Loading...
HomeMy WebLinkAbout96-284 Resolution No. 96-284 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH GRUBB & ELLIS COMPANY BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Kevin Kelly, Mayor, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Grubb & Ellis Company for land acquisition for the north/south road between Route 72 and the Motorola development site, a copy of which is attached hereto and made a part hereof by reference. s/ Kevin Kelly Kevin Kelly, Mayor Presented: October 9, 1996 Adopted: October 9, 1996 Omnibus Vote: Yeas 7 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk OCT- 2-96 WED 8:45 CITY OF ELGIN/CITY MGR, FAX N0, 18479315610 P. 02 AGREEMENT THIS AGREEMENT is made and entered into on this 30QA day of UcTc1996, by and between GRUBB & ELLIS COMPANY, an Illinois corporation, (hereinafter referred to as "Grubb & Ellis" ) and the CITY OF ELGIN, an Illinois municipal corporation, (hereinafter referred to as "the City" ) . For and in consideration of the mutual promises and undertakings as contained herein, and for other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto hereby agree as follows : 1 . That Grubb & Ellis is hereby appointed as the City' s real estate representative for the purpose of negotiations and investigations to acquire land for a north/south road between I-90 and Route 72 referred to as the "Motorola Access Road" . Grubb & Ellis is authorized to submit the City to owners, or their agents, as a prospect for such land and to negotiate sale or purchase option terms, all subject to the City' s approval . The City will inform all parties who come in contact as a result of this project of Grubb & Ellis ' representation. 2 . That in the event the City enters into an agreement to acquire the necessary right of way during the term of this agreement, the City shall pay Grubb & Ellis as its sole compensation a fee of three and one-half percent ( 3 . 5%) of the appraised value of the acquired real estate based upon an OCT- 2-96 WED 8:45 CITY OF ELGIN/CITY MGR, FAX NO 18479315610 P. 03 • appraised value of $85, 000 per acre. Such payments to Grubb & Ellis shall be paid at the time of the closing of each of the transactions for the acquisition of the properties . 3. That this agreement and all terms and conditions shall remain in effect for twelve ( 12) months from the date hereof . IN WITNESS WHEREOF, the parties have entered into and executed this agreement on the date and year first written above. CITY OF ELGIN GRUBB & ELLIS COMPANY By: ti,� By: 4„,,tkil Kevin Kelly, M or Its Attest: Dolonna Mecum, City Clerk -2- • 1 n ; WI- � Agenda Item No. • September 19 , 1996 • TO: Mayor and Members of the City Council FROM: Richard B. Helwig, City Manager SUBJECT: Grubb & Ellis Agency Agreement/Motorola Access Road PURPOSE The purpose of this memorandum is to present the Mayor and members of the City Council with an agreement designating Grubb & Ellis Company as the City's real estate representa- tives for land acquisition for the north/south road between Route 72 and the Motorola development site. BACKGROUND t In November of 1995 the City committed to obtaining the right-of-way for and construction of an access road to the Motorola development site from Route 72 . Because Grubb & Ellis had represented Motorola in the acquisition of the property for the MIMS project and was already acquainted with the adjacent property owners, it was agreed that Grubb & Ellis would assist city staff withthe acquisition of the "access road" right-of-way. Grubb & Ellis was instrumental in introducing city staff to the three property owners and took an active role in the negotiation process throughout the early and middle stages of the acquisition discussions . As the negotiations proceeded to a conclusion, city staff as- sumed the lead role in the negotiation process and the in- volvement of Grubb & Ellis was reduced. The agreement calls for the payment of a 3.5 percent fee based upon a value of $85, 000 per acre value of the land acquired for the road right-of-way. The land was appraised by Steffens & Associates at a value ranging from $85,000 to $90,000 per acre. Also, a more typical real estate broker fee, originally anticipated for this work, is seven percent. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED fek None. Motorola Access Road September 19, 1996 Page 2 rft FINANCIAL IMPACT Land Acquired: Acres Busse 5.840 Galvin - 2 . 009 MCDLF 2 . 045 Total 9 . 894 Based upon an acquisition of 9 .894 acres of land at $85, 000 per acre, the fee to Grubb & Ellis would be $29, 434 . 65 . The fee expense will be charged to account number 396-1000-795 . 93-80, the 1996 Bond Fund, Public Ways, Project No. 339554, Motorola access road. Sufficient funds currently exist to make this expenditure. LEGAL IMPACT None. ALTERNATIVES None. RECOMMENDATION Authorize the execution of an acquisition agreement with Grubb & Ellis . Respectfully submitted, 43c4P-3/7 (471t474 Raymond H. Moller Director of Business Services and Properties Richard B. Helwig City Manager RHM/skg Attachment rft. ovIllinois Department of Transportation Division of Highways/District 1 201 West Center Court/Schaumburg, Illinois 60196-1096 LOCAL ROADS AND STREETS CITY MFT Elgin Section: 96-00157-00-FP Kane County October 9, 1996 Dolonna Mecum City Clerk 150 Dexter Ct. Elgin, IL 60120 Dear Madam: The plans, specifications and estimate for the above section were approved by this Department on October 4, 1996. The proposed improvement provides for the construction of a new access roadway from IL Rte. 72 extending south to the Motorola Co. This approval is given with the understanding that the access road shall not be open to traffic until the geometrics and temporary traffic signals at IL Rte. 72 and the access road are approved bythe Department, and the temporary traffic signals are operational. .., It is noted that all right-of-way and easements necessary for the construction of the subject improvement have been secured. One set of the approved papers is being sent to you. If you have any questions please contact Akram Chaudhry at(847)705-4410. Very truly yours, Duane P. Carlson, P.E. District Engineer By: 4%:. Nancy . Magnus, P.E. Bureau Chief of Local Roads and Streets cc: William T. Sunley w/encl. David Lawry-Dir. of Public Works Ken Macander no/encl. sAgerAwp21109act1.doc • \ r STATE OF ILLINOIS PROJECT MOTOROLA ACCESS ROAD ROUTE DEPARTMENT OF TRANSPORTATION SECTION 96-00157-00-FP COUNTY KANE ESTIMATE OF COST This improvement is located within the City of Elgin beginning at Higgins Road (Illinois Route 72) extending 5340 feet to the south. The work within the scope of this improvement consists of the construction of the Motorola Access Road. It includes bituminous pavement, curb and gutter, storm sewers, and other appurtenant work necessary to complete the project. CODE UNIT TOTAL QUANTITY UNIT i ITEM NUMBER PRICE COST 278 UNIT TREE REMOV 6-15 20100110 $10.00 $2,780.00 180 UNIT TREE REMOV OVER 15 20100210 $12.00 $2,160.00 20942 CU YD EARTH EXCAVATION 20200100 $19.00 $397,898.00 600 FOOT GRADING & SHAPING DITCHES 20200800 $15.00 $9,000.00 4789 TON SUB GRAN MAT B 20201500 $11.00 $52,679.00 5472 TON POROUS GRAN EMB SPEC 20700300 $15.00 $82,080.00 180 CU YD TRENCH BACKFILL 20800150 $20.00 $3,600.00 29755 SQ YD F & P TOP SOIL 4 21101300 $2.00 $59,510.00 6.1 ACRE SEEDING CLASS 3 25000300 $2,500.00 $15,250.00 549 POUND NITROGEN FERT NUTRIENT 25000400 $2.25 $1,235.25 549 POUND PHOSPHORUS FERT NUTRIENT 25000500 $2.25 $1,235.25 549 POUND POTASSIUM FERT NUTRIENT 25000600 $2.25 $1,235.25 6.1 ACRE MULCH METHOD 3 25100125 $900.00 $5,490.00 136 EACH HAY OR STRAW BALES 25100820 $10.00 $1,360.00 10650 FOOT PERIMETER EROSION BARRIER 28000400 $1.50 $15,975.00 17701 SQ YD BIT BASE CSE 8 35500500 $12.00 $212,412.00 431 GAL BIT MATLS PR CT 40600100 $1.50 $646.50 73 TON AGG PR CT 40600300 $15.00 $1,095.00 1629 TON BIT C BIND CSE "B" T2 40600760 $32.00 $52,128.00 1629 TON BIT CON SC "D" CL I T2 40600850 $35.00 $57,015.00 3007 SQ YD PROTECTIVE COAT 42001300 $1.50 $4,510.50 50 FOOT P CUL 1 CS/A CP 18 54200643 $30.00 $1,500.00 2793 FOOT STORM SEW CL A 1 12 550A0050 $30.00 $83,790.00 712 FOOT STORM SEW CL A 1 15 550A0070 $34.00 $24,208.00 1000 FOOT STORM SEW CL A 1 18 550A0090 $36.50 $36,500.00 455 FOOT STORM SEW CL A 2 12 550A0340 $34.00 $15,470.00 560 FOOT STORM SEW CL A 2 18 550A0380 $40.00 $22,400.00 900 FOOT STORM SEW CL B 1 24 550B0120 $32.00 $28,800.00 PAGE 1 12 EACH CB TA 4 DIA W/MOD F&G 602H0010 $1,600.00 $19,200.00 25 EACH CB TA 4 DIA W/SPL F&G 60202710 $1,600.00 $40,000.00 26 EACH MAN TA 4 DIA TIF CL 60218400 $1,400.00 $36,400.00 3 EACH MAN TA 5 DIA TIF CL 60221100 $1,600.00 $4,800.00 25 EACH INLETS TA W/SPL F&G 60238700 $1,100.00 $27,500.00 10489 FOOT COMB CC&G TB6.18 60604400 $16.00 $167,824.00 1 L SUM BUILDING REMOVAL Z0007600 $4,000.00 $4,000.00 78 SQ YD TEMPORARY PAVEMENT X0712400 $30.00 $2,340.00 $0.00 $0.00 $0.00 $0.00 Total Cost of Construction $1,494,026.75 Made by IBM Date 10/7/96 Checked by_PC Date 10/7/96 Examined ,19_ District Engineer PAGE 2 ' PROPOSAL SUBMITTED BY 4 'a CONTRACTOR'S NAME ADDRESS STATE OF ILLINOIS CITY OF ELGIN (City,Town or Village) KANE COUNTY ESTIMATE OF COST, SPECIFICATIONS, PLANS, CONTRACT PROPOSAL, (Strike out that which is not applicable) FOR THE IMPROVEMENT OF MOTOROLA ACCESS ROAD (Street or Road Name) STATE HIGHWAY NO. COUNTY HIGHWAY NO. EXTENSION TO COUNTY HIGHWAY NO. SECTION NO. 96-00157-00-FP TO BE CONSTRUCTED UNDER THE PROVISIONS OF THE ILLINOIS HIGHWAY CODE APPROVED DEPARTMENT OF TRANSPORTATION PASSED OCI - 19 `�6 DATF OCT 0 4 1996 19 c) ,;a— ..d4(;:lailhoeur rtill. 1""44eP"" "'i • ' '' .0;1 ''• •• District Engineer DIRECTOR OF PUBLIC WS BLR 5703(6/841 . . ^ Illinois Route of Department Transportation Municipality Elgin . Rd. 0�� /Twnshp Notice To Bidders County Kane RETURN ���� BID Section 96-0Ol57—OU�P WITH^ Time arid Place of Opening of Bids Sealed proposals for the improvement described below will be received at the office of the Purchasing Agent City of Elgin, 150 Dexter Court, Elgin . U|inois (address) until 11 o'clock A. NA, October 21 .19 . Proposals will be opened and read publicly at 11 o'clock A. M., October 21 ,19 96 at the ki8alait City of Elgin EEOC Room, 150 Dexter Court, Elgin, IL 60120 (address) Description of Work Name Motorola Access Road Length 5,340 feet (1.0189 miles) Location From Higgins Road (IL Route 72) to 5,340 feet south Proposed Improvement consists of new bituminous concrete pavement, combination concrete curb and gutter, storm sewers, landscaping, and other appurtenant construction. Bidders Instructions 1. Plans and proposal forms will be available in the office of the Purchasing Agent, City of Elgin, 150 Dexter Court, Elgin, IL 00120-5555. A non-refundable fee of $50^00 will be required prior to issuance of plans and specifications. Checks should be made payable to the City of Elgin. 2. All proposals must be accompanied by a proposal guaranty as provided in Article 102.09 of the "Standard Specifications for Road and Bridge Construction,"prepared by the Department of Transportation. 3. The awarding authority reserves the right1owaive1achnioo|h|asand10 rejectany-oroU proposals as provided in Article 102.08 of the "Standard Specifications for Road and Bridge Construction," prepared by the Department of Transporta- tinn. 4. Bidders need not return the entire proposal when bids are submitted. Portions of the proposal that must be returned include the following: a. BLR 5701 - Contract Cover b. BLR 5704 - Notice to Bidders c. BLR 5705 - Contract Proposal d. BLR 5706 - Contract Schedule of Prices (if needed) e. BLR G7O7 ' Contract Schedule of Prices and Signatures { BLR 5708 - Proposal Bid Bond (if required) BLR 570 (Rev. 1/94> (over) IL 494-0363 Note: AU proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent loss when bids are processed. By Order of City of Elgin (Awarding Authority) r ir r 0: ,1114k ,1J04 !I 41.01.1 /Municipal Clerk INDEX FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS Adopted February 1, 1996 This sheet contains a listing of SUPPLEMENTAL SPECIFICATIONS and frequently used RECURRING SPECIAL PROVISIONS. ERRATA Standard Specifications for Road and Bridge Construction (Adop. 7-1-94) (Rev. 2-1-96) SUPPLEMENTAL SPECIFICATIONS Std. Spec. PAGE NO. Sec. 101 Definition of Terms 1 104 Scope of Work 2 106 Control of Materials 5 107 Legal Regulations and Responsibility to Public (Rev. 2-1-96) 6 108 Prosecution and Progress 8 406 Bituminous Concrete Binder and Surface Course Class I (Rev. 02-1-96) 9 407 Bituminous Concrete Pavement (Full-Depth) (Rev. 2-1-96) 11 420 Portland Cement Concrete Pavement 12 442 Pavement Patching 13 503 Concrete Structures (Rev. 2-1-96) 14 542 Pipe Culverts (Rev. 02-1-96) 17 550 Storm Sewers 36 581 Waterproofing Membrane System 44 604 Frames, Grates, and Median Inlets 45 606 Concrete Gutter, Curb, Median and Paved Ditch 46 609 Bridge Approach Pavement and Shoulder Pavement Drains 47 610 Shoulder Inlets With Curb 48 631 Traffic Barrier Terminals 49 703 Fine Aggregates 50 706 Metals (Rev. 2-1-96) 51 720 Portland Cement Concrete (Rev. 2-1-96) 52 740 Drain Pipe,Tile,Tubing, Drainage Mat and Wall Drain 53 744 Flap Gates 56 761 Waterproofing Membrane System 57 781 Materials for Planting 58 785 Highway Lighting Materials 59 802 Bituminous Equipment 60 803 Portland Cement Concrete Equipment 61 901 Work Zone Traffic Control (Rev. 02-1-96) 62 903 Work Zone Pavement Marking 79 904 Temporary Concrete Bauder 80 906 Work Zone Traffic Control Devices 81 RECURRING SPECIAL PROVISIONS CHECK SHEET# PAGE NO. 1 R. R. Protection Liability Form (Eff. 6-10-58) (Rev. 9-29-67) 85 2 State Required Contract Provisions All Federal-aid Construction Contracts (Eff. 2-1-69) (Rev. 10-1-83) 94 3 Specific Equal Employment Opportunity Responsibilities NonFederal-aid Contracts (Eff. 3-20-69) (Rev. 1-1-94) 95 4 Required Provisions- State Contracts (Eff. 4-1-65) (Rev. 04-1-93) 98 5 Asphalt Quantities and Cost Reviews (Eff. 7-1-88) 101 6 Subletting of Contracts(Federal Aid Contracts) (Eff. 01-1-88) (Rev. 05-1-93) 102 7 X Grading And Shaping Ditches (Eff. 5-1-93) 103 8 X Earthwork (Eff. 7-1-94) (Rev. 2-1-95) 104 9 Construction Layout Stakes Except for Structure (Eff. 05-1-93) (Rev. 08-1-93) 105 10 Construction Layout Stakes (Eff. 5-1-93) (Rev. 8-1-93) 107 11 Controlled Low-Strength Material (CLSM) (Eff. 1-1-90) (Rev. 2-1-96) 109 12 Bituminous Surface Removal (Cold Milling) (Eff. 11-1-87) (Rev. 4-15-91) 112 ii T 1 13 Bituminous Surface Treatments Half-Smart (Eff. 7-1-93) (Rev. 8-1-93) 114 14 Subsealing of Concrete Pavements (Eff. 11-1-84) (Rev. 02-1-95) 118 15 Asphaltic Emulsion Slurry Seal and Fibrated Asphaltic Emulsion Slurry Seal (Eff. 8-1-89) (Rev. 10-1-90) 121 16 Polymer Modified Emulsified Asphalt (Eff. 5-15-89) 125 17 Reserved 127 18 Pipe Underdrains, CA 16, Without Fabric Envelope (Eff. 8-1-93) (Rev. 6-30-94) 128 19 Pipe Underdrains (Eff. 9-9-87) (Rev. 6-30-94) 129 20 Reserved 130 21 Calcium Nitrite Corrosion Inhibitor (Eff. 3-1-80) (Rev. 6-1-90) 131 22 Sand Module Impact Attenuators (Eff. 10-15-76) (Rev. 7-1-95) 132 23 Traffic Barrier Terminal Type 3B (G.R.E.A.T. SYSTEM) (Eff. 10-1-86) 134 24 Measurement of Pavement Marking Quantities (Eff. 7-1-87) 135 25 Reserved 136 26 Reserved 137 27 Bicycle Racks (Eff. 4-1-94) (Rev. 2-1-95) 138 28 Class A Patches (Eff. 8-1-94) 139 29 Pipe Elbows and Tees (Eff. 6-30-94) (Rev. 8-1-94) 140 30 National Pollutant Discharge Elimination System Permit (Eff. 7-1-94) 141 31 Haul Road Stream Crossings, Other Temporary Stream Crossings, and In-Stream Work Pads (Eff. 1-2-92) (Rev. 6-30-94) 142 32 Give em a Brake Sign (Eff. 8-1-89) (Rev. 08-1-91) 143 33 Portable Changeable Message Signs (Eff. 11-1-93) (Rev. 2-1-96) 144 34 Reserved 145 35 Precast Prestressed Concrete Sight Screen (Eff. 6-30-94) 146 36 Chain Link Fence Sight Screen (Eff. 6-30-94) 147 37 Wood Fence Sight Screen (Eff. 6-30-94) 149 38 Reserved 151 39 Breakaway Sign Posts (Eff. 6-30-94) 152 40 Pavement Patching with Bituminous Surface Removal (Eff. 10-1-94) 154 41 Aggregate Gradation Control System (Eff. 7-1-95) 155 42 Protective Shield System (Eff. 4-1-95) (Rev. 8-1-95) 156 43 Surface Tests Using The 5 m (16 ft.) Straightedge (Eff. 11-1-94) 157 44 Traffic Barrier Terminal Type 1 Special (Eff. 8-1-94) 158 45 Traffic Barrier Terminal Type 3 Special (Eff. 8-1-94) 159 46 Use of Geotextile Fabric for Railroad Crossing (Eff. 1-1-95) 160 47 Bituminous Surface Removal Over Patches (Eff. 10-1-95) 161 iii i INDEX OF SPECIAL PROVISIONS PAGE LOCATION OF IMPROVEMENT 1 DESCRIPTION OF PROJECT 1 PERMITS 1 PROGRESS OF WORK 1 GUARANTEE 1 PROTECTION AND RESTORATION OF PROPERTY 1 PREVAILING WAGE RATE 2 INSURANCE 2 INDEMNIFICATION 3 CITY OF ELGIN HYDRANT METER POLICY 6 TRAFFIC CONTROL PLAN 8 WORK ZONE TRAFFIC CONTROL 8 EARTH EXCAVATION 8 POROUS GRANULAR EMBANKMENT, SPECIAL 9 TRENCH BACKFILL 10 TOPSOIL PLACEMENT 10 HAY OR STRAW BALES 11 PERIMETER EROSION BARRIER 11 SUB-BASE GRANULAR MATERIAL, TYPE B 11 BITUMINOUS MATERIAL (PRIME COAT) 11 AGGREGATE (PRIME COAT) 12 PAGE PROTECTIVE COAT 12 STORM SEWERS 12 CONNECTING EXISTING DRAIN TILE AND STORM SEWERS 13 STORM SEWER STRUCTURES 13 MODIFIED FRAME AND GRATE 13 SPECIAL FRAME AND GRATE 13 TYPE 1 FRAMES AND LIDS 14 CLOSED LIDS 14 CONCRETE CURB, TYPE B and COMBINATION CONCRETE CURB AND GUTTER, TYPE B-6.18 14 TEMPORARY PAVEMENT 15 BUILDING REMOVAL 15 Motorola Access Road Section 96-00157-00-FP City of Elgin STATE OF ILLINOIS SPECIAL PROVISIONS The following Special Provisions supplement the "Standard Specifications for Road and Bridge Construction," adopted July 1, 1994, and hereinafter referred to as the Standard Specifications, the latest edition of the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" in effect on the date of invitation for bids,the "Standard Specifications for Traffic Control Items," adopted November 1, 1994, and the "Supplemental Specifications and Recurring Special Provisions," adopted February 1, 1996, and indicated on the Check Sheet included herein which apply to and govern the construction of Motorola Access Road, City Section 96-00157-00-FP, and in case of conflict with any part of said specifications,the said Special Provisions shall take precedence and shall govern. Motorola Access Road City Section 96-00157-00-FP City of Elgin LOCATION OF IMPROVEMENT. This improvement begins at Higgins Road (Illinois Route 72) and extends 5,340 feet to the south. DESCRIPTION OF PROJECT. The work within the scope of this improvement consists of the construction of the Motorola Access Road. It includes bituminous pavement, curb and gutter, storm sewers, and other appurtenant work necessary to complete the project in accordance with the plans, specifications and these Special Provisions. PERMITS. An IDOT permit will be required for access at Illinois Route 72. This permit shall be procured in accordance with Article 107.04 of the Standard Specifications. PROGRESS OF WORK The Contractor shall provide the City with a Progress Schedule prior to or at the preconstruction conference for this improvement. GUARANTEE. All work performed shall be guaranteed for a period of one year after completion of the project. No extra compensation will be permitted for this guarantee. PROTECTION AND RESTORATION OF PROPERTY. The Contractor shall take all necessary precautions for the protection of public and private property. This shall include the location and identification of property markers prior to and during construction. The Contractor is responsible for the damage or destruction of property 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 1 Motorola Access Road Section 96-00157-00-FP City of Elgin not be released until the work has been completed and accepted and the requirements of these specifications complied with. Whenever public or private property is so damaged or destroyed, the Contractor shall, at their expense, restore such property to a condition equal to that which existed prior to such damage or injury 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 City will withhold any payouts towards completed work until arrangements are made to correct any damage as described above. PREVAILING WAGE RATE. All work under this contract shall comply with the Prevailing Wage Rate Act of the State of Illinois, Illinois Revised Statutes, 1983, Chapter 48, Section 39s-1, et. seq. Copies of the Prevailing Wage Rates are included in this contract. INSURANCE. The Contractor shall furnish a certificate of insurance indemnifying and naming as additional insured the City of Elgin. The insurance coverages shall not be less than the amounts stipulated below: 1. Comprehensive General Liability Insurance, including completed operations: a. Bodily Injury liability: $1,000,000 each occurrence $1,000,000 annual aggregate b. Property damage liability: $500,000 each occurrence $500,000 annual aggregate 2. Contractual Liability Insurance a. Bodily Injury liability: $1,000,000 each occurrence $1,000,000 annual aggregate b. Property damage liability: $500,000 each occurrence $500,000 annual aggregate 2 . Motorola Access Road Section 96-00157-00-FP City of Elgin 3. Owner's and Contractor's Protective Liability Insurance a. Bodily injury liability: $1,000,000 each occurrence $2,000,000 annual aggregate b. Property damage liability: $500,000 each occurrence $500,000 annual aggregate 4. Workmen's Compensation and Employer's Liability Insurance a. Workmen's Compensation: Statutory minimum b. Employer's Liability: Bodily injury $500,000 each employee 5. Automobile Liability a. Bodily injury liability: $500,000 each person $1,000,000 each occurrence b. Property damage liability: $500,000 each occurrence The City of Elgin and firms retained by the City of Elgin to assist in construction observation and staking shall be named as additional insureds on all insurance policies, except Workmen's Compensation and Employer's Liability Insurance. INDEMNIFICATION. It is hereby agreed that the Contractor assumes: 1. All risks,from any cause of damage or injury(including death)to any person or property used or employed on or in connection with the work. 2. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the State of Illinois,the City of Elgin and firms retained by the City of Elgin to assist in construction observation and staking from and 3 Motorola Access Road Section 96-00157-00-FP City of Elgin against any and all claims, damages, losses, economic losses and expenses, including but not limited to attorney's fees, arising out of or resulting from performance of the work (including specifically claims arising under the Illinois Structural Work Act), provided that such claim, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself), including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, a subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable,excluding any proportionate amount of any claim, damage, loss or expense which is caused by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge or reduce other rights or obligations of indemnify which would otherwise exist as to a party or person described in this paragraph. In claims against any person or entity indemnified under this paragraph by an employee of the Contractor, a subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this paragraph shall not be limited by a limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or a subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. The Contractor will obtain and maintain Commercial General Liability Insurance with broad form Property Damage coverage and contractual liability endorsement insuring the indemnity required of the Contractor. The State of Illinois, the City of Elgin and firms retained by the City of Elgin to assist in construction observation and staking will be named as additional insureds on the Contractor's Commercial General Liability insurance policy. The additional insured endorsement included on the Contractor's Commercial General Liability policy will provide the following: a. that the coverage afforded the additional insureds will be primary insurance for the additional insureds with respect to claims arising out of operations performed by or on behalf of the Contractor; 4 Motorola Access Road Section 96-00157-00-FP City of Elgin b. that if the additional insureds have other insurance which is applicable to the loss, such other insurance will be on an excess or contingent basis; c. that the amount of the company's liability under the insurance policy will not be reduced by the existence of such other insurance; and d. that the additional insureds will be given not less than 30 days prior written notice of any cancellation thereof. 5 Motorola Access Road Section 96-00157-00-FP City of Elgin CITY OF ELGIN HYDRANT METER POLICY December 1995 Any water obtained from the City of Elgin fire hydrants shall be metered and provided subject to the following: Hydrant meters and accessories shall be obtained through the Meter Shop of the City of Elgin. A deposit shall be required in the form of a certified or cashier's check; no cash shall be accepted. COSTS: 1. Meter and accessory deposit: $250 for meters 1-1/2 inches and smaller; $600 for 2-inch or 3-inch meters. In the event the water meter is not returned or is returned damaged, deposits shall be forfeited and final billing shall reflect these additional replacement costs: 5/8" meter $38.00 1-1/2" meter $227.00 3/4" meter 62.00 2" meter 377.00 1" meter 95.00 3" meter 422.00 Hydrant wrench: $35.00 2. Usage deposit: $200.00 or one months' anticipated water usage, whichever is higher. 3. Water charges: Water usage shall be billed bimonthly on an estimated basis, unless actual reads are provided. The water rate is as currently adopted by the Elgin City Council. No sewer fees shall be billed. In addition to usage, the following meter availability charges will be added to the bimonthly bill. 5/8" meter $4.20/month 1-1/2" meter $56.00/month 3/4" meter 14.00/month 2" meter 84.00/month 1" meter 28.00/month 3" meter 139.95/month Water bills will be issued until the meter is returned to the City. 6 . Motorola Access Road Section 96-00157-00-FP City of Elgin WATER BILLING/ACCOUNTABILITY Hydrant meters shall be returned to the Meter Shop November 1 of each year. The meter shall be read to determine total water usage. The sign-out form for hydrant water usage will be completed in its entirety with all relevant information, including the start reading, by all contractors, whether associated with a city contract or not. The completed form and deposits shall be forwarded to the Finance Department. When the meter is returned, the end read shall be taken or estimated if damaged or lost and usage calculated. This information will be forwarded to the Finance Department for final billing. If the water usage is associated with a city contract, the contractor shall be billed for the water usage unless the charge for water is waived in writing by the Director of Water Operations. A hydrant meter deposit shall be required in all instances. 7 Motorola Access Road Section 96-00157-00-FP City of Elgin TRAFFIC CONTROL PLAN. Traffic control shall be in accordance with the applicable sections of the Standard Specifications, the Supplemental Specifications, the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways", any special details and Highway Standards contained in the plans, the Traffic Specifications and the Special Provisions contained herein. Special attention is called to Article 107.09 and Section 901 of the Standard Specifications and the following Highway Standards, Details, Quality Standard for Work Zone Traffic Control Devices, Recurring Special Provisions and Special Provisions contained herein, relating to traffic control. The Contractor shall contact the District One Bureau of Traffic at least 72 hours in advance of beginning work. Standards 2298, 2306, 2396, 2401 Special Provisions Work Zone Traffic Control WORK ZONE TRAFFIC CONTROL. This work shall be done in accordance with Section 901 of the Standard Specifications, insofar as applicable, with the following revisions. Revise Article 901.10(a) to read: When Not Measured. Traffic control and protection required under Standards 2298, 2306, and 2401 will not be measured for payment. The work specified for Work Zone Speed Limit signing in Article 901.09 will not be measured for payment. This work will not be paid for separately but shall be considered as included in the contract unit prices, in accordance with Article 901.11(a). EARTH EXCAVATION. This work shall be performed in accordance with Sections 202 and 205 of the Standard Specifications insofar as applicable and the following provisions. Included in the unit price for Earth Excavation shall be the removal of approximately 1,720 feet of barbed wire fence at locations shown on the plans or as directed by the Engineer. Included in the unit price for Earth Excavation shall be the placement of approximately 3,583 cubic yards of embankment at locations shown on the plans or as directed by the Engineer. 8 Motorola Access Road Section 96-00157-00-FP City of Elgin An estimated quantity of 3,650 cubic yards has been included for undercutting isolated pockets of material on this project which may be unsuitable depending upon weather and existing conditions. At the time of construction,the Engineer may reduce this quantity in part if weather and existing conditions do not require undercutting. No extra compensation shall be allowed due to a reduction in quantity. Overhaul will not be paid for but shall be included in the unit price per cubic yard for Earth Excavation. This work shall be measured and paid for at the contract unit price per cubic yard for EARTH EXCAVATION, computed by the average end area method, which price shall be payment in full for all necessary labor, materials and equipment to complete the required excavation to the lines, grades, and cross sections shown on the plans. POROUS GRANULAR EMBANKMENT, SPECIAL. This work shall be done in accordance with Section 207 of the Standard Specifications at the locations shown on the plans or as determined by the Engineer at the time of construction, with the following revisions. An estimated quantity of 5,472 tons for this item has been provided to be used as a bridging layer over soft, pumpy, loose soil areas. The material shall conform to Articles 704.01 and 704.06 of the Standard Specifications with the following gradation modifications: 1. Crushed Stone, Crushed Blast Furnace Slag, and Crushed Concrete Sieve Size % Passing 6" 97± 3 4" 90± 10 2" 45 ±25 #200 0± 10 2. Gravel, Crushed Gravel, and Pit Run Gravel Sieve Size % Passing 6" 97± 3 4" 90± 10 2" 55 ±25 #4 30± 20 #200 5 ± 5 9 Motorola Access Road Section 96-00157-00-FP City of Elgin A three-inch nominal thickness top lift of capping aggregate having a gradation of CA-6 will be required. The full depth of the subgrade undercut should occur at the limits determined by the Engineer. A transition slope to the full depth of undercut shall be made outside of the undercut limits and shall consist of a taper of 12 inches longitudinal distance per one-inch depth of undercut below the proposed subgrade elevation. At the time of construction, the Engineer may eliminate this item if conditions do not require its use. If not used, earth excavation will be decreased by 0.667 cubic yard for each ton of porous granular embankment, special not used. No additional compensation shall be allowed due to an elimination or reduction in quantity. This work shall be paid for at the contract unit price per ton for POROUS GRANULAR EMBANKMENT, SPECIAL, which price shall include the capping aggregate, as required. TRENCH BACKFILL. This work shall be in accordance with Section 208 of the Standard Specifications insofar as applicable and the following provisions. All trench backfill shall be constructed in accordance with the requirements of Article 550.07 of the Standard Specifications, Method 1 only. Method 1 shall include the use of a mechanical tamper meeting the approval of the Engineer. Trench backfill shall be measured and calculated in accordance with Trench Backfill Table, DOT Bureau of Construction manual and the quantity computed for payment in cubic yards. This work shall be paid for at the contract unit price per cubic yard for TRENCH BACKFILL. TOPSOIL PLACEMENT. This item shall be constructed in accordance with Section 211 of the Standard Specifications with the following revisions: Revise Article 211.03 by adding the following: Any topsoil obtained from within the limits of the right-of-way shall be approved by the Engineer. Revise Article 211.07(b) to read: Excavation and embankment for the roadway have been computed on the basis of cut and fill to the final grade of the topsoil. Revise Article 211.08, Basis of Payment, by substituting the following for paragraph one: Topsoil excavation shall not be measured for payment, but shall be included in and paid for as 10 Motorola Access Road Section 96-00157-00-FP City of Elgin Earth Excavation. FURNISHING AND PLACING TOPSOIL, 4", shall be paid for at the contract unit price per square yard to the line and grades shown on the plans. HAY OR STRAW BALES. This work shall be in accordance with Sections 280 and 781 of the Standard Specifications. This is a plan allowance item to establish a bid price and at the time of construction, the Engineer will determine the placement of any bale and may eliminate this quantity entirely or in part. No extra compensation shall be allowed due to a reduction in quantity. This work shall be paid for at the contract unit price per each for HAY OR STRAW BALES, which shall be payment in full for all labor, equipment and materials necessary to complete this item. PERIMETER EROSION BARRIER. This work shall be done in accordance with Section 280 of the Standard Specifications. This is a plan allowance item to establish a bid price and, at the time of construction, the Engineer will determine its placement and may eliminate this quantity entirely or in part. No extra compensation shall be allowed due to a reduction in quantity. This work shall be paid for at the contract unit price per foot for PERIMETER EROSION BARRIER, which price shall be payment in full for all labor, equipment and materials necessary to complete this item. SUB-BASE GRANULAR MATERIAL, TYPE B. This item shall be constructed in accordance with Section 311 of the Standard Specifications with the following revision: Material shall be a crushed CA-6 aggregate meeting the requirements of Article 704.04. This work shall be paid for at the contract unit price per ton for SUB-BASE MATERIAL, TYPE B, which price shall be payment in full for furnishing all labor, materials and equipment necessary to complete this item. BITUMINOUS MATERIAL(PRIME COAT). This work shall be constructed in accordance with Articles 406.06 and 406.07 of the Standard Specifications with the following revisions: The prime shall be SS-1 applied at the rate of 0.1 gallon per square yard on bituminous base. 11 Motorola Access Road Section 96-00157-00-FP City of Elgin Shields, covers or other suitable equipment shall be provided by the Contractor to protect the motoring public, adjoining pavement, curbs or structures during the application of prime coat. The Contractor will be required to present a weight ticket for the truckload prior to applying the prime coat. After application the truck shall then be weighed again in order to determine the net weight of prime coat that has been placed. Both tickets shall be stamped by the certified weighmaster. One FRESH OIL sign shall be installed in advance of each street to be primed and on each side street adjacent to the street to be primed. These signs shall be maintained until the prime coat is adequately cured. This work shall be paid for at the contract unit price per gallon for BITUMINOUS MATERIAL (PRIME COAT). AGGREGATE (PRIME COAT). This work shall be done in accordance with Article 406.06 of the Standard Specifications. The aggregate shall be spread at the rate of eight pounds per square yard. PROTECTIVE COAT. This work shall be done in accordance with Article 503.19 of the Standard Specifications with the following revision: The protective coat shall be applied to all exposed surfaces of P.C.C. Pavement, Combination Concrete Curb and Gutter, Concrete Curb, P.C.C. Driveway Pavement and P.C.C. Sidewalk. The top, face and gutter of Curb and Gutter, Type B-6.18 shall be considered to be 2.58 square feet per foot for measurement and payment purposes. STORM SEWERS. This work shall be performed in accordance with Section 550 of the Standard Specifications and the following: All storm sewer within the right-of-way shall be Reinforced Concrete Culvert, Storm Drain and Sewer Pipe, Class IV of the type and size indicated on the plans. The storm sewer for the temporary outfalls shall be corrugated polyvinyl chloride (PVC) pipe with a smooth interior meeting the requirements of Article 740.15. Storm sewer shall be backfilled in accordance with Article 550.07, Method 1 only. Any cost incurred by the Contractor in meeting the requirements of this provision shall be included in the contract unit price per meter of storm sewers of the size and type being constructed, and no additional compensation will be allowed. 12 , . Motorola Access Road Section 96-00157-00-FP City of Elgin CONNECTING EXISTING DRAIN TILE AND STORM SEWERS. At various locations within the limits of this improvement,the Contractor may encounter existing drain tile or storm sewer. The Contractor will be required to connect existing drain tile or storm sewer to the proposed storm sewer or to provide outlet as directed by the Engineer. All connections shall be made using materials approved by the Engineer and pipe of the same diameter as the existing tile. All connections of drain tiles should be made into the closest drainage structure. When this is not practical, connections may be made directly into the storm sewer at the direction of the Engineer. This item will be considered incidental to the contract. STORM SEWER STRUCTURES. These items shall be in accordance with Section 602 of the Standard Specifications with the following revisions: All new structures shall be precast reinforced manhole sections in conformance with Section 743 of the Standard Specifications. Precast reinforced concrete manhole sections shall be constructed in horizontal courses, with a mastic joint sealer (in conformance with Section 602.07) placed between each horizontal course. Structure adjustments shall be made with precast adjustment rings. A maximum of 12 inches of adjusting rings will be permitted. Cost of the above shall be included in the unit price for the various storm sewer structures in the contract. MODIFIED FRAME AND GRATE. This item shall be constructed in accordance with Section 604 of the Standard Specifications. The frame and grate to be furnished shall be a Neenah R-3010 with a Type A grate or an approved equal. Revise Article 604.05 to read: Basis of Payment. This work will not be paid for separately but shall be included in the contract unit price each for CATCH BASINS, TYPE A, 4' DIAMETER, WITH MODIFIED FRAME AND GRATE. SPECIAL FRAME AND GRATE. This item shall be constructed in accordance with Section 604 of the Standard Specifications. 13 Motorola Access Road Section 96-00157-00-FP City of Elgin The frame and grate to be furnished shall be a Neenah R-3010 with a Type L grate or an approved equal. Revise Article 604.05 to read: Basis of Payment. This work will not be paid for separately but shall be included in the contract unit price each for CATCH BASINS, TYPE A, 4' DIAMETER,hR,WITH SPECIAL FRAME AND GRATE or INLETS,TYPE A, WITH SPECIAL FRAME AND GRATE, whichever is applicable. TYPE 1 FRAMES AND LIDS. This item shall be constructed in accordance with Section 604 of the Standard Specifications. The frame and lid to be furnished shall be a Neenah R-1712-C or an approved equal. CLOSED LIDS. All frames with closed lids to be furnished as part of this contract for construction, adjustment or reconstruction of any manhole or valve vault shall have cast into the lid one of the following words: All lids to be used on drainage structures shall bear the word STORM. CONCRETE CURB,TYPE B and COMBINATION CONCRETE CURB AND GUTTER, TYPE B-6.18. This work shall be in accordance with the details shown on the plans and Section 606 of the Standard Specifications with the following revisions: Add the following as the next to last sentence of Article 606.04: A forming machine shall be used to form all combination curb and gutter except radii of 30 feet or less. Add the following to Article 606.06: Contraction joints are to be constructed at 10-foot intervals. The contraction joints may be cut with a concrete saw to a depth of two inches over the entire exposed surface of the curb and gutter. Sawing shall be done in accordance with Article 420.10 except that load transfer devices will not be required. The construction of these contraction joints shall be included in the cost for the curb and gutter. Add the following sentence to Article 606.06: 3/4-inch transverse expansion joints shall be placed at all radius points of the proposed combination concrete curb and gutter and at approximate 100-foot intervals between the above as determined by the Engineer. Providing and installing these joints shall be included in the cost for the curb and gutter. Expansion joint filler material shall be 3/4-inch thick and be of bituminous preformed fibre joint filler conforming to the requirements of AASHTO Specification M-213. Every expansion joint shall be provided with two 3/4-inch dowel bars, 18 inches long. All expansion 14 Motorola Access Road Section 96-00157-00-FP City of Elgin joints shall be installed so as to be a minimum of 1/2 inch lower than the finished curb and gutter sections. All expansion and contraction joints shall be sealed in accordance with Section 420.10 of the Standard Specifications. At locations where the proposed curb and gutter is to be constructed across trenches or within three feet of the close edge of any trench, two (2) No. 4 reinforcement bars 20 feet in length shall be placed in the flag of the proposed curb and gutter as noted in the detail shown in the plans. These reinforcement bars shall not be continuous through transverse expansion joints, but shall be stopped three inches short of same. Cost of these reinforcement bars, complete in place, shall be included in the cost for the curb and gutter. This work will be paid for at the contract unit price per meter for as CONCRETE CURB, TYPE B or COMBINATION CONCRETE CURB AND GUTTER, TYPE B-6.18, which price shall include all labor, equipment and materials necessary to complete this item. TEMPORARY PAVEMENT. This work shall be done in accordance with the plans, details, and applicable portions of the Standard Specifications with the following general additions. The temporary pavement will be made up of three inches of Bituminous Concrete Binder Course and eight inches of Aggregate Base Course, Type B. This work will be paid for at the contract unit price per square yard for TEMPORARY PAVEMENT, which will be payment in full for all Aggregate Base Course, Type B, bituminous concrete binder course, temporary pavement removal, maintenance, equipment, and materials necessary to complete this work. BUILDING REMOVAL. This work shall consist of the demolition, removal, and satisfactory disposal of the metal structure as shown on the plans and described in the specifications. The Contractor shall inspect the all structure prior to bidding and shall submit his proposal based upon the work involved, taking into consideration the salvageable items that will be available to him at the time he is to start his demolition and removal operations. The Contractor shall, at his own expense and in his own name, obtain all necessary permits, certificates, and licenses and shall govern his operations in strict conformance therewith. 15 Motorola Access Road Section 96-00157-00-FP City of Elgin Upon award of contract,the Contractor shall proceed promptly with the demolition and removal of the structure, notifying the City of Elgin Engineering Department at least 24 hours in advance of commencing these operations. He shall arrange for the discontinuance of all utility facilities that serve each building in compliance with the respective requirements and regulations of the agency and utility involved and shall also disconnect and satisfactorily seal all sewer outlets at the curb or edge of pavement. All operations shall be performed in such manner as to avoid creating hazards to persons, property, and interference with the use of adjacent buildings or obstruction of vehicular and pedestrian access thereto. The Contractor shall fill all basements and areaways, if any, of each of the buildings to the level of the surrounding area or as otherwise directed by the Engineer, with suitable fill as specified herein. Basement areas that underlie proposed pavements, curb and gutter or stabilized shoulders as noted on plans shall be backfilled with sand, crushed stone, or crushed gravel; all other basement areas shall be filled with suitable material such as brick, stone, mortar, or broken concrete obtained from the demolition operations provided that a sufficient amount of earth, sand, or other fine material is incorporated to fill the interstices and provide a solid fill. Lumber, organic material, or material which in the opinion of the Engineer is not suitable for fill shall not be used and shall be disposed of outside the limits of the right-of-way. Before commencing any fill operations,the Engineer shall determine the suitability of the material which is to be used and the manner of placement and compaction. If the material which is available from the demolition operations is insufficient to complete the fill,the Contractor shall furnish the additional material necessary, which must meet with the approval of the Engineer. Demolition material in excess of that used for fill shall be disposed of outside the limits of the right-of-way. Prior to the placement of fill, all accumulations of debris in the basements and areaways resulting from the demolition operations shall be removed and the concrete floors sufficiently broken to prevent the entrapment of water. Fill material shall be prevented from spilling upon the premises of adjacent properties which are to remain. The use of explosives in the performance of the work of removing buildings will be permitted only upon the written authorization of the Engineer and then only in a manner provided by law. The Contractor shall furnish and erect temporary sidewalks,barricades,covers, and other temporary structures necessary for the proper and safe conduct of the work and shall remove all such structures upon completion of the work under this contract. 16 Motorola Access Road Section 96-00157-00-FP City of Elgin This work will be paid for at the contract lump-sum price for BUILDING REMOVAL for each building removed,which price shall include the demolition, removal, and disposal of the structure as specified herein. 17 _ _ • State of Illinois DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR • EMPLOYMENT PRACTICES In addition to all other labor requirements set forth in this proposal and in the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation, during the performance of this contract, the contractor for itself, its assignees, and sucessors in interest (hereinafter referred to as the "contractor") agrees as follows: I. SELECTION OF LABOR The Contractor shall comply with all Illinois statutes pertaining to the selection of labor. II. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this contract, the contractor agrees as follows: (1) That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, ancestry, age, marital status, physical or mental handicap or unfavorable discharge from military service, and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underutilization. (2) That, if it hires additional employees in order to perform this contract or any portion hereof, it will determine the availability of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized. (3) That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, national origin, ancestry, age, marital status, physical or mental handicap or unfavorable discharge from military service. (4) That it will send to each labor organization or representative of workers with which it has or is bound by a collective bargaining or other agreement or understanding, a notice advising such labor organization or representative of the contractor' s obligations under the Illinois Human Rights Act and the Department' s Rules and Regulations. If any such labor organization or representative fails or refuses to cooperate with the contractor in its efforts to comply with so such Act and Rules and Regulations, the contractor will promptly so notify the Illinois Department of Human Rights and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations thereunder. LR 120 Pg. 1 of 2 (Rev 1-89) (5) That it will submit reports as required by the Department of Human Rights Rules and Regulations, furnish all relevant 'information as may from.time to time be requested by the Department or the contracting agency, and in all respects comply with the Illinois Human Rights Act and the Department' s Rules and Regulations. • (6) That it will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Illinois Department of Human Rights for purposes of investigation to ascertain compliance with the Illinois Human Rights Act and the Department' s Rules and Regulations. (7) That it will include verbatim or by reference the provisions of this clause in every subcontract so that such provisions will be binding upon every such subcontractor. In the same manner as with• other provisions of this contract, the contractor will be liable for compliance with applicable provisions of this clause by all its subcontractors; and further it will promptly notify the contracting agency and the Illinois Department of Human Rights in the event any subcontractor fails or refuses to comply therewith. In addition, the Contractor will not utilize any subcontractor declared by the Illinois Human Rights Commission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or munincipal corporations. • • LR 120 Pg. 2 of 2 (Rev 1-89) State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION for WAGES OF EMPLOYEES ON PUBLIC WORKS This contract may be subject to "AN ACT regulating wages of laborers, mechanics and other workers employed in any public works by the State, County, City or any public body or any political subdivision or by anyone under contract for public works", approved June 26, 1941 , as amended, except that where a prevailing wage violates a Federal law, order, or ruling, the rate conforming to the Federal law, order, or ruling shall govern. If it is determined that the "prevailing rate of wages" will be used for this contract, the following conditions will be required: Not less than the prevailing rate of wages as found by the (public body) or Department of Labor or determined by a court on review shall be paid to all laborers, workers and mechanics performing work under this contract. These prevailing rates of wages are included in this contract. The contractor and each subcontractor shall keep an accurate record showing the names and occupations of all laborers , workers and mechanics employed by them on this contract, and also showing the actual hourly wages paid to each of such persons. The submission by the contractor and each subcontractor of payrolls, or copies thereof, is not required. However, the contractor and each subcontractor shall preserve their weekly payroll records for a period of three years from the date of completion of this contract. If the Department of Labor revised the prevailing rate of hourly wages to be paid by the public body, the revised rate as provided by the public body shall apply to this contract. LR 121 (Rev. 1 -90) State of Illinois DEPARTMENT OF TRANSPORTATION Bureau of Local Roads and Streets SPECIAL PROVISION FOR CONSTRUCTION ZONE TRAFFIC CONTROL This special provision amends the provisions of Articles 901.03, 901.06 and 901.07 of the Supplemental Specifications and Recurring Special Provisions adopted February 1, 1996. 901.03 Change the sixth paragraph on page 63 to read: 'The contractor is required to conduct inspections of the worksite at a frequency that will allow for the timely replacement of any traffic control device that has become displaced, worn or damaged. A sufficient quantity of replacement devices, based on vulnerability to damage, shall be readily available to meet this requirement." Delete Article 901.06 (d) page 76 and Article 901.07 (f) page 77. LR 900 (Rev. 2-96) • Resolution No . 96-204 RESOLUTION ESTABLISHING PREVAILING WAGE RATES ON PUBLIC WORKS CONTRACTS WHEREAS , 820 ILCS 130/ 1 , et seq . entitled "AN ACT regulating wages of laborers , mechanics , and other workers employed in any public works by the State, county, city or any public body or any political subdivision or by any one under contract for public works . " requires that any public body awarding any contract for public work, or otherwise undertaking any public works as defined herein, shall ascertain the general prevailing hourly rate of wages for employees engaged in such work; and WHEREAS, said Act further provides that if the public body desires that the Department of Labor ascertain the prevailing rate of wages , it shall notify the Department of Labor to ascertain the general prevailing wage rate; and WHEREAS , at the request of the City of Elgin the Department of Labor has determined the prevailing rate of wages for construction work in Cook and Kane Counties in the State of Illinois . NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that the determination of the prevailing wages as made by the Department of Labor, copies of which are attached hereto and made a part hereof by reference, are adopted by the City of Elgin . BE IT FURTHER RESOLVED that all contracts for public work of the City of Elgin shall include a stipulation to the effect that not less than the prevailing rate of wages as found by the Department of Labor shall be paid to all laborers , workers and mechanics performing work under the contract . BE IT FURTHER RESOLVED that all contract bonds for public works shall include a provision to guarantee the faithful performance of the prevailing wage clause as provided by contract . BE IT FURTHER RESOLVED that a copy of the prevailing wage rate as established by the Department of Labor shall be publicly posted and kept available for inspection by any interested party. BE IT FURTHER RESOLVED that nothing herein contained shall be construed to apply to the prevailing hourly rate of wages in the locality for employment other than public works construction as defined in the Act, and that the City Clerk be and is hereby authorized to file a certified copy of this resolution with the Secretary of State Index Division and the Department of Labor of the State of Illinois . s/ Kevin Kelly Kevin Kelly, Mayor Presented : June 26 , 1996 Adopted : June 26 , 1996 Omnibus Vote : Yeas 6 Nays 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk IL. DEPT. OF LABOR PREVAILING WAGES FOR COOK COUNTY EFFECTIVE 06/01./ b . . DIVISION of CONCILIATION & MEDIATION PH(618-993-7271) .1.1 .0F TRADE RGN TYP C HOURLY-RATES OVERTIME-RATES HRLY-FRINGE-RATES L S BASIC FORMN M-F>8 SAT SU&HO WLFR PENSN VACTN --------------------------------------------------------------------------------------------- 3ESTOS ABT-GEN ALL 22 . 600 23. 100 1. 5 1. 5 2 .0 3 . 170 1. 650 0.000 3ESTOS ABT-MEC BLD 23 . 300 24.800 1. 5 1. 5 2 .0 ' 3 .640 5 . 520 0.000 ILERMAKER BLD 26. 520 28.360 2.0 2 .0 2.0 3. 150 3.710 0.000 ICK MASON BLD 24 . 150 25.150 1. 5 , 1 . 5 2 .0 3.980 2 .350 0.000 RPENTER ALL 23 . 900 24.900 1. 5 1. 5 2.0 4.460 1.800 0.000 MENT MASON ALL 24 . 500 25.250 2 .0 1. 5 2.0 4.200 2.330 0.000 ECTRIC PWR EQMT OP ALL 25 . 100 27.610 1. 5 1 . 5 2.0 3 .090 3 . 140 2 .030 ECTRIC PWR GRNDMAN ALL 19 . 580 27.610 1. 5 1. 5 2.0 2.410 2. 450 1.590 .ECTRIC PWR LINEMAN ALL 25 . 100 27.610 1. 5 1. 5 2.0 3.090 3 . 140 2.030 .ECTRICIAN ALL 25 . 650 27.650 1. 5 1 . 5 2.0 4. 320 4. 220 0:000 .EVATOR CONSTRUCTOR BLD 27 . 290 ' 30.700 2.0 2 .0 2.0 3 .845 2.190 1. 640 :NCE ERECTOR ALL 17. 590 18.590 1. 5 1. 5 2.0 4.050 4.440 0.000 AZIER BLD 23 . 600 24.600 1. 5 2 .,0 2 .0 3 .080 4. 260 0.000 '/FROST INSULATOR BLD 23 .850 25.350 1. 5 1 . 5 2.0 3 .890 5.870 0.000 ON WORKER ALL 23 .000 24.500 2.0 2 .0 2 .0 4.760 8.310 0.000 .BORER ALL 21. 600 22.100 1. 5 1. 5 2.0 3.170 1. 650 0.000 kTHER BLD 23. 900 24.900 1. 5 1. 5 2.0 4.460 1.800 0.000 \CHINIST BLD 24. 650 25.650 2 .0 2 .0 2.0 2 .850 1.200 1.700 kRBLE MASON BLD 21 .080 21.480 1. 5 1 . 5 2.0 1. 700 1.000 0.000 :LLWRIGHTALL 23 .900 24.900 1. 5 1. 5 2 .0 4.460 1.800 0.000 , ?ERATING ENGINEER BLD 1 27 . 500 . 28.250 2 .0 2 .0 2.0 3 .750 2.950 1.300 ?ERATING ENGINEER BLD 2 26 . 200 28.250 2.0 2 .0 2.0 3 .750 2.950 1. 300 ?ERATING ENGINEERBLD 3 24. 150 28.250 2 .0 2 .0 2.0 3 . 750 2.950 1.300 ?ERATING ENGINEER BLD 4 22 . 400 28.250 2.0 2 .0 2 .0 3.750 2.950 1.300 ?ERATING ENGINEER FLT 1 30. 200 1. 5 1. 5 , 2.0 3 . 500 2. 750 1.250 ?ERATING ENGINEER FLT 2 28. 700 1. 5 1. 5 2.0 3 . 500 2. 750 1.250 ?ERATING ENGINEER' FLT 3 25. 550 1. 5 1 . 5 2.0 3. 500 2.750 1. 250 'ERATING ENGINEER FLT 4 21. 550 1. 5 1. 5 ' 2 .0 3 . 500 2.750 1.250 'ERATING ENGINEER HWY 1 25. 700 26.200 1. 5 1 ,5 2.0 3 . 750 2.950 1.300 ?ERATING ENGINEER HWY 2 25. 150 26.200 1. 5 1 . 5 2 .0 3 .750 2.950 1.300 ?ERATING ENGINEER HWY 3 23.600 26.200 1. 5 1. 5 2.0 3 . 750 2 .950 1. 300 ?ERATING ENGINEER HWY 4 22 . 200 26.200 1. 5 1. 5 2.0 3. 750 2.950 1.300 ?ERATING ENGINEER ' HWY 5 21.000 26.200 1. 5 1. 5 i 2 .0 3. 750 2.950 1.300 RNAMNTL IRON WORKER ALL 23 .080 24.080 2.0 2 .0 2.0 4.050 5.920 0.000 AINTER ALL 23.000 25.880 1. 5 1. 5 1.5 3.700 2.250 0.000 ;INTER SIGNS BLD 20.460 20.710 1. 5 1. 5 1. 5 2. 720 1. 350 0.000 ILEDRIVER ALL 23.900 24.900 1.5 1. 5 2.0 4.460 1.800 0.000 IPEFITTER BLD 27. 600 29.600 1. 5 1. 5 2.0 3. 650 2.250 0.000 LASTERER BLD 24. 550 25.550 1.5 1. 5 2.0 3 . 500 1.800 0.000 . LUMBER BLD 26.000 27.500 1. 5 1. 5 2.0 4.250 2 . 620 0.000 LUMBER TECHNICAL BLD 23 .150 '24.150 1. 5 1. 5 2.0 3 . 600 1.550 0.000 DOFER BLD 24. 580 • 26.580 1.5 1. 5 2.0 2 .960 1.480 0.000 HEETMETAL WORKER BLD 25 . 110 27. 120 1. 5 1. 5 2.0 3 .960 4.090 0.000 IGN HANGER BLD 18. 130 18.630 1. 5 1. 5 2.0 2 .860 1.550 0.000 PRINKLER FITTER ' BLD 25.270 26.770 2 .0 2.0 2.0 4. 350 3.200 0.000 TEEL ERECTOR ALL 20.270 21.770 2.0 2 .0 2.0 3.250 6. 110 0.000 TONE MASON 1 BLD 17.760 18.760 1. 5 1. 5 2 .0 1. 750 1.100 0.000 ERRAZZO MASON ELD 22.550 24.050 2.0 - 1. 5 2 .0 4.480 2 .300 0.000 ILE MASON BLD 23 . 490 24.990 2 .0 1. 5 2 .0 2 .800 3. 100 0.000 RAFFIC SAFETY WRKR , HWY 15 . 700 1.0 1 .0 1.5 2 . 110 0.420 0.000 RUCK DRIVER E ALL 1 20.250 20.900 1. 5 1 . 5 2 .0 4.000 2.000 0.000 RUCK DRIVER E ALL 2 20. 500 20.900 1. 5 1 . 5 2.0 4.000 2 .000 0.000 RUCK DRIVER E ALL 3 20. 700 20.900 1. 5 ' 1 . 5 2 .0 4.000 2 .000 0.000 RUCK DRIVER E ALL 4 20.900 20.900 1. 5 1. 5 2.0 4. 000 2 .000 0.000 RUCK DRIVER W ALL 1 21. 350 21.900 1. 5 1. 5 2 .0 3 . 525 1 .875 0.000 RUCK DRIVER W ALL 2 21. 500 21.900 1. 5 1 . 5 2 .0 3 . 525 1. 875 0.000 RUCK DRIVER W ALL 3 21.700 21.900 1. 5 1. 5 2.0 3 . 525 1. 875 0.000 RUCK DRIVER W ALL 4 21.900 21.900 1. 5 1. 5 2 .0 3. 525 1.875 0.000 UCKPOINTER BLD 24.000 25.000 , 1. 5 1. 5' 2 .0 3 . 560 2 .850 0.000 ** PLEASE SEE ATTACHED FOR OVERTIME SPECIFICATIONS NOT LISTED. • . . • • , _. -� ;eR-v" .s )WEST) - .`.at part of the county west of Barring_en aced. foklewinq lige is considered as chose days for which holiday razes of wage. for work performed apply: Tears Day. Memorial/Decoration Day, Fourth of July, Labor pay, veterans Day, banksgiv Ieg Day, Christmas Day. Generally, any of these days which fall on a Sunday Is celebrated on the following Mcrday. This then makes work performed on that Monday payable at the opriate overtime rate for holiday pay. Common practice in a given local may altar certain days of celebration such as the day after hsgiving for Veterans Day. If in doubt, please check with :DAL. ANATION OF CLASSES STOS - CEL - removal of asbestos material from any place in a building, including mechanical systems where those aechenlcal systems to be remcv ed. This includes the removal of asbestos materials from ductwork ar pipes in a building when the building is co be demolished he time or at some close future date. STOS - MECSANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems co remain. Z DRIVER - BUILDING, NAVY AND HIGBWAY CONSTRUCTION - EAST 5 WEST • 1. A-frame truck when used for transportation purpoeee; Air Compressors and Welding Machines, including those pulled by cars, pick-up ks and tractors; Ambulances; Batch Gate Lockers; Batch 3opperman; Car and Truck Washers; Carry Alls; Fork Lifts and 3oisters; Belpers; anics Helpers and Creasers; Oil Distributors, 2-man operation; Pavement Breakers; Pole Trailer, upto 40 feet; Power Mower Tractors; -Propelled Chip Spreader; Shipping and receiving Clerks and Checkers; Ski;.man; Slurry trucks, 2-man operation; Slurry Trucks, Conveyor aced - 2 or 3-man operation; Teamsters, Unskilled Dumpmen; Warehousemen and Dockman; Truck Drivers hauling warning lights, barricades, portable toilets on the lob site. s 2. Dispatcher; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclid., Hug Bottom Dump Turnapulls or Turnatrailers pulling other than self-loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yards; Ready-Mix Plant Hooper atter; Winch Trucks, 2 Axles. • 3. Gump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclid., Bug Bottom Dump Turnatrailers or Turnapulls when pulling ✓ than self-loading equipment or similar equipment aver 16 cubic yards. Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards ✓er; Mobile Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer aver 40 feet; Pole and Expandable Trailers hauling rial over 50 feet long; additional 50e per hour; Slurry Trucks, 1-man operation; Winch Trucks, 3 axles or more; Mechanic - Truck Welder Truck Painter. e 4. Asphalt Plant Operators in areas where it has been past practice Dual-purpose vehicles, such as mounted crane trucks with hoist accessories; Foreman; Master Mechanic; Self-loading equipment like P.3. and trucks with scoops on the front. ATING ENCI3tEEN5 - BUILDING s 1. Assistant Craft Foreman; Craft Foreman; Mechanic; Asphalt Plant; Asphalt Spreader; Autograde; Batch Plant; Benoto (requires Te neer.); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Sack Hee Front End-loader Machine; Compressor a:- ctle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver; Concrete Placer; Concrete Pump (Truck Mounted); Concrete r, Cranes, All, Cranes, Eammerheed, Crater Crane; Crusher, Stone, etc.; Derricks, ,Lll; Derricks, Traveling; Formless Curb and Gutter Joe; Grader, Elevating; Grouting Machines; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack pinion and similar machines; Hoists, one, two and three Drum; Hoists, Two tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; motives, All; Motor Patrol; Pile Drivers and Skid Rig; Post Bale Digger; ?re-Steess ;ac:_ne; Pump Crete.; Squeeze Crates-screw Type ?umps; um Sulker and Pump; Raised and Blind Hole Drill; Rock Drill; Roto M111 Grinder; Scoops - Tractor Drawn; Slip-form Paver; Straddle les; Tournapull; Tractor with Back and Side Boom; Trenching Machines. s 2. Bobcat (over 3/4 cu. yd.); Boilers; Brick Forklift; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); eyor, Portable; Fartlift Trucks; Greaser Engineer; Highlift Shovels or Front Endloader. under 2-1/4 yd.; Hoists, Automatic; Hoists, inside ght Elevators; Hoist., Sever Dragging Machine; Bolsts, Tugger Single Crum; Rollers, All; Steam Generators; Tractors, All; Tractor Drawn story Roller (Receives an additional 5.50 per hour); Winch Trucks with "A" Frame. a 3. ASr Compressor - Combination - Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators - (Rheostat al Controlled); Hoists, Inside Elevators - Push Button with Automatic Doors; hydraulic ?ver Units (Pile Driving and Ex-trecting); Pumps, • 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 small Electric Drill _hes; Bobcat (up to and including 3/4 cu. yd. ). .e 4. Bolsts, Inside Elevators, Push Button with Automatic Doors; Oilers; 3r1ck Forklift. ATING ENGINEERS - FLOATING s 1. Craft foreman (Master Mechanic), diver/wet tender, engineer (hydraulic dredge) . is 2. Crane/backhoe operator, mechanic/welder, assistant engineer (hydraulic dredge), leveroan (hydraulic dredge), and diver tender. is 3. Deck equipment operator (machineryman), maintenance of crane (aver 50 ton capacity) or backhce (96,000 pounds or more), tug/lau.^.ch ator, loader, dozer and like equipment on barge, breakwater wall, slip/Cock or scow, deck machinery, etc. s 4. Deck equipment operator (machineryman/fireman), (4 equipment units or more) and crane maintenance 50 ton capacity and under or noe weighing 96,000 pcunds or less, assistant tug operator. • Page 1 of 2 • ATiNG :VGIeEERS - HEAvY AND HIGHWAY CCNS'I7UC:'ION e 1. Craft Foreman; Asohalc Plant, Asphalt Heater and Planer Coeeenaticn; Asphalt spreader; autograder, Belt Loader; Calsson Rigs: Car er; Central Redi-Mix Plant; Ccmbinatlon aackhoe Front Endloader Machine, (; cu. yd. 3ackece Bucket or over or w-th atzachmenta ); Cpncreca icer (Truck Mounted): Concrete Conveyor; Concrete ?aver over 27E cu. ft.; Concrete ?lacer; Concrete Tube Float; Cranes, all attacmencs; es, Hammerhead, Linden, Paco i Machines of a like nature; Crete Crane; Crusher, 3tor.e, etc.; Derricks, All; Derrick Boats; Derricks, •ling; Dredges; Field Mechanic-Gelder; Formless Curb and Gutter Machine; Gradall and Machines of a like rtacure; Grader, ELevaeing; Grader, r Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail ?Est Driver Mounted; Hoists, One, Two and Three Orem; aullc aackhoee; Locomotive, All; Mucking Machine; Pile Drivers and Skid Rig; ?re-Stress Machine; ?lamp Crates Dual Ram (Requires frequent icatlon and water); Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Seta Mill Grinder; Slip-Form Paver; Sail Test 00'_1 (Truck Mounted); Straddle Buggies; Hydraulic Telesccoing form (Tunnel); Tractor Drawn Belt Loader; Tractor with Stem; TTrac-or-afire with chmen:s; Trenching Machine; Truck Mounted Concrete Pump with Bcom; Raised or Blind 3cle; Drills (Tunnel Shaft); Underground Boring and/or ng Machines; Wheel Excavator; Widener (APSCO). ■ 2. Batch Plant; Bituminous Mixer; Bobcats (over 3/4 cu. yd.); Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Inchon Backhoe Front Endleader Machine (less than 1 Cu. yd. Backhoe Bucket or aver or with attachments); Compressor and Throttle Valve; ressor, Ccmmon Receiver (3); Concrete Breaker or Hydro Hammer; Concrete GrIndIng Machine; Concrete Mixer or ?aver 7S Series to and .ding 27 Cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Conveyor Muck Cars Lund or Similar Type); Finishing Machine - Concrete; Greaser Engineer; Sighlift Shovels or Front Endloader; Hoist - Sewer Dragging Ina; Hydraulic Boom Trucks (All Attachments); Locomotives, Dinky; Pump Creces; Squeeze Cretes-Screw Type Pumps, Gypsum Bulker and Pump; ern Asphalt; Rotory Snow ?lows; Rototiller, Seaman, etc., self-propelled; Scoops - Tractor Drawn; Self-Propelled Compactor; Spreader - - Stone, etc.; Scraper; Scraper - Prime Mover in Tandem (Regardless of Size) (Add 51.00 to Class II hourly race for each hour and for machine attached thereto, Add 51.00 to Class II hourly rate for each hour); Tank Car Faster; Tractors, Push, Pulling Sheeps Foot, Disc, actor, etc. Tug Boats. a 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Cc..w,.en Receiver (2); Concrete Mixer (Two Beg and Over); syor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc.; Fireman on Boilers; Forklift Trucks; Grouting Machine; Heists, satic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers, Pipe Jacking Machines; Poet-Sole Digger; ?ewer Saw, Concrete r Driven; Pug Mills; Rollers, other than asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Boats; Tamper - Form-Motor Driven. a 4. Air Compressor - Small and Large; Asphalt Spreader, Backend Man; Crmbination - Small Equipment Operator; Generators - Small 50kw ender; Generators - Large over 50kw; Heaters, Mechanical; Hydraulic ?ower Unit (Pile Driving, Extracting, or Drilling); Light Plants, :1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pups, Well paints; Tract-airs; Welding Machines (2 dough 5); nes, 4 Small Electric Drill Winches; Bobcats (up to and including 3/4 cu. yd.). a 5. Oilers. ;TING ENGINEERS - FLOATING s 1. Craft foreman Diver/Tender, Engineer (hydraulic). a 2. Crane/Backhoe Operator, Assistant Engineer 9hydraulic dredging), Mechanic, Welder and Leverran (hydraulic). 3. Deck Equipment Operator (including pumps), Crane/Backhoe Maintenance (SO Ten or 36X). s 4. Deck Equipment Operator (including pumps) and Crane/Backhoe Maintenance (4 units or more and/or 500 T/96 et and under). r Classifications of Work: fefinitlons of classifications not otherwise set out, the Department generally has on file such definitions which are available. If there 3 such definition on file, the Bureau of Labor Statistics SIC list will be used. If a task co be performed is not subject to one of :laesiflcatione of pay set out, the Department will upon being contacted state which neighboring county has such a classification and fide such rate, such rate being deemed to exist by reference in this document. turt.her, if no such neighboring county rate applied to :ask, the Department shall undertake a special determination, such special deterinat'cn being then deemed co have existed under this rmination. If a project requires these, or any classification not listed, please cencact IDOL at 61B/993-7271 for wage rates or _fications. SCARING scaping work falls under the existing classifications for laborer, operating engineer and :ruck driver. The work performed by landscape :amen and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless quipmenc used or its site) Is covered by the claseificatlons of operating engineer. Tee work performed by landscape truck drivers srdless of size of truck driven) is covered by the classifications of truck driver. • Page 2 of 2 IL. DEPT. OF LABOR PREVAILING WAGES FOR xANE COUNTY EFFECTIVE 10/01/96 DIVISION of CONCILIATION G MEDIATION PH(618-993-7271) :AME OF TRADE RGN TYP C HOURLY-RATES OVERTIME-RATES HRLY-FRINGE-RATES L S BASIC PORMN H-F>8 SAT SU&HO WLFR PENSN VACTN ASBESTOS A8T-GEN ALL 22.600 23.100 1. 5 1.5 2.0 3. 170 1.650 0.00n kSBESTOS ABT-MEC 81.10 23.300 24.800 1.5 1.5 2.0 3. 640 5.520 0.000 3OILERMAXER BLD 27.470 28.310 2.0 2.0 2.0 3. 150 3.840 0.000 3RICK MASON BLD 25.090 26.090 1.5 1.5 2.0 3.980 2.600 0.000 :ARPENTER ALL 24.450 25.450 1.5 1.5 2.0 3.650 3.100 0.000 :EMENT MASON ALL 24.000 26.400 2.0 1.5 2.0 3.600 4.410 0.000 :LECTRIC PWR EQMT OP ALL 21.310 26.570 1.5 1.5 2.0 2.000 3.520 0.00c :LECTRIC PWR GRNDMAN ALL 16.720 26.570 1.5 1.5 2.0 2.000 2.760 0.002 :LECTRIC PWR LINEMAN ALL 25.170 26.570 1.5 1.5 2.0 2.000 4.160 0.002 :LECTRIC PWR TRX DRV ALL 17.240 26.570 1.5 1.5 2.0 2.000 2.850 0.000 :LECTRICIAN N ALL 27.270 30.000 1.5 1.5 2.0 3.550 6.270 0.000 :LECTRICIAN S BLD 28.200 31.020 1.5 1.5 2.0 3.380 5.360 0.000 :LEVATOR CONSTRUCTOR BLD 28.645 32.230 2.0 2.0 2.0 3.845 2.190 1.720 'ENCE ERECTOR ALL 24.430 25.780 2.0 2.0 2.0 3.690 8.460 0.000 :LAZIER SLD 24.000 25.000 1.5 2.0 2.0 3.480 4.560 0.000 iT/FROST INSULATOR BLD 24.850 26.350 1.5 1.5 2.0 4.040 5.970 0.00: :RON WORXER AT,I. 23.530 24.880 2.0 2.0 2.0 3.640 8.110 0.000 .ABORER ALL 21.600 22.100 1.5 1.5 2.0 3.170 1.650 0.000 .ATHER BLD 24.450 25.450 1.5 1.5 2.0 3.650 3.100 0.000 ACHINIST BLD 23.850 24.850 2.0 2.0 2.0 2.750 1.100 1.640 %ABLE MASON BLD 24.060 25.180 1.5 1.5 2.0 3.980 3.470 0.000 tILLWRIGHT ALL 24.450 25.450 1.5 1. 5 2.0 3.650 3.100 0.000 OPERATING ENGINEER BLD 1 27.500 28.250 2.0 2.0 2.0 3.750 2.950 1.300 'PERATING ENGINEER BLD 2 26.200 28.250 2.0 2 .0 2.0 3.750 2.950 1.300 'PERATING ENGINEER BLD 3 24.150 28.250 2.0 2.0 2.0 3.750 2.950 1.300 IPERATING ENGINEER BLD 4 22.400 28.250 • 2.0 2.0 2.0 3.750 2.950 1.300 OPERATING ENGINEER FLT 1 28.200 28.200 1.5 1. 5 2.0 3.050 2.450 1.250 )PERATING ENGINEER FLT 2 26.700 1.5 1.5 2.0 3.050 2.450 1.250 )PERATING ENGINEER FLT 3 23.800 1.5 1.5 2.0 - 3.050 2.450 1.250 JPERATING ENGINEER FLT 4 19.800 1.5 1. 5 2.0 3.050 2.450 1.250 'PERATING ENGINEER HWY 1 25.700 26.200 1.5 1.5 2.0 3.7E0 2.950 1.300 OPERATING ENGINEER HWY 2 25.150 26.200 1.5 1. 5 2.0 3.750 2.950 1.300 OPERATING ENGINEER HWY 3 23.600 26.200 1.5 1.5 2.0 3.750 2.950 1.300 'PERATING ENGINEER HWY 4 22.200 26.200 1.5 1. 5 2.0 3.750 2.950 1.300 OPERATING ENGINEER HWY 5 21.000 26.200 1.5 1.5 2.0 3.750 2.950 1.300 /NAMNTL IRON WORKER ALL 24.430 25.780 2.0 2.0 2.0 3.690 8.460 0.000 AINTER ALL 23.750 24.750 1.5 1.5 1.5 3.250 2.050 0.000 AINTER SIGNS BLD 20.460 20.710 1.5 1.5 1.5 2.720 1.350 0.000 IL.EDRIVER ALL 24.450 25.450 1.5 1.5 2.0 3.650 3.100 0.000 IPEFITTER N BLD 25.880 27.630 1.5 1.5 2.0 3.370 5.000 0.000 IPEFITTER S BLD 27.500 29.500 1.5 1.5 2.0 3.400 3.200 0.000 1ASTERER 81.0 24.550 25.550 1.5 1.5 2.0 3 .500 1.800 0.000 'LUMBER N 81.0 25.880 27.630 1.5 1.5 2.0 3.370 5.000 0.000 LUMBER S BLD 27.500 29.500 1.5 1.5 2.0 3.400 3.200 0.000 DOTER BLD 25.400 27.400 1.5 1.5 2.0 2.960 1.650 0.000 HEETMETAL WORXER BLD 26.150 27.400 1.5 1.5 2.0 3.000 3.500 0.000 IGN HANGER BLD 23.010 24.010 1.5 1.5 2.0 3. 790 2.500 0.000 PRINKLER FITTER BLD 20.760 22.260 1.5 1.5 2.0 3.400 2.700 0.000 7E37L ERECTOR ALL 24.430 25.780 2.0 2.0 2.0 3.690 8.460 0.000 TONE MASON 81.0 17.760 18.760 1.5 1.5 2.0 1.750 1.100 0.000 I:.ECOM WORKER BLD 22.290 23.790 1.5 1.5 2.0 3.000 2.620 1.380 'ERRAllO MASON BLD 23.550 25.050 2.0 1.5 2.0 3.980 2.800 0.000 ILE MASON BLD • 24.100 25.600 1.5 1. 5 2.0 . 2.800 3.350 0.000 'RAFFIC SAFETY WRKR HWY 15.700 1.0 1.0 1.5 2. 110 0.420 0.000 RUCK DRIVER ALL 1 21.350 21.900 1.5 1.5 2.0 3.525 1.875 0.000 'RUCK DRIVER ALL 2 21.500 21.900 1.5 1.5 2.0 3.525 1.875 0.000 'RUCX DRIVER ALL 3 21.700 21.900 1.5 1. 5 2.0 3.525 1.875 0.000 'RUCK DRIVER ALL 4 21.900 21.900 1.5 1. 5 2.0 3.525 1.875 0.000 'UCKPOINTER BLD 24.550 25.550 1.5 1.5 2.0 3.660 3.050 0.000 " PLEASE SEE ATTACHED FOR OVERTIME SPECIFICATIONS NOT LISTED. -C-RiC:A.YS (NOR E) - Tc.nshlpe of Burlington, Campton, Dundee, Elgin, 3amoahi e, ?lath, 3u:-land, Sc. Charles (except the 'aeet hal: or sec. , all of Seca. 27, 33, and 34, South half of Sec. 28, Wee half of Sec. 35) and ea_ley Y:ew _CC and Elgin Mental Health Canter. atmSERS s P*-P1 ITTERS (SOUTH) - That par_ of the county South of Rt. 38. e following list is considered as those days for which holiday rates of wages for wcrk performed apply: w Years Day, Memorial/Decoration Day, Fourth of July, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day. Generally, any of these Lldays which fall on a Sunday is celebrated on the following Monday. This then cakes wcrk performed on that Monday payable at the propriate overtime rate for holiday pay. Common practice in a given local may altar certain days of celebration such a■ the day after ankeglving for Veteran. Day. IC in doubt, please check with IDOL. PLANATION OF CLASSES 3ESTCS - GENERAL - removal of asbestos material Cr-mm any place in a building, including mechanical systems where those mechanical systems s to be removed. This includes the removal of asbestos materials from ductwork or pipes in a building when the building is to be demolished the time or at some close future date. 3EsTOS - MECEANICAL - remaval of asbestos material from mechanical systems, such as pipe., ducts, and boilers, where the mechanical systems a to remain. JCS DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION ass 1. A-frame truck when used for transportation purposes; Air Compressor-, and Welding machines, including those pulled by cars, pick-up Eck. and _actors; ebelancss; match Gar- r"re5rs; Batch ?npperva_^_; Car and Truck washers; Carry Ails; Fork Lifts and Bolsters; Rel?ers; :hanlcs Helpers and Greasers; Oil Distributors, 2-man operation; Pavement Breakers; Pole Trailer, upte 40 feet; Power Mower Tractors; lf-Propelled Chip Spreader; Shipping and receiving Clerks and Checkers; Skicman; S:_:y T=ucks, 2-man operation; Slurry Trucks, Conveyor arated - 2 or 3-man operation; Teamsters, Unskilled Dumpmen; Warehousemen and Dock=en; Track Drivers hauling warning lights, barricades, portable toilets on the jab site. ASS Z. Dispatcher; Dump Crete and Adgetars under 7 yards; Dumpsters, Track Trucks, Iuc'-ids, Bug Bcttcm Dump Turnapulls or Turnazrailers an pulling other than self-loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yards; Ready-Mix Plant Sopper orator; Winch Trucks, 2 Axles. ss. J. Cump Creta and Adgetors 7 yard. and over; Dumpsters, Track Trucks, Euclid., lug 3cttom Dump Turnatrailers or Turn.apulls when pulling far than self-loading equipment or similar equipment over 16 cubic yards. Explosives and/cr fission Material Trucks; Mixer Trucks 7 yards over; Mobile Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling :axial over 50 feet long; additional 50e per hour; Slurry Trucks, 1-man operation; winch Trucks, J axles or more; Mechanic - Truck Welder 1 Truck Paiifter. ASO 4. Asphalt Plant Operators in areas where it has been past practice Dual-purpose vehicles, such as mounted crane ducks with hoist 1 accessories; Foreman; Master Mechanic; Self-loading equipment like P.3. and trucks with scoops on the front. /RATING ENGINEERS - BUILDING ase 1. Assistant Craft Foreman; Craft Foreman; Mechanic; Asphalt Plant; Asphalt Spreader; Autograde; Batch Plant; Benoto (requires Two ;sneers); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Ccmbieation Back Has Front End-loader Machine; Compressor and rottie Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver; Concreta Placer; Concrete Pump (Truck Mounted); Concrete war, Cranes, All, Cranes, Hammerhead, Crater Crane; Crusher, Stone, etc.; Derricks, Al_; Derricks, Traveling; Formless Curb and Gutter thine; Grader, Elevating; Grouting Machines; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack pinion and similar machines; Hoists, one, two and three Drum; Hoists, Two tugger One Floor; Hydraulic Backhoes; Hydraulic Bcom Trucks; =motives, A11; Motor Patrol; Pile Drivers and Skid Rig; Post Bole Digger; ?re-Stress Machine; Pump Crete.; Squeeze Crates-screw Type Pumps; ?sum Balker and Pump; Raised and Blind Hole Drill; Rock Drill; Roto Mill Grinder; Scoops - Tractor Drawn; Slip-Corm Paver; Straddle ?glee; Tournapull; Tractor with Book and Side Boom; Trenching Machines. as■ 2. Bobcat (over 3/4 cu. yd.); Boilers; Brick Forklift Operators, Servicing less than (10) bricklayer.; Broom, All ?ower Propelled; lldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Fortlift Trucks; Greaser Engineer; Bighlift Shovels or Front End'loaders der 2-1/4 yd.; Hoists, Automatic; Hoists, inside Freight Elevators; Hoists, Sewer. Dragging Machine; Hoists, Tugger Single Drum; Rollers, 1; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller (Receives an add'-thenal 5.50 per hour); Winch Trucks with "A" Frame. ass J. Air Compressor - Combination - Small Equipment Operator; Generators; Beaters, Mechanical; Hoists, Inside Elevators - (Rheostat nual Controlled); Hoists, Inside Elevator. - Push Button with Automatic Doors; Hydraulic ?cover Unica (Pile Driving and Extracting); ?umps, er 3" (1 to J not to exceed a total of J00 ft.); Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 small Electric Drill aches; Bobcat (up to and including 3/4 cu. yd.). ass 4. Hoists, Inside Elevators, Push Button with Automatic Doors; Oilers. EiBATING ENGINEERS - aC—r11Vv. A.'1t HIGHWAY CONSTRUCTION ass 1. Craft Foreman; Asphalt Plant, Asphalt Heater and Planer Combination; Asphalt Spreader; autograder, Belt Loader; Caisson Rigs; Car roper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Back.hce Bucket or over or with attachments); Concrete saker (Truck Mounted): Concrete Conveyor; Concrete Paver over 271 cu. ft.; Concrete ?lacer; Concrete Tube Float; Cranes, all attachments; .nee, Hammerhead, Linden, ?eco a Machines of a like nature; Crete Crane; Crusher, St.tne, etc.; Derricks, All; Derrick Boats; Derricks, avellnq; Dredges; Field Mechanic-Welder; Formless Curb and Gutter Machine; Gradall and Machines of a like nature; Grader, Elevating; Grader, tor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail ?cst Driver Mounted; Hoist., One, T'wo and Three Drum; :raullc Backhoes; Locomotive, All; Mucking Machine; Pile Drivers and Skid Rig; ?re-Stress Machine; Pump Crates Dual Ram (Requires frequent orlcation and water); Rock Drill - Crawler or Skld Rig; Rock Drill - Truck Mounted; Reza Mill Grinder; Slip-Form Paver; Soil Test Drill (Truck Mounted); Straddle Buggies/• Hydraulic Telescoping form (Tunnel); Tractor Drawn Belt Loader; Tractor with Boom; Tractor-airs with =achmente; Trenching Machine; Truck Mounted Concrete Pump with Boom; Raised or Blind Bole; Drills (Tunnel Shaft); Underground Boring and/or time Machines; Wheel Excavator; Widener (APSCD). Page 1 of 2 avE'C3uNTf as; 2. 3atc'i Plant; Bituminous Mixer; Bobcats (over 3/4 cu. yd.); 3aiiar and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; smbination Backhoe Front Endloader Machine (less than 1 cu. yd. 3ackfce 3uc:cat or ave_ or with attachments); Cmpressor and Th,-ottle valve; aaoressor, C xsoon Receiver (3); Concrete Breaker or "Hydro Rammer; Concrete Grinding Machine; Concrete mixer or Paver 73 Serlee to and acluding 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Macnine, Belting Machine and Sealing Machine; Conveyor Muck Cars Iaglund or Similar Type); Finishing Machine - Concrete; Greaser Engineer; Sighii_t Shovels or Front Endioader; Soler. - Sewer Dragging tchine; 3ydraullc Boom Trucks (ail Attachments); Locomotives, Dinky; pump crates; Squeeze Cretan-Screw Type Pumps, Gypsum Bulker and Pump; Slier, Asphalt; Rotary Snow Plows; Rototlller, Seaman, etc., self-propelled; Scoops - Tractor Drawn; Self-Propelled Compactor; Spreader - :ip - Stone, etc.; Scraper; Scraper - Prime Mover in Tandem (Regardless of Size) (Add 51.00 to Class II hourly rate for each hour and for ,ch machine attached thereto, Add $1.00 to Class II hourly rate for each hour); Tanis Car Seater; 'Tractors, push, Pulling Sheeps Foot, Disc, mpactor, etc. Tug Boats. ass 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Compton Receiver (2); Concrete Mixer ('^wo Rag and Over); :nvayor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc.; Fireman on Boilers; Forklift Trucks; Crouting Machine; Hoists, .toasatic; Soists, Ali Elevators; Hoists, Tugger Single Drum; Jeep Diggers, Pipe .racking Machines; Post-Bole Digger; Power Saw, Concrete ver Driven; Pug Mills; Rollers, other than asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; :rk Boats; Tamper - Form-Motor Driven. _ass 4. Air Compressor - Small and Large; Asphalt Spreader, Backend Man; Combination - Small Equipment Operator; Generators - Small 50k-w Id Under; Generators - Large over 50kw; Seaters, Mechanical; "Hydraulic Power Unit (File Driving, Extracting, or Drilling); Light Plants, 11 (I through 5); ?umpe, over 3" (1 to 3 not to exceed a total of 300 ft.); pumps. Well Points; Tract-ai.re; Welding Machines (2 through 5); inches, 4 Small Electric Drill Winches; Bobcats (up to and including 3/4 cu. yd.). Lass 5. Oilers. :her Classifications of Work: sr definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If there a no such definition on file, the Bureau of Labor Statistics SIC list will be used. If a task to be performed is not subject to one of as classifications of pay set out, Che Department will upon being contacted state which neighboring county has such a classification and =vide such rate, such rate being deemed to exist by reference in this document. Furber, if no such neighboring county rate applies to 1e task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this sterminatlon. If a project requires these, or any classification not listed, please contact IDOL at 618/993-7271 for wage rates or larifications. 3,HOSCAP INC andscaping work falls under the existing classifications for laborer, operating engineer and truck (driver. The work performed by landscape lantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless f equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers. regardless of size of truck driven) is covered by the classifications of truck driver, Page 2 of 2 CITY OF ELGIN, ILLINOIS AFFIRMATIVE ACTION/CERTIFICATION REQUIREMENTS Please submit the completed and signed forms along with your proposal . No proposal will be accepted without this information. A. To assure compliance with the City of Elgin' s Affirmative Action Ordinance, all contractors and vendors, herein referred to as "bidders" , are requested to submit the following information : 1 . Workforce Analysis using the enclosed Bidder' s Employee Utilization form. 2 . Provide the information required by Item #3 on the employee utilization form if the answer to Question 2 on the form is "yes" . 3 . Provide a written commitment outlining the steps that the bidder plans to take in the area of recruitment and promotion of minorities and females to assure equal employment opportunity. (A copy of the bidder' s affirmative action plan may be submitted in lieu of this requirement. ) B. The undersigned - certifies that the offerer is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. C. The undersigned certifies that the offerer is not barred from offering on this solicitation as a result of a conviction for the violation of State law prohibiting bid-rigging or bid rotating. D. The successful Bidder agrees that upon acceptance by the City, the executed Invitation to Bid along with all instructions , conditions , and specifications attached thereto constitute a binding contract which may be enforced by the City. Signature/Title • Company Name Address Phone Number FEIN No. CITY OF ELGIN EQUAL EMPLOYMENT WRITTEN COMMITMENT GUIDELINE The written commitment required in Item #4 of the "Bidder' s Employee Utilization Form" shall : I . Set out the name and phone number of the bidder' s Affirmative Action Officer. 2 . Clearly identify the bidder' s recruitment area and the percentage of minority and females in the area' s population and labor force. 3 . Set out what the bidder has done and has set as a goal to be done to recruit minority and female employees . 4 . Set out the bidder' s specific goals to recruit minorities and females for training programs or other similar . opportunities available through the bidder' s organization. • 5 . Indicate bidder's consent to submit to the City of Elgin upon request, statistical data concerning its employee composition and recruitment efforts anytime during the term of the contract. 6 . Show bidder's consent to distribute copies of the written commitment to all persons who participate in recruitment, screening, referral , selection and hiring of job applicants for the bidder. 7 . Clearly show that the bidder shall require all subcontractors, if any, to submit a written commitment meeting the above requirements of their affirmative action plan to the City of Elgin. 8. Clearly state the the bidder agrees that: "Bidder (company name) shall not discriminate against any employee or applicant because of race, color, religion, sex, ancestry, age, national origin, place of birth, or disability (physical or mental) which will not interfere with the performance of the job in question. Rev. 9/1/93 UTILIZATION FOF y This report is required by the City of Elgin and shall be submitted before the contract can be awarded. Chapter 3.12.1000 Affirmative Action — City Contracts 1. Name and Address of Bidder Description of Project Total American JOB CATEGORIES ,Employees Blacks Hispanics Asians 1 Indian Other Minority Femme 1i ? KM Y i Y i XI' 1 2 1 1 - r r • . 1 '' , TOTALS Signature of Company Clidal and Title Tekpbote Ro. Date Sped Pate —of— 2. Have you ever been awarded a bid by the City of Elgin? NM YES NO O. If the answer to #2 is yes, please submit a copy of the Employee loyee Utilization Form that was submitted with your lassuccessful bid along with a fully completed copy of this form.. 4. If the statisticaldata provided above. shows under— utilization of minority and/or female, please submit, a000rding to the guideline provided in the attached doournent, a written commitment to provide equal employment opportunity. NOTE: In the event that a contractor or vendor, etc. fails to comply with the fair employment and affirmative actionrevisions of the ,City of Elgin, the City amongst other actions may cancel. terminate or suspend the contract in whole or in part. Sexual Harassment--Policies and Programs • Effective July 1, 1993, every party to any contract with the City of Elgin and every eligible bidder is required to have written sexual harassment policies that include, at a minimum, the following information: (i) the illegality of sexual harassment; ( ii) the definition of sexual harassment under state law; (iii) a description of sexual harassment, utilizing examples; (iv) the vendor's internal complaint process including penalties; (v) the legal recourse, investigative and complaint process . available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; (vi) directions on how to contact the department and commission; (vii) protection against retaliation as ' provided by Section 6-101 of the Human Rights Act . A copy of the policies must be provided to the Department of Human Rights upon request. P.A. 87-1257 . Sexual harassment is defined as follows : "Sexual harassment" means any unwelcome sexual advances or requests for sexual favors or any conduct of a sexual nature when ( 1 ) submission to such conduct is made either explicitly or implicitly a term or condition of an individual ' s employment, (2 ) submission to or rejection of such conduct by an individual is used as the basis for employment decisions affecting such individual, or (3 ) such conduct has the purpose or effect of substantially interfering with an individual 's work performance or creating an intimidating, ,hostile or offensive working environment. Any questions by contracting parties or eligible bidders concerning compliance with these requirements should be directed to the Illinois Department of Human Rights . . ° . Route Illinois Municipality ^^~ DepartmentElgin of Transportation =tio"" Road Dist./Twnnhp. Proposal Q County Kane Section RETURN WITH BID 96-00157-00-FP 1. Proposal of for the improvement of the above section by the construction of new bituminous concrete pavement, combination concrete curb and gutter, storm sewers, landscaping, and other appurtenant construction a total distance of 5,340 (oo=Mit. of which a distance of 5"340 (Yeet/00ct0). ( 1 .0189 rni|es/Mu=) are to be improved. 2. The plans for the proposed work are those prepared by Hampton, Leoaioi and Renwick, Inc. , 380 Shepard Drive, Elgin, IL 60123-7010 and approved by the Department of Transportation on October 4 19 96 3. The specifications referred to herein are those prepared by the Department of Transportation and designated as "Standard Specifications for Road and Bridge Construction"and the "Supplemental Specifications"there to, adopted and in effect on the date of invitation for bids. 4. The undersigned agrees to accept, as part of the con1rao1, the applicable Special Provisions indicated on the "Check Sheet for Supplemental Specifications and Recurring Special Provisions"contained in this proposal. S. The undersinGd agrees to complete the work by August 1, 1997 unless additional time is granted in accordance with the specifications. 6. Accompanying this proposal is either a bid bond on Department form BLR 5708 or a proposal guaranty ohook, complying with the specifications, made payable to the City Treasurer of Elgin . The amount of the check is (� )• 7. U this oo a8| is accepted and the undfails to execute a contract and contract bond as requineU, it is hereby agreed that the Bid Bond or check shall be forfeited to the awarding authority. It 4o4-0161 RI R 5705(Rev 1f9*) 8. Each pay item should have a unit price and a total price. 9. The unit price shall govern if no total price is shown or if there is a discrepancy between the product of the unit price ,- multiplied by the quantity. 10. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. 11. A bid will be declared unacceptable if neither a unit price nor a total price is shown. 12. The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid-rotating, Attach Cashier's Check or Certified Check Here In the event that one proposal guaranty check is intended to cover two or more proposals, the amount must be equal to the sum of the proposal guaranties which would be required for each individual proposal If the proposal guaranty check is placed in another proposal; state below where it may be found: The proposal guaranty check will be found in the proposal for: Section No. 13. The undersigned submits herewith this schedule of prices covering the work to be performed under this contract: • • SCHEDULE OF PRICES RETURN WITH BID Agency Elgin Section No. 96-00157-00-FP (For complete information covering these items, see plans and specifications.) Unit Item No. Items Unit Quantity Price Total 20100110 Tree Removal (6 to 15 Units Diameter) Unit 278 20100210 Tree Removal (Over 15 Units Diameter) Unit 180 20200100 Earth Excavation Cu Yd 20,942 20200800 Grading and Shaping Ditches Foot 600 20201500 Sub-base Granular Material, Type B Ton 4,789 20700300 Porous Granular Embankment, Special Ton 5,472 20800150 Trench Backfill Cu Yd 180 21101300 Furnishing and Placing Top Soil, 4" Sq Yd 29,755 25000300 Seeding, Class 3 Acre 6.1 25000400 Nitrogen Fertilizer Nutrient Pound 549 25000500 Phosphorus Fertilizer Nutrient Pound 549 25000600 Potassium Fertilizer Nutrient Pound 549 25100125 Mulch, Method 3 Acre 6.1 25100820 Hay or Straw Bales Each 136 28000400 Perimeter Erosion Barrier Foot 10,650 35500500 Bituminous Base Course 8" Sq Yd 17701 40600100 Bituminous Materials (Prime Coat) Gal 431 40600300 Aggregate (Prime Coat) Ton 73 40600760 Bituminous Concrete Binder Course, Mixture B, Type 2 Ton 1,629 SCHEDULE OF PRICES RETURN WITH BID Agency Elgin Section No. 96-00157-00-FP (For complete information covering these items, see plans and specifications.) Unit Item No. Items Unit Quantity Price Total 40600850 Bituminous Concrete Surface Course, Mixture D, Class I, Type 2 Ton 1,629 42001300 Protective Coat Sq Yd 3,007 54200643 Pipe Culverts, Type 1, Corrugated Steel or Aluminum Culvert Pipe 18" Foot 50 550A0050 Storm Sewers, Class A, Type 1 12" Foot 2,793 550A0070 Storm Sewers, Class A, Type 1 15" Foot 712 550A0090 Storm Sewers, Class A, Type 1 18" Foot 1,000 550A0340 Storm Sewers, Class A, Type 2 12" Foot 455 550A0380 Storm Sewers, Class A, Type 2 18" Foot 560 550B0120 Storm Sewers, Class B, Type 1 24" Foot 900 602H0010 Catch Basins, Type A, 4'-Diameter, with Modified Frame and Grate Each 12 60202710 Catch Basins, Type A, 4'-Diameter, with Special Frame and Grate Each 25 60218400 Manholes, Type A, 4'-Diameter, Type 1 Frame, Closed Lid Each 26 60221100 Manholes, Type A, 5'-Diameter, Type 1 Frame, Closed Lid Each 3 60238700 Inlets, Type A, with Special Frame and Grate Each 25 60604400 Combination Concrete Curb and Gutter, Type B-6.18 Foot 10,489 SCHEDULE OF PRICES RETURN WITH BID Agency Elgin Section No. 96-00157-00-FP (For complete information covering these items, see plans and specifications.) Unit Item No. Items Unit Quantity Price Total Z0007600 Building Removal L Sum 1 X0712400 Temporary Pavement Sq Yd 78 Bidder's Proposal for making Entire Improvements 14. The undersigned further agrees that if awarded the contract for the sections contained in the following combinations, he will perform the work in accordance with the requirements of each individual proposal for the multiple bid specified in the schedule below. Schedule of Multiple Bids Combination Letter Sections Induded in Combination Total (If an Individual) Signature of Bidder (SEAL) Business Address (If a partnership) Firm Name (SEAL) Signed by (SEAL) Business Address Insert Names and Addresses of All Members of the Firm (If a Corporation) Corporate Name Signed by Title Business Address (Corporate Seal) Insert Names of Officers President Secretary Treasurer Attest: Secretary .; Illinois Department Local Agency of Transportation Proposal Bid Bond Route RETURN WITH BID Municipality Elgin Rd. DisUTwnshp County Kane Section 96-00157-00—FP WE as PRINCIPAL, an as SURETY, are held and firmly bound unto the above Local Agency (hereafter referred to as"LA") in the penal sum of 5%of the total bid price,or for the amount specified in Article 102.09 of the"Standard Specifications for Road and Bridge Construction"in effect on the date of invitation for bids. We bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly to pay to the LA this sum under the condi- tions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is acre•Dted and a contract awarded to the PRINCIPAL by the LA for the above-designated section and the PRINCIPAL shall within fifteen (15)cays after award enter into a formal contract, furnish surety guaranteeing the faithful performance of the work, and furnish evidence of the required insurance coverage, all as provided in the"Standard Specifications for Road and Bridge Construction"and applicable Supplemental Specifications, then this obligation shall become void;otherwise it shall remain in full force and effect. IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph,then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above,together with all court costs, all attorney fees, and any other expense of recovery. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this day of A.D. 19 Principal (Company Name) (Company Name) By: By: (Signature&Tide) (Signature&Tide) (If PRINCIPAL is a joint venture of two or more contractors, the company names, and authorized signatures of each contractor must be affixed.) Surety By: (Name of Surety) (Signature of Attorney-in-Fact) STATE OF ILLINOIS, COUNTY OF I, , a Notary Public in and for said county, do hereby certify that (Insert names of individuals signing on behalf of PRINCIPAL&SURETY.) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instrument as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of A.D. 19 NOTICE My commission expires 1. Improper execution of this form(i.e.missing signatures or seals or incomplete certification)will result in bid being declared Irregular. 2. II bid bond Is used In lieu of proposal guaranty check,It must be on this form and must be submitted with bid. Notary Public IL 494-0316 BLR 5708(Rev 1/94) day of A.D. 19 ` Principal a- By: By: (If PRINCIPAL is a joint venture of two or more contractors, the company names, and authorized signatures of each contractor must be affixed.) Surety By: STATE OF ILLINOIS, COUNTY OF , a Notary Public in and for said county, do hereby certify that who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively,that they signed, and delivered said instrument as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of A.D. 19 My commission expires If Illinois Department Affidavit of Availabilit of Transportation Complete Form BC 57 by either typing or using black ink. PART I. WORK UNDER CONTRACT List below all work you have under contract as either a prime contractor or a subcontractor, including all pending low bids not yet awarded or rejected. The uncompleted dollar value is to be based upon the most recent engineers or owners estimate. 1 2 3 4 S Awards Pandang COUNTY AND SECTION NO. OONTRACT WITH Use additional ESTIMATED forms as COMPLETION DATE needed TOTAL CONTRACT PRICE TOTAL UNCOMPLETED DOLLAR VALUE PART II. AWARDS PENDING AND UNCOMPLETED WORK TO BE DONE WITH YOUR OWN FORCES. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces.All work subcontracted TO others will be listed on the reverse of this form.In a joint venture,list only that portion of the work to be done by your company. TOTALS EXCAV.GRADING &CLEARING PORTLAND CEMENT S CONCRETE PAVING BITUMINOUS HOT MIX SURFACE BITUMINOUS AGGREGATE MIX AGGREGATE BASES - &SURFACE HIGHWAY&R.R. STRUCTURES DRAINAGE ELECTRICAL SEAL COAT MISC.CONC. MISC.EAT.CONC. GUARD RAIL FENCING SIGNING PAINTING LANDSCAPING OTHER CONSTR. (List) TOTALS REMARKS: BC 57(Rev 6/85) Disclosure Of this information is REOUIRED to accomplish the statutory purpose as outlined under Section 5 or'The Illinois Purchasing Act' Failure to comply will IL 494-0393 result in the issuance of not-for-bidding proposal forms Proposal forms for bidding will not be issued unless both Wee of this form are completed in detail This form has been approved by the State Forms Management Center PART III. WORK SUBCONTRACTED TO OTHERS. • ,r List below the work,according to each contract on the reverse,which you have subcontracted to others.DO NOT Include work to be per- formed by another prime contractor in a joint venture. If no work is subcontracted to others,show NONE. Awards 1 2 3 4 fS Pending bcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted c t Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted I.being duly sworn,do hereby declare that this affidavit Is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal.State. County,City and private work,Including ALL subcontract work ALL pending low bids not yet awarded or rejected,and ALL estimated completion dates. Subscribed and sworn to before me Signed this day of 19— Company Address My commission expires'