 4-11-e--i-ump =sum-`amount„�PI $6 ,500.iv Phase II - Preparation of the design report as required by the State of Illinois , submittal of the application for permit to construct the embankments , spillways and outlet culverts , to the Division of Water Resources , and preparation of responses to inquiries regarding the Section 404 application effort of Phase I of this AGREEMENT. The work of Phase II is to be completed for 4/1amarp=s4rar amounts, $35 , 750. 49/ a e.y6eed Phase III - Responses to questions arising from the application to construct ; construction and testing of hydraulic models of the spillways and outlet systems ; preparation of working drawings , design plans and specifications . The work of Phase III is to be accomplished for1ths lam= -sum of $47,600 . 44 dit)Fan '4497 ter Q.YGE jd�G1Q5 Phase IV -A-tpirrirom=====ar construction,, progress reports , and recommendations regarding contractor requests for payment to the PUBLIC AGENCY. An average of about 10 hours per week of engineering technician services will be provided by PUBLIC AGENCY to supplement regular inspections of the work by ENGINEER during the facility construction period. The project will be inspected on an as-needed basis by the structural consultant . Construction surveys are to be provided by the contractor in a fashion suitable to the ENGINEER who, with the cooperation of the PUBLIC AGENCY, shall be responsible for checking the surveys . The Phase IV work shall be completed forrlizim=ittarp==r- amount , $25,,.3244, not including the services of the engineering teChtfiCTin. The anticipated schedule for project completion is as follows : 1 . Authorization to proceed issued by PUBLIC AGENCY - April , 1990. /6 2 . Award aerial photography contract - April t, 1990. 3 . ENGINEER file amended environmental assessment report or revised application for permit under Section 404 - May 15 , 1990 . 4. ENGINEER complete plans and specifications for land restoration , -2- access roads and fencing - June 12 , 1990 . 5 . Receive Section 404 permit from Corps of Engineers - July 30 , 1990 6. Advertise contract for land restoration , access roads and fencing - August 6 , 1990 . 7 . ENGINEER file design report and application for permit to construct with Division of Water Resources - October 15 , 1990 . 8 . Advertise for construction of embankments , spillways and conduits - February 18 , 1991 . 9 . Award contract for construction of embankments , spillways and conduits - March 18 , 1991 . 10. Begin construction of embankments , spillways and conduits - April 1 , 1991 . 11 . Complete construction of embankments, spillways and conduits - December 11991 . Depending upon the weather of the 1991 construction season, it is possible that some final grading , sodding and seeding will be completed early in 1992. WITNESSETH THAT, in consideration of the premises and mutual covenants herein set forth, THE ENGINEER AGREES , 1 . To be responsible for supplying additional information which may be required , and to meet with the Chicago District of the Corps of Engineers , and with other agencies , all in support of the application for permit under Section 404 of the Clean Waters Act. 2. To be responsible for the preparation of the required design report , and to submit to the Division of Water Resources , of the Illinois Department of Transportation, application for permit to construct and operate the said project, with the understanding that the design report shall include, but not be limited to the following topics: A. Hydrologic and Hydraulic Investigations 1 . Maximum water surface elevation with the 100-year event. 2. Maximum water surface elevation with the spillway design flood. 3. Evaluation of possible upstream flood hazards. 4 . Provisions for emergency and normal drawdown of the pool . 5 . Adequacy of the freeboard design. 6 . Energy dissipator analysis , including possible hydraulic model investigation . 7 . Dam breach wave analysis . -3- B . Structural and Geotechnical Investigations and Design 1 . Geotechnical investigations . 2 . Earth embankments . 3 . Seepage computations . 4. Conduit design . 5 . Concrete design for spillways . 6 . Steel design for spillway , and possible spillway gates . 7 . Concrete design of energy dissipation structures . 8 . Design of filters and drains. 9 . Riprap computations and locations . C . Plan of Operation D. Project Maintenance Plan 3 . To attend conferences to be held at the request of PUBLIC AGENCY, in addition to the normal visits for the supervision and work of this AGREEMENT . 4. The basic survey notes , sketches, charts, computations and other data prepared or obtained by ENGINEER pursuant to this AGREEMENT will be made available to PUBLIC AGENCY at cost , and without restrictions or limitations as to their use. 5. All plans and other public documents furnished by the ENGINEER pursuant to this AGREEMENT will be endorsed and will show the appropriate professional seal where such is required by law or is requested by PUBLIC AGENCY. THE PUBLIC AGENCY AGREES I/7,d /o e,xGeAd 1 . To pay the costs of Phase I of, this AGREEMENT on the basis of an T,-p----6-u,u--uuut-t-1 -6 - - amount - $6,500. Payment shall be on the basis of monthly billings to be submitted by the ENGINEER which shall describe the completed work and shall state the estimated degree of completion of the total Phase I program. Ten percent of the amount of each monthly billing shall be withheld for payment at the completion of the Phase I work. 2. To pay for the work of Phases II through IV of this AGREEMENT in fashion similar to Phase I. It being understood that more than one phase of work may be active during any billing period. 3 . That , should the project be abandoned at any time after the ENGINEER has performed any part of the services provided for in this AGREEMENT, and prior to the completion of all such services , the PUBLIC AGENCY shall reimburse the ENGINEER for actual costs incurred up to the time he is notified in writing of such abandonment - "actual cost" being defined as material costs and mileage , plus actual payrolls , insurances , social security , vacation and retirement allowances . 4 . That , should PUBLIC AGENCY extend the term of this AGREEMENT beyond two calender years from the date hereof , the PUBLIC AGENCY will pay the ENGINEER , in addition to the fees provided herein , -4- • actual costs incurred beyond the existing fee schedule and beyond the stated time limit - "actual costs" being defined as in Item 2 , herein . IT IS MUTUALLY AGREED 1 . That ENGINEER shall evaluate bids received for contract work under this AGREEMENT, shall be responsible for recommendations as to the bidder who is to perform the construction work, and shall keep records and make recommendations to PUBLIC AGENCY for payments to the Contractor as the work progresses . 2 . That time is of the essence and the schedule of progress contained herein is the minimum anticipated schedule, and both parties to this AGREEMENT will endeavor to advance the dates of the schedule to the maximum degree possible. 3. This AGREEMENT may be terminated by PUBLIC AGENCY upon giving notice in writing to the ENGINEER at his last known post office address . Upon such termination the ENGINEER shall cause to be delivered to the PUBLIC AGENCY, all drawings, partial and completed estimates , and data from soil surveys or subsurface investigations, with the understanding that all such information shall become the property of the PUBLIC AGENCY. The ENGINEER shall be paid for any services completed or partially completed in accordance with Paragraph 2 of "THE PUBLIC AGENCY AGREES" . IN WITNESS WHEREOF, the parties have caused this AGREEMENT to be executed in quadruplicate counterparts , each of which shall be considered to be an original , by their duly authorized officers as of the dates below indicated. Executed by the PUBLIC AGENCY City of Elgin, Kane County , this day of April , 1990. State of Illinois. ATTEST By By City Clerk City Manager Executed by the ENGINEER, this : •ay . f arch, 1990. r (1 ). AJ,_, President -5- • in °E Agenda Item No. (7.? "41111et\'' April 18 , 1990 MEMORANDUM TO: Mayor and Members of the City Council FROM: City Manager SUBJECT: Tyler Creek Detention Basin Topographical Survey and Aerial Photography PURPOSE: This memorandum will provide the Mayor and Council with information to consider the award of the subject survey and aerial topography services. BACKGROUND: As agreed to in the design contract with Guillou and Associates for the Tyler Detention Basin, it is the responsibility of the City to complete a topographical survey and provide Guillou with the necessary aerial photographs to complete the work. Burnidge and Westphal, a local surveyor, has stated they can complete the necessary survey work in a manner that will aid in the proper design of the detention facility. Aero-Metric Engineering, Inc. has agreed to complete the necessary flights to complete the aerial photography needed to prepare aerial photographs that will be acceptable for the preparation of the plans for the Tyler Creek Detention Basin. They will do this work in conjunction with the work they are performing for Safety Kleen. Burnidge and Westphal has done various projects for private devel- opers and the City in the past. Their work has always been satis- factory. Aero-Metric Engineering, Inc. , was the firm that complet- ed the new color photo-mosaics now on display in the Council and the City Manager's Conference Rooms. That work was also completed in a satisfactory manner. FINANCIAL IMPACT: The cost for the survey portion of the work by Burnidge and Westphal will not exceed $5 ,000.00. The aerial photography to be completed by Aero-Metric Engineering, Inc. can be completed for the not to exceed cost of $9,980.00. The funds to complete this work are available in the Capital Budget under the Tyler Creek Detention Basin. Mayor and Members of the City Council April 18 , 1990 Page 2 RECOMMENDATION: It is recommended that the City Council authorize the survey services for the Tyler Creek Detention Basin be complet- ed by Burnidge Westphal, Inc. , for the not to exceed cost of $5 , 000 .00 . It is also recommended that the City Council authorize the City Manager and City Clerk to execute a contract with Aero- Metric Engineering , Inc. to complete the necessary aerial photogra- phy for the not to exceed cost of $9 ,980 . 00 . A copy of the propos- al from Aero-Metric Engineering is attached for your consideration. Larry . Rice City Manager Attachment ItP "l'a`med.` 4708 NOR/H 40TH STREET City of Elgin PO BOX 449 Aril 3, 1990 AMS EN G I N E E R I N G, I N C. SHEBOYGAN WISCONSIN 53082.0449 page 2 ( 414 451.3631 PHOTO GRAMMETRIC ENGINEERS FAX 14141)45].0410 April 3, 1990 Prior to engineering design, the maps must be field verified by your office. Failure to notify Aero-Metric within 60 days of any errors and/or omissions shall be deemed as acceptance of the maps. Any claims as a result of such defects are waived. Aero-Metric accepts no liability for errors in the maps • other than to correct the map error and omissions that are brought to our attention. DELIVERABLES City of Elgin 150 Dexter Court Items to be delivered are: Elgin, Illinois 60120 1. One set of 9" x 9" color contact prints Attention: Mr. Ralph Ridley, Engineering Supervisor 2. One each reproducible copy of the original non-drafted manuscript(s) or two - 3611 x 36" final-drafted positive Dear Mr. Ridley, reproducible map sheets at 1"=50' covering the embankment areas 3. One each reproducible copy of the original non-drafted manuscript(s) Aero-Metric Engineering, Inc. is pleased to provide the cost for Aerial Photo- or two - 36" x 36" final-drafted positive reproducible map sheets at graphy and Topographic Mapping. The project area is located in Sections 4, 5, 111=100' covering the entire Tyler Creek facility 8, and 9, Township 41 North, Range 8 East, Kane County, Illinois. The area is delineated on the enclosed map. FEE SCHEDULE AERIAL PHOTOGRAPHY The costs for providing the above services are: Color aerial photography will be acquired as soon after notice to proceed as Flight $1,250 weather and site conditions permit. Mapping of Tyler Creek Facility (185 acres) GROUND CONTROL Manuscript $2,430 Guillou & Associates, Inc. will conduct the necessary horizontal and vertical Final Drafted $3,330 control field surveys required for our mapping operations. We will provide a set of 9" x 9" color contact prints which will be annotated with the desired I Mapping of Embankment areas (30 acres) control identities. Guillou & Associates, Inc. will post the adjusted coordinates and elevations upon these prints within the spaces provided. These Manuscript $1,275 prints will be returned to our office. Final Drafted $1,695 MAPPING • Our cost is based on the labor effort required to complete topographic mapping with accurate survey datum. Should your datum prove faulty, extra compensation Upon completion of the aerial photography and ground control surveys, our tech- will be required. nicians will prepare topographic mapping of the project area. The mapping will be completed at two scales. First, the overall area will be completed at Terms are net 30 days. 1"=100' and have a 2' contour interval. Second, the two embankment areas will be completed at 111=50' with a 1' contour interval. All mapping will be com- DELIVERY SCHEDULE pleted in autopositive form or final drafted by the scribe (negative engraving) method. The color contact prints will be delivered within 14 days after photography. The mapping will be delivered within 30 to 45 days after we receive the ground All mapping will be guaranteed to meet or exceed National Map Accuracy Stan- control. dards for 1' and 2' contour interval mapping. AW ROCKFORD•l Ml. etc-Y/L(.UIII; `g i Q vlNORCC owo a ry »ae I„aw = j [.°,.C..I.°.,.C. \/' i 1' (PINOREE GROVE) z K•? , City of Elgin \ �' � e ✓ _'js�� �� -�`: ;: 1` ° di�ml April 3, 1990 ��° � � , ,, I J � � �; • Page 3 � � =�_,II I, �� ,��o�---s-1 *'•-41 � I ' f �1 Thank you for the opportunity to offer our precision services. We look forward -1:4 %�N- J,. y �) �/ to working with your office and feel confident of completing this most chal- �—_ J ,::1,1,::::"' / ..� 1'\ �� ..,0: lenging project. When you wish to proceed, please provide authorization by ', � • - —��'�� Oy • returning a signed copy of this correspondence. ��— Ih 1 I �t4---- ----- .-1-- I °Sincerely - / I`/ &"AERO-METRIC ENGINEERING, INC. / ((( lRichard R. Wohler /` S^✓j ,� l ` I x� '�Contract Administrator ,I�)+,�-�' �4 / I. 1� X00 l..._;_i....':-:i.,11,11'2111(1.!:Eii:1'.);,'(:C51.1'' ,') jja---,,...(U,/,. \..----1„ -R /�tiRRW/lab ,r : '.,4„ . /� / ��Encl. : ���,, . 4 i. • . „at � •�`�f I i �'o;D-0 l V._ � '. 1�o �' l ► 1. � ” ..v... - °°_iSERVICE AGREEMENT u pr., ,�. /�`) � O © �/�\-:7,S:.1-/e,/:._.''',,,, i,1('‘,', bythe Cityof Elgin �- ' •',i ~ �� �� f !• 1 This cost proposal has been submitted to and approved g �� ,.. If .r— 1• T this day of , 1990. �- • - 1 0 ° q J1 �� �/j / �iFi D 1 �� . o Accepted By: � `A®® �� C N ,e `� j ( C r �'- If�'� �� !O'�"i 4,,-.:- Title \/ C] l I • R N I .2 Fizvv,aticarasi44. it !,..z--ft.r., 1,,,o . ---\__/ _iri<fe/ r1:i .-'l ' I g, a i IC r E 4141 - ar M O AC xN 9 ' a, -toll t r A.-1,401 i �_J 9•� J' / mak' F a • �\k 'xS- 1 gym\ v '��r i ► ai y Rai i, �Q. ,1 ., I--{:v,. __ .1.17-- l. . t • , A