HomeMy WebLinkAbout83-1010 Gluth Brothers ' RESOLUTION
APPROVING CHANGE ORDER NO. 1 IN THE CONTRACT WITH
GLUTH BROTHERS CONSTRUCTION, INC. FOR THE BLUFF CITY AND DIXON
WATERMAIN EXTENSION
WHEREAS, the City of Elgin has heretofore entered into a contract
with Gluth Brothers Construction, Inc. for the Bluff City and Dixon
watermain extension; and
WHEREAS, it is necessary and desirable to modify the terms of the
contract as is described in Change Order Number 13, attached hereto.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
ELGIN, ILLINOIS, that Leo Nelson, City Manager, be and is hereby author-
ized and directed to execute Change Order Number 1, a copy of which is
attached hereto and made a part hereof by reference.
Richard L. Ver ic, Mayor
Presented: October 10, 1983
Adopted:
Vote: Yeas Nays
Recorded:
Attest:
Marie Yearman, City Clerk
f
ELGIN, ILLINOIS
BLUFF CITY WATERMAIN EXTENSION
(POPLAR CREEK CROSSING)
CHANGE ORDER NO.1
SCOPE. This Change Order No.l covers the addition of 100 Lineal Feet of
mechanical joint, Class 52, 12 inch Ductile Iron Watermain.
REASON FOR CHANGE. Our original plan was to install push joint water-
main throughout the entire project. But, in order to properly restrain
the pipe used for the crossing it was decided to use mechanically
restrained joint pipe. This type of pipe makes use of integral clamps
and fittings to keep it together and therefore does not rely on out-
side restraining devices that are affected by poor soil conditions.
CHANGE IN CONTRACT APIOUNT.
100 Lineal Feet of Mechanical Joint, Class 52, 12 inch Ductile Iron
Watermain with fittings. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .$1 ,604.00
By Reason of this Change Order No.] , the contract cost shall be
increased in the amount of One thousand six hundred four Dollars
($1 ,604.00) .
OTHER CONTRACT PROVISIONS. All other provisions of the contract shall
remain the same:
Agreed to this .,2 1/ day of U z 1983.
Recommended: Approved:
ENGINEERING DIVISION CITY OF ELGIN, ILLIi
S
�� Part '�of t e F' t t ( wner)
By
Date: S tember 22, 19 By
Title
Accepted:
GLUTH BROTHERS CONSTRUCTION, INC.
Party of the Sec nd Part (Contractor)
B
Title
r
r .
SPECIFICATIONS
FOR
BLUFF CITY BOULEVARD WATERMAIN EXTENSION
POPLAR CREEK CROSSING
CITY OF ELGIN
JUNE 1 , 1983
ENGINEERING DIVISION
150 DEXTER COURT
ELGIN, ILLINOIS 60120
ADVERTISEMENT FOR BID
Sealed proposals for the Bluff City Boulevard Watermain Extension, Poplar
Creek Crossing, will be received by the City of Elgin at 150 Dexter Court,
Elgin, Illinois 60120 until 11 :00 A.M. on June 21 , 1983 at which time all
proposals will be opened publicly and read aloud.
The improvement consists of the installation of 200 Lineal Feet of Ductile
Iron Watermain and fittings, the furnishing and installation of 60 Lineal
Feet of 24" Casting, 22 Cubic Yards of Granular Cradle, Type A and other
necessary work to accomplish the creek crossing.
No bid shall be withdrawn after the opening of proposals without the
consent of the City of Elgin for a period of sixty (60) days after the
scheduled time of the bid closing.
The right is reserved to accept any bid or any part or parts thereof or
to reject any and all bids.
All proposals must be accompanied by a certified or Cashier' s check or bank
draft in an amount equal to at least ten (10%) percent of the bid payable
without condition to the City of Elgin, Illinois , which sum shall be
forfeited in case the successful bidder fails to enter into a binding
contract and provide a properly executed contract surety bond within (10)
days after the contract has been awarded to him. Bid bonds will be
acceptable.
The successful bidder shall be required to furnish a contract bond
satisfactory to the City of Elgin by a surety company authorized to do
business in the State of Illinois covering the full amount of his contract.
Each bidder shall satisfy the City as to his ability, financial and otherwise,
to carry out the work.
Copies of the plans , specifications, proposal and contract may be obtained
from the Purchasing Agent, City Hall , Elgin, IL upon receipt of $10.00 per
set which is not refundable.
Michael A. Sarro
Purchasing Agent
i
BLUFF CITY BLVD. WATERMAIN EXTENSION
POPLAR CREEK CROSSING
SPECIAL PROVISIONS
1 . General : Except as may be herein modified, the "Standard Specifications
for Water and Sewer Main Construction in Illinois" 3rd Edition and the
"Standard Specification for Road and Bridge Construction" adopted
October 1 , 1979 shall govern the construction of this improvement.
2. Ductile Iron Watermain and Ductile Iron Fittings: This work shall
include the installation of watermain and fittings in the location shown
on the plans. The City shall provide all pipe and fittings as necessary
to complete the work. The only exception to this will be plugs and
fittings necessary to pressure test the piping as described under
"Pressure Testing".
Approximately 100 square feet of sidewalk shall be removed by the
contractor to install the watermain on the east and west ends of the
project. There is also some rip-rap on the east and west banks, sidewalk
removal and rip-rap shall be considered as incidental to the contract.
3. Ductile Iron Watermain, 12" (in casing) : This work shall include the
furnishing and installation of 60 lineal feet of.250 inch wall smooth
steel casing pipe to be installed as shown on the plans. After the
pipe has been installed in the casing sand shall be blown into the casing
so as to have a uniform layer of sand to the spring line of the watermain.
The sand, wood blocking, end caps and strapping shall be considered as
incidental to line item "Ductile Iron Watermain, 12" (in casing) "
4. Traffic Control : This item shall include the cost of all barricades and
equipment necessary to keep Bluff City Boulevard open to traffic at all
times . One lane of traffic shall be maintained at all times.
5. Pressure Testing: This work shall consist of furnishing and installing
necessary plugs and copper fittings, along with temporary blocking to
accomplish the required pressure testing described in the "Standard
Specifications".
Chlorination and bacteriological testing shall be done by the City of
Elgin after connection has been made to the existing watermain. City
crews will be installing the Bluff City Blvd. watermain up to Poplar
Creek on both sides of the Creek.
CITY OF ELGIN
GENERAL PROVISIONS
SECTION 1. Definition of Terms
1.1 Department. The City of Elgin Department of Public Works.
1.2 Engineer. City Engineer of the City of Elgin.
1.3 Inspector. The authorized representative of the Engineer assigned to
make detailed inspection of any or all portions of the work or materials
therefore.
1.4 Bidder. Any individual, firm or corporation submitting a proposal for
the work contemplated.
1.5 Contractor. The bidder awarded the contract for the work.
1.6 Surety,. The corporate body, individual or individuals, which are to be
responsible for the bidders acts during execution of the contract in
the event of its being awarded to him, or which are bound with and for
the contractor to insure his acceptable performance of the contract,
his payment of all obligations pertaining to the work, and his fulfill-
ment of such other conditions as may be specified or otherwise required
by law.
1.7 Plans . All official drawings or reproductions of drawings pertaining
to the work provided in the contract.
1.8 Specifications. The general and special provisions, special conditions
and detailed specifications contained therein together with written
agreements and all other executed documents which describe the method
or manner of performing the work, the quantities , or the quality of
material to be furnished under the contract.
1.9 Special Provisions . Any and all special directions , provisions, and re-
quirements prepared to cover the method or manner of performing work on
a particular project, or cover the quantities or quality of the materials
to be furnished under the contract, which are not covered herein. The
special provisions included in the contract shall govern the work and take
precedence over the plans and general provisions wherever they conflict
therewith, but they shall not operate to annul those portions of the general
provisions with which they are not in conflict.
1.10 Notice of Letting. The official notice inviting proposals for proposed
improvements.
1.11 Notice to Bidders. The official notice, included in the proposal, in-
viting bids for proposed improvements .
1.12 Proposal. The written offer of the bidder to perform the proposed work.
1 GP
1.13 Proposal Guaranty. The security designated in the proposal to be
furnished by the bidder as a guaranty that said bidder will enter into
a contract with the Department for the acceptable performance of the
work and will firnish the requircd contract bond, if the work is
awarded to him.
1.14 Award. The decision of the Department to accept the proposal of the
lowest responsible bidder for the work, subject to the execution and
approval of a satisfactory contract therefore, and bond to secure the
performance thereof, and to such other conditions as may be specified
or otherwise required by law.
1.15 Contract. The written agreement covering the performance of the work
and the furnishing of labor and material for the construction of the
work. The contract includes the notice to contractors, proposal, con-
tract bond, specifications and plans.
1.16 Contract Bond. The approved form of security furnished by the Contractor
and his surety as a guaranty that he will execute the work in accordance
with the terms of the contract.
1.17 The Work. The improvement advertised for letting, described in the pro-
posal form indicated on the plans, and covered in the specifications and
contract, and authorized alterations , extensions and deductions , includ-
ing labor, tools, equipment, materials, and incidentals necessary for
the satisfactory completion of the project.
SECTION 2. Proposal Requirements and Conditions
2.1 Contents of the Pro2osal Form. Bidders will be furnished with proposal
forms stating the location and description of the work contemplated,
the approximate quantities of work to be performed or materials to be
furnished, the amount of the proposal guaranty, and the date, time, and
place of filing and opening proposals. All documents bound with or at-
tached to the proposal shall be considered a part thereof, and shall not
be detached or altered.
2.2 Interpretation of Estimate of Quantities. An estimate of quantities of
work to be done and materials to be furnished under the specifications
is given in the proposal. It is the result of careful calculations and
is believed to be correct, but is given only as a basis for comparison
of proposals and the award of the contract. The Department does not
agree that the actual quantities involved will correspond exactly there-
with ; nor shall the bidder plead misunderstanding or deception because
of such estimate of quantities , or of the character, location or other
conditions pertaining to the work.
2.3 Examination of Plans, Specifications, and Site of Work. The bidder
shall, before submitting his bid carefully examine the proposal, plans ,
specifications and form of contract and bond. He shall inspect in detail
the site of the proposed work and familiarize himself with all local con-
ditions affecting it. If his bid is accepted, he will be responsible for
all errors in his proposal resulting from his failure or neglect to comply
with these instructions .
2 GP
2.4 Preparation of the Proposal. The bidder shall submit his proposal on
the forms furnished by the Department. The proposal shall be executed
properly, and bids shall be made for all items indicated in the pro-
posal form. The bidder shall indicate, in figures, a unit price for
each of the separate items called for in the proposal; he shall show
the products of the respective quantities and unit prices in the column
provided for that purpose, and the gross sum shown in the place indicated
in the proposal shall be the summation of said products. All unit prices
shall be conditioned on furnishing a bond executed by a corporate surety
company satisfactory to the Department. All writing shall be with ink
or typewriter, except the signature of the bidder which shall be written
with ink.
If the proposal is made by an individual, his name and post office
address shall be shown. If made by a firm or partnership, the name and
post office address of each member of the firm or partnership shall be
shown. If made by a corporation, the proposal shall show the name of
the State in which the Corporation was chartered, the names, titles
and business addresses
s s of the resident secretary,
president, and treasurer and
seal of the corporation shall be affixed and
rP attested by the secretary.
2.5 Rejection of Proposals. Proposals that contain omissions, erasures,
alterations, additions not called for, conditional or alternate bids
unless called for, irregularities of any kind, or proposals otherwise
regular which are not accompanied by a bank cashiers check, or a bank
draft may be rejected as informal or insufficient.
2 .6 Proposal Guaranty. Each proposal shall be accompanied by a bank draft
drawn on the New York, Chicago, or St . Louis Exchange, a bank cashier's
check or a properly certified check for not less than ten (10) percent
of the amount of the bid made payable to the awarding authority. In no
case will a proposal guaranty for less than three hundred dollars ($300.00)
be accepted.
2.7 Delivery of Proposals. Proposals shall be delivered prior to the time and
at the lace indicated in
P the notice to bidders. Each proposal shall be
placed in a sealed envelope clearly marked to indicate its contents. If
forwarded by mail the proposal shall first be placed in the aforesaid en-
velope and then placed in an outer envelope addressed to the Department.
Only sealed proposals will be accepted.
Proposals sent by mail will not be opened unless received at the place of
letting prior to the time of opening proposals. Envelopes postmarked
prior to the time of opening proposals will not be accepted.
2.8 Withdrawal of Proposals . Permission will be given a bidder to withdraw
s proposal he makes such a request in writing prior to the time of
opening proposals . If a proposal is withdrawn, the bidder will not be
permitted to submit another proposal for the same work at the same letting.
2.9 Disqualification of Bidders. Any one or more of the following causes may
be considered as sufficient for the disqualification of a bidder and the
rejection of his proposal:
3 GP
(a) More than one proposal for the same work from an individual,
firm, or corporation under the same or different names.
(b) Evidence of collusion among the bidders.
(c) Unbalanced proposals in which the prices for soave items are
not of proportion to the prices for other items.
(d) Failure to submit a unit price for each item of work listed
in the proposal.
(e) Lack of competency as revealed by the financial statement or
experience questionnaire required under Article 2.10.
(f) Unsatisfactory performance record as shown by past work for
the Department, judged from the standpoint of workmanship and progress.
(g) Uncompleted work which in the judgment of the Department,
might hinder or prevent the prompt completion of additional work.
2.10 Competency of Bidders. Each bidder shall furnish the awarding authority,
upon request, wit satisfactory evidence of his competency to perform
the work contemplated. kLen requested, he shall submit a statement show-
ing his financial condition, also, if requested a financial statement
shall be prepared by a certified public accountant and submitted on forms
furnished by the awarding authority. The bidder, if requested, shall
also answer and submit questionnaires relating to his experience in per-
forming construction work similar to that for which he is offering a
proposal.
Before an award is made, the bidder may, at the option of the awarding
authority, be required to file a statement showing the type, amount and
condition of equipment which will be available, and an outline of his
plans for conducting the work, using forms provided by the awarding
authority.
Before an award is made, the bidder may, at the option of the awarding
authority, be required to furnish a statement showing the value of all
uncompleted work for which he has entered into contracts.
SECTION 3. Award and Execution of Contract
3.1 Consideration of Proposals. The proposals received will be compared on
the basis of the summation of the products of the items of work and the
unit prices offered. In case of discrepancies between the gross sum
shown in the proposal and that obtained by adding the quantities of work
and unit prices, the unit prices shall govern, and any errors found in
said products shall be corrected. In awarding contracts, the Department
will, in addition to considering the amounts stated in the proposals, take
into consideration the responsibility of the various bidders as determined
from a study of the data required under Section 2.10, and from other in-
vestigations which it may elect to make.
4 GP
The right reserved to reject any or all proposals, to waive technical-
ities, and to advertise for new proposals, or to proceed to do the work
otherwise if, in its opinion, the best interest of the Department will
be protected thereby.
3.2 Award of Contract. Except in cases where the Department exercises the
right reserved under Article 3.1 to reject any or all proposals, the
contract will be awarded by the Department, as soon as practicable after
the opening of proposals, to the bidder who has submitted the lowest pro-
posal with all requirements of the specifications as to the responsi-
bility of bidders.
If a contract is not awarded within sixty (60) days after the opening
of proposals, a bidder may file a written request with the Department
for the withdrawal of his bid and the Department at its discretion, may
permit such a withdrawal.
3.3 Return of Proposal Quaranty. The proposal guaranties of all except the
two lowest bidders ti 'l 77 returned promptly after proposals have been
checked, tabulated and the relation of the proposals established. Pro-
-pDsal'guara'ntles' of the taro loi�est bidMrs will be-'returned as soon as
the contract and bored of the successful bidder have been executed and
approved.
3.4 Requirement of Contract Bond. The successful bidder, at the time of the
execution of the contract, shall deposit with the Department a surety
bond for the full amount of the contract. The form of the bond shall be
that furnished by the Department, and the surety shall be acceptable to
the Department.
3.5 Execution of the Contract. The contract shall be executed by the bidder,
e bond shall be execu ed by the principal and sureties, and both shall
be presented to the Department within fifteen (15) days after the date
of notice of the award of the contract.
3.6 Failure to Execute Contract. Failure on the part of the successful
bidder to execute a contract and an acceptable bond, as provided herein,
within fifteen (15) days from the date of notice of the award of the
contract, will be considered as just cause for the annulment of the
award and the forfeiture of the proposal guaranty.
SECTION 4. Scope of the Work
4.1 Intent of the Plans and Specifications. The intent of the plans and
the specifications is to prescribe a complete outline of work which the
Contractor undertakes to do in full compliance with the contract. The
Contractor shall perform all work as may be necessary to corplete the
work to the finished lines, grades and cross sections in a substantial
and acceptable manner. He shall furnish all required materials, equip-
ment, tools, labor and incidentials, unless otherwise provided in the con-
tract., and shall include the cost of these items in the contract unit
prices for the several units of work.
5 GP
4.2 Alterations, Cancellations, Extensions, and Deductions. The
Department reserves the right to alter the plans , extend or shorten
the improvement, and such incidental work as necessary, and increase
or decrease the quantities of work to be performed to accord with
such changes , including the deduction or cancellation of any one
or more of the unit price items. Such changes shall not be con-
sidered as a waiver of any condition of the contract nor to invali-
date any of the provisions thereof. A supplemental agreement be-
tween the Contractor and the Department will be required where such
changes result in net increase or a net decrease in the amount of
the contract by twenty-five (25) percent of the original contract
price.
4.3 Final Cleaning Up. Upon completion and before final acceptance of
the work, the Contractor shall remove from within the limits of the
right-of-way, easement, or limits of the improvement all machinery,
equipment, surplus material, falsework, excavated and useless mate-
rials, rubbish, temporary buildings, barricades and signs, and
shall clean up camp sites , plant sites, and storage and siding
grounds .
The Contractor shall clean off all cement streaks or drippings,
paint smears or drippings, rust stains , oil, grease, bituminous
materials, dirt and other foreign materials deposited or accumulated
on any structure or curb and gutter due to his operations .
SECTION 5. Control of the Work
5.1 Authority of Engineer. All work shall be done under the supervision
i Y B P
of the Engineer, and to his satisfaction. He shall decide all ques-
tions which arise as to the quality and acceptability of materials
furnished, work performed, manner of performance, rate of progress
of the work, interpretation of the plans and specifications, accep-
table fulfillment of the contract, compensation and disputes and
mutual rights between Contractors under the Specifications. He
shall determine the amount and quality of work performed and mate-
rials furnished, and his decision and estimate shall be final. His
estimate shall be a condition precedent to the right of the Contrac-
tor to receive money due him under the contract.
In case of failure on the art of the contractor to execute work
P i
ordered by the Engineer, the Engineer may, at the expiration of a
period of forty-eight (48) hours after giving notice in writing to
the Contractor, proceed to execute such work as may be deemed neces-
sary, and the cost thereof shall be deducted from compensation due
or which may become due the contractor under the contract.
5.2 Plans and Working Drawings. Plans showing such details as are
necessary to give a comprehensive idea of the construction contem-
plated will be furnished by the Department. The contractor shall
submit to the Engineer for approval such additional shop working,
(Continued)
6 GP
or layout drawings pertaining to the construction of the work, as may be
required, and the finished work shall conform with such plans and approved
working drawings with the exception of such deviations as may be author-
ized by the Engineer in writing: Prior to the approval of Contractor pre-
pared working drawings, any work done or materials ordered shall be at the
Contractor's risk. The contract price shall include the cost of furnishing
such working drawings.
5.3 Coordination of Specifications, Plans Proposal, and Special Provisions.
The specifications, the accompanying plans, the proposal, and all supple-
mentary documents are intended to describe a complete work and are essen-
tial parts of the contract. A requirement occurring in any of them is
binding. In case of discrepancy, figured dimensions shall govern over
scaled dimensions, special provisions shall govern over both general pro-
visions and plans, and the quantities shown on the plan shall govern over
those shown in the proposal. The contractor shall take no advantage of
any apparent error or omission in the plans or specifications, and the
Engineer shall be permitted to make such corrections and interpretations
as may be deemed necessary for the fulfillment of the intent of the plans
and specifications .
5-h Cooperation with Utilities. All utility appurtenances which are within
the limits of the proposed construction are to be moved by the owners at
their expense, except as otherwise provided for in the special provisions
or as noted on the plans.
It is understood and agreed that the Contractor has considered in his bid
all of the permanent and temporary utility appurtenances in their present
or relocated positions that may be encountered during construction and no
additional compensation will be allowed for any delays, inconvenience, or
damage sustained by him due to any interferences from the said utility
appurtenances either by the utility company or by him, or on account of
any special construction methods required in prosecuting his work due to
the existence of said appurtenances either in their present or relocated
positions . The contractor shall insure that prompt repairs are to the
approval of the Engineer's effected on any utility appurtenances damaged
by him without compensation from the Department.
5.5 Construction Stakes. Construction stakes will be set to mark the general
location, alignment, elevation, and grade of the work. The Contractor
shall assume full responsibility for dimensions and elevations measured
from such stakes. He shall exercise proper care in the preservation of
stakes set for his use or the use of the Engineer, and if he displaces,
loses, or removes them during his operation, they may be reset at his
expense.
The Contractor shall furnish at his expense the size, quality, and quantity
of stakes required by the Engineer. If he fails to furnish such stakes at
the time and place specified, the Engineer may purchase the same and deduct
the entire cost from the compensation due the contractor. The Contractor
shall, at the request of the Engineer, furnish the necessary labor to set
the stakes and make the necessary measurements. He shall be reimbursed
for the actual cost of such labor, actual cost to include the time actually
7 GP
engaged on such work, but not to include profit, overhead, or rental
charge for tools or other equipment. The Contractor shall also be re-
imbursed for the actual cost of contractor's bond, public liability and
property damage insurance, workmen's compensation insurance and social
security tax required for labor in setting stakes and making measure-
ments, to which no percent shall be added.
5.6 Inspection. All materials and each part or detail of the work shall be
subject at all times to inspection by the Engineer or his Inspectors, and
the Contractor will be held strictly to the true intent of the specifi-
cations in regard to quality of materials, workmanship, and diligent execu-
tion of the contract. The Engineer or his Inspectors shall be allowed
access to all parts of the work, and shall be furnished with such informa-
tion and assistance by the Contractor as is required to make a complete
and detailed inspection.
The Contractor shall, if the Engineer requests, remove or uncover such
portions of the finished work as the Engineer may direct before final
acceptance of the same. After the examination, the Contractor shall re-
store said portion of the work to the standard required by the specifica-
tions. If the work thus exposed or examined proves acceptable, the ex-
pense of uncovering or removing and the replacing of the parts removed
shall be paid for as extra work, but if the work so exposed or examined
is unacceptable, the expense of uncovering or removing and replacing of
the same shall be borne by the Contractor.
5.7 Removal of Defective and Unauthorized Work. Work done without lines and
grades being given, or beyond the lines shown on the plans or as given,
except as herein provided, or any extra work done without authority will
be considered as unauthorized and at the expense of the Contractor, and
will not be measured or paid for. Work so done may be ordered removed or
replaced at the Contractor's expense.
All work which has been rejected or condemned shall be remedied or removed
and replaced, in a manner approved by the Engineer, by the Contractor at
his own expense. Upon failure on the part of the Contractor to comply
promptly with any order of the Engineer made under the provisions of this
article, the Engineer shall, after giving written notice to the Contractor,
have the authority to cause defective work to be remedied, or removed and
replaced, or to cause unauthorized work to be removed, and deduct the cost
thereof from any compensation due or to become due to the Contractor.
5.8 Final Inspection. The Engineer shall make final inspection of all work
included in the contract., or any portion thereof one mile or more in length,
as soon as practicable after notification in writing by the Contractor that
the work is completed and ready for acceptance.. If the work is not accept-
able to the Engineer at the time of such inspection, he shall inform the
Contractor as to the particular defects to be remedied before final accept-
ance can be made.
8 GP
� I
SECTION 6. Control of Materials
6.1 Quality of Materials. It is the intent of the specifications that first
class materials shall be used throughout the work, and Which shall be
capable of being incorporated in such a manner as to produce completed
construction which is workmanlike and acceptable in every detail. Only
materials which conform to the plans and specifications shall be incor-
porated in the work.
When requested by the Fhgineer, the Contractor shall furnish a notarized
statement of the origin, composition, quality, and manufacture of any or
all materials that are used in the work.
The source of supply of each material used shall be approved by the
Engineer before delivery is started. If sources previously approved are
found to be unacceptable at arty time and fail to produce materials satis-
factory to the Department, the Contractor shall at his own expense furnish
materials from other approved sources.
6.2 Inspection and Storage of Materials. All materials will be inspected by
the Engineer. The Contractor s= give sufficient advance notice of
placing orders to permit tests to be completed before the materials are
incorporated in the work, and shall afford such facilities as the Engineer
may require for collecting and forwarding samples and making inspections.
All samples shall be furnished without charge to the Department.
The Contractor shall not make use of or incorporate in the work the
materials represented by the samples until tests have been made and
materials found to be in accordance with the specifications. If it is
necessary to store materials, they shall be protected in such a manner as
to insure the preservation of their quality and fitness for the work. All
stored material shall be inspected at the time of use in the work, even
though they may have been inspected and approved before being placed in
storage. Materials stored at the project site shall be placed so as to
not create a hazard or nuisance or to in any way damage private or public
property. Storage of materials is at all times subject to the approval of
the Engineer.
SECTION 7. Legal Relations and Responsibility to Public
7.1 Law to be Observed. The Contractor shall at all times observe and comply
with all Federal and State Iaws, local laws, ordinances and regulations
which in any manner affect the conduct of the work, and all such orders or
decrees as exist at the present and which may be enacted later, of legislative
bodies or tribunals having legal jurisdiction or authority over the work and
no plea of misunderstanding or ignorance thereof will be considered. He
shall indemnify and save harmless the Department and all of its officers,
agents, employees, and servants against any claim or liability arising from
or based on the violation of such law, ordinance, regulation, order, or
decree, whether by himself or his employees.
9 GP
7.2 Workmen's Compensation Insurance. The Contractor shall maintain
insurance covering Workmen's Compensation, or provide satisfactory
evidence that this liability is otherwise taken care of -in accordance
with Section 26 of the "Workmen's Compensation Act of the State of
Illinois."
Such insurance, or other means of protection as herein provided shall
be kept in full force until all work to be performed under the terms
of the contract has been completed and accepted in accordance with the
specifications. Failure to maintain such insurance, cancellation by
the Industrial Commission of its approval of such other means of pro-
tection as might have been elected, or any other act which results in
lack of protection under said "Workmen's Compensation Act" may be con-
sidered as a breach of Contract.
7.3 Permits and Licenses. The Contractor shall procure all permits and
licenses., pay all charges and fees, and give all notices necessary and
incident to the due and lawful prosecution.
7.4 Patented Devices Material and Processes. If any design, device,
material or process covered by letters patent or copyright is used by
the contractor, whether required or not, he shall provide for such use
by suitable legal agreement with the patentee or owner, guaranteeing
the Department indemnity from all claims for infringement, and shall
include the cost of such agreement in the price bid for the work.
7.5 Restoration of Surfaces Opened by Permit. Any individual, firm or
corporation wishing to make an opening in the surface of any public
street, road, or highway or other public property must first secure a
permit from the Department, and the Contractor shall not allow any
person to make an opening unless a duly authorized permit from the
Department is presented. The Contractor shall insure that the surface
so disrupted by such openings will be replaced as indicated in the
"Special Provisions" to the satisfaction of the Engineer.
7.6 Sanitary Provisions. The Contractor shall observe all rules and regula-
tions of the State or local health departments, and shall take precau-
tions to avoid unsanitary conditions.
7.7 Public Convenience and Safet . The Contractor shall notify the Engineer
at least three ys an a vance of the starting of any construction
work which might in any way inconvenience traffic, and the Contractor shall
at all times conduct the work in such a manner as to insure the least ob-
struction to vehicular and pedestrian traffic. Whenever possible, the Con-
tractor shall provide and maintain at his own expense such temporary roads
and approaches as may be necessary to provide access to driveways, houses,
buildings or other property abutting the improvements.
7.8 Barricades and Yarning Signs. The Contractor shall provide, erect, and
maintain such barricades, signs, flags, and lights and the erection and
maintenance of same area at all times subject to the approval of the
Engineer.
(Continued)
10 GP
The Contractor will be held responsible for all damage to the work,
even though barricades, signs, flags and lights are installed as re-
quired above. Whenever evidence of such damage is found prior to
acceptance, the Engineer may order the damaged portion immediately
removed and replaced by the Contractor at his own expense. The Con-
tractor's responsibility for the maintenance of barricades, signs,
flags and lights shall not cease until the work has been accepted.
The cost of maintaining barricades, warning signs, red flags and red
lights as required herein shall be incidental to the contract and no
extra compensation will be allowed.
7.9 Equipment on Pavement and Structure. The pavement and structures on
or adjacent to the work shall be protected, in a manner satisfactory
to the Engineer, to damage by lugs or cleats on treads or wheels of
the equipment. Any damage to adjacent pavement or structures by lugs
or cleats or excessive loads from Contractor equipment shall be repaired
by the Contractor at his expense as directed by the Engineer.
7.10 Use of Fire Hydrants. If the Contractor desires to use water from
hydrants, he shall make application to the proper authorities and
shall conform to the municipal ordinances, rules or regulations con-
cerning their use.
Fire hydrants shall be accessible at all times to the Fire Department.
No material or other obstructions shall be placed closer to a fire
hydrant than is permitted by municipal ordinances, rules or regulations,
or within five (5) feet of a fire hydrant, in the absence of such ordin-
ances, rules or regulations.
7.11 Protection and Restoration of Property. If corporate or private prop-
erty interferes with the work, the Contractor shall notify, in writing,
the owners of such property, advising them of the nature of the inter-
ferences and shall arrange to cooperate with them for the protection or
disposition of such property. The Contractor shall furnish the Engineer
with copies of such notifications and with copies of any agreements be-
tween him and the property owners concerning such protection or disposi-
tion.
The Contractor shall take all necessary precautions for the protection
of corporate or private property such as walls, foundations of buildings,
vaults, underground structures of public utilities, underground drainage
facilities, overhead structures of public utilities, trees, shrubbery,
crops and fences contiguous to the work, of which the contract does not
provide for removal. The Contractor shall protect and carefully preserve
all official survey monuments, property marks, section markers and Geo-
logical Survey Monuments or other similar monuments, until the owner or
authorized surveyor or agent has witnessed or otherwise referenced their
location or relocation. The Contractor shall notify the Engineer of the
presence of any such survey or property monuments as soon as they are
discovered.
11 GP
The Contractor is responsible for the damage or destruction of
property of any character resulting from neglect, misconduct or
omission in his manner or method of execution or non-execution of
the work, or caused by defective work or the use of unsatisfactory
materials, and such responsibility shall be released until the work
shall have been completed and accepted and the requirements of the
specifications complied with.
Whenever public or private property is so damaged or destroyed, the
Contractor shall, at his own expense, restore such property to a con-
dition equal to that existing before such damage or injury was done
by repairing, rebuilding or replacing it as may be directed, or he
shall otherwise make good such damage or destruction in an acceptable
manner. If he fails to do so, the Engineer may, after the expiration
of a period of 48 hours after giving him notice in -writing, proceed to
repair, rebuild or otherwise restore such property as may be deemed
necessary, and the cost thereof shall be deducted from any compensation
due, or which may become due, the Contractor under his contract.
The cost of all materials required and all labor necessary to comply
with the above provisions will not be paid for separately, but shall
be considered as incidental to the contract.
7.12 Responsibility for Damage Claims. The Contractor shall indemnify and
save harmless the Department, its officers and employees and the Engineer,
from all suits, actions, or claims of any character brought because of
any injuries or damages received or sustained by any person, persons, or
property on account of the operations of said Contractor, or on account
of, or in conseouence of, any neglect in safeguarding the work; or
through use of defective or unacceptable materials in constructing the
work; or because of any act or omission, neglect, or misconduct of said
Contractor; or because of any claims or amounts arising or recovered
under the "Workmen's Compensation Act" or any other law, ordinance,
order, or decree; and so much of the money due the said Contractor
under and by virtue of his contract as shall be considered necessary to
the Department or
r in case no money is due, his purety shall be held
until such suit or suits, action or actions, claim or claims for in-
juries or damages as aforesaid shall have been settled and suitable
evidence to that effect furnished the Department.
7.13 Opening of Section of Roadway to Traffic. The work under construction
shall not be�opened to traffic until authorized by the Engineer in writing.
Any such opening shall not be construed as an acceptance of the roadway,
or any part of it, or as a waiver of any of the provisions of the contract.
At any time prior to final acceptance that work proceeds on a portion of
roadway open to traffic the Contractor shall conduct his construction
operations, only such materials and equipment shall be placed or stored
on the pavement as will be used in any one day's construction operations,
and the pavement shall be entirely cleared of all obstructions at night.
12 GP
7.1L Contractors Responsibility for Work. The work shall be under the
charge and care of the Contractor until acceptance by the Engineer.
The Contractor shall assume all responsibility for injury or damage
to the work by the action of the elements or from any other cause
whatsoever, whether arising from the execution or non-execution, of
the work. The Contractor shall rebuild, repair, restore, and make
good, at his expense, all injuries or damages to any portion of the
work occasioned by any of the above causes before its completion and
acceptance.
When materials are furnished to the Contractor by the Department, for
inclusion in the work, the Contractor's responsibility for all such
material shall be the same as for materials furnished by him.
7.15 Personal Liability of Public Officials. In carrying out any pro-
visions of this contract or in exercising any power or authority
granted to him thereby, there shall be no personal liability upon
the Engineer or his representatives, it being understood that in such
matters he and they act as agents and representatives of the Department.
7.16 Prevailing Wage Rates. It shall be mandatory upon the Contractor to
whom the contract is awarded, and upon any sub-contractor under him,
that the general prevailing rate of wages in said municipality for each
craft or type of workman or mechanic needed to execute the contract or-
perform such work and also, the general prevailing rate for legal holi-
day and overtime work as ascertained by the City of Elgin or by the
Department of Labor, shall be paid for each craft or type of workman
needed to execute the contract or to perform such work.
SECTION 8. Prosecution and Progress
8.1 Subletting or Assignment of Contract. If the Contractor sublets the
whole or any part, of the work to be done under the contract, he shall
not under any circumstances be relieved of his liabilities and obliga-
tions. All transactions of the Engineer shall be with the Contractor;
subcontractors shall be recognized only in the capacity of employees
or workmen and shall be subject to the same requirements as to character
and competence. The Contractor shall not assign, transfer, convey, sell,
or otherwise dispose of the whole or any part of his contract, his right,
title, or interest therein, or his power to execute such contract, to
any person, firm, or corporation without written consent of the Engineer.
8.2 Progress Schedule. Promptly after the award of the contract, the Con-
tractor shall submit to the Engineer a satisfactory progress schedule
which shall show the proposed sequence of work, and how the Contractor
proposes to complete various items of work.
8.3 Prosecution of the Work_ The Contractor shall begin the work to be per-
f ormed under the contract not later than ten (10) days after execution
and acceptance of the contract unless a delay be granted by the Engineer
in writing. The work shall be prosecuted in such a manner and with such
a supply of materials, and equipment and labor as is considered necessary
to insure limits specified in the contract.
13 GP
8.4 Limitations of Operations. The Contractor shall conduct his work so
as to create a minimum amount of inconvenience to vehicular and pedes-
trian traffic.. At any time when in the judgment of the Engineer, the
Contractor has obstructed or closed the road without sufficient cause
or is carrying on operations on a greater portion of the road than is
necessary for the proper prosecution of the work, the Engineer may re-
quire the Contractor to open the section so closed and to finish the
section on which work is in progress before work is started on any
additional section.
8.5 Character of Workmen and Equipment. The Contractor shall employ only
competent and efficient laborers, mechanics, and artisans, and whenever,
in the opinion of the Engineer, any employee is careless, incompetent,
obstructs the progress of the work, acts contrary to instructions or
conducts himself improperly, the Contractor shall, upon request of the
Engineer, discharge or otherwise remove him from the work and shall not
employ him again, except with the written consent of the Engineer.
The equipment used on the work shall be of sufficient size and in such
mechanical condition as to meet with the requirements of the work and
produce a satisfactory quality of work. All equipment shall be ready
for use when required by the Engineer. The Engineer may order the
removal of any unsatisfactory equipment and require its replacement
with equipment meeting his approval at the Contractor's expense. The
measure of capacity and efficiency of equipment shall be its actual
performance on the work.
8.6 Suspension of Work. The Engineer shall have authority to suspend the
work wholly or in part, for such period of time as he may deem neces-
sary, due to conditions unfavorable for the satisfactory prosecution
of the work, or to conditions which in his opinion warrant such action;
or for such time as is necessary by reason of failure on the part of
the Contractor to carry out orders given; or to perform any or all
provisions of the contract.. No additional compensation will be paid
the Contractor because of any costs caused by such suspension, except
when the suspension is ordered for reasons not resulting from any act
or omission on the part of the Contractor and not related to weather
conditions. The Contractor shall not suspend work without written
authority from the Engineer.
8.7 Determination and Extension of Contract Time for Completion. The time
for completion of contemplated work may be specified in the contract,
and it is understood that completion of the work within the time speci-
fied is an essential part of the contract . If the Contractor finds it
impossible to complete the-work within the time specified in the con-
tract, he may, at any time prior to the last ten (10) working days of
the time specified, make written request to the Department for an ex-
tension of time. He shall set forth in full in his request the reason
which he believes justify the granting of his request. If his request
is granted the extended time for completion shall then be considered
as in effect the same as if it were the original time for completion.
lb GP
8.8 Failure to Complete Work on Time. Should the Contractor fail to
complete the work within the time specified in the contract or within
such extended time as may have been allowed, the Contractor shall be
liable to the Department for costs incurred for engineering and in-
spection, temporary surfacing, temporary structures, maintenance of
that portion of the road uncompleted, maintenance of detours by the
Department or Engineer, and all other expenses incurred by the Depart-
ment by reason of the Contractor's failure to complete the work within
the specified time, and such amount shall be deducted from the monies
due the Contractor, not as a penalty but as damages sustained.
8.9 Default on Contract. If the Contractor fails to begin the work under
contract within the time specified, or fails to perform the work with
sufficient workmen and equipment or with sufficient materials to insure
the completion of said work within the specified time, or shall perform
the work unsuitable, as determined by the Engineer, or shall neglect or
refuse to remove materials or perform anew such work as shall be re-
jected as defective and unsuitable, or shall discontinue the prosecu-
tion of the work, or if the Contractor shall become insolvent or be de-
clared bankrupt, or shall commit any act of bankruptcy or insolvency,
or shall make an assignment for the benefit of creditors, or from any
other cause whatsoever shall not carry on the work in a manner approved
by the Engineer, the Engineer shall give notice in writing to the Con-
tractor and his Surety of such delinquency, and said notice to specify
the correction measures required. If the Contractor after a period of
ten (10) daysafter said notice shall not proceed there-
with, p o eed in accordance there
with, the Department shall, upon written certificate from the Engineer
of the fact of such delinquency and the Contractor's failure to comply
with said notice, have full power and authority to forfeit the right of
the Contractor and at its option to call upon the Surety to complete the
work in accordance with the terms of the contract, or it may take over
the work, including any or all materials and equipment on the grounds as
may be suitable and acceptable, and may complete the work by or on its
own force account, or may enter into a new agreement for the completion
of said contract according to the terms and provisions thereof, or use
such other methods as, in its opinion, shall be required for the com-
pletion of said contract in an acceptable manner. All costs and
charges under contract, shall be deducted from any monies due or which
may become due on such contract. In case the expense so incurred by
the Department shall be less than the sum which would have been payable
under the contract had it been completed by the Contractor, the Con-
tractor
shall be entitled to receive the difference subject to any
claims for liens thereon which may be filed with the Department, or
any prior assignment filed with it, and in case such expense should
exceed the sum which would have been payable under the contract, the
Contractor and the Surety shall be liable and shall pay to the Depart-
ment the amount of such excess.
SECTION 9. Measurement and Payment
9.1 Measurement of Quantities. All work completed under the contract will
e measured by the Engineer according to United States standard measures.
15 GP
No deductions will be made for fixtures in the roadway having an
area of nine (9) square feet or less. All longitudinal measurements
for areas for base course, surface course, pavement, and shoulder
will be along the actual surface of the roadway and not horizontally.
Storm sewer, sanitary sewer, water main, and underground electric con-
duit shall be measured parallel to the center line of such item as
constructed. For all transverse measurements for areas of base course,
surface course, and pavements, the dimensions used in calculating pay
areas shall be the exact dimensions shown on the plan or the dimension
ordered by the Engineer in writing.
9.2 Scope of Payment. The Contractor shall receive and accept the compen-
sation as herein provided, in full payment for furnishing all materials,
labor, tools and for all loss or damage arising out of the nature of
the work or from action of the elements; for any unforseen difficulties
or obstructions which may arise or be encountered during the prosecution
of the work until its final acceptance by the Engineer; for all risks
of every description connected with the prosecution of the work; also
all expenses incurred by or in consequence of suspension or discon-
tinuance of such prosecution of the work as herein specified, or for any
infringement of patents, trademarks, or copyrights, and for completing
the work in an acceptable manner according to the plans and specifications.
9.3 Increased or Decreased Quantities. 761henever the quantity of any item of
work as given in the proposal shall be increased or decreased or any
new item of work is authorized in writing by the Engineer the Contractor
shall accept payment as follows:
(a) All such work and materials as appear in the proposal as a
specific item accorr;panied by unit prices shall be paid for at the con-
tract unit price or prices for the work actually done. No allowance
will be made for delays or anticipated profits.
(b) All such work and materials as do not appear in the proposal or
contract as specified items accompanied by unit prices and which are not
included under the prices bid for other items in the contract shall be
designated as extra work and payment shall be accepted as herein described
for extra work.
A11 alterations, cancellations, extensions and deductions shall be
authorized in writing by the Engineer before work is started. Such
authorizations shall set up items of work involved and the method of
payment for each item.
Claims for extra work which have not been authorized in writing by the
Engineer will be rejected.
9.L Payment for Extra Work. Extra work will be paid for as follows:
(1) Either at a lump sum price or at a unit price agreed upon by
the Contractor and Engineer.
(2) On the following force account basis :
16 GP
(a) Labor. The Contractor will be paid for the actual amount
of wages for all labor and foremen in direct charge of the specific
work for each hour that said labor and foremen are actually engaged
in such work, to which shall be added fifteen (15) percent of the
sum thereof. A foreman shall not be used when there are less than two
(2) laborers employed, except with written consent of the Engineer.
(b) Bond, Insurance, and Tax. The Contractor will receive the
actual cost of Contractor's bond, public liability and property damage
insurance, Workmen's Compensation insurance, occupational tax and
social security tax required for force account work, to which no per-
cent shall be added. The Contractor shall furnish satisfactory evidence
of the rate or rates paid for such bond, insurance and tax.
(c) Materials. The Contractor will receive the actual cost for
all materials, including freight shown by original receipted invoices
and freight bills, which are an integral part of the finished work, to
which shall be added fifteen (15) percent of the sum thereof.
The Contractor will be reimbursed for any materials used in connection
with the work, such as sheeting, falsework, form lumber, burlap paper
or straw for curing, trench sheeting, etc., which are not an integral
part of the finished work. The amount of reimbursement shall be agreed
upon in writing before such work is begun, and no percent shall be added.
The salvage value of such materials shall be taken into consideration in
the reimbursement agreed upon.
(d) Equipment. Machinery and equipment which the Contractor has
on the job for use on contract, shall be used on extra work as deemed
necessary or desirable. The Contractor will be paid for all machinery
and equipment used on extra work.- The amount of reimbursement shall be
agreed upon in writing before such work is begun.
9.5 Payment for Incidental Bills. Upon written order of the Engineer, the
Contractor shall pay the bills for incidental expenses, incurred during
the performance of extra work on a force account basis, and for this he
will be reimbursed for the actual amount so paid out, to which shall be
added five (5) percent of the sum thereof.
9.6 Payment for Items Omitted When Partially Completed. Should the Depart-
ment cancel or al er any portion of the contract which results in the
elimination or non-completion of any portions of the work partially com-
pleted the Contractor will be allowed a fair and equitable amount cover-
ing all items of work incurred prior to the date of cancellation, altera-
tion, or suspension of such work. men such elimination or non-comple-
tion involves a net decrease in the amount of the contract of more than
twenty-five (25) percent of the original contract price, a supplemental
agreement between the Contractor and the Department will be required.
9.7 Partial Payment. At least once each month, when requested by the Con-
tractor, in writing, the Engineer will make an approximate estimate, in
writing, of the materials in place completed, the amount of work per-
formed, and the value thereof, at the contract unit prices. From the
17 GP
amount so determined there shall be deducted fifteen (15) percent
to be retained until after completion of the entire work, except
that no amount less than $500.00 will be so certified unless the
total amount of the contract is less than $500.00
In addition, an estimate may, at the discretion of the Department and
upon presentation of receipted invoices and freight bills be made for
payment of the value of acceptable non-perishable materials delivered
on the work or in acceptable storage places and not used at the time
of such estimate. Ten (10) percent shall be retained from the value
of such materials until final payment. Such materials, when so paid
for by the Department, shall become the property of the Department,
and in the event of default by the Contractor, the Department, may use
or cause to be used such materials in the construction of the work pro-
vided for in the contract. The amount thus paid by the Department shall
be deducted from estimates due the Contractor as the material is used in
the work.
Partial payment for work or materials shall not be construed as an
acceptance of the work or any part of it, or as a waiver of any provi-
sions of the contract.
9.8 Semi-Final Pa�ents. At the discretion of the Department and with the
consent of the Surety, a semi-final estimate may be made when the prin-
cipal items of work have been substantially completed. Payment to the
Contractor under such an estimate shall not exceed eighty-five (85)
percent of the amount retained by the Department after making partial
payments, but in no event shall the amount retained by the Department
be less than $500.00.
9.9 Acceptance and Final Pavment. Upon the satisfactory completion of any
portion of the work one 1 mile, or more in length, and upon written
approval of same by the Engineer, the Contractor shall be relieved of
any requirement for further work on such portions and from all liability
and responsibility, except that he shall remove any obstructions and
repair any damage caused by him subsequent to such approval and prior to
final acceptance of the entire section.
Whenever the improvement provided for by the contract shall have been
completely performed on the part of the Contractor, and all parts of the
work have been approved by the Engineer and accepted by the Department,
a final estimate showing the value of the work will be prepared by the
Engineer as soon as the necessary measurements and computation can be
made, all prior estimates upon which payments have been made being
approxiTrate only and subject to correction in the final payment. The
amount of this estimate, less any partial or semi-final payments pre-
viously Trade and less any sums that have been deducted or retained under
the provisions of the contract, will be paid to the Contractor as soon
as practicable after the final acceptance, provided the Contractor
has furnished to the Department satisfactory evidence that all sums of
money due for any labor, materials, apparatus, fixtures or machinery
furnished for the purpose of such improvements have been paid or that
18 GP
the person or persons to whom the same may be due have consented to
such final payment.
The acceptance by the Contractor of the final payment shall constitute
a release and waiver of any and all rights and privileges under the
terms of the contract; further, the acceptance by the Contractor of
final payment shall relieve the Department from any and all claims or
liabilities for anything done or furnished relative to the work or for
any act or neglect on the part of the Department relating to or con-
nected with the work.
9.10 Prevailing Wage Rate. It shall be mandatory upon the contractor to whom
the contract is awarded, and upon any subcontractor under him, that the
general prevailing rate of wages in said Municipality for each craft or
type of workman or mechanic needed to execute the contract or perform
such work, and also the general prevailing rate for legal holiday and
overtime work as ascertained by the City of Elgin or by the Department of
labor, shall be paid for each craft or type of workman needed to execute
the contract or to perform such work.
19-GP
STATE OF ILLINOIS
PROPOSAL
TO THE COUNCIL OR PRESIDENT AND BOARD OF TRUSTEES OF......._-------------------------------------------
1. Proposal of.-------- ... ......daz' ....................................
(wm..nd.d&eu of bkWw)
—............................•-.....------__--•-.---------•----------------•-••------------••-----------------•--•-•-------•----••-----------•-----•--------------•---•-------------
for the improvement, designated in Paragraph 2 below, by the nstruction of..__.4i�
......._._.
....---..........------- 1 _ .-. 6 .._.�,����.--...
""mot
..................._.................................................................................................................................................................
---____...--••---------------------------•----....---.................-----....._..._.. ...----------------------•---...---...._......_.._.._..........._..-----................._.__...
.......................................................................................................................................................................................
...............................................................................................................................•••---_..--......_.........._....___---•-----._-_..--
..............................................•--......_..--•• -; .....----.............-----........._........-----••--•----......_......----•----...---•--................._---..._..
................._.....................................................................................................................................................................
................---........................---•--•-.......................---•--•--•----...---........---•------............----..........--•------•._................._....._____......
...............__......-----•--...............................-•---.....---.......................--..a total distance of......................................1eet,
of which...-.........................................feet, (.........._......................miles) are to be improved.
2. The plans for the proposed improvement are those prepared by............................................__-_-_-
_......_.__...._._................................................•---........_-........._...............-----.............----•--••••--•----....--...-----.._....----------.._...----
_......_....____.._-...................._......................._..........................................................................................and approved
by the Department of Transportation of the State of Illinois on-------------------------_---__.,_------------- 19........ which plans are
designated as Section-------_---------------------------------_-and which cover the work described in paragraph 1 above.
The specifications herein referred to are the "Standard Specifications for Road and Bridge Construction" prepared
by the Department of Transportation of the State of Illinois and adopted by said Department
3. The undersigned declares that he will comply with the applicable,provisions of Section 100, General
Requirements and Covenants of the specifications.
4. The undersigned agrees to complete the work within,2.a.....working days or by... .. . ....
unless additional time is granted in accordance with Article 108.09 of the specifications...
5. Accompanying this proposal is a bank draft, bank cashier's check, or certified check, complying
with the requirements of the specifications, made payable to the..............................................Treasurer of
(City,Town,-VMAV)
......................................................... '
The amount of the �,hack-os-wa s-ie.... .�. ....L?o.A� ................ /0.. a._.........1 9.116_x..... .1.p
.......................................................
Form BLR 293
(Sheet 1 of 4)
(Rev. 12.73)
,If this proposal is accepted and the undersigned shall fail to execute a contract and contract bond as required,
it is hereby agreed that the amount of the check or draft or bidder's bond substituted in lieu thereof, shall be-
come the property of the City, Town, or Village, and shall be considered as payment of damages due to delay
and other causes suffered by the City, Town, or Village because of the failure to execute said contract and
contract bond; otherwise said check or draft, or bidder's bond substituted in lieu thereof shall be returned to
the undersigned.
ATTACH BANK DRAFT, BANK CASHIER'S CHECK, OR CERTIFIED CHECK HERE
In the event that one check or draft is intended to cover two or more proposals, the
amount must be equal to the sum of the proposal guarantees of the individual sections cov-
ered.
If the check or draft is placed in another proposal, state below where it may be found, as
follows:
The check or draft will be found in the proposal for Section No.......................................
6. The undersigned submits herewith his schedule of prices covering the work to be performed under this
contract.
SCHEDULE OF PRICES
(For complete information covering these items, see plans and specifications)
Item ITEMS Approximate UNIT PRICES AMOUNTS
No. Quantities Dollars Cents Dollars Cents
1 . Ductile Iron Watermain, 12" 200 L.F. 0 0 o (D
2. Ductile Iron Watermain, 12" ( In Casing) 60 L.F. apt' , 0o oa
3. Ductile Iron Fittings 1 ,200 Lbs. �D !y( g v G cD
4. Granular Cradle, Type A 22 C.Y. rj 330 c 0
5. Traffic Control Lump Sum a yp 00 A $"p Oa
I
Carried Forward b 0
Form SLR 293
(Sheet 2 of 4)
Rev. (670)
(If in individual)
Signatureof Bidder................................................................................(SEAL)
Business Address.... -
(If a co-partnership)
FirmName..............................................................................................(SEAL)
Signedby..................................................................................................(SEAL)
Business Address
Insert. ----•---••-•.......................•----•--......---...............-•-•-•---....._....-•-•••-•••..........._.
Names and
Addressesof ........................•-------.............---.....................----............•--•-...................
All Members
of the Firm
'(If a corporation)
Corporate Name .. ......••-- ........... �,1. �i
L .......... "
�u. .....
Signed By...... .... ------------ - --------
D_ President.
Business Address.l!S/ tR-g..Q.: ,..��f
(Corporate Seal)
Insert President., ram ............................
Names of Secretary .ry...._.. ..-.-- -
Treasurer...... .
Attest:....
ecretary
Form UR 297
(Wwot I of 4)
Rev. (6-70)
.,f ::/�� 1 ,,}Si .i:i.! � ;� s^::-,. '';}:•,;'+f „4 sT7F ss.... ,.A,y,. ,
1
UNITED STATES FIDE L N ` rGUARANTY COMPANY
(A any
Stria$ o )
S � �
BID BOND
BOND NUMBER
KNOW ALL MEN BY THESE PRESENTS:
THAT ....Gluth Bros. Constructiona....Inc
.......................................................................... ..........................................................................................................................................
.................................................................................................................... of . 1151 Lake Avenue, Woodstock, IL
..................................................................................................................
�a
............................................................................................................................................................I as Principal , and UNITED STATES FIDELITY AND
• GUARANTY COMPANY, a Maryland corporation,as Surety, are held and firmly bound unto..........................................................................................
City of Elgin
.................................................................................................................................................................................................................................................
r
as Obligee, in the full and just sum of..
.....................Ten...P.excent....af....Iatal...Bid...E.r.ice---:--,-. Q Rf....B.xd... "~�. ,�.... �....::---.-.-.-.-.-.-...................... Dollars, f+�
' lawful money of the•1lnjted States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, '
administrators, successors and assigns,jointly and severally, firmly by these presents.
WHEREAS, the said Principal is herewith submitting its proposal
Bluff Boulevard ;
Watermain Extension
is
THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall be awarded the contract the said Principal will,within the
time required, enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of
the contract, then this obligation to be void; otherwise the Principal and Surety will pay unto the Obligee the difference in money between Y"
the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work
if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. "?
June 21 1983
t=, Signed, sealed and delivered..............................�..................... ,
(Date)
Gluth Bros. Construe
F� ..............................................................1^�.an.�...I.ac..............(SEAU
...................... By"c:jr„l�ic'2�' �.:. y-. 1�"y"""......(SEAU o'
I: MITI STATES F ELITY D GUARANTY COMPANY
7I
f e:
;:::.� ,... . ......j...............k...... ....... ...... ...
Jo)tn E: McCrehan Attorney-in-fact
Contnet 1 t (Revised 1 (1-14) ••
STATE OF Illinois
..... ... .. ... ..
COUNTY OF .. Cook. ... . . .. .. . . . . .. . . . . ss.:
On this. . . ..?1st day of June . . . . .19. before me personally
appeared .. . .. . . . .. . . . . . .MIT!.fit. M4Crehari. . . .. . . . . .. . . .. . .. . ... . ., to me known, who,
being by me duly sworn, did depose and say: that he resides at . .,Chicago,-II. .. . . . . .. . .. .
Attorney In Fact
... .. ... . . . . . .. . . . . . . .. .. . ... . . .. .. .. . . . : that he is the . .. . . . . . . . .. .. . .. . . . .. . . . . . . . .
Surety of United States Fidelity & Guaranty.Company.. _ , , , , ,, . , the corporation described
Company
Acknowledgment in and which executed the annexed instrument; that he knows the corporate seal of said corporation;
that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said corporation; that he signed his name thereto by like order; and that the
liabilities of said corporation do not exceed its assets as ascertained in the manner provided by law.
�. .. . . .. . . . . .. . .. . . ... . .
otary Public in and for th bove County and State.
My commission expires 2/.1/86
3768 BOND
s
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No.............3,8 0.....................
grow all Men by these Presents:
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint
James J . Petersen , Linda Donellan and John E . McCrehan
of the City of Chicago , State of Illinois
its true and lawful attorney S in and for the State of I l l i no i s r
for the following purposes,to wit:
To sign its name as surety to,and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES
FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever tEAC X
anyone of the said James J . Petersen and the said Linda Donellan and
the said John E . McCrehan
may lawfully do in the premises by virtue of these presents.
In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be
sealed with its corporate seal, duly attested by the signatures of its Vice-President and Assistant Secretary, this 2 4 t h day of
November , A. D. 19 82
UNITED STATES FIDELITY AND GUARANTY COMPANY.
(Signed) By.... John.. A.• ..Huss..............................
Vice-President.
SEAL
( (Signed) ,,,,Jame_.I...... Beresheim
Assistant Secretary.
STATE OF MARY'LAND.
ss:
BALTIMORE CITY,
On this 2 4 t h day of November A. D. 19 8� before me personally came
John A . Huss Vice-President of the UNITED 'STATES FIDELITY AND GUARANTY
COMPANY and James T . Beresheim ,Assistant Secretary of said Company, with both of
whom I am personally acquainted, who being by me severally duly sworn, said that they,the said J O h n A . H u s s
and James T . Beresheim were respectively the Vice-President and the Assistant Secretary of the said UNITED
STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney;
that they each knew the seal of said corporation; that the seal afnnxed to said Power of Attorney was such corporate seal, that it was
so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice-President
and Assistant Secretary,respectively,of the Company.
My commission expires the first day in July,A. D. 19.8,6..
(SEAL) (Signed) .....Margaret..`....�u~g.......................
Notary Public.
STATE OF MARY LAND ) .
J BALTIMORE CITY, Sct.
I, Charles W. Mackey , J r . Clerk of the Superior Court of Baltimore City, which Court is a
Court of Record,and has a seal, do hereby certify that Margaret M. Hurst , Esquire, before
whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the
State of Nfaryiand, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take
acknowledgment, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said
Notary,and verily believe the signature to be his genuine signature.
In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City,the same being a Court
of Record, this 2 4 t h day of November ,A. D. 19 8 2
(SEAL) (Signed) ..........Charles.....'...Mackey....Jr..................
Clerk of the Superior Court o/Baltimore City.
n 3 (12-81) """•
T
COPY OF RESOLUTION
That Whereas,it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power
and authority- to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces
and territories of Canada;
There/ore, be it Resoioed, that this Company do, and it hereby does, authorize and empower its President or either of its Vice.
Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons
as attorney or attorneys-in-fact,or agent or agents of said Company, in its name and as its act, to execute and deliver any and all contracts
guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than
insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law
allowed, and
Also, in its name and as its attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any and all
bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law,
municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces or
territories of Canada, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer,
local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded
for the security or protection of, by or for any person or persons, corporation. body, office, interest, municipality or other association or
organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which
may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking,or anything in the nature of either of the same.
I, Richard Calder , an Assistant Secretary of the UNITED STATES FIDELITY AND
GUARANTY COMPANY, do hereby certify that the foregoing is a fall, true and correct copy of the original power of attorney given
bysaid Company to James J . Petersen , Linda Donellan and John E. McCrehan
of Chicago , Illinois authorizing and empowering them to sign bonds as therein set
forth, which power of attorney has never been revoked and is still in full force and effect.
And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the
Board of Directors of saidCompany, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of
November,1981,at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said
resolution,and the whole thereof as recorded in the minutes of said meeting.
In Testisnony Whereof, 1 have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY
COMPANY on June 21, 1983
(Date)
Assistant Secretary.
STATE OF ILLINOIS
CONTRACT
• 1. THIS AGREE-MENT, made and concluded this ot7 day of �1 V�ge�
19-83 between the �' � of
T� r
(City)Town or Village) - C�9
acting by and through its
its Council or President and Board of Trustees, known as the party of the first part, and
rra-e rs C-o-)z � Ic a.T /0C_ his/their executors,administrators,successors
or assigns,known as the party of the second part.
2. WITNESSETH: That for and in consideration of the payments and agreements mentioned in the Proposal hereto
attached, to be made and performed by the party of the first part, and according to the terms expressed in the Bond referring to
these presents, the party of the second part agrees with said party of the first part at his/their own proper cost and expense to do
all the work, furnish all materials and all labor necessary to complete the work in accordance with the plans and specifications
hereinafter described,and in full compliance with all of the terms of this agreement and the requirements of the Engineer under it.
3. And it is also understood and agreed that the Notice to Contractors, Special Provisions, Proposal and Contract Bond
hereto attached, and the Plans for Section in
approved by the Department of Transportation of the State of Illinois
19 ,are all essential documents of this contract and are a part hereof.
4. IN WITNESS WHEREOF,The said parties have executed these presents on the date abov mentionned.
Attest: The „ of
(City.T r Vill ge
Clerk By AA
Mayor- resident
Party of the First Part
(Seal) (If a Corporation)
Attest: Corporate Name Gluth Bro . Construction, Inc.
oe
ecretary President
Party of the Second Part
(If a Co-Partnership)
(Seal)
(Corporate Seal) (Seal)
(Seal)
Partners doing Business under the firm name of
Party of the Second Part
r (If an Individual)
(Seal)
Party of the Second Part
Form BLR 295
(Rev. I1-72)
e s. �
UNITED STATES FIDELITY AND GUARANTY COMPANY
BALTIMORE, MARYLAND
No-----120120- 11328834- - 17 060
--- - -------- - ------ - :RQ...
Know all Men by these Presents, That we, Gluth Bros. Construction, Inc.
1151 Lake Avenue, Woodstock, Illinois 60098
as Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY as Surety, are held
and firmly bound unto
City of Elgin
150 Dexter Court, Elgin, Ill. 60120
in the full and just sum of
Seventeen Thousand, Sixty and No/100-----($17,060.00)-------- DOLLARS,
lawful money of the United States, for the payment of which, well and truly to be made, we bind our-
selves, our heirs, administrators, executors, successors and assigns, jointly and severally,firmly by these
presents.
Whereas, The said Principal has executed and entered into a certain contract with the said
dated , for
Bluff City Boulevard Watermain Extension
Poplar Creek Crossing
in said contract described; which contract is hereto annexed.
Now, Therefore, the Condition of this Obligation is such, That if the said Principal
shall well and truly perform and fulfill all and every the covenants, conditions, stipulations and agree.
ments in said contract mentioned to be performed and fulfilled, and shall keep the said Obligee harmless
and indemnified from and against all and every claim, demand, judgment, lien, cost and fee of every
description incurred in suits or otherwise against the said Obligee, growing out of or incurred in, the
prosecution of said work according to the terms of the said contract, and shall repay the said Obligee all
sums of money which the said Obligee may pay to other persons on account of work and labor done or
materials furnished on or for said contract, and if the said Principal shall pay to the said Obligee all
damages or forfeitures which may be sustained by reason of the non-performance or mal-performance
on the part of the said Principal of any of the covenants, conditions, stipulations and agreements of said
contract, then this obligation shall be void; otherwise the same shall remain in full force and virt;,e.
Signed, sealed and delivered July 1, 1983
Witness to Gluth Bros. Construction, Inc.
Principal ...By............... ................ . .. .. ........... ................(SEAL)
........... CE A T
...: :......QiG P.............................................(SEAL)
Unite -States Fidelity and Guaranty Company
........................
Sri..E
�tah\' o rr, Attorney
...........................................................................................
Attorney-in-fact.
Chicago 132 1 61 •-
Illinois
ST A T E G F .. . . . . . ... .. ............. ... ..
COUNTY OF .. . .. . .CQok . . . ... . . . . . .. . . . . ss.:
On this. . . . . .lst. day of.. __ July. . . ... . . . .. ...19.83. before me personally
appeared .. . . . . . . Linda Donellan. . . . . .. . . . ........ ... . . .. . .. . . . .
., to me known, who,
being by me duly sworn, did depose and say: that he resides at . .... . . . ... ... . . .. . . . . .. .. ..
Chicago, Illinois Attorney In Fact
that he is the . .. ... . . . . . .. . ... .. .. . .. . . . . .
surety of United States Fidelity and Guaranty Company , the corporation described
Comp any
Acknowledgment in and which executed the annexed instrument; that he knows the corporate seal of said corporation;
that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said corporation; that he signed his name thereto by like order; and that the
liabilities of said corporation do not exceed its assets as ascertained in the manner provided by law.
Linda Weist
- .�-:.. .. ..... . ... ......
Notary Public in and for the above County and State.
My commission expires ....8(2-518A.................
3768 • BOND
CERTIFIED COPY
GENERAL POWER OF ATTORNEY
No.............3............................
Know all Men by these Presents:
That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the
State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint
James J . Petersen , Linda Donellan and John E . McCrehan
of the City of Chicago , State of Illinois
its true and lawful attorney S in and for the State of I 11 i n o i s
for the following purposes,to wit:
To sign its name as surety to,and to execute, seal and acknowledge any and all bonds,and to respectively do and perform any and
all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY
COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES
FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever akXs&X
anyone of the said James J . Petersen and the said Linda Donellan and
the said John E . McCrehan
may lawfully do in the premises by virtue of these presents.
In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be
sealed with its corporate seal, duly attested by the signatures of its Vice-President and Assistant Secretary, this 2 4 t h day of
November , A. D.19 82
UNITED STATES FIDELITY AND GUARANTY COMPANY.
(Signed) By.... John..:A. Huss..............................
Vice-President.
(SEAL)
James(Signed) ....: . ..T . ..Beresheim...................
Assistant Secretary.
STATE OF MARYLAND,
ss:
BALTIMORE CITY,
On this 2 4 t h day of November A. D. 19 8 2 before me personally came
John A . Huss , Vice-President of the UNITED STATES FIDELITY AND GUARANTY
COMPANY and James T . B e r e s h e im ,Assistant Secretary of said Company, with both of
whom I am personally acquainted, who being by me severally duly sworn, said that they,the said J O h n A. H Us s
and James T. B e r e s h e i m were respectively the Vice-President and the Assistant Secretary of the said UNITED
STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney;
that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was
so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice-President
and Assistant Secretary,respectively, of the Company.
My commission expires the first day in July, A. D. 19.6.6..
(SEAL) (Signed) .... Margaret M. Hurst....................................................
Notary Public.
STATE OF MARYLAND
Sct.
BALTIMORE CITY,
I, Charles W. Mackey , J r . Clerk of the Superior Court of Baltimore City, which Court is a
Court of Record,and has a seal, do hereby certify that Margaret 14. Hurst , Esquire, before
whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the
State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take
acknowledgment, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said
Notary,and verily believe the signature to be his genuine signature.
In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court
of Record,this 2 4 t h day of November ,A. D. 19 8 2
(SEAL) (Signed) Charles W. Mackey , Jr.
Clerk of the Superior Court of Baltimore City.
FS 3 (12.81)
COPY OF RESOLUTION
That Whereas,it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power
and authority to act for it and in its name in States other than Maryland,and in the Territories of the United States and in the Provinces
and territories of Canada;
Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice.
Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons
as attorney or attorneys-in-fact,or agent or agents of said Company,in its name and as its act. to execute and deliver any and all contracts
guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than
insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law
allowed, and
Also, in its name and as its attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any and all
bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law,
municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces or
territories of Canada, or by the rules, regulations, orders, customs, practice or discretion of any board. body, organization, office or officer,
local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded
for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or
organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which
may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking,or anything in the nature of either of the same.
1, Richard Calder ,an Assistant Secretary of the UNITED STATES FIDELITY AND
GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given
by said Company to James J . Petersen , Linda Donellan and John. E. McCrehan
of C h i c ago , i 11 i n o i s , authorizing and empowering them to sign bonds as therein set
forth,which power of attorney has never been revoked and is still in full force and effect.
And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the
Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of
November,1981, at which meeting a quorum of the Beard of Directors was present, and that the foregoing is a true and correct copy of said
resolution,and the whole thereof as recorded in the minutes of said meeting.
In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY
COMPANY on July 1, 1983
(Date)
Assistant Secretary.
' ERT.'FICATE OF INSURANCE
Enclosed is certification of insurance in force.
After review, if you have any questions, or if anything further is required, please do not hesitate to
contact this office.
Thank you.
McMANUS & PELLOUCHOUD, INC.
141 WEST JACKSON BOULEVARD
City of Elgin CHICAGO, ILLINOIS 60604
Phone: 427.1961
TO
By: Sheryl Thorelius
................................................
r . . •. • .
QXXC
NAME AND�ADDRESS OF AGENCY
McManus & Pellouchoud, Inc. COMPANIES AFFORDING COVERAGES
141 W. Jackson Blvd.Chicago, IL 60604 LETTERNY A BITUMINOUS CASUALTY CORPORATION
CO
L EM
TT PE RANY B SAFETY MUTUAL CASUALTY CORP.
NAME AND ADDRESS OF INSURED
COMPANY
GLUTH BROTHERS CONSTRUCTION, INC. LETTER
1151 Lake Avenue COMPANY D
Woodstock, IL 60098 LETTER
COMPANY E
LETTER
This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement,term or condition
of any contract or other document with respect to which this certificate may be issued or may pertain,the insurance afforded by the policies described herein is subject to all the
terms,exclusions and conditions of such policies.
COMPANY POLICYLimits of Liability in EACHThousands )
LETTER TYPE OF INSURANCE POLICY NUMBER EXPIRATION DATE EACH AGGREGATE
OCCURRENCE
A GENERAL LIABILITY 14P1 543 984 4/3/84 500 500
. BODILY INJURY $ $
®COMPREHENSIVE FORM
®PREMISES—OPERATIONS PROPERTY DAMAGE $ 250 $ 250
®EXPLOSION AND COLLAPSE
HAZARD
®UNDERGROUND HAZARD
®PRODUCTS/COMPLETED
OPERATIONS HAZARD BODILY INJURY AND
®CONTRACTUAL INSURANCE PROPERTY DAMAGE $ E
® BROAD FORM PROPERTY COMBINED
DAMAGE
lJ INDEPENDENT CONTRACTORS
PERSONAL INJURY PERSONAL INJURY $
A AUTOMOBILE LIABILITY BAl 337 459 4/3/84 BODILY INJURY $
n (EACH PERSON)
Fil COMPREHENSIVE FORM BODILY INJURY $
® OWNED (EACH ACCIDENT)
® HIRED PROPERTY DAMAGE $
FKIBODILY INJURY AND
NON-OWNED PROPERTY DAMAGE $ 500
COMBINED
B EXCESS LIABILITY UM 4216 IL 4/3/84
BODILY INJURY AND
® UMBRELLA FORM PROPERTY DAMAGE $10,000 $ 10,000
❑ OTHER THAN UMBRELLA COMBINED
FORM
A WORKERS'COMPENSATION WC1 034 414 4/3/84 STATUTORY
and
EMPLOYERS'LIABILITY $ 500
IFPGN ACCIDCNI I
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES
Job: Bluff City Boulevard Watermain Extension, Poplar Creek Crossing
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com-
pany will endeavor to mail —10 days written notice to the below named certificate holder, but failure to
mail such notice shall impose no obligation or liability of any kind upon the company.
NAME AND ADDRESS OF CERTIFICATE HOLDER: 7/1/83
City of Elgin DATE ISSUED.
AUTITORIZED REPRESENTATIVE
ACORD 25(1.79)
CITY OF ELGIN
ENGINEERING DIVISION
150 DEXTER COURT-ELGIN,ILLINOIS 60120-5555
Telephones(312) 695- 6500
Ext. 243
TRANSMITTAL LETTER
Date July 20, 1983
To: Gluth Brothers Construction, Inc.
1151 Lake Ave.
Woodstock, IL 60098
Job: Bluff City Watermain Extension - Poplar Creek Crossing
We transmit herewith for your—Information
Approval
Files X
Correction
Return
2 Copies of Executed contract documents.
Sheet Nos. N/A
Remarks One (1 ) copy is for your files and one (1 ) copy is for your
bonding company.
CC: Marie Yearman '✓ Yours very truly,
Mike Sarro
CITY OF ELGIN
Attachments
Ralph L. Ridley, Civil Engineer I
By
a
CITY OF ELGIN
ENGINEERING DIVISION
150 DEXTER COURT-ELGIN,ILLINOIS 60120-5555
Telephone: (312) 693- 6300
Ext. 243
TRANSMITTAL LETTER
Date—October 25. 1983
To: Gluth Brothers Construction
1151 Lake Avenue
Woodstock, Illinois 60098
Job: Bluff City Watermain Extension-Poplar Creek Crossing
We transmit herewith for your—Information X
Approval
Files X
Correction
Return
Copy of
2 UAbWH Change Order Number 1 for the above referenced job.
Sheet Nos. N/A
Remarks —Lne_S4Dy is for your bonding company and one cry is for yn►,r fi 1 Pc
CC: Marie Yearman, City Clerk Yours very truly,
Mike Sarro, Purchasing Agent
CITY OF ELGIN
Ralph-L.- Ridley, Civil Engineer I
8
r
ELGIN, ILLINOIS
BLUFF CITY WATERMAIN EXTENSION
(POPLAR CREEK CROSSING)
CHANGE ORDER NO.1
SCOPE. This Change Order No. l covers the addition of 100 Lineal Feet of
mechanical joint, Class 52, 12 inch Ductile Iron Watermain.
REASON FOR CHANGE. Our original plan was to install push joint water-
main throughout the entire project. But, in order to properly restrain
the pipe used for the crossing it was decided to use mechanically
restrained joint pipe. This type of pipe makes use of integral clamps
and fittings to keep it together and therefore does not rely on out-
side restraining devices that are affected by poor soil conditions.
CHANGE IN CONTRACT AMOUNT.
100 Lineal Feet of Mechanical Joint, Class 52, 12 inch Ductile Iron
Watermain with fittings. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .$1 ,604.00
By Reason of this Change Order No.l , the contract cost shall be
increased in the amount of One thousand six hundred four Dollars
($1 ,604.00) .
OTHER CONTRACT PROVISIONS. All other provisions of the contract shall
remain the same:
Agreed to this day of 1983.
Recommended: Approved:
ENGINEERING DIVISION CITY OF ELGIN, ILLINOIS
By:EJO
Party of the First Part (Owner)
Date: September 22, 1 W3 By
Title
Accepted:
GLUTH BROTHERS CONSTRUCTION, INC.
Party of the Second Part (Contractor)
By
Title
September 29, 1983
MEMORANDUM
TO: Leo Nelson, City Manager
FROM: Ralph Ridley, Civil Engineer I
RE: Bluff City and Dixon Watermain Extension
Poplar Creek Crossing
The above referenced project was originally to be completed with
push joint ductile iron pipe and conventional thrust blocking to
restrain movement of the pipe during use. Following the award of the
contract to Gluth Brothers Construction , Mel Dahl met with Jim Gluth
and decided that a more positive: restraining method would be necessary
to assure no movement in the actual crossing when the watermain was
put into service. After considering several alternatives, it was
decided to install 100 lineal feet of mechanical joint, Class 52, 12
inch ductile iron watermain. In order to expedite the work the contractor
was ordered to obtain and install the mechanical joint watermain.
The original estimate to complete the work was $20,640. 00. The
contract price was $17,060.00 which was awarded by the City Council on
June 27, 1983. As outlined in the attached Change Order No. l , the
contract price will be increased by $1 ,604.00 for a total price of
$18,664.00.
vie would therefore request that Change Order No. 1 be approved by the
City Council .
RLR:do
cc: Mel Dahl
Gary Miller
Marie Yearman
Dan Blondin
Mike Sarro
ELGIN, ILLINOIS
BLUFF CITY WATERMAIN EXTENSION
(POPLAR CREEK CROSSING)
CHANGE ORDER NO.1
SCOPE. This Change Order No. l covers the addition of 100 Lineal Feet of
mechanical joint, Class 52, 12 inch Ductile Iron Watermain.
REASON FOR CHANGE. Our original plan was to install push joint water-
main throughout the entire project. But, in order to properly restrain
the pipe used for the crossing it was decided to use mechanically
restrained joint pipe. This type of pipe makes use of integral clamps
and fittings to keep it together and therefore does not rely on out-
side restraining devices that are affected by poor soil conditions.
CHANGE IN CONTRACT AMOUNT.
100 Lineal Feet of Mechanical Joint, Class 52, 12 inch Ductile Iron
Watermain with fittings. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .$1 ,604.00
By Reason of this Change Order No.l , the contract cost shall be
increased in the amount of One thousand six hundred four Dollars
($1 ,604.00) .
OTHER CONTRACT PROVISIONS. All other provisions of the contract shall
remain the same:
Agreed to this day of 1983.
Recommended: Approved:
ENGINEERING DIVISION CITY OF ELGIN, ILLINOIS
Party of the First Part (Owner)
Date: September 22, 1 3 By
Title
Accepted:
GLUTH BROTHERS CONSTRUCTION, INC.
Party of the Second Part (Contractor)
By
Title
October 5, 1983
MEMORANDUM
TO: Leo Nelson, City Manager
FROM: Mel Dahl , Director of Public Works
SUBJECT: Bluff City Watermain
As you know, City crews are installing the 12-inch watermain
on Bluff City Boulevard/Cookane/Dickson, which is nearly complete.
In so doing, they ran into some sand which resulted in approximately
72 L. F. of the curb and gutter being destroyed. The installation
required the removal of 770 square feet of driveway approaches and
110 square feet of sidewalk.
I asked Bob Mogler to obtain some quotes for the replacement of
these three items. He has given me two which he received by telephone
in the interest of saving time. They will be followed by a written
quotation. The quotes for the work were received from Quindell Con-
struction for $2,985. 00 and from Zimmerman Construction for $3,011 .00.
We would like permission from the City Council to have Quindel
Construction perform the work.
Me Dahl
MD:mg
cc/ Mike Sarro