Loading...
88-0810 Lyle Ave Main Extension RESOLUTION AUTHORIZING EXECUTION OF A LICENSE AGREEMENT WITH THE CHICAGO AND NORTH WESTERN TRANSPORTATION COMPANY BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that George VanDeVoorde, Mayor, and Marie Yearman, City Clerk, be and are hereby authorized and directed to execute a license agreement on behalf of the City of Elgin with the Chicago and North Western Transportation Company for the construction, maintenance and use of a 16 inch water main, a copy of which is attached hereto and made a part hereof by reference. s/ George VanDeVoorde George VanDeVoorde, Mayor Presented: August 10, 1988 Adopted: August 10, 1988 Vote: Yeas 6 Nays 0 Recorded: Attest: s/ Marie Yearman Marie Yearman, City Clerk • £ s :, r ,�HC r `-`-Y 5 ., wz p . ,i' M1-�x i a 4 .' +: 4 k. rt .. Metropolitan Rail 547 W. Jackson Blvd. Chicago, Illinois 60606 Telephone.312-322-6900 September 22 , 1988 Mr . Michael Einweck Civil Engineer II CITY OF ELGIN 150 Dexter Court Elgin , Illinois 60120-5555 Dear Ms . Einweck : Attached for your records is a fully executed counterpart of the Pipe Line License which allows the City of Elgin to install a pipe line undercrossing Metra ' s right of way at Lyle Avenue . Sincerely, <<Jr' � James . Burcham Director Office of Contract Management Attachment JWB/KJH/pk I ri:F) -f4,A ,,/ P ci?`-)(-)n, t CIIY Of- ci_GiN ENGINEERING DEPT. AGREEMENT NO . 3 -007- OO'-D 9fJ DATE OF CONTRACT`4/ 24 /977 PIPE LINE LICENSE Commuter Rail Division of the Regional Transportation Authority, hereinafter called the "Licensor" , hereby grants to City of Elgin with offices located at 150 DextQr Court F10in IL 60120-5555 � hereinafter termed 'the Licensee ( used as a neuter noun , in singular number whether representing one or more corporations , copartnerships or persons ) , a license for pipe line purposes , and no other purpose, along the course indicated in yellow on the print attached hereto , marked Exhibit "A" and by reference made a part hereof ; and That for and in consideration of payments to be made to the Licensor by the Licensee, as hereinafter set forth , and also of the covenants and agreements hereinafter mentioned to be observed , kept and performed by the Licensee, Licensor hereby grants unto the Licensee the right to install a 16 inch pipe- line, for the purpose of conveying water and thereafter to maintain , operate and renew the same during the continuance of this License, across , underneath or along the right of way and tracks ( or track , as the case may be ) of the Licensor ; This License is granted upon the following express condi - tions , terms and covenants to be observed , kept and performed by the Licensee . First : As one of the considerations for the foregoing License the Licensee agrees to pay to the Licensor the sum of $ N/A as cost of preparation of this agreement , payable in advance . As rent , Licensee shall pay Licensor annually, in advance , the sum of N/A Dollars ( $ N/A ) ( hereinafter called "Base Rent" ) . Payment must be made promptly as stated in the rental billing referred to in Paragraph First hereof . The Base Rent shall be subject to annual adjustment in manner and on the terms set forth in Paragraph First hereof . Licensee shall pay to Licensor , simultaneously with its execution hereof , the Rent due for the first year of the Term hereby created . At the beginning of each calendar year , following the ef- fective date of this License the Base Rent as defined above , to be paid by Licensee to Licensor pursuant to Paragraph First , shall be increased or decreased by the percentage change in the consumer price index calculated and determined in the manner set forth herein . Any increase or decrease shall be in relation to an index of N/A for the Base Month of N/A , 19N/A As used in this clause, the following terms shall have the following respective meanings : ( 1 ) "Bureau of Labor Statistics" shall mean the Bureau of Labor Statistics of the United States Department of Labor , Washington , D . C . ; (2 ) " Index" shall mean the "All Items " group of the U . S . City Average Consumer Price Index for Urban Wage Earners , for the City of Chicago , ( 1967=100 ) issued by the Bureau of Labor Statistics ; ( 3 ) "Base Month" shall mean the calendar month and year hereinbefore shown; and (4 ) "Comparison Month" shall mean each calendar month of N/A occurring after said Base Month during the Term of this License and during any holding over by Licensor . The amount of Base Rent stipulated in Paragraph First of this License shall hereafter be increased or decreased ( but shall not in any event be less than the amount so stipulated as Base Rent in this Paragraph First ) by the same percentage of increase or decrease , as the case may be, in the Index for each Comparison Month over or under the Index for the Base Month . Licensor shall render Licensee rent bills showing the in- creased or decreased amount of rent to be paid by Licensee after each particular Comparison Month has occurred , however : (1 ) the provisions herein shall not be invalidated or waived , or deemed to be invalidated or waived , by reason of delay either in render- ing any rent bill or in the final determination or any dispute with respect thereto ; and (2 ) the failure of Licensor to render a rent bill based upon any Comparison Month shall be without prejudice to the right of Licensor to render a rent bill based upon any subsequent Comparison Month . If the Bureau of Labor Statistics shall substitute a new Base for 1967=100 Base hereinbefore stipulated as the Index Base , Licensor and Licensee agree that such substituted Base , adjusted and equated to 1967=100 Base in the manner recommended by said Bureau of Labor Statistics , shall then become and be the Index for all purposes herein . In the event the Index shall cease to be published , then for purposes herein , there shall be substi - tuted for the Index such other Index as Licensor and Licensee shall agree upon , and if they shall be unable to agree within sixty ( 60 ) days after the Index ceases to be published , such matter shall be determined by arbitration in accordance with the Rules of the American Arbitration Association , and the decision of the arbitrators shall be enforceable in a court having juris- diction thereover . -2- Second: Said pipe line shall be constructed of Ductile iron where it passes underneath the tracks of the Licensor, and across the Licensor ' s right of way, and it shall be not more than 16 inches in diameter , inside measurement . Said pipe line shall be encased in a 30" steel pipe under the Licensor ' s tracks and for a distance of entire width of fkkt/.ekk,h right of rs�A�//0//t // NW,// PPM/Vie/4i kpll �ll�'.A/At/IYrYIVg5/I AAtieJtN Said Y pipe shall be laid at a uniform grade entirely across the right of way of the Licensor, and the top of the pipe line shall be not less than 5 . 5 feet below the base of rail of any tracks , nor at any point at a sufficiently shallow depth to be affected by frost . Third: The installation of said pipeline, including the dig- ging and filling of any trench and the time and manner of doing all of the work or of any repairs or renewals upon the Licensor ' s right of way, shall be as indicated by its Contract Director , or his authorized representative . All of said work shall be done in a good and workmanlike manner , and in accordance with plans , specifications , and profiles to be prepared by the Licensee and submitted for approval to the Licensor ' s Contract Director or his authorized representative, and until such approval is first had said work upon the Licensor ' s premises shall not be begun by the Licensee . The term "authorized representative" in part shall mean for purpose of this License the Soo Line Railroad Company, herein- after referred to as "Soo . " Soo performs the maintenance obliga- tions for the Licensor on the premises owned by the Licensor under this agreement . Fourth : The Licensor shall permit Licensee reasonable right of entry for the purpose of replacing , repairing , maintaining and operating said pipeline . Fifth : The Licensor , shall have the right to retain the existing tracks and other improvements at the location of this pipeline, and also shall have the right at any and all times in the future to construct , maintain and operate over, under , across or parallel to said pipe line such additional track or tracks as it may from time to time elect . Nothing shall be done or suffered to be done by the Licensee that will in any manner impair the usefulness or safety of the tracks and other improve- ments of the Licensor , or of such track or tracks and other improvements as it may in the future construct over , under , across , or parallel to said pipe line . The Licensor reserves the exclusive right to grant future easements under , over , across or parallel with the said pipe line . Sixth : The Licensee agrees that it will bear and pay the entire cost of constructing , maintaining , repairing , replacing and operating said pipe line . -3- If deemed necessary by the Licensor and/or Soo , a flagman will be provided by Soo , the cost of such services to be paid by the Licensee . Licensee shall contact L . J . Thorson , Public Contact Engineer , Soo Line Railroad Company , Telephone ( 612 ) 347-8274 , three ( 3 ) working days in advance of initial entry upon the Licensor ' s premises and/or for flagmen requirements . Seventh : The Licensee agrees that it will , immediately upon receipt of a statement showing the amount thereof , pay all cost of any and all work performed upon the right of way and tracks of the Licensor which shall be made necessary by the construction , repair , renewal or presence thereon of said pipe line . Eighth : The Licensee agrees that it will give ample notice in writing to the Licensor and Soo of the time when it , the Licensee , will commence any construction , replacement, repair , maintenance or operation of said pipeline in order that the Licensor and/or Soo may , if it so desires , have their representa- tive present for the purpose of directing said work so that the same may be done in a manner satisfactory to the Licensor and/or Soo . Ninth : The Licensee agrees that before and during the con- struction , replacement , repair , maintenance or operation of said pipeline , or at any other time , the Licensor shall have the right to provide such safe and temporary structures as it may deem necessary for safely caring for and preserving its tracks , build- ings or other improvements and the Licensee agrees to pay to the Licensor the entire cost of putting in or removing such temporary structures , and of restoring the property of the Licensor as near as may be to the same condition in which it was before the com- mencement of said work . Tenth : The Licensee agrees that if, at any time , the Licensor shall change the location or grade of its track or tracks , or shall desire to use its right of way at said point of crossing or at any point along a parallel course with the pipe- line for any purpose whatever , Licensee , at its own expense , shall make all changes required by Licensor . If the Licensee shall fail , neglect or refuse to make such change for a period of thirty ( 30 ) days after the receipt of written notice from the Licensor , then the Licensor may make such change at the expense of the Licensee . Eleventh : Licensee shall at all times construct, replace , repair , maintain and operate said pipeline in a secure , safe and sanitary condition and in accordance with all applicable laws , ordinances , rules and regulations . If the manner of construct- ing , replacing , repairing , maintaining and operating said pipe- lines shall at any time be in violation of any applicable law, rule , regulation or ordinance , then Licensee shall at no cost or - 4- expense to Licensor , upon receipt of appropriate notice from a governmental agency having enforcement jurisdiction in the properties , make such changes or repairs as shall be necessary . Failure or refusal of Licensee to make the required changes or repairs within the time prescribed by said agency shall terminate this License , provided that it shall not terminate as long as Licensee , in good faith and by pursuit of appropriate legal or equitable remedies , enjoins , defends against , appeals from or pursues other lawful measures to avoid the enforcement of said laws , ordinances , rules or regulations . Twelfth : Licensee hereby assumes and agrees to RELEASE , ACQUIT , WAIVE ANY RIGHTS AGAINST AND FOREVER DISCHARGE the Licensor , the Regional Transportation Authority , the Northeast Illinois Regional Commuter Railroad Corporation , and Soo , their directors , administrators , officers , employees , agents , succes- sors , assigns and all other persons , firms and corporations , from and against any and all claims , demands or liabilities imposed upon them by law or otherwise of every kind , nature and character on account of personal injuries , including death at any time resulting therefrom, and on account of damage to or destruction of property , arising from any accident or incident which may occur to or be incurred by the Licensee its employees , officers , agents and all other persons acting on its behalf while on Licensor ' s property . Thirteenth : Licensee agrees to indemnify and hold harmless the Licensor , the Regional Transportation Authority , the North- east Illinois Regional Commuter Railroad Corporation , and Soo , their directors , officers , agents and employees , from and against any and all liabilities , losses , damages , costs , payments and expenses of every kind and nature ( including attorneys ' fees and disbursements ) as a result of claims , demands , actions , suits , proceedings , judgments or settlements , arising out of or in any way relating to or occurring in connection with the use or condi - tions of the premises used pursuant to this License . The Licensor agrees to notify the Licensee in writing within a rea- sonable time of any claim of which it becomes aware which may fall within this indemnity provision . The Licensee further agrees to defend the Licensor , the Regional Transportation Authority , the Northeast Illinois Regional Commuter Railroad Corporation , Soo and their directors , officers , agents and employees against any claims , suits , actions or proceedings filed against any of them with respect to the subject matter of this indemnity provision , whether such claims , suits , actions or proceedings , are rightfully or wrongfully made or filed; provided , however , that the Licensor , the Regional Transportation Authority , the Northeast Illinois Regional Commuter Railroad Corporation , and Soo may elect to participate in the defense thereof at their own expense or may at their own expense employ attorneys of their own selection to appear and defend the same on - 5- behalf of the Licensor , the Regional Transportation Authority , the Northeast Illinois Regional Commuter Railroad Corporation , Soo and their directors , officers , agents or employees . The Licensee shall not enter into any compromise , or settlement of any such claims , suits , actions or proceedings without the consent of the Licensor , the Regional Transportation Authority , the Northeast Illinois Regional Commuter Railroad Corporation , and Soo , which consent shall not be unreasonably withheld . Notwithstanding anything in this License to the contrary , the indemnities contained in this paragraph shall survive termination of this License . Fourteenth : Prior to commencement of any work to be per- formed under the terms of this License , Licensee shall require its contractor( s ) and/or subcontractor( s ) to purchase the follow- ing insurance coverage . The total cost of the premium for such insurance shall be at the expense of the Licensee , its con- tractor ( s) and/or subcontractor ( s) : 1 . Contractor ' s Public Liability Insurance : The Contractor shall furnish evidence that , with respect to the operations it performs , it carries regular Contractor ' s Public Liability Insurance providing for a limit of not less than $2 , 000 , 000 single limit, bodily injury and/or property damage combined , for damages arising out of bodily injuries to or death to or destruction of property , including the loss of use thereof, in any one occurrence . 2 . Contractor ' s Protective Public Liability Insurance : The Contractor shall furnish evidence that, with respect to the operations performed by subcon- tractors , it carries in its own behalf regular Contractor ' s Protective Public Liability Insurance providing for a limit of not less than $2 ,000 , 000 , single limit, bodily injury and/or property damage combined , for damages arising out of bodily injuries to or death of all persons in any one occurrence and for damage to or destruction of property , including the loss of use thereof, in any one occurrence . 3 . Railroad ' s Protective Liability Insurance : In addition to the above , the Contractor shall furnish evidence , with respect to the operations it or any of its subcontractors perform, that it has provided Railroad Protective Public Liability Insur- ance (AAR-AASHTO form ) , in the name of the Licensor , the Regional Transportation Authority , the Northeast Illinois Regional Commuter Railroad Corporation , and the Soo , providing for a limit of not less than $2 ,000 , 000 single limit , bodily injury and/or - 6- property damage combined , for damages arising out of bodily injuries to or death of all persons in any one occurrence and for damage to or destruction of property , including the loss of use thereof , in any one occurrence . Such insurance shall be furnished with an aggregate of not less than $6 , 000 , 000 , for all damages as a result of more than one occurrence . Soo requires an amendment under Coverage C for Rail - road Protective Liability . Amendment GL 00 30 03 83 is attached hereto and made a part of this License . The insurance hereinbefore specified shall be carried until all work required to be performed under the terms of this License is satisfactorily completed and formally accepted . Failure to carry or keep such insurance in force until all work is satisfactorily completed shall constitute a violation of the License . The Contractor shall furnish to the Licensor signed copies of the policy for Contractor ' s Public Liability Insurance and original of the AAR- AASHTO policy for Railroad ' s Protective Public Liability Insurance . If any work is subcontracted , the contractor shall furnish a signed copy of the policy for Contractor ' s Protective Liability Insur- ance . Fifteenth : This License may be terminated by either party giving to the other thirty ( 30 ) days ' written notice of its intention so to do . In case of termination the Licensee shall remove from the right of way of the Licensor said pipe line and shall restore said right of way , to its condition prior to • the construction and installation of said pipe line ; or upon failure , neglect or refusal of the Licensee so to do , the Licensor may make such removal and restoration , and the total cost hereof shall be paid by the Licensee immediately upon receipt of a statement; or , if the Licensor shall so elect , it may treat the said pipe line as abandoned by the Licensee , and may make such disposition thereof as it may see fit . Sixteenth : This License and all of the terms , conditions , rights and obligations herein contained shall inure to and be binding upon the Licensor , its successors , lessees , and assigns , and upon the Licensee , and the successors , assigns , lessees , heirs , executors , administrators , legal and personal representa- tives of Licensee whether hereinbefore so stated or not ; but it is distinctly agreed that the Licensee shall not assign its rights under this License without the written consent of the Licensor first had and obtained . Seventeenth : The unenforceability or illegality of any clause or section of this Pipe Line License shall not affect the enforceability or legality of the remaining clauses and sections . - 7- IN WITNESS WHEREOF, the parties hereto have duly executed this License as of the /A,,f(day of 4��;"4,,,,04. )92p COMMUTER RAIL DIVISION OF THE ATTEST : REGIONAL TRANSPORTATION AUTHORITY , ?rec6,1-ee-,,N.)-)w(i_ic&ts_,--,(/#__ BY : Maureen McClelland Ja es E . Cole Assistant Secretary E cutive Director ATTEST : City of Elgin LICENSEE ..e......eut...vv..4.,v1/4„) BY : 1 APPRO IT TO LEGAL FORM �' � 11 BY � .'.(. ..., DATE PipeLineLic ( MilwDstrct ) /KJH : pk/2-9-88/053 -8- • AMENDMENT GL 00 30 03 83 It is agreed that insuring Agreement 1 "Coverage C - Physical Damage to Property" is amended to read : To pay for direct and accidental loss of damage to Railroad tracks , roadbeds , catenary, signals , bridges , buildings , rolling stock and their contents , mechanical construction equipment , or motive power equipment , hereinafter called loss , arising out of acts or omissions at the designated job site which are related to or are in connection with work described in Item of the declarations ; provided such property is owned by the name insured or is leased or entrusted to the name insured under a lease or trust agreement . -9- PROPOSAL SUBMITTED BY -,• 6Lu_TH 1?RISS 00AISrRUCT/LN CONTRACTORS NAME • 1151 LAKE Au f, L&iooD SToC , a ADDRESS ,XLE.//lit?/S STATE OF ILLINOIS CITY OF ELGIN (City,Town or Village) KANE COUNTY 1(03mATCompark SPECIFICATIONS, PLANS, MATERIAL PROPOSAL, CONTRACT PROPOSAL, CONTRACT AND CONTRACT BOND. (Strike out that which is not applicable) FOR THE IMPROVEMENT OF LYLE AVE. WATERMAIN EXTENSION (Street or Road Name) STATE HIGHWAY NO. N/A COUNTY HIGHWAY NO. N/A EXTENSION TO COUNTY HIGHWAY NO. N/A SECTION NO. 3022 TO BE CONSTRUCTED UNDER THE PROVISIONS OF THE ILLINOIS HIGHWAY CODE e APPROVED DEXUXKKIXPEARMIRTIMMO DEPARTMENT OF PUBLIC WORKS PASSED 19.8,8_( DAT/I "A•8. '21 —.020" Plagrair �,\\ Mayor AtNOWCOUSCORAQ TQXe(ee% / / •V')E•4119!'et ►( PUBLIC WORKS DIRECTOR BLR 290(Rev.3-72) NOTICE TO BIDDERS Sealed bids will be received by Purchasing Agent of the City of Elgin, Illinois , until 11 :00 O ' Clock A.M. , Local Time, July 6, 1988, for Lyle Avenue Watermain Extension. At that time the bids will be publicly opened and read at the Purchasing Department in the City Hall , 150 Dexter Court , Elgin, Illinois 60120. , The proposed project includes the construction of a 16 inch ductile iron watermain from the intersection of Royal Blvd . -- and Lyle Ave. north to Big Timber Rd . , a distance of 3170 . " feet in the City of Elgin. This work will will . also include a railroad crossing with a jacked and augered steel casing pipe and all other appurtenant work and materials necessary to complete the project . All proposals must be accompanied by a Certified or Cashier ' s Check or Bank Draft in an amount equal to at least five (5) percent of the bid , payable without condition to the City of Elgin, Illinois, which sum shall be forfeited in case the successful bidder fails to enter into a binding contract and provide properly executed contract surety bond within fifteen ( 15) days after the date the contract has been awarded to the Contractor . Bid Bonds will be acceptable. The successful bidder shall be required to furnish a contract bond satisfactory to the City of Elgin by a surety company authorized to do business in the State of Illinois covering the full amount of their contract . Proposals may be withdrawn at any time prior to the hour of opening of bids , when requested in writing , but no proposal may be withdrawn after the time of opening of bids is past . Any proposal so withdrawn may not be resubmitted at tic same letting. Each bidder shall satisfy the City as to his/her ability, financial and otherwise, to carry out the work . The right is reserved to reject any or all bids or to waive technicalities and any informality in any bid . Copies of the plans, specifications, proposal , and contract forms may be obtained from the Purchasing Agent , 150 Dexter Court , Elgin, Illinois for a non-refundable fee of $10.00. Dated this 14th day of June , 1988. Michael A. Sarro Purchasing Agent - City of Elgin 1 - • Municipality Et GIN Township • ELGIN County ProposalE Section #3022 -- 1. Proposed 6 4--u TM BR-OS, UON57-R tCT,o ti/ r . t Ju 1 1 cJoo,� STUC/c _L L L/.v0/S Lo O Q 9 ? for the improvement of the above section by the constructionW of a lf" inch ductile iron watermain from the intersection of Royal Blvd. and Lyle Ave. north to Big Timber Road, a distance of approximately 3170 feet. This work will also• .- . .. . . ' 1. i .. '. .'• as _.- -d e- casino .i •e. )faXt)E�1tlY�iif Kef�oXe�(dlf_ Mat 2. The plans for the proposed work are those prepared by Joseph A. Schudt & Associates and approved by the Public Works Director, on January 19 $$ . 3. The specifications referred to herein are those prepared by the Department of Transportation and designated as 'Standard Specificiations for Road and Bridge Construction' and the`Supplemental Specifications'there to,adopt- ed and in effect on the date of invitation for bids. 4. The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the 'Check Sheet for Supplemental Specifications and Recurring Special Provisions'contained in this proposal. 5. The undersigned agrees to complete the work within 75 working days or by --- 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 check, complying with the specifications,made payable to the City Vii44664 of El qi n The amount of the check is ($ . ). BLR 5705(Rev.4/87) IL 4y4.OJO I • It this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it i hereby agreed that the check shall be forfeited to the awarding authority. tATTACH BANK CASHIER'S CHECK,OR CERTIFIED CHECK HERE in the event that one check is intended to cover two or more proposals, the amount must be -- equal to the sum of the proposal guarantees of the individual sections covered. • If the check is placed in another proposal,complete the following statement: The check or draft will be found in the proposal for Section No 3Q?? • L 7. The undersigned submits herewith this schedule of prices covering the work to be performed under this contract SCHEDULE OF PRICES (For complete information covering these items,see plans and specifications) nen A Droxmate UNIT PRICES AMOUNTS• No ITEMS �uintiues Pones Cents Danes Cent 1. Ductile Iron Watermain-16" 3170 L.F. • 3L oc jiy/aa oc.i 2. Ductile Iron Watermain-8" . 40 L.F. ao 0 CO 3. Ductile Iron Watermain-6" 22 L.F. i8 0 0 3 9 00 4. Fire Hydrant with Auxiliary Valve 2 Ea. /Al0p on Fr n o0 5. Valve Vault-5' 6 Ea. /o o ' cc 60O C, o0 6. Valve Vault-4' 3 Ea. o cn c a n 7. Valve - 16" 5 Ea. A000 cc /o00n c)o 8. Valve - 12" 1 Ea. goo e,c c n cc.) 9. Valve - 8" 2 Ea. Soa o� � 10. Valve - 6" 1 Ea. c n i o � c) 10. c� 30�� nr.. 11. Steel Casing Pipe (2" Thickness) 210 L.F. /S000 3i S o o on Jacked and Augered 12. Cast Iron Fittings 8300 Lb. / co d 3i✓c) o 13. Polyethylene Encasement 3170 L,F. 79. 5o (Discretionary) • • . TOTAL BID FOR IMPROVEMENT l /79,770S' ,SD R , f 3. Y, R f 1. . I. s. • , ,, , / 9 ezaaIPO tIlr?-7 *puaptsa.d uogur . (larn wriodtore) - 5)orvr7-7= 'S��o� U?JO �3n� 3S/� eeazppy eeauteng luapteazd ----211..�. paugt$ '1 ,'y"iY7/IflBLSrvQ 'S�,)�J ki ► Y7-- aualN a eiodsoO ;, r.. (aopezodto3 it n) ruzc,� aq�;o --..-' ezagrua➢q IIV ;o eaeeaippy _. ........ pow earugx _, .............. ...... PPV eeamang '`i (rrras)` _ 4cq pa¢8rg ('IV3S) 0[MN uuci (drgersa J d-3 I tI) • ..__.�...... .» »»....... eaaippy MUFTI (r npTATPui wig A) - s Illinois Department Proposal Bid Bond of Transportation Local Agency Municipality City of Elgin Township Kane County . Section 3022 WE Gluth Bros. Construction, Inc. - 1151 Lake Avenue Woodstock, Illinois 60098 as PRINCIPAL, and Reliance Insurance Company 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 conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRIN- CIPAL is submitting a written proposal to the LA acting through its awarding authority for the con- struction of the work designated as the above section. THEREFORE, if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above-designated section,and the PRINCIPAL shall within fifteen (15) days after award enter into a formal contract, furnish surety guaranteeing the faithful performance of the work, and furnish evi- dence 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 instru- ment to be,signed by their respective officers and their corporate seals to be hereunto affixed this bt 1 day of July A.D. 19 88 PRINCIPAL Gluth Bros. Construction, Inc. (Company Name) / / (Seal) (Company Name) (Seal) By: s�•'_or"; By: Fra ' Gluth igna ure&Title (Signature&Title) (If PRINCIPAL is a joint venture of two or more contractors, the company names, seals and authorized signatures of each contractor must be affixed.) SURETY ,, VI � l Reliance Insurance Company gy: �.1 l� (Name of Surety) (Seal) (Signature of Attorney-in-Fact) L ra Buciak STATE OF ILLINOIS, COUNTY OF Cook Susan M. Caron , a Notary Public in and for said county, do hereby certify that Frank Gluth & Laura Buciak (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, sealed, 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 6th •ay of July 19 88 My commission expires 8/10/88 � 1 � `� .■/■ Notary Public NOTICE 1. IMPROPER EXECUTION OF THIS FORM (i.e. MISSING SIGNATURES OR SEALS OR INCOMPLETE CERTIFICATION) WILL RESULT IN BID BEING DECLARED IRREGULAR. 2. IF BID BOND IS USED IN LIEU OF PROPOSAL GUARANTY CHECK, IT MUST BE ON THIS FORM AND MUST BE SUBMITTED WITH BID. BLR 1925 RELIANCE INSURANCE COMPANY HEAD OFFICE, PHILADELPHIA, PENNSYLVANIA • POWER OF ATTORNEY 40W ALL MEN BY THESE PRESENTS,That the RELIANCE INSURANCE COMPANY,a corporation duly organized under the laws of the State of mnsylvania,does hereby make,constitute and appoint G. A. MOrency, Glenn P. Sapa, Richard T. Morency, illiam P. Weible, Theresa A. Koch, William Cahill, Valerie J. McKinley, Nancy Levredge and aura Buciak, individually, of Hinsdale, Illinois :s true and lawful Attorney-in-Fact,to make,execute,seal and deliver for and on its behalf,and as its act and deed any and all bonds and undertakings of Suretyship, and to bind the RELIANCE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the RELIANCE INURANCE COMPANY and sealed and attested by one other of such officers,and hereby ratifies and confirms all that its said Attorneys)-in-Fact may do in pursurance hereof. The Power of Attorney is granted under and by authority of Article VII of the By-Laws of RELIANCE INSURANCE COMPANY which became effective September 7,1978,which provisions are now in full force and effect,reading as follows: ARTICLE VII—EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors,the President,the Chairman of the Board,any Senior Vice President,any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to(a)appoint Attorneys-in-Fact and to authorize them to execute on behalf of the Company,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof,and(b)to remove any such Attorney-in-Fact at any time and revoke the power and authority given to him. 2. Attorneys-in-Fact shall have power and authority,subject to the terms and limitations of the power of attorney issued to them,to execute and deliver on behalf of the Company,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof.The corporate seal is not necessary for the validity of any bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorneys-in-Fact shall have power and authority to execute affidavits required to be attached to bonds,recognizances,contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By-Laws of the Company or any article or section thereof. The power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of RELIANCE INSURANCE COMPANY at a meeting held on the 5th day of June,1979,at which a quorum was present,and said Resolution has not been amended or repealed: "Resolved,that the signature of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile,and any such power of attorney or certificate bearing such fascimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." 1N WITNESS WHEREOF,the RELIANCE INSURANCE COMPANY has caused these presents to signed b Vice Pre ' ent,and its corporate seal to be hereto affixed,this 7th day of July 19 87. ~kcf RELIAN INSURAN OM STATE OF COUNTY OF Pennsylvania I ss. a {�� v a Vice resident Philadelphia t. `� ��jS/ rD rWj� On this 7th day of July ,1 7 ,personally appeared Rays MacNeil to me known to be the Vice-President of the RELIANCE INSURANCE COMPANY,and ac owledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto,and that Article VII, •n 1,2,and =y-Laws of said c•mpany and the Resolution,set forth therein,are still in full force. My Commission Expires: i``a - September 28 ,19 87 Notary Public in and for State of •- lvania Residing at Philadelphia P. D. Crossetta ,Assistant Secretary of the RELIANCE INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney - ? ..• RELIANCE INSURANCE COMPANY,which is still in full force and effect. l cFco IN WITNESS WHEREOF,I have hereunto set my hand and aff 4•th=--71. of .. d Company this 6th d f July 1988. • cc ci, `r K BDR-1431 Ed.6/79 4rrp r.a��*'r Assistant Secretary 2 • STATE OF ILLINOIS 6 CONTRACT 1. THIS AGREEMENT,made and concluded the 27 day of { 19_88 between the CITY of ELGIN acting byandthrough its Officers • known as the party of the first part,and his/their executors,administrators,successors or assigns,_known as the party of the second part. 2. WITNESSETH: That for and in consideration of the payments and agreements mentioned in the Proposal hereto attached, to be made and performed by the party of the first part, and according to the terms expressed in the Bond referring to these presents, the party of the second part agrees with said party of the first part at his/their own proper cost and expense to do all the work, furnish.all materials and all labor necessary to complete the work in accordance with the plans and specifications hereinafter described,and in full compliance with all of the terms of this agreement and the requirements of the Engineer under it. 3. And it is also understood and agreed that the Notice to Contractors, Special Provisions, Proposal and Contract Bond hereto attached, and the Plans forte Lyle Street Watermain Extension approved by the 1 1Et*YdfJfl6XI Ii '- ijfXX(Kil?6kkitXlYlYoUsX Publ i c Works Di rector 19 88 ,are all essential documents of this contract and are a part hereof. 4. IN WITNESS WHEREOF,The said parties have executed these presents on the date above mentioned. Atteesstt:� The 0:§ of Elgin ty Clerk By Party of the First Part MAYOR (Seal) ‘-/t (If a Corporation) Attest i Corporate Namec7 , 3p_,0S, Op/Li5--r2czC:7/e/A. 4./ ‘ Sect y Ptest•e Party of the Second Put (If a Co-Partnership) (Seal) (Corporate Seal) (Seal) (Seal) Partners doing Business under the firm name of Party of the Second Part (If an Individual) (Seal) Party of the Second Part BAR 5710 (4-84) Contract Bond CITY OF EL. (3 ! N Municipality Elgin Township. Elgin • County Kane f Section #3022 BOND #B75. 13 63 • We Gluth Bros. Construction Inc. as PRINCIPAL,and Reliance Insurance Company as SURETY, are held and firmly bound unto the above Local Agency (hereafter referred to as "LA") in the penal sum of One Hundred Seventy Nine Thousand Two Hundred Eighboiya g/(l$00 179,208.50 ), lawful money of the United States, well and truly to be paid unto said LA,for the payment of which we bind ourselves,our heirs, executors, administrators, successors,jointly to pay to the LA this sum under the conditions of this instrument. • • WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said Principal has entered into a written contract with the LA acting through its awarding authority for the construction of work on the above section, which contract is hereby referred to and made a part hereof, as if written herein at length, and whereby the said Principal has promised and agreed to perform said work in • accordance with the terms of said contract, and has promised to pay all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished to such Principal for the purpose of performing such work and has further agreed to pay all direct and indirect damages to any person,firm, company,or corporation suffered or sustained on account of the performance of such work during the time thereof and until such work is completed and accepted; and has further agreed that this bond shall inure to the benefit of any person, firm, company, or corporation, to whom any money may be due from the Principal, subcontractor or otherwise, for any such labor, materials, apparatus, fixtures or machinery so furnished and that suit may be maintained on such bond by any such person, firm, company,or corporation, for the recovery of any such money. NOW THEREFORE, if the said Principal shall well and truly perform said work in accordance with the terms of said contract, and shall pay all sums of money due or to become due for any labor, materials, apparatus, fixtures or machinery furnished to him for the purpose of constructing such work, and shall commence and complete the work within the time prescribed in said contract, and shall pay and discharge all damages, direct and indirect, that may be suffered or sustained on account of such work during the time of the performance thereof and until the said work shall have been accepted, and shall hold the LA and its awarding authority harmless on account of any such damages and shall in all respects fully and faithfully comply with all the provisions, conditions, and requirements of said contract,then this obligation to be void; otherwise to remain in full force and effect. SLR 5711 !Fier 9/801 IL 454-0372 3 • .IN TESTIMONY WHEREOF,the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their res sptective officers arAtheir corporate seals to be hereunto affixed this day of ugu A.D. 18 • PRINCIPAL Gluth Bros. Construction Inc. • ' (Company Name) (seal) (Company Name) - (seal) By._ / A -_I__ _ . L_-__:, By: (Signature&Title (Signature&Title) (If PRINCIPAL is a joint venture of two or more contractors,the company names,seals and authorized signatures of each contractor must be affixed.) ilitc,/ . . SURETY / Reliance Insurance Company � �� / By: (Name of Surety) (seal) (Signatur: _ •rney-In-Fact) Valer• - 'cKinley I. STATE OF ILLINOIS, COUNTY OF Cook • •I, Judith C. Gaunt ,a Notary Public in and for said county,do hereby certify that & Valerie J. McKinley •• (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,sealed,and delivered said instrument as their free and • voluntary act for the uses and purposes therein set forth. • Given nder my ' � 1 }tnarial seal ,his 4 day of August A.D. 19'$$'' NOTARY PUBLIC STATE OF ILLINOIS • . MY My commission pima lsslp i a JULY I, 1991 /�I C9 (III ) 4rt/ Notary Public • Approved this .27 day of T1 r if A.D. i y • Att st: • (A Wing Authority) G�i%F�� City Clerk • I , �4`Al (�fi�jr�a yor/kXStokt) (Seal) • RELIANCE INSURANCE COMPANY HEAD OFFICE,PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,That the RELIANCE INSURANCE COMPANY,a corporation duly organized under the laws of the State of Pennsylvania,does hereby make,constitute and appoint G. A. Morency, Glenn P. Sapa, Richard T. Morency, William P. Weible, Theresa A. Koch, William Cahill, Valerie J. McKinley, Nancy Levredge and Laura Buciak, individually, of Hinsdale, Illinois its true and lawful Attorney-in-Fact,to make,execute,seal and deliver for and on its behalf,and as its act and deed any and all bonds and undertakings of Suretyship, and to bind the RELIANCE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the RELIANCE INURANCE COMPANY and sealed and attested by one other of such officers,and hereby ratifies and confirms all that its said Attorney(s)-in-Fact may do in pursurance hereof. The Power of Attorney is granted under and by authority of Article VII of the By-Laws of RELIANCE INSURANCE COMPANY which became effective September 7,1978,which provisions are now in full force and effect,reading as follows: ARTICLE VII—EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors,the President,the Chairman of the Board,any Senior Vice President,any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to(a)appoint Attorneys-in-Fact and to authorize them to execute on behalf of the Company,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof,and(b)to remove any such Attorney-in-Fact at any time and revoke the power and authority given to him. 2. Attorneys-in-Fact shall have power and authority,subject to the terms and limitations of the power of attorney issued to them,to execute and deliver on behalf of the Company,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof.The corporate seal is not necessary for the validity of any bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorneys-in-Fact shall have power and authority to execute affidavits required to be attached to bonds,recognizances,contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By-Laws of the Company or any article or section thereof. The power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of RELIANCE INSURANCE COMPANY at a meeting held on the 5th day of June,1979,at which a quorum was present,and said Resolution has not been amended or repealed: "Resolved,that the signature of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile,and any such power of attorney or certificate bearing such fascimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF,the RELIANCE INSURANCE COMPANY has caused these presents to' signed b - Vice Pre '•ent,and its corporate seal to be hereto affixed,this 7th day of July 19 87. tti5°RANCF\ RELIAN INSURAN • OM �/ STATE OF Pennsylvania Iss. d 4 �e Vice resident COUNTY OF Philadelphia 2' ?o MME On this 7th day of July ,1 7,personally appeared Ram MacNeil to me known to be the Vice-President of the RELIANCE INSURANCE COMPANY,and ac owledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto,and that Article VII,S n 1,2,and 3_-,1017:y-Laws of said cny and the Resolution,set forth therein,are still in full force. F .. My Commission Expires: September 28 ,19 87 Notary Public in and for State of ' I lvania Residing at Philadelphia I P. D. Crossetta ,Assistant Secretary of the RELIANCE INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney : RELIANCE INSURANCE COMPANY,which is still in full force and effect. a`�l aft CFo 95. - IN WITNESS WHEREOF,I have hereunto set my hand and aff',%• th of'- d Company this 4 d: •f Au ust: 19 88 r �tv- /. • BDR-1431 Ed.6179 `0a„„OM,�0.U`ti� Assistant Secretary 1�1►_-:— 'Affirmrotive Action—City Contractile • A. The City shall not contract in an amount scceeding ten thousand dollars with any contractor or vendor, maintain any financial relation with any financial Institution, or use the services of any labor organization or member thereof, which employs fifteen or more persons, which does not first submit to the City a written commitment to provide !quo) smpbymenf opportunity. The written commitment requited by this section sholb •I. Set out and agree to s olntoin speeirrc enthie ment or membership practices and policies sufficient to achieve stool oppor- tunity. 2. Set out specific goals for participation by minority groups and female persons qualified by or for training or through previous work experience. This provision will not Infringe upon the right of the employer to determine the need for or qualifications of employees. 3. Agree to submit to the City won request written evidence of the effectiveness of the above required practices, policies and gaols. A. Agree to submit to the City won request statistical data concerning employee composition or membership composition on rocs,color,sex and job description. S. Agree to distribute copies of the above commitment to all persons who participate in recruitment, screening, referral and selection of job applicants,prospective job applicants or members. 6. Agree to require any subcontractor to submit to the City o written (commitment which contains the provisions required by poiogrophs(I) through(5)above. 7. The written commitment required by this section may also be satisfied by filing o copy of on offirmative action program of the controctor/vendor which Is in effect and which his been approved by any local, stole or federal agency with jurisdiction to approve such programs. B. All such contracts by and between the City of Elgin and contractors and vendors for the purchase by the City of Elgin of goods and/or services shall contain the following ciouses: 'The contractor/vendor will not discriminate against any employes or applicant for employment because of race, color, religion, sex, onces►ry, noncom; w:Or% place of birth, e;:,physical handicap which would not interfere with the efficient performance of the job to question. The contractor/vendor will take affirmative action to comply with the provisions of this ordinance and will require any subcontractor to submit to the City of Elgin a written commitment to comply with those previsions. The contractor/vendor will distribute copies of this commitment to all persons who participate in recruitment, screening, referral and selection of job applicants, prospective job applicants,members or prospective subcontractors.' 'The contractor/vendor agrees that the provisions of Chapter 3.12 of the Elgin Municipol Code, 1976, h hereby incor- porated by reference,as if set out verbatim.• * 1. What have you done and what will you do to recruit minority employees?. W 2. Do you have a traing Program for minority employees? BIDDER'S EMPLOYEE UTILIZATION FORM This report is required by the City of Elgin and should be submitted before bid can be awarded. Chapter 3. 12 .100 Affirmative Action - City Contracts. IDENTIFICATION (Name & address of bidder) DESCRIPTION OF BID PROJECT 6/ 1h T ROS doiu_s.rRrter/o-v ZNC-. 4uA71.R.,-)Ai•v Earn. //SI ZAHf r&c./zt SkoT/oti 74V 3ca LcJoobST c C' JO/S GDD9f TAL JOB CATEGORIES , EMPLOYEES BLACKS HISPANICS OTH€R_MINORITY FEMALE M ' F M T F M F I M I F S S S ' Q c) I I 1 I I I _ • s I 1 I TOTAL , I/6. 7Z /, .� Company offic a1 a Title Telephone • Date Signed Page L of .Z. e - 33 Y-/ ,i1 —7 /2---('-/ , It is and rstood that the statistical data provided by the bidder reflects its efforts regarding equal employment opportunity practices on minority groups and female populations, without regard of race, color, religion, sex, ancestry. age, national origin or physical handicap. SPECIAL PROVISIONS The following Special Provisions supplement these specifications and in case of conflict the Special Provisions shall take -_precedence and govern: `i. EIBE_HYDEGNIE Fire hydrants shall be measured and paid for on a per each basis to include the hydrant , 6" gate valve , valve box , french drain, thrust blocking , extensions ( where necessary ) and .accessories. The french drain shall consist of at least one-half cubic yard of washed coarse stone placed at and around the base of the hydrant to insure proper drainage of the hydrant after use . Hydrants shall be Waterous Pacer breakaway type WB-67 or Mueller Centurion with a 6" barrel and a six (6) inch connecting pipe . In addition to the two - 2-1 /2" standard nozzles, the hydrant shall have 1 :4-1/2" inch steamer nozzle with National Standard threads. Hydrants shall be connected to the main by a 6 inch ductile iron pipe and shall be securely anchored to the main by means of anchoring tees , nipples of Roto Gland Anchoring Pipe as manufactured by Clow Company , retainer glands or approved equal . The connecting pipe shall be incidental to the cost of the fire hydrant . Accessories for anchoring shall be incidental to the cost of the hydrant . The auxiliary gate valve shall be in- stalled as close to the hydrant as possible . A valve box (Clow Type F-2450 or approved equal ) shall be installed over the valve. Hydrants shall be painted high visibility RED . 2 . GRANULAR BEDDING MATERIAL The contractor shall install a granular cradle under the water main, consisting of CA-6 crushed material conforming to Article 704 .01 of the Standard Specifications for Road and Bridge Construction in Illinois as adopted October 1 , 1983 . Said cradle shall be placed 6" thick under the pipe to a point midway of the pipe . The granular bedding material (CA-6 ) will not be paid for but will be included in the bid price for water main of the size indicated . 3. JEIIIdG_DE_IdE_IBENGd The contractor will furnish his on water to jet the trench areas in the parkway in accordance with Section 20-2.21D . If he desires to use water from the hydrants , he shall make applica- tion to the proper authorities, and shall conform to the munici- pal ordinances , rules or the regulations concerning their use . Water shall be furnished by the City from the hydrants at no expense to the contractor . Jetting of the trench shl1 rant be ronc.ider,,=-t fir P<sVT.t:rf b--;t shall be : nL1 '.1dec in the curt of the watr_=. nu . n . -2- 4. NQIIEICAIIQNS TO UTILITY COMPANIES The contractor shall notify all public utilities sufficiently in advance so that all underground utilities may be staked prior to zany excavating . The Engineer does not assume any responsibility in the location of utilities as shown on the drawings. The project plans have been prepared on the basis of existing utility maps or as marked or otherwise designated by the utili- ty. • 5. OBQUND_PEWEIERING OR SHEETING The contractor shall not be paid separately for any dewatering or sheeting that he may employ in the course of the work . The contractor shall include all costs associated with any dewatering or sheeting in the cost of the water main when any dewatering or sheeting is necessary during the course of the contract . 6. ILLINOIS E.P.A= PERMIT An application has been made to and approved by the Illinois Environmental Protection Agency for a permit to install the water main as proposed . 7 . IBAEEIO-CONIROL-AND_EKIECIIQN This item consists of the furnishing , installation, maintenance, relocation and subsequent removal of all temporary signs, signals, markings , traffic cones , barricades, warning lights , flagmen and other devices which are to be used for the purpose of regulating , warning , or guiding traffic during the construc- tion of these improvements. All signs, signals , markings, traffic cones, barricades, warning lights , flagmen, and other traffic control devices must conform to the plans , specifications, Special Provisions, and the Manual on Uniform Traffic Control Devices for Streets and Highways. The Contractor shall obtain, erect , maintain, and remove all traffic control devices in accordance with article 107. 14 of the Standard Specifications for Road and Bridge Construction in Illinois, as adopted October 1 , 1983. Placement and maintenance of all traffic control devices shall be as directed by the City Engineer . The City Engineer shall be the sole judge as to the acceptability of placement and mainte- nance of the traffic control devices prescribed in appropriate standards. Construction operations shall be conducted in a manner such that the streets will be open at all times to emergency and local traffic . Removal and replacement of drive- �� sH,31 1 ue [ atlfloo so a� to cause a min:mum of i ic. c_,nvec : or,f- p to tt aut t m nci property owners . -3- The contractor shall be responsible for seeing to it that all barricades, warning signs , lights and other devices __installed by him are in place and operating twenty-four hours a day, includ- - -: ing Sundays and holidays , during the time this contract is in ;force. The cost of this Traffic Control and Protection shall not be paid for separately , but shall be included in the cost of the water main. • B. GONSIBUGIIQN-NOISE-BESIBIQIIQNS a . All engines and engine driven equipment used for hauling or construction shall be equipped with an adequate muffler in constant operation and properly maintained to prevent excessive or unusual noise. b . Construction or equipment noise within 1 ,000 feet of an occupied residence, or similar receptor shall be confined to the period beginning at 7 a .m. and ending at 8 p .m. Exception: Any machine or device, or part thereof , which is regulated by , or becomes regulated by , Federal or State of Illinois noise standards shall conform to those standards . Requests to modify or deviate from these requirements shall be submitted in writing by the contractor and must be approved in writing by the City Engineer . 9. WAIEBNBIN Watermain shall be paid for at the contract unit price per linear foot of Ductile Iron Water Main at the size specified on the plans and in the proposal forms . • 10. SBEEIY The contractor shall take all necessary job safety precaution,: as required to be in accordance with all Local , County , State and Federal requirements including the Federal Occupation Safety and Health Act normally referred to as OSHA. 11 . BESIOBAIIQN_SINQLUDINQ-SEEQINO-> This work shall be done in accordance with applicable portions of Section 648 and 643 of the Standard Specifications for Road and Bridge Construction in Illinois adopted October 1 , 1983, and amendments thereto . The work shall include the leveling and preparation of the area disturbed due to the construction of the watermain and/or appurtenances thereto , the application of fertilizer nutrient at uri atr 01 ,D'.)uii per aL !"c d -4- percentage, the seeding or sodding of same , and any watering • which may be required by the City Engineer . The restoration of the roadside ditches is included as part of this work and same will be incidental to this item of Restoration. If there is a °Tack of moisture and seed or sod does not germinate or grow (satisfactorily , the contractor shall water the seed bed or sod to obtain a satisfactory strand of grass in a minimum of forty- five (45) days . The seeding formula will be determined by the City Engineer . Pegs shall be used to hold sod in place on the side slopes of ditches where directed by the Engineer . Method of Measurement will be on the square yard basis as determined in the field by the City Engineer or his representa- tive. This work shall be considered as incidental to the contract . It shall include the furnishing and placement of all topsoil , fine grading , the preparation of the seed bed , furnishing and the placement Of the seed and/or sod , fertilizer nutrients , and any watering that may be necessary in accordance with the Standard Specifications and to the satisfaction of the City Engineer . 12. NLYEItiYLENE-ENCACEMENI Ductile iron piping and fittings, as directed and at the discre- tion of the City Engineer , shall be encased in 8 mil . thick polyethylene sheeting in accordance with ANSI/AWWA C 105-77 as a corrosion protection measure . Materials and the method of installation shall conform with these same ANSI standards . The Contractor shall have the option of choosing one of the three approved method of installation. Measurement for payment for the polyethylene sheeting shall be by the linear foot measured in place. Separate payment will not be made for any overlappling . Overlaps shall be incidental to the contract item. Payment shall be at the contract unit price bid per lineal foot of Polyethylene Encasement which price shall be payment in full for all labor , material and/or equipment necr ..- sary to complete this item in accordance with the specifica- tions. 13. CDNDIIIQNAL-ACCEEIANCE The City will provide a Conditional Acceptance of the water main system after an inspection indicates that all work and testing has been satisfactorily completed . The date of the conditional acceptance shall be the starting date of the one year guarantee. 14 . GUABAtIEE The Contractor shall guarantee his work for a period of one ( 1 ) year after Conditional Acceptance by the City Engineer . 15. dBdQLING_QE_E1EE Dirt or other foreign material shall be prevented from entering the pipe or pipe joint during handling or laying operations and :any pipe or fitting that has been installed with dirt or foreign material in it shall be removed , cleaned and relaid . At times when pipe laying is not in progress, the open ends of the pipe shall be closed by a watertight plug or by other means approved by the ENGINEER to ensure absolute cleanliness inside the pipe. CITY OF ELGIN GENERAL PROVISIONS SECTION 1 . Definition of Terms -1:1 Department. The City of Elgin Department of Public Works. 1:2- Engineer. City Engineer of the City of Elgin. 1.3 Inspector. The authorised representative of the Engineer bssigned to make detailed inspection of any or all portions of the work or materials therefore. 1.4 Bidder. Any individual , firm or corporation submitting a proposal for the work contemplated. 1.5 Contractor. The bidder awarded the contract for the work. 1.6 Surety. The corporate body, individual or individuals, which are to be responsible for the bidders acts during execution of the contract in the event of its being awarded to him, or which are bound with and for the contractor to insure his acceptable performance of the contract, his payment of all obligations pertaining to the work, and his fulfill- ment of such other conditions as may be specified or otherwise required by law. 1.7 Plans. All official drawings or reproductions of drawings pertaining to the work provided in the contract. 1.8 Specifications. The general and special provisions, special conditions and detailed specifications contained therein together with written agreements and all other executed documents which describe the method or manner of performing the work, the quantities, or the quality of material to be furnished under the contract. 1.9 Special Provisions. Any and all special directions, provisions, and requirements prepared to cover the method or manner of performing work on a particular project, or cover the quantities or quality of the materials to be furnished under the contract, which are not covered herein. The special provisions included in the contract shall govern the work and take precedence over the plans and general provisions wherever they conflict therewith, but they shall not operate to annul those portions of the general provisions with which they are not in conflict. 1. 10 Notice of Letting. The official notice inviting proposals for proposed improvements. 1. 11 Notice to Bidders. The official notice, included in the proposal , inviting bids for proposed improvements. 1. 12 Proposal . The written offer of the bidder to perform the proposed work. 1 GP 1. 13 Proposal Guaranty. The security designated in the proposal to be furnished by the bidder as a guaranty that said bidder will enter into a contract with the Department for the acceptable performance of the work and will furnish the required contract bond, if the work is awarded to him. 1.14 Award. The decision of the Department to accept the proposal of the lowest responsible bidder for the work, subject to the execution and approval of a satisfactory contract therefore, and bond to secure the performance thereof, and to such other conditions as may be specified or otherwise required by law. 1.15 Contract. The written agreement covering the performance of the work and the furnishing of labor and material for the construction of the work. The contract includes the notice to contractors, proposal , contract bond, specifications and plans. 1. 16 Contract Bond. The approved form of security furnished by the Contractor and his surety as a guaranty that he will execute the work in accordance with the terms of the contract. 1.17 The Work. The improvement advertised for letting, described in the proposal form indicated on the plans, and covered in the specifications and contract, and authorized alterations, extensions and deductions, including labor, tools, equipment, materials, and incidentals necessary for the satisfactory completion of the project. SECTION 2. Proposal Requirements and Conditions 2.1 Contents of the Proposal Form. Bidders will be furnished with proposal forms stating the location and description of the work contemplated, the approximate quantities of work to be performed or materials to be furnished, the amount of the proposal guaranty, and the date, time, and place of filing and opening proposals. All documents bound with or attached to the proposal shall be considered a part thereof, and shall not be detached or altered. 2.2 Interpretation of Estimate of Quantities. An estimate of quantities of work to be done and materials to be furnished under the specifications is given in the proposal . It is the result of careful calculations and is believed to be correct, but is given only as a basis for comparison of proposals and the award of the contract. The Department does not agree that the actual quantities involved will correspond exactly there- with; nor shall the bidder plead misunderstanding or deception because of such estimate of quantities, or of the character, location or other conditions pertaining to the work. 2.3 Examination of Plans, Specifications, and Site of Work. The bidder shall , before submitting his bid carefully examine the proposal , plans specifications and form of contract and bond. He shall inspect in detail the site of the proposed work and familiarize himself with all local conditions affecting it. If his bid is accepted, he will be responsible for all errors in his proposal resulting from his failure or neglect to comply with these instructions. 2 GP 2.4 Preparation of the Proposal . The bidder shall submit his proposal on the forms furnished by the Department. The proposal shall be executed properly, and bids shall be made for all items indicated in the pro- posal form. The bidder shall indicate, in figures, a unit price for each of the separate items called for in the proposal ; he shall show the products of the respective quantities and unit prices in the column provided for that purpose, and the gross sum shown in the place indicated in the proposal shall be the summation of said products. All unit prices • shall be conditioned on furnishing a bond executed by a corporate surety company satisfactory to the Department. All writing shall be with ink or typewriter, except the signature of the bidder which shall be written with ink. If the proposal is made by an individual , his name and post office address shall be shown. If made by a firm or partnership, the name and post office address of each member of the firm or partnership shall be shown. If made by a corporation, the proposal shall show the name of the State in which the Corporation was chartered, the names, titles and business addresses of the president, secretary, and treasurer and seal of the corporation shall be affixed and attested by the secretary. 2.5 Rejection of Proposals. Proposals that contain omissions, erasures, alterations, additions not called for, conditional or alternate bids unless called for, irregularities of any kind, or proposals otherwise regular which are not accompanied by a bank cashier's check, or a bank draft may be rejected as informal or insufficient. 2.6 Proposal Guaranty. Each proposal shall be accompanied by a bank draft drawn on the New York, Chicago, or St. Louis Exchange, a bank cashier' s check or a properly cerfified check for not less than five (5) percent of the amount of the bid made payable to the awarding authority. In no case will a proposal guaranty for less than three hundred dollars (300.00) be accepted. A bid bond shall also be considered as acceptable security. 2.7 Delivery of Proposals, Proposals shall be delivered prior to the time and at the place indicated in the notice to bidders. Each proposal shall be placed in a sealed envelope clearly marked to indicate its contents. If forwarded by mail the proposal shall first be placed in the aforesaid envelope and then placed in an outer envelope addressed to the Department. Only sealed proposals will be accepted. Proposals sent by mail will not be opened unless received at the place of letting prior to the time of opening proposals. Envelopes postmarked prior to the time of opening proposals will not be accepted. 2.8 Withdrawal of Proposals. Permission will be given a bidder to withdraw a proposal if he makes such a request in writing prior to the time of opening proposals. If a proposal is withdrawn, the bidder will not be permitted to submit another proposal for the same work at the same letting. 2.9 Disqualification of Bidders. Any one or more of the following causes may be considered as sufficient for the disqualification of a bidder and the rejection of his proposal : 3 GP (a) More than one proposal for the same work from an individual , firm, or corporation under the same or different names. (b) Evidence of collusion among the bidders. (c) Unbalanced proposals in which the prices for some items are not of proportion to the prices for other items. (d) Failure to submit a unit price for each item of work listed in the proposal . (e) Lack of competency as revealed by the financial statement or experience questionnaire required under Article 2. 10. (f) Unsatisfactory performance record as shown by past work for the Department, judged from the standpoint of workmanship and progress. • (g) Uncompleted work which in the judgment of the Department, might hinder or prevent the prompt completion of additional work. 2. 10 Competency of Bidders. Each bidder shall furnish the awarding authority, upon request, with satisfactory evidence of his competency to perform the work contemplated. When requested, he shall submit a statement showing his financial condition, also, if requested a financial statement shall be prepared by a certified public accountant and submitted on forms furnished by the awarding authority. The bidder, if requested, shall also answer and submit questionnaires relating to his experience in performing construction work similar to that for which he is offering a proposal . Before an award is made, the bidder may, at the option of the awarding authority, be required to file a statement showing the type, amount and condition of equipment which will be available, and an outline of his plans for conducting the work, using forms provided by the awarding authority. Before an award is made, the bidder may, at the option of the awarding authority, be required to furnish a statement showing the value of all uncompleted work for which he has entered into contracts. SECTION 3. Award and Execution of Contract 3.1 Consideration of Proposals. The proposals received will be compared on the basis of the summation of the products of the items of work and the unit prices offered. In case of discrepancies between the gross sum shown in the proposal and that obtained by adding the quantities of work and unit prices, the unit prices shall govern, and any errors found in said products shall be corrected. In awarding contracts, the Department will , in addition to considering the amounts stated in the proposals, take into consideration the responsibility of the various bidders as determined from a study of the data required under Section 2.10, and from other investigations which it may elect to make. 4 GP The right reserved to reject any or all proposals, to waive technical- ities, and to advertise for new proposals, or to proceed to do the work otherwise if, in its opinion, the best interest of the Department will be protected thereby. 3.2 Award of Contract. Except in cases where the Department exercises the right reserved under Article 3.1 to reject any or all proposals, the contract will be awarded by the Department, as soon as practicable after the opening of proposals, to the bidder who has submitted the lowest pro- _ posal with all requirements of the specifications as to the responsibility of bidders. If a contract is not awarded within sixty (60) days after the opening of proposals, a bidder may file a written request with the Department for the withdrawal of his bid and the Department at its discretion, may permit such a withdrawal . 3.3 Return of Proposal Guaranty. The proposal guaranties of all except the two lowest bidders will be returned promptly after proposals have been checked, tabulated and the relation of the proposals established. Pro- posal guaranties of the two lowest bidders will be returned as soon as the contract and bond of the successful bidder have been executed and approved. 3.4 Requirement of Contract Bond. The successful bidder, at the time of the execution of the contract, shall deposit with the Department a surety bond for the full amount of the contract. The form of the bond shall be that furnished by the Department, and the surety shall be acceptable to the Department. 3.5 Execution of the Contract. The contract shall be executed by the bidder, the bond shall be executed by the principal and sureties, and both shall be presented to the Department within fifteen (15) days after the date of notice of the award of the contract. 3.6 Failure to Execute Contract. Failure on the part of the successful bidder to execute a contract and an acceptable bond, as provided herein, within fifteen (15) days from the date of notice of the award of the contract, will be considered as just cause for the annulment of the award and the forfeiture of the proposal guaranty. SECTION 4. Scope of the Work 4. 1 Intent of the Plans and Specifications. The intent of the plans and the specifications is to prescribe a complete outline of work which the Contractor undertakes to do in full compliance with the contract. The Contractor shall perform all work as may be necessary to complete the work to the finished lines, grades and cross sections in a substantial and acceptable manner. He shall furnish all required materials, equip- ment, tools, labor and incidentials, unless otherwise provided in the contract, and shall include the cost of these items in the contract unit prices for the several units of work. 5 GP 4.2 Alterations, Cancellations , Extensions, and Deductions. The Department reserves the right to alter the plans, extend or shorten the improvement, and such incidental work as necessary, and increase or decrease the quantities of work to be performed to accord with such changes, including the deduction or cancellation of any one or more of the unit price items. Such changes shall not be considered as a waiver of any condition of the contract nor to invalidate any of the provisions thereof. A supplemental agreement between the _.Contractor and the Department will be required where such changes result in net increase or a net decrease in the amount of the contract by twenty-five (25) percent of the original contract price. 4.3 Final Cleaning up. Upon completion and before final acceptance of the work, the Contractor shall remove from within the limits of the right-of-way, easement, or limits of the improvement all machinery, equipment, surplus material , flasework, excavated and useless mate- rials, rubbish, temporary buildings, barricades and signs, and shall clean up camp sites, plant sites, and storage and siding grounds. The Contractor shall clean off all cement streaks or drippings, paint smears or drippings, rust stains, oil , grease, bituminous materials, dirt and other foreign materials deposited or accumulated on any structure or curb and gutter due to his operations. SECTION 5. Control of the Work 5.1 Authority of Engineer. All work shall be done under the supervision of the Engineer, and to his satisfaction. He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress of the work, interpretation of the plans and specifications, acceptable fulfillment of the contract, compensation and disputes and mutual rights between Contractors under the Specifications. He shall determine the amount and quality of work performed and materials furnished, and his decision and estimate shall be final . His estimate shall be a condition precedent to the right of the Contractor to receive money due him under the contract. In case of failure on the part of the contractor to execute work ordered by the Engineer, the Engineer may, at the expiration of a period of forty-eight (48) hours after giving notice in writing to the Contractor, proceed to execute such work as may be deemed neces- sary, and the cost thereof shall be deducted from compensation due or which may become due the contractor under the contract. 5.2 Plans and Working Drawings. Plans showing such details as are necessary to give a comprehensive idea of the construction contem- plated will be furnished by the Department. The contractor shall submit to the Engineer for approval such additional shop working, (Continued) 6 GP • or layout drawings pertaining to the construction of the work, as may be required, and the finished work shall conform with such plans and approved working drawings with the exception of such deviations as may be author- ized by the Engineer in writing. Prior to the approval of Contractor pre- pared working drawings, any work done or materials ordered shall be at the Contractor' s risk. The contract price shall include the cost of furnishing such working drawings. 53_ Coordination of Specifications, Plans, Proposal , and Special Provisions. The specifications, the accompanying plans, the proposal , and all supple- - mentary documents are intended to describe a complete work and are essen- tial parts of the contract. A requirement occurring in any of them is binding. In case of discrepancy, figured dimensions shall govern over scaled dimensions, special provisions shall govern over both general pro- visions and plans, and the quantities shown on the plan shall govern over those shown in the proposal . The contractor shall take no advantage of any apparent error or omission in the plans or specifications, and the Engineer shall be permitted to make such corrections and interpretations as may be deemed necessary for the fulfillment of the intent of the plans and specifications. 5.4 Cooperation with Utilities. All utility appurtenances which are within the limits of the proposed construction are to be moved by the owners at their expense, except as otherwise provided for in the special provisions or as noted on the plans. It is understood and agreed that the Contractor has considered in his bid all of the permanent and temporary utility appurtenances in their present or relocated positions that may be encountered during construction and no additional compensation will be allowed for any delays, inconvenience, or damage sustained by him due to any interferences from the said utility appurtenances either by the utility company or by him, or on account of any special construction methods required in prosecuting his work due to the existence of said appurtenances either in their present or relocated positions. The contractor shall insure that prompt repairs are to the approval of the Engineer's effected on any utility appurtenances damaged by him without compensation from the Department. 5.5 Construction Stakes. Construction stakes will be set to mark the general location, alignment, elevation, and grade of the work. The Contractor shall assume full responsibility for dimensions and elevations measured from such stakes. He shall exercise proper care in the preservation of stakes set for his use or the use of the Engineer, and if he displaces, loses, or removes them during his operation, they may be reset at his expense. The Contractor shall furnish at his expense the size, quality, and quantity of stakes requried by the Engineer. If he fails to furnish such stakes at the time and place specified, the Engineer may purchase the same and deduct the entire cost from the compensation due the contractor. The Contractor shall , at the request of the Engineer, furnish the necessary labor to set the stakes and make the necessary measurements. He shall be reimbursed for the acutal cost of such labor, acutal cost to include the time actually 7 GP engaged on such work, but not to include profit, overhead, or rental charge for tools or other equipment. The Contractor shall also be re- imbursed for the actual cost of contractor's bond, public liability and property damage insurance, workmen's compensation insurance and social security tax required for labor in setting stakes and making measure- ments, to which no percent shall be added. 5.6 Inspection. All materials and each part or detail of the work shall be subject at all times to inspection by the Engineer or his Inspectors, and - the Contractor will be held strictly to the true intent of the specifi- cations in regard to quality of materials, workmanship, and diligent execu- tion of the contract. The Engineer or his Inspectors shall be allowed access to all parts of the work, and shall be furnished with such informa- tion and assistance by the Contractor as is required to make a complete and detailed inspection. The Contractor shall , if the Engineer requests, remove or uncover such portions of the finished work as the Engineer may direct before final acceptance of the same. After the examination, the Contractor shall re- store said portion of the work to the standard required by the specifica- tions. If the work thus exposed or examined proves acceptable, the ex- pense of uncovering or removing and the replacing of the parts removed shall be paid for as extra work, but if the work so exposed or examined is unacceptable, the expense of uncovering or removing and replacing of the same shall be borne by the Contractor. 5.7 Removal of Defective and Unauthorized Work. Work done without lines and grades being given, or beyond the lines shown on the plans or as given, except as herein provided, or any extra work done without authority will be considered as unauthorized and at the expense of the Contractor, and will not be measured or paid for. Work so done may be ordered removed or replaced at the Contractor's expense. All work which has been rejected or condemned shall be remedied or removed and replaced, in a manner approved by the Engineer, by the Contractor at his own expense. Upon failure on the part of the Contractor to comply promptly with any order of the Engineer made under the provisions of this article, the Engineer shall , after giving written notice to the Contractor, have the authority to cause defective work to be remedied, or removed and replaced, or to cause unauthorized work to be removed, and deduct the cost thereof from any compensation due or to become due to the Contractor. 5.8 Final Inspection. The Engineer shall make final inspection of all work included in the contract, or any portion thereof one mile or more in length, as soon as practicable after notification in writing by the Contractor that the work is completed and ready for acceptance. If the work is not accept- able to the Engineer at the time of such inspection, he shall inform the Contractor as to the particular defects to be remedied before final accept- ance can be made. 8 GP SECTION 6. Control of Materials 6.1 Quality of Materials. It is the intent of the specifications that first class materials shall be used throughout the work, and which shall be capable of being incorporated in such a manner as to produce completed construction which is workmanlike and acceptable in every detail . Only materials which conform to the plans and specifications shall be incor- - porated in the work. - When requested by the Engineer, the Contractor shall furnish a notarized statement of the origin, composition, quality, and manufacture of any or - all materials that are used in the work. The source of supply of each material used shall be approved by the Engineer before delivery is started. If sources previously approved are found to be unacceptable at any time and fail to produce materials satis- factory to the Department, the Contractor shall at his own expense furnish materials from other approved sources. 6.2 Inspection and Storage of Materials. All materials will be inspected by the Engineer. The Contractor shall give sufficient advance notice of placing orders to permit tests to be completed before the materials are incorporated in the work, and shall afford such facilities as the Engineer may require for collecting and forwarding samples and making inspections. All samples shall be furnished without charge to the Department. The Contractor shall not make use of or incorporate in the work the materials represented by the samples until tests have been made and materials found to be in accordance with the specifications. If it is necessary to store materials, they shall be protected in such a manner as to insure the preservation of their quality and fitness for the work. All stored material shall be inspected at the time of use in the work, even though they may have been inspected and approved before being placed in storage. Materials stored at the project site shall be placed so as to not create a hazard or nuisance or to in any way damage private or public property. Storage of materials is at all times subject to the approval of the Engineer. SECTION 7. Legal Relations and Responsibility to Public 7. 1 Law to be Observed. The Contractor shall at all times observe and comply with all Federal and State Laws, local laws, ordinances and regulations which in any manner affect the conduct of the work, and all such orders or decrees as exist at the present and which may be enacted later, of legislative bodies or tribunals having legal jurisdiction or authority over the work and no plea of misunderstanding or ignorance thereof will be considered. He shall indemnify and save harmless the Department and all of its officers, agents, employees, and servants against any claim or liability arising from or based on the violation of such law, ordinance, regulation, order, or decree, whether by himself or his employees. 9 GP 7.2 Workmen's Compensation Insurance. The Contractor shall maintain insurance covering Workmen's Compensation, or provide satisfactory evidence that this liability is otherwise taken care of in accordance with Section 26 of the "Workmen's Compensation Act of the State of Illinois. " Such insurance, or other means of protection as herein provided shall be kept in full force until all work to be performed under the terms of the contract has been completed and accepted in accordance with the _ specification. Failure to maintain such insurance, cancellation by " the Industrial Commission of its approval of such other means of pro- _ tection as might have been elected,or any other act which results in lack of protection under said "Workmen's Compensation Act" may be considered as a breach of Contract. 7.3 Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary and incident to the due and lawful prosecution. 7.4 Patented Devices, Material and Processes. If any design, device, material or process covered by letters patent or copyright is used by the contractor, whether required or not, he shall provide for such use by suitable legal agreement with the patentee or owner, guaranteeing the Department indemnity from all claims for infringement, and shall include the cost of such agreement in the price bid for the work. 7.5 Restoration of Surfaces Opened by Permit. Any individual , firm or corporation wishing to make an opening in the surface of any public street, road, or highway or other public property must first secure a permit from the Department, and the Contractor shall not allow any person to make an opening unless a duly authorized permit from the Department is presented. The Contractor shall insure that the surface so disrupted by such openings will be replaced as indicated in the "Special Provisions" to the satisfaction of the Engineer. 7.6 Sanitary Provisions. The Contractor shall observe all rules and regula- tions of the State of local health departments, and shall take preacu- tions to avoid unsanitary conditions. 7.7 Public Convenience and Safety. The Contractor shall notify the Engineer at least three (3) days in advance of the starting of any construction work which might in any way inconvenience traffic, and the Contractor shall at all times conduct the work in such a manner as to insure the least ob- struction to vehicular and pedestrian traffic. Whenever possible, the Con- tractor shall provide and maintain at his own expense such temporary roads and approaches as may be necessary to provide access to driveways, houses, buildings or other property abutting the improvements. 7.8 Barricades and Warning Signs. The Contractor shall provide, erect, and maintain such barricades, signs, flags, and lights and the erection and maintenance of same area at all times subject to the approval of the Engineer. 10 GP (Continued) The Contractor will be held responsible for all damage to the work, even though barricades, signs, flags and lights are installed as re- quired above. Whenever evidence of such damage is found prior to acceptance, the Engineer may order the damaged portion immediately removed and replaced by the Contractor at his own expense. The Con- tractor's responsibility for the maintenance of barricades, signs, flags and lights shall not cease until the work has been accepted. The cost of maintaining barricades, warning signs, red flags and red - lights as required herein shall be incidental to the contract and no extra compensation will be allowed. 7.9' Equipment on Pavement and Structure. The pavement and structures on or adjacent to the work shall be protected, in a manner satisfactory to the Engineer, to damage by lugs or cleats on treads or wheels of the equipment. Any damage to adjacent pavement or structures by lugs or cleats or excessive loads from Contractor equipment shall be repaired by the Contractor at his expense as directed by the Engineer. 7. 10 Use of Fire Hydrants. If the Contractor desires to use water from hydrants, he shall make application to the proper authorities and shall conform to the municipal ordinances, rules or regulations con- cerning their use. Fire hydrants shall be accessible at all times to the Fire Department. No material or other obstructions shall be placed closer to a fire hydrant than is permitted by municipal ordinances, rules or regulations, or within five (5) feet of a fire hydrant, in the absence of such ordin- ances, rules or regulations. 7. 11 Protection and Restoration of Property. If corporate or private prop- erty interferes with the work, the Contractor shall notify, in writing, the owners of such property, advising them of the nature of the inter- ferences and shall arrange to cooperate with them for the protection or disposition of such property. The Contractor shall furnish the Engineer with copies of such notifications and with copies of any agreements be- tween him and the property owners concerning such protection or disposi- tion. The Contractor shall take all necessary precautions for the protection of corporate or private property such as walls, foundations of buildings , vaults, underground structures of public utilities, underground drainage facilities , overhead structures of public utilities , trees, shrubbery, crops and fences contiguous to the work, of which the contract does not provide for removal . The Contractor shall protect and carefully preserve all official survey monuments, property marks, section markers and Geo- logical Survey Monuments or other similar monuments, until the owner or authorized surveyor or agent has witnessed or otherwise referenced their location or relocation. The Contractor shall notify the Engineer of the presence of any such survey or property monuments as soon as they are discovered. 11 GP The Contractor is responsible for the damage or destruction of property of any character resulting from neglect, misconduct or • omission in his manner or method of execution or non-exectuion of the work, or caused by defective work or the use of unsatisfactory materials, and such responsibility shall be released until the work shall have been completed and accepted and the requirements of the specifications complied with. - Whenever public or private property is so damaged or destroyed, the Contractor shall , at his own expense, restore such property to a con- e dition equal to that existing before such damage or injury was done _ by repairing, rebuilding or replacing it as may be directed, or he shall otherwise make good such damage or destruction in an acceptable manner. If he fails to do so, the Engineer may, after the expiration of a period of 48 hours after giving him notice in writing, proceed to repair, rebuild or otherwise restore such property as may be deemed necessary, and the cost thereof shall be deducted from any compensation due, or which may become due, the Contractor under his contract. The cost of all materials required and all labor necessary to comply with the above provisions will not be paid for separately, but shall be considered as incidental to the contract. 7. 12 Responsibility for Damage Claims. The Contractor shall indemnify and save harmless the Department, its officers and employees and the Engineer, from all suits, actions, or claims of any character brought because of any injuries or damages received or sustained by any person, persons, or property on account of the operations of said Contractor, or on account of, or in consequence of, any neglect in safeguarding the work; or through use of defective or unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts arising or recovered under the "Workmen's Compensation Act" or any other law, ordinance, order, or decree; and so much of the money due the said Contractor under and by virtue of his contract as shall be considered necessary to the Department or in case no money is due, his purety shall be held until such suit or suits, action or actions, claim or claims for in- juries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished the Department. 7. 13 Opening of Section of Roadway to Traffic. The work under construction shall not be opened to traffic until authorized by the Engineer in writing. Any such opening shall not be construed as an acceptance of the roadway, or any part of it, or as a waiver of any of the provisions of the contract. At any time prior to final acceptance that work proceeds on a portion of roadway open to traffic the Contractor shall conduct his construction operations, only such materials and equipment shall be placed or stored on the pavement as will be used in any one day's construction operations, and the pavement shall be entirely cleared of all obstructions at night. 12 GP 7.14 Contractors Responsiblity for Work. The work shall be under the • charge and care of the Contractor until acceptance by the Engineer. The Contractor shall assume all responsibility for injury or damage to the work by the action of the elements or from any other cause whatsoever, whether arising from the execution or non-execution, of the work. The Contractor shall rebuild, repair, restore, and make good, at his expense, all injuries or damages to any portion of the work occasioned by any of the above causes before its completion and - acceptance. When materials are furnished to the Contractor by the Department, for inclusion in the work, the Contractor's responsibility for all such material shall be the same as for materials furnished by him. 7. 15 Personal Liability of Public Officials. In carrying out any pro- visions of this contract or in exercising any power or authority granted to him thereby, there shall be no personal liability upon the Engineer or his representatives, it being understood that in such matters he and they act as agents and representatives of the Department. 7. 16 Insurance. The Contractor shall furnish a certificate of insurance indemnifying and saving harmless the City of Elgin. The insurance coverages shall not be less than the amounts stipulated below: Workmen' s Compensation Statuatory Public Liability $500,000 Property Damage $100,000 SECTION 8. Prosecution and Progress 8. 1 Subletting or Assignment of Contract. If the Contractor sublets the whole or any part of the work to be done under the contract, he shall not under any circumstances be relieved of his liabilities and obliga- tions. All transactions of the Engineer shall be with the Contractor; subcontractors shall be recongnized only in the capacity of employees or workmen and shall be subject to the same requirements as to character and competence. The Contractor shall not assign, transfer, convey, sell , or otherwise dispose of the whole or any part of his contract, his right, title, or interest therein, or his power to execute such contract, to any person, firm, or corporation without written consent of the Engineer. 8.2 Progress Schedule. Promptly after the award of the contract, the Con- tractor shall submit to the Engineer a satisfactory progress schedule which shall show the proposed sequence of work, and how the Contractor proposes to complete various items of work. 8.3 Prosecution of the Work. The Contractor shall begin the work to be per- formed under the contract not later than ten (10) days after execution and acceptance of the contract unless a delay be granted by the Engineer in writing. The work shall be prosecuted in such a manner and with such a supply of materials, and equipment and labor as is considered necessary to insure limits specified in the contract. 13 GP r 8.4 Limitations of Operations. The Contractor shall conduct his work so • as to create a minimum amount of inconvenience to vehicular and pedes- trian traffic. At any time when in the judgment of the Engineer, the Contractor has obstruted or closed the road without sufficient cause or is carrying on operations on a greater portion of the road than is necessary for the proper prosecution of the work, the Engineer may re- quire the Contractor to open the section so closed and to finish the section on which work is in progress before work is started on any additional section. 8.5- Character of Workmen and Equipment. The Contractor shall employ only - competent and efficient laborers, mechanics, and artisans, and whenever, in the opinion of the Engineer, any employee is careless, incompetent, obstructs the progress of the work, acts contrary to instructions or conducts himself improperly, the Contractor shall , upon request of the Engineer, discharge or otherwise remove him from the work and shall not employ him again, except with the written consent of the Engineer. The equipment used on the work shall be of sufficient size and in such mechanical condition as to meet with the requirements of the work and produce a satisfactory quality of work. All equipment shall be ready for use when required by the Engineer. The Engineer may order the removal of any unsatisfactory equipment and require its replacement with equipment meeting his approval at the Contractor' s expense. The measure of capacity and efficiency of equipment shall be its actual performance on the work. 8.6 Suspension of Work. The Engineer shall have authority to suspend the work wholly or in part, for such period of time as he may deem neces- sary, due to conditions unfavorable for the satisfactory prosecution of the work, or to conditions which in his opinion warrant such action; or for such time as is necessary by reason of failure on the part of the Contractor to carry out orders given; or to perform any or all provisions of the contract. No additional compensation will be paid the Contractor because of any costs caused by such suspension, except when the suspension is ordered for reasons not resulting from any act or omission on the part of the Contractor and not related to weather conditions. The Contractor shall not suspend work without written authority from the Engineer. 8.7 Determination and Extension of Contract Time for Completion. The time for completion of contemplated work may be specified in the contract, and it is understood that completion of the work within the time specified is an essential part of the contract. If the Contractor finds it impossible to complete the work within the time specified in the con- tract, he may, at any time prior to the last ten(10) working days of the time specified, make written request to the Department for an ex- tension of time. He shall set forth in full in his request the reason which he believes justify the granting of his request. If his request is granted the extended time for completion shall then be considered as in effect the same as if it were the original time for completion. 14 GP • 8.8 Failure to Complete Work on Time. Should the Contractor fail to complete the work within the time specified in the contract or within such extended time as may have been allowed, the Contractor shall be liable to the Department for costs incurred for engineering and in- spection, temporary surfacing, temporary structures, maintenance of that portion of the road uncompleted, maintenance of detours by the - - or Engineer, and all other expenses incurred by the Depart- --- mant by reason of the Contractor's failure to complete the work within - the specified time, and such amount shall be deducted from the monies due the Contractor, not as a penalty but as damages sustained. 8.9' Default on Contract. If the Contractor fails to begin the work under contract within the time specified, or fails to perform the work with sufficient workmen and equipment or with sufficient materials to insure the completion of said work within the specified time, or shall perform the work unsuitable, as determined by the Engineer, or shall neglect or refuse to remove materials or perform anew such work as shall be re- jected as defective and unsuitable, or shall discontinue the prosecu- tion of the work, or if the Contractor shall become insolvent or be de- clared bankrupt, or shall commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the work in a manner approved by the Engineer, the Engineer shall give notice in writing to the Con- tractor an his Surety of such delinquency, and said notice to specify the correction measures required. If the Contractor after a period of ten (10) days after said notice shall not proceed in accordance there- with, the Department shall , upon written certificate from the Engineer of the fact of such delinquency and the Contractor's failure to comply with said notice, have full power and authority to forfeit the right of the Contractor and at its option to call upon the Surety to complete the work in accordance with the terms of the contract, or it may take over the work, including any or all materials and equipment on the grounds as may be suitable and acceptable, and may complete the work by or on its own force account, or may enter into a new agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as, in its opinion, shall be required for the com- pletion of said contract in an acceptable manner. All costs and charges under contract, shall be deducted from any monies due or which may become due on such contract. In case the expense so incurred by the Department shall be less than the sum which would have been payable under the contract had it been completed by the Contractor, the Con- tractor shall be entitled to receive the difference subject to any claims for liens thereon which may be filed with the Department, or any prior assignment filed with it, and in case such expense should exceed the sum which would have been payable under the contract, the Contractor and the Surety shall be liable and shall pay to the Depart- ment the amount of such excess. SECTION 9. Measurement and Payment 9. 1 Measurement of Quantities. All work completed under the contract will be measured by the Engineer according to United States standard measures. 15 GP .1 No deductions will be made for fixtures in the roadway having an area of nine (9) square feet or less. All longitudinal measurements for areas for base course, surface course, pavement, and shoulder will be along the actual surface of the roadway and not horizontally. Storm sewer, sanitary sewer, water main, and underground electric con- duit shall be measured parallel to the center line of such item as constructed. For all transverse measurements for areas of base course, surface course, and pavements, the dimensions used in calculating pay areas shall be the exact dimensions shown on the plan or the dimension ordered by the Engineer in writing. 9.2' Scope of Payment. The Contractor shall receive and accept the compen- sation as herein provided, in full payment for furnishing all materials, labor, tool's and for all loss or damage arising out of the nature of the work or from action of the elements; for any unforseen difficulties or obstructions which may arise or be encountered during the prosecution of the work until its final acceptance by the Engineer; for all risks of every description connected with the prosecution of the work; also all expenses incurred by or in consequence of suspension or discon- tinuance of such prosecution of the work as herein specified, or for any infringement of patents, trademarks, or copyrights, and for completing the work in an acceptable manner according to the plans and specifications. 9.3 Increased or Decreased Quantities. Whenever the quantity of any item of work as given in the proposal shall be increased or decreased or any new item of work is authorized in writing by the Engineer the Contractor shall accept payment as follows: (a) All such work and materials as appear in the proposal as a specific item accompanied by unit prices shall be paid for at the con- tract unit price or prices for the work actually done. No allowance will be made for delays or anticipated profits. (b) All such work and materials as do not appear in the proposal or contract as specified items accompanied by unit prices and which are not included under the prices bid for other items in the contract shall be designated as extra work and payment shall be accepted as herein described for extra work. All alterations, cancellations, extensions and deductions shall be authorized in writing by the Engineer before work is started. Such authorizations shall set up items of work involved and the method of payment for each item. Claims for extra work which have not been authorized in writing by the Engineer will be rejected. 9.4 Payment for Extra Work. Extra work will be paid for as follows: (1) Either at a lump sum price or at a unit price agreed upon by the contractor and Engineer. (2) On the following force account basis: 16 GP !. (a) Labor. The Contractor will be paid for the actual amount of wages for all labor and foremen in direct charge of the specific work for each hour that said labor and foremen are actually engaged in such work, to which shall be added fifteen (15) percent of the sum thereof. A foreman shall not be used when there are less than two (2) laborers employed, except with written consent of the Engineer. (b) Bond, Insurance, and Tax. The Contractor will receive the actual cost of Contractor's bond, public liability and property damage _ insurance, workmen's Compensation insurance, occupational tax and social security tax required for force account work, to which no per- -cent shall be added. The Contractor shall furnish satisfactory evidence of the rate or rates paid for such bond, insurance and tax. (c) Materials. The Contractor will receive the actual cost for all materials , including freight shown by original receipted invoices and freight bills , which are an integral part of the finished work, to which shall be added fifteen (15) percent of the sum thereof. The Contractor will be reimbursed for any materials used in connection with the work, such as sheeting, falsework, form lumber, burlap paper or straw for curing, trench sheeting, etc. , which are not an integral part of the finished work. The amount of reimbursement shall be agreed upon in writing before such work is begun, and no percent shall be added. The salvage value of such materials shall be taken into consideration in the reimbursement agreed upon. (d) Equipment. Machinery and equipment which the Contractor has on the job for use on contract, shall be used on extra work as deemed necessary or desirable. The Contractor will be paid for all machinery and equipment used on extra work. The amount of reimbursement shall be agreed upon in writing before such work is begun. 9.5 Payment for Incidental Bills. Upon written order of the Engineer, the Contractor shall pay the bills for incidental expenses, incurred during the performance of extra work on a force account basis, and for this he will be reimbursed for the actual amount so paid out, to which shall be added five (5) percent of the sum thereof. 9.6 Payment for Items Omitted When Partially Completed. Should the Depart- ment cancel or alter any portion of the contract which results in the elimination or non-completion of any portions of the work partially com- pleted, the Contractor will be allowed a fair and equitable amount cover- ing all items of work incurred prior to the date of cancellation, altera- tion, or suspension of such work. When such elimination or non-comple- tion involves a net decrease in the amount of the contract of more than twenty-five (25) percent of the original contract price, a supplemental agreement between the Contractor and the Department will be required. 9.7 Partial Payment. At least once each month, when requested by the Con- tractor, in writing, the Engineer will make an approximate estimate, in writing, of the materials in place completed, the amount of work per- formed, and the value thereof, at the contract unit prices. From the 17 GP amount so determined there shall be deducted fifteen (15) percent to be retained until after completion of the entire work, except • that no amount less than $500.00 will be so certified unless the total amount of the contract is less than $500.00 In addition, an estimate may, at the discretion of the Department and upon presentation of receipted invoices and freight bill's be made for payment of the value of acceptable non-perishable materials delivered on the work or in acceptable storage places and not used at the time of such estimate. Ten (10) percent shall be retained from the value " of such materials until final payment. Such materials, when so paid for by the Department, shall become the property of the Department, - and in the event of default by the Contractor, the Department, may use or cause to be used such materials in the construction of the work pro- vided for i-n the contract. The amount thus paid by the Department shall be deducted from estimates due the Contractor as the material is used in the work. Partial payment for work or materials shall not be construed as an acceptance of the work or any part of it, or as a waiver of any provi- sions of the contract. 9.8 Semi-Final Payments. At the discretion of the Department and with the consent of the Surety, a semi-final estimate may be made when the prin- cipal items of work have been substantially completed. Payment to the Contractor under such an estimate shall not exceed eighty-five (85) percent of the amount retained by the Department after making partial payments, but in no event shall the amount retained by the Department be less than $500.00. 9. 9 Acceptance and Final Payment. Upon the satisfactory completion of any portion of the work one (1) mile, or more in length, and upon written approval of same by the Engineer, the Contractor shall be relieved of any requirement for further work on such portions and from all liability and responsibility, except that he shall remove any obstructions and repair any damage caused by him subsequent to such approval and prior to final acceptance of the entire section. Whenever the improvement provided for by the contract shall have been completely performed on the part of the Contractor, and all parts of the work have been approved by the Engineer and accepted by the Department, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements and computation can be made, all prior estimates upon which payments have been made being approximate only and subject to correction in the final payment. The amount of this estimate, less any partial or semi-final payments pre- viously made and less any sums that have been deducted or retained under the provisions of the contract, will be paid to the Contractor as soon as practicable after the final acceptance, provided the Contractor has furnished to the Department satisfactory evidence that all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished for the purpose of such improvements have been paid or that 18 GP The person or persons to whore the same may be due have consented to such final payment. The acceptance by the Contractor of the final payment shall constitute a release and waiver of any and all rights and privilages under the terms of the contract: further, the acceptance by the Contractor of final payment shall relieve the Department from any and all -claims or liabilities for anything done or furnished relative to the work or for any act or neglect on the part of the Department relating to or con- - nected with the work. -9.10-Prevailing Wage Rate. It shall be mandatory upon the contractor to whom the contract is awarded, and upon any subcontractor under him, that the general prevailing rate of wages in said municipality for each craft or type of workman or mechanic needed to execute the contract or perform such work, and also the general prevailing rate for legal holiday and overtime work as ascertained by the City of Elgin or by the Department of Labor, shall be paid for each craft or type of workman needed to execute the contract or to perform such work. Special Notice. Pursuant to the "Affirmative Action -- City Contracts" provisions (copy attached) , the following information is required: 1. Number of employees 2. Written committment to provide equal employment opportunity or copy of your company' s current Affirmative Action Program is attached with this bid. SECTION 10. Affirmative Action - City Contracts. A. The City shall not contract in an amount exceeding ten thousand dollars with any contractor or vendor, maintain any financial relation with any financial institution, or use the services of any labor or- ganization or member thereof, which employs fifteen or more persons, which does not first submit to the City a written commitment to provide equal employment opportunity. The written commitment required by this section shall : 1. Set out and agree to maintain specific employment or membership practices and policies sufficient to achieve equal opportunity. 2. Set out specific goals for participation by minority groups and female persons qualified by or for training or through previous work experience. This provision will not infringe upon the right of the employer to determine the need for or qualifications of employees. 3. Agree to submit to the City upon request written evidence of the effectiveness of the above required practices, policies and goals. 4. Agree to submit to the City upon request statistical data concerning employee composition or membership composition on race, color, six, and job description. 5. Agree to distribute copies of the above commitment to all persons who participate in recruitment, screening, referral and selection of job applicants , prospective job applicants or members. • 19 GP .1 6. Agree to require any subcontractor to submit to the City • a written commitment which contains the provisions required by paragraph (1) through (5) above. 7. The written commitment required by this section may also be satisfied by filing a copy of an affirmative action program of the contractor/vendor which is in effect and which has been approved by any local , state or federal agency with jurisdiction to approve such programs. B. All such contracts by and between the City of Elgin and contractors and vendors for the purchase by the City of Elgin of goods and/or services shall contain the following clauses: "The contractor/vendor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, ancestry, national origin, place of birth, age, or physical handicap which would not interfere with the efficient performance of the job in question. The contractor/vendor will take affirmative action to comply with the pro- visions of this ordinance and will require any subcontractor to submit to the City of Elgin a written commitment to comply with those provisions. The contractor/vendor will distribute copies of this commitment to all persons who participate in recruitment, screening, referral and selection of job applicants, prospective job applicants, members or prospective subcontractors." "The contractor/vendor agrees that the provisions of Chapter 3.12 of the Elgin Municipal Code, 1976 is hereby incorporated by reference, as if set out verbatim. " 20 GP S r _ , April 21 , 1988 MEMORANDUM TO: Mayor and Members of the City Council FROM: City Manager SUBJECT: Lyle Avenue Watermain Extension Railroad License Agreement PURPOSE: This memorandum will provide the Mayor and City Council with information to consider the execution of license agreements with the Chicago and Northwestern Railroad and Metra. BACKGROUND: The City Council authorized the design of the Lyle Avenue Watermain Extension at the August 12 , 1987 Committee of the Whole Meeting. The project design was completed in January, 1988 . The plans and specifications were then presented to both the Chicago and Northwestern Railroad and Metra for permission to cross under their rights-of-way. Both of those organizations have returned license agreements which will permit the construction of the Lyle Avenue watermain extension under their facilities . Copies are attached for your consideration. FINANCIAL IMPACT: The agreement with Metra is at no cost to the City. The agreement with the Chicago and Northwestern Railroad has a fee of $180. 00 per year. RECOMMENDATION: It is recommended that the City Council direct the staff to execute the license agreements with the Chicago and Northwestern Railroad for an annual fee of $180 .00 and Metra at no cost. Jame/ J. Cook, City Manager a - o Form 2036 - Page 1 Revised 1981 CHICAGO AND NORTH WESTERN TRANSPORTATION COMPANY (hereinafter called "Company") hereby li- censes the CITY OF ELGIN, ILLINOIS (hereinafter called "Licensee") to construct, maiin and use a 16 inch water main (hereinafter called "facility") upon the property and under the track of the Company at West Elgin, Illinois in the location and position, and in accordance with the specifications shown on map dated January 25, 1988 hereto attached marked ExVbit "A" and, by this reference, made a part hereof. The foregoing license is given upon such express terms and conditions as are inserted below, as well as those contained upon the subsequent printed pages, and should the Litemsee at any time violate any of said terms or conditions, or use or attempt to use said faci;T?ty for any other or different purpose than that above specified, then the Company may, at its option, immediately revoke this license. The foregoing license is subject to the following conditions: For the privileges herein permitted the Licensee shall pay to the Company, in advance, a charge of One Hundred Eighty Dollars ($180.00) per annum, or fraction thereof, begtrining March 1, 1988, subject to revision at any anniversary billing date. FIRST. The work of construction and maintenance shall be done and completed in good and workmanlike manner at the sole expense of the said Licensee. Said work shall be done in such manner as in no way to interfere with or endanger the use of the property or tracks of the Company, or the operation thereon of any engines, cars or trains. The Chief Engineer of the Company shall have the right to inspect such work from time to time and to require such changes to be made as will in his opinion decrease the hazards incident to said facility; but any such inspection or required changes or any failure to so inspect, or to require changes to be made, shall not effect any of the obligations assumed by the said Licensee hereunder. SECOND. The said Licensee shall bear the cost of all protection which the company may require for its tracks or property during construction and maintenance hereby authorized and of all repairs, changes , additions or betterments to said Company's track or property made neces- sary on account of same. If in the judgement of the Company it shall be necessary to provide support for its tracks during the work of construction or maintenance the Company will provide such support, and the entire cost thereof will be paid by the said Licensee promptly upon re- ceipt of bill therefor. Form 2036 - Page 2 Revised 1981 • THIRD. The Licensee shall pay all taxes, general and special, license fees or other charges which may become due or which may be assessed against the premises of the Company because of the construction, existence, operation or use of said facility, the Licensee, or the .business conducted in connection with said facility, and shall reimburse the Company for any such taxes, license fees or other charge which may be paid 'by the Company promptly upon the presentation by the Company of bills therefor. FOURTH. The said Licensee will give to the Chief Engineer of the Company at least ten days' notice in writing before entering upon the right of way of the Company for construction purposes, or for the purpose of making necessary repairs. The Company reserves the right to judge of the necessity of repairs to said facility, and to require the Licensee to make such repairs upon ten days' notice in writing. In such case, said Licensee may enter upon said right of way without the ten days' notice above referred to, and shall proceed forthwith to make such repairs, and upon failure to do so within ten days, the Company shall have the right to make said repairs and collect the entire cost thereof from the Licensee. . The Company reserves the right, in case in its opinion the safety of its tracks or property demands it, to make emergency repairs without notice to the Licensee and to collect the cost thereof from Licensee as herein provided. FIFTH. Licensee agrees that in the construction, maintenance, and use of the facility, it will comply with all applicable laws, including, but not limited to, any laws, standards, regulations, or permit requirements relating -to environmental pollution or contamination or to occupational health and safety; and Licensee agrees to indemnify and hold harmless the Company from any and all claims, demands, lawsuit, or liability for loss, fines, damage, injury, and death and all expenses and costs, including attorneys' fees, resulting from or arising out of the construction, maintenance, or use of the facility, including any discharge or emission therefrom or for the violation of any law, standard, regulation, or permit requirement relating to environmental pollution or contamination, or to occupational health and safety. SIXTH. It is understood by the Licensee that said facility is subject to and may increase the dangers and hazards of the operation of the railroad of the Company, and that this license is subject to all risks thereof. Therefore, and as a material consideration to the Company for entering into this license and without which the Company will not enter same, '' Licensee agrees to assume and pay for all loss or damage to property whatsoever, and injury to or death of any person, or persons whomsoever, including all costs and expenses incident thereto, however arising from or in connection with existence, construction, maintenance, repair, renewal , reconstruction, operation, use or removal of said facility, or any defect therein or failure thereof, or the failure of the Licensee or members, officers, agents or employees of the Licensee to abide by or comply with any of the terms or conditions of this license; and the Licensee forever indemnifies the Company against and agrees to save it harmless from any and all claims, demands, lawsuits or liability for any such loss, damage, injury and death, costs and expense, even though the operation of the Company's railroad may have caused or contributed thereto. Notice to or knowledge by the Company of any act or omission by the Licensee which is or might be a breach by the Licensee of any of the terms or conditions of this Agreement to be performed by the Licensee, and the acquiescense by t')e Company in or to such act or omission, shall neither be considered to relieve the Licensee of any obligation assumed by it under this paragraph nor be considered to be a waiver or release by the Company of any rights granted to it under this paragraph. SEVENTH. The Company reserves the right to use, occupy and enjoy its tracks, property and right of way, for such purpose, in such manner, and at such time as it shall desire, the same as if this instrument had not been executed by it. If any such use shall necessitate any change, repair, renewal, removal or relocation of said facility, or any part thereof, the Licensee shall perform such work at such time as the Company may approve and if the Licensee fails to do so such work may be performed by the Company at the expense of the Licensee and the said Company shall not be liable to the Licensee on account of any damage growing out of any use which the Company • may make of its tracks, property and right of way. In case any of the terms or provisions of this license have been performed or carried out prior to the actual date of execution hereof, it is understood and agreed that this license shall nevertheless be of the same force and effect as though same had been executed by the parties prior to sur.n performance. - Form 2036 - Page 3A Revised 1981 EIGHTH. The Company shall have the right at any time to revoke this license by giving thirty days' notice in writing to the Licensee and at the expiration of the time limited by said notice, or upon any other revocation of this license, the Licensee shall promptly, and in the manner directed by said Chief Engineer, remove all construction hereby authorized from the premises of the Company and leave said premises in the same condition in which they were before the installation of the same. Upon default of the Licensee so to do, the Company may remove the same and restore its premises, and the Licensee will promptly pay to the Company the cost of so doing. NINTH. The waiver of a breach of any of the terms or conditions hereof shall be limited to the act or acts constituting such breach, and shall never be construed as being a continuing or permanent waiver of any such terms or conditions, all of which shall be and remain in full force and effect as to future acts or happenings, notwithstanding any such waiver. TENTH. -- This license is personal to said Licensee and is not assignable or transferable, without the written consent of the Company being first obtained. ELEVENTH. In further consideration of the Company's giving to the Licensee the rights and privileges above specified, the Licensee, by the acceptance of this license, hereby agrees that it will not levy or assess any special tax or special assessment against Company or against or upon Company's properties for the construction or use of the improvement of which said facility is a part; and, the Licensee hereby forever indemnifies Company against and agrees to save Company harmless from any and all claims, demands, lawsuits or liability whatsoever for any such special tax or special assessment. If notwithstanding the foregoing provisions any such special tax or special assessment shall be levied or assessed upon or against said Company's properties, the Company shall have the following elections to wit: (a) Company may make such payments as may be necessary to satisfy and discharge any liens for such special tax or special assessment and in case of such payment the Licensee agrees to make repayment on demand with interest at the rate of five per cent (5%) per annum from the date of such payment so made by Company. (b) Company may file this license agreement for recording in the office of the Recorder of Deeds of the county in which said properties are located and such filing shall constitute a complete discharge and release of any lien against said Company's properties for such special tax or special assessment. (c) Company may terminate this license by filing notice of termination with such Recorder of Deeds for recording and forwarding a copy thereof through certified or registered mail , postage prepaid to Licensee whereupon all rights, privileges and interests herein granted to Licensee shall immediately cease and determine with the right of Company to make immediate re-entry and without any further obligations or any liability on the part of Company in respect to any payments, setoffs, counterclaims, recoupment, crossbills or cross demands. All rights, remedies and elections of Company shall be cumulative. TWELFTH. Licensee further agrees that there is no benefit to the Company's properties, either for railroad use or for any possible use in the future from the construction of the facility or project of which said facility is a part. Form 2036 - Page 4A Revised 1981 In Witness Whereof this instrument is executed this day of ,19 ATTEST: CHICAGO AND NORTH WESTERN TRANSPORTATION COMPANY By Assistant Secretary Vice President - Engineering Pursuant to authority granted by resolution of the of the CITY OF ELGIN, ILLINOIS, adopted The undersigned, the Licensee mentioned in the foregoing license, hereby accepts the same subject to the terms and conditions therein stated. CITY OF ELGIN, ILLINOIS Attest : By (Seal ) Mayor City Clerk c,,, .; ,,,t-, • .. , - \ •• t, - v•It ' - ' '..,••. :.:- .::. ' -' -.,. -z .-,, i'- *;!,-,-,14--.!'.',,,...al>: 'i:, •60 It 1,.-.... ..,. :IA..::, .• . . . , . , .,,, 4 ,-. •-• . .. j4,;:,,t-6P:.: „ ,,,,-,,•* 4 I-li,'4 t ' . ,•. . , •-•: . - "". ''..:z,' ' - - •. . lc._.r..,.. • . , ....r.• - ... \ ri V•'''''',(-11,.:', .4'.; ' f r •110 II . [_- t.. . 1.- ' t I." - tk.,. 1 • . . • - .1 • • 4 'i. "( , \ . c • 1 • 11 • ' I- ,..■ \ ...is * . 4•0.•/A.‘4'".. : Ot n r % z. ,....1 .......----------..,,i i . .t ............. ...."----------........"......-..-----. ii TM In. - -7.-.:---:- ':--"--- 6. ' 1 ,....Ali em.....j. n.. ..........r.:4.. IAA/ c'•""'Ia■•••• : -- g . . 0 ' l'.AY• : -- ---- I—____ ti• , -_,--- 1:-."-----:---..e-------.wi-g-r-TE-m• --7"--- ---•‘...7, * - -- -‘ - -- ... 1.1. ..,.....•••■ ,... ... . ilkl1 •I) 4/ t . . ..., 111,04.. ..... F...4 J • ' ", •t t *..• • • . .7 1,-,; o„....••• I • on 7, ti .1 .-.••••-- i • •* 1-'IIN rn, ei Ira .p. i• A .."1 P....1\ ''.**4 t s -Csoi a 23:Ile __II ft. ••■ \ t 1 3:* •it nu, -- -• f ■- . •_, in n'S ,II• 4,4 *4: Al 0. t ....!4 ..I CROSS ECTION A-A \ • , • _.....__ •• . _ _. L KING WEST • . • A ..._...r"--. SI •- LAN VIEW lin. EQUA-CS-100ft. ,... ._ NO SCALE _- _ .. • APPIOVED 1• - -.., \ , , . -7:V.Dwnen. pc'" • 2-3-8D 1.. - EXHIBIT A CONTENTS TO OE HANOLED _ __ _ rirpdsLe **Argil_,.._; CHICAGO & NORTH WESTERN fel Inch _ i 30 Inc _ • ouninE oyk•ETER __ .______ TAANSPORFARON ,.0 MATERIAL AND TPE CF pE _ . ._ _ _ __ - °...I. -1--/-4-4!4 - STEEL . _ _ ,,, ,.. E.:t",fTRYI oros.L:t SPECIF•CATIOR AND GRADE __. . __.. _ •-- 9L A 0.6 Inch LOGAN)* i WKS, ELGIN •1t9 $ WALL TIIIKZ.,--. — - - - _ --_ ___ ____ ___. _ — TO ACC2MPANY LICZNSE TO ACTUAL VCRIOIr.: ell-ZS:311W: _. . _____ _- _.. -..... - --— — TYRE'(.F JOINT. -------— _ _ _ 141!...11-- - - CITY Or eLais A MUNICIPAL CORPORATION' TAR FOP PU•14 SORE TIACK N a i! __ . __ 11.91/ti.?4,STkitc..1.09!1.,Arcfil.44.%1..... . ,•IPROTECTICIt AT ENDS Of CAS!. . H) 01... •' - ' I-'.''i '3 ' ' ti . ' abl ENOS r_.x . 0'." .3 _D.WI 6°UT- as 1•411 c•• .LRLr.: '..' • • ,.21J. 3 416, . I '11 . • PIPE 41 :CI Mt . CI PA t. 76-if ' Ci ::.Illeia--- i 1. .11.4,i, t■r.rw cp. .1• . WA ,10. DeJirsPI TRAL/41 . A ir■inin. Ic:4..:4.4111.11 • ..ill t...v P. ' . i 1 6....•mMI111010 /' . A 3 _ _-I tr.." I;AsAY DITCHES) .. —IN. 6 ^AT tWic?ParEGT ION.... NINE _ • .• 'f.AVIOT ■ ' 0ATEJAN. 25. 1056 ........."..,„.-....---_- , .. . .. .. ., 1 • „ 2 %. _ ... , . , . . . , . • . .. . . . • • \ . . . . - . • . . .. . , ' . • .... \ .• . ‘ . \ \ . ■ ikA,.. • SO II ------ - ' --SO 111 1- \ ... . l '\•. --''" - ...•-• . ., ,...---..\ ... '.. ---------1- . . . , \ , , \ ? A. \ •L.,., __------- 711. 3,n. .. ,.. 3. • f 4' o . ,, ,...., .,. .. —___. , : .A. a RT. -- --Z.:: --—-- -• —- , —__._,...,_ v -1-E-3:4 _ " .---_- •,...: PAUL ., P ST - - ______ _ ......_ _v.__ , - ----,---=----::-------' ' . r E y el.,;„. 1.` .._--_—_-4.■;--------- ,...__.,- .. . baa.-.1.•.0........;5./4.; _ .- ----7----- ‘ i' .-• •• ,.. •,...„..i.......,......• • o .:, , '_'... \ i • '?, .- .t % ,.....•1 0 * P. •.• , _....,,, ...-- - ,. ? c":4 ..r ' ■ 3. Z \ ., _ _ 200 ti ---4--1 ,';' ' t • 5 3 • IR 2 D g ^ r '-''..-r ,' 2 I ;.- 4., .4-. \ • . t 1* • EZ CROSS SECTION A-A _ 7.0 0 •0 • .1• . , 00 a ■ • - _ LOOKING WEST 00 . 1,, . _ • a 3.• i ' a° PLAN VIEW tin EQUALS 100tt , NO SCALE \ *0 \ *APPROVED . 1 ' \ . 77 L./• 2-3-88 limp VOINWIPT• • ._.. • •- ' ■ ..'Y ■ I T L... _... •. POTABLE WATER it'f'II'S ".•.i L3...: • '' '• J j:11'....AGO e< /4._•ITH VI:::S, .7.::'.4 _ 30 inch 18 Inch • T1.. : Cr . - hi.r:0 - DUCTILE IRON STEEL No I . ' - _ i.:LASS 32 ELGIN' ,.• .. C..' ' ' . • " . , , , WEST E , ILLINOIS 0 5 .n d 1 1 80 p 4.1. __PUSH WELD CITY OF ELGIN A MUNICIPAL CORPORATION TAR BORE a JACK .__. . . III on DUCTILE IRON WAT§RMAIN . ' 1 .,.. I :. '•'.:. 1, A • 1 _ i, e.a R OU T 2S •••• , AMIENTr.r.if - 30‘1114. 1C • PIPE 1 • ,... , ....livG . 2 i.I' ..I. . ' .) __.11 FT • .i min. .• _• FT. _.II ...IN -.. ..1/41126;•LJ f"..e.n......; •. • . -' . • AS NOV'• rAff JAN 23. 1984 . ' AGREEMENT NO . DATE OF CONTRACT PIPE LINE LICENSE Commuter Rail Division of the Regional Transportation Authority, hereinafter called the "Licensor" , hereby grants to City of Elgin with offices located at 150 Dpxtpr Court F.1-gun IL 60120-.5555 hereinafter termed 'the ' Licensee ( used as a neuter noun , in singular number whether representing one or more corporations , copartnerships or persons ) , a license for pipe line purposes , and no other purpose , along the course indicated in yellow on the print attached hereto , marked Exhibit "A" and by reference made a part hereof ; and That for and in consideration of payments to be made to the Licensor by the Licensee, as hereinafter set forth , and also of the covenants and agreements hereinafter mentioned to be observed , kept and performed by the Licensee , Licensor hereby grants unto the Licensee the right to install a 16 inch pipe- line , for the purpose of conveying water and thereafter to maintain , operate and renew the same during the continuance of this License , across , underneath or along the right of way and tracks ( or track , as the case may be ) of the Licensor ; This License is granted upon the following express condi - tions , terms and covenants to be observed , kept and performed by the Licensee . First : As one of the considerations for the foregoing License the Licensee agrees to pay to the Licensor the sum of S N/A as cost of preparation of this agreement , payable in advance . As rent , Licensee shall pay Licensor annually, in advance , the sum of N/A Dollars ( S N/A ) ( hereinafter called "Base Rent " ) . Payment must be made promptly as stated in the rental billing referred to in Paragraph First hereof . The Base Rent shall be subject to annual adjustment in manner and on the terms set forth in Paragraph First hereof . Licensee shall pay to Licensor , simultaneously with its execution hereof , the Rent due for the first year of the Term hereby created . At the beginning of each calendar year , following the ef- fective date of this License the Base Rent as defined above , to be paid by Licensee to Licensor pursuant to Paragraph First , shall be increased or decreased by the percentage change in the consumer price index calculated and determined in the manner set forth herein . Any increase or decrease shall be in relation to an index of N/A for the Base Month of N/A , 19N/A As used in this clause , the following terms shall have the following respective meanings : ( 1 ) "Bureau of Labor Statistics" shall mean the Bureau of Labor Statistics of the United States Department of Labor , Washington , 0 . C . ; (2 ) " Index" shall mean the "All Items" group of the U . S . City Average Consumer Price Index for Urban Wage Earners , for the City of Chicago , ( 1967=100 ) issued by the Bureau of Labor Statistics ; ( 3 ) "Base Month" shall mean the calendar month and year hereinbefore shown ; and (4 ) "Comparison Month " shall mean each calendar month of N/A occurring after said Base Month during the Term of this License and during any holding over by Licensor . The amount of Base Rent stipulated in Paragraph First of this License shall hereafter be increased or decreased ( but shall not in any event be less than the amount so stipulated as Base Rent in this Paragraph First ) by the same percentage of increase or decrease , as the case may be , in the Index for each Comparison Month over or under the Index for the Base Month . Licensor shall render Licensee rent bills showing the in- creased or decreased amount of rent to be paid by Licensee after each particular Comparison Month has occurred , however : ( 1 ) the provisions herein shall not be invalidated or waived , or deemed to be invalidated or waived , by reason of delay either in render- ing any rent bill or in the final determination or any dispute with respect thereto ; and (2 ) the failure of Licensor to render a rent bill based upon any Comparison Month shall be without prejudice to the right of Licensor to render a rent bill based upon any subsequent Comparison Month . If the Bureau of Labor Statistics shall substitute a new Base for 1967= 100 Base hereinbefore stipulated as the Index Base , Licensor and Licensee agree that such substituted Base , adjusted and equated to 1967=100 Base in the manner recommended by said Bureau of Labor Statistics , shall then become and be the Index for all purposes herein . In the event the Index shall cease to be published , then for purposes herein , there shall be substi - tuted for the Index such other Index as Licensor and Licensee shall agree upon , and if they shall be unable to agree within sixty ( 60 ) days after the Index ceases to be published , such matter shall be determined by arbitration in accordance with the Rules of the American Arbitration Association , and the decision of the arbitrators shall be enforceable in a court having juris- diction thereover . -2- Second: Said pipe line shall be constructed of Ductile iron where it passes underneath the tracks of the Licensor , and across the Licensor ' s right of way, and it shall be not more than 16 inches in diameter , inside measurement . Said pipe line shall be encased in a 30" steel pipe ynder the Licensor ' s tracks and for a distance of entire width of fkk,t/.kkli right of SA ilk//0/hilt/Air/WV,//$///fig/040 'kp//0 1//r./1103t///rY9'YVV/iP4efedtP Said way . pipe shall be laid at a uniform grade entirely across the right of way of the Licensor , and the top of the pipe line shall be not less than 5 . 5 feet below the base of rail of any tracks , nor at any point at a sufficiently shallow depth to be affected by frost . Third : The installation of said pipeline , including the dig- ging and filling of any trench and the time and manner of doing all of the work or of any repairs or renewals upon the Licensor ' s right of way, shall be as indicated by its Contract Director , or his authorized representative . All of said work shall be done in a good and workmanlike manner , and in accordance with plans , specifications , and profiles to be prepared by the Licensee and submitted for approval to the Licensor ' s Contract Director or his authorized representative , and until such approval is first had said work upon the Licensor ' s premises shall not be begun by the Licensee . The term " authorized representative" in part shall mean for purpose of this License the Soo Line Railroad Company, herein- after referred to as "Soo . " Soo performs the maintenance obliga- tions for the Licensor on the premises owned by the Licensor under this agreement . Fourth : The Licensor shall permit Licensee reasonable right of entry for the purpose of replacing , repairing , maintaining and operating said pipeline . Fifth : The Licensor , shall have the right to retain the existing tracks and other improvements at the location of this pipeline , and also shall have the right at any and all times in the future to construct , maintain and operate over , under , across or parallel to said pipe line such additional track or tracks as it may from time to time elect . Nothing shall be done or suffered to be done by the Licensee that will in any manner impair the usefulness or safety of the tracks and other improve- ments of the Licensor , or of such track or tracks and other improvements as it may in the future construct over , under , across , or parallel to said pipe line . The Licensor reserves the exclusive right to grant future easements under , over , across or parallel with the said pipe line . Sixth : The Licensee agrees that it will bear and pay the entire cost of constructing , maintaining , repairing , replacing and operating said pipe line . -3- If deemed necessary by the Licensor and/or Soo , a flagman will be provided by Soo , the cost of such services to be paid by the Licensee . Licensee shall contact L . J . Thorson , Public Contact Engineer , Soo Line Railroad Company, Telephone ( 612 ) 347-8274 , three (3 ) working days in advance of initial entry upon the Licensor ' s premises and/or for flagmen requirements . Seventh : The Licensee agrees that it will , immediately upon receipt of a statement showing the amount thereof, pay all cost of any and all work performed upon the right of way and tracks of the Licensor which shall be made necessary by the construction , repair , renewal or presence thereon of said pipe line . Eighth : The Licensee agrees that it will give ample notice in writing to the Licensor and Soo of the time when it , the Licensee , will commence any construction , replacement , repair , maintenance or operation of said pipeline in order that the Licensor and/or Soo may, if it so desires , have their representa- tive present for the purpose of directing said work so that the same may be done in a manner satisfactory to the Licensor and/or Soo . Ninth : The Licensee agrees that before and during the con- struction , replacement , repair , maintenance or operation of said pipeline , or at any other time , the Licensor shall have the right to provide such safe and temporary structures as it may deem necessary for safely caring for and preserving its tracks , build- ings or other improvements and the Licensee agrees to pay to the Licensor the entire cost of putting in or removing such temporary structures , and of restoring the property of the Licensor as near as may be to the same condition in which it was before the com- mencement of said work . Tenth : The Licensee agrees that if , at any time , the Licensor shall change the location or grade of its track or tracks , or shall desire to use its right of way at said point of crossing or at any point along a parallel course with the pipe- line for any purpose whatever , Licensee , at its own expense , shall make all changes required by Licensor . If the Licensee shall fail , neglect or refuse to make such change for a period of thirty ( 30 ) days after the receipt of written notice from the Licensor , then the Licensor may make such change at the expense of the Licensee . Eleventh : Licensee shall at all times construct , replace , repair , maintain and operate said pipeline in a secure , safe and sanitary condition and in accordance with all applicable laws , ordinances , rules and regulations . If the manner of construct- ing, replacing , repairing , maintaining and operating said pipe- lines shall at any time be in violation of any applicable law, rule , regulation or ordinance , then Licensee shall at no cost or -4- expense to Licensor , upon receipt of appropriate notice from a governmental agency having enforcement jurisdiction in the properties , make such changes or repairs as shall be necessary. Failure or refusal of Licensee to make the required changes or repairs within the time prescribed by said agency shall terminate this License , provided that it shall not terminate as long as Licensee , in good faith and by pursuit of appropriate legal or equitable remedies , enjoins , defends against , appeals from or pursues other lawful measures to avoid the enforcement of said laws , ordinances , rules or regulations . Twelfth : Licensee hereby assumes and agrees to RELEASE , ACQUIT , WAIVE ANY RIGHTS AGAINST AND FOREVER DISCHARGE the Licensor , the Regional Transportation Authority, and Soo , their directors , administrators , officers , employees , agents , succes- sors , assigns and all other persons , firms and corporations , from and against any and all claims , demands or liabilities imposed upon them by law or otherwise of every kind , nature and character on account of personal injuries , including death at any time resulting therefrom, and on account of damage to or destruction of property, arising from any accident or incident which may occur to or be incurred by the Licensee its employees , officers , agents and all other persons acting on its behalf while on Licensor ' s property. Thirteenth : Licensee agrees to indemnify and hold harmless the Licensor , the Regional Transportation Authority and Soo , their directors , officers , agents and employees , from and against any and all liabilities , losses , damages , costs , payments and expenses of every kind and nature ( including attorneys ' fees and disbursements ) as a result of claims , demands , actions , suits , proceedings , judgments or settlements , arising out of or in any way relating to or occurring in connection with the use or condi - tions of the premises used pursuant to this License . The Licensor agrees to notify the Licensee in writing within a rea- sonable time of any claim of which it becomes aware which may fall within this indemnity provision . The Licensee further agrees to defend the Licensor , the Regional Transportation Authority, Soo and their directors , officers , agents and employees against any claims , suits , actions or proceedings filed against any of them with respect to the subject matter of this indemnity provision , whether such claims , suits , actions or proceedings , are rightfully or wrongfully made or filed ; provided , however , that the Licensor , the Regional Transportation Authority, and Soo may elect to participate in the defense thereof at their own expense or may at their own expense employ attorneys of their own selection to appear and defend the same on behalf of the Licensor , the Regional Transportation Authority, Soo and their directors , officers , agents or employees . The Licensee shall not enter into any compromise , or settlement of any such claims , suits , actions or proceedings without the • -5- consent of the Licensor , the Regional Transportation Authority, and Soo , which consent shall not be unreasonably withheld . Notwithstanding anything in this License to the contrary, the indemnities contained in this paragraph shall survive termination of this License . Fourteenth : Prior to commencement of any work to be per- formed under the terms of this License , Licensee shall require its contractor ( s ) and/or subcontractor( s ) to purchase the follow- ing insurance coverage . The total cost of the premium for such insurance shall be at the expense of the Licensee, its con- tractor ( s ) and/or subcontractor ( s ) : 1 . Contractor ' s Public Liability Insurance : The Contractor shall furnish evidence that , with respect to the operations it performs , it carries regular Contractor ' s Public Liability Insurance providing for a limit of not less than $2 ,000 ,000 single limit , bodily injury and/or property damage combined , for damages arising out of bodily injuries to or death to or destruction of property, including the loss of use thereof , in any one occurrence . 2 . Contractor ' s Protective Public Liability Insurance : The Contractor shall furnish evidence that , with respect to the operations performed by subcon- tractors , it carries in its own behalf regular Contractor ' s Protective Public Liability Insurance providing for a limit of not less than $2 ,000 ,000 , single limit , bodily injury and/or property damage combined , for damages arising out of bodily injuries to or death of all persons in any one occurrence and for damage to or destruction of property, including the loss of use thereof , in any one occurrence . 3 . Railroad ' s Protective Liability Insurance : In addition to the above , the Contractor shall furnish evidence , with respect to the operations it or any of its subcontractors perform , that it has provided Railroad Protective Public Liability Insur- ance (AAR-AASNTO form) , in the name of the Licensor , the Regional Transportation Authority, and the Soo , providing for a limit of not less than $2 , 000 ,000 single limit , bodily injury and/or property damage combined , for damages arising out of bodily injuries to or death of all persons in any one occurrence and for damage to or destruction of property, including the loss of use thereof , in any one occurrence . Such insurance shall be furnished with an aggregate of not less than $6 ,000,000, for all damages as a result of more than one occurrence . -6- Soo requires an amendment under Coverage C for Rail - road Protective Liability. Amendment GL 00 30 03 83 is attached hereto and made a part of this License . The insurance hereinbefore specified shall be carried until all work required to be performed under the terms of this License is satisfactorily completed and formally accepted . Failure to carry or keep such insurance in force until all work is satisfactorily completed shall constitute a violation of the License . The Contractor shall furnish to the Licensor signed copies of the policy for Contractor ' s Public Liability Insurance and original of the AAR- AASHTO policy for Railroad ' s Protective Public Liability Insurance . If any work is subcontracted , the contractor shall furnish a signed copy of the policy for Contractor ' s Protective Liability Insur- ance . Fifteenth : This License may be terminated by either party • giving to the other thirty ( 30 ) days ' written notice of its intention so to do . In case of termination the Licensee shall remove from the right of way of the Licensor said pipe line and shall restore said right of way, to its condition prior to the construction and installation of said pipe line; or upon failure , neglect or refusal of the Licensee so to do , the Licensor may make such removal and restoration , and the total cost hereof shall be paid by the Licensee immediately upon receipt of a statement ; or , if the Licensor shall so elect , it may treat the said pipe line as abandoned by the Licensee , and may make such disposition thereof as it may see fit . Sixteenth : This License and all of the terms , conditions , rights and obligations herein contained shall inure to and be binding upon the Licensor , its successors , lessees, and assigns , and upon the Licensee , and the successors , assigns , lessees , heirs , executors , administrators , legal and personal representa- tives of Licensee whether hereinbefore so stated or not ; but it is distinctly agreed that the Licensee shall not assign its rights under this License without the written consent of the Licensor first had and obtained . Seventeenth : The unenforceability or illegality of any clause or section of this Pipe Line License shall not affect the enforceability or legality of the remaining clauses and sections . -7- IN WITNESS WHEREOF, the parties hereto have duly executed this License as of the day of • COMMUTER RAIL DIVISION OF THE ATTEST : REGIONAL TRANSPORTATION AUTHORITY , BY : Maureen McClelland James E . Cole Assistant Secretary Executive Director ATTEST : City of Elgin LICENSEE BY : • PipeLineLic (MilwDstrct ) /KJH : pk/2-9-88/053 -8- AMENDMENT GL 00 30 03 83 It is agreed that insuring Agreement 1 "Coverage C - Physical Damage to Property" is amended to read : To pay for direct and accidental loss of damage to Railroad tracks , roadbeds , catenary , signals , bridges , buildings , rolling stock and their contents , mechanical construction equipment , or motive power equipment , hereinafter called loss , arising out of acts or omissions at the designated job site which are related to or are in connection with work described in Item of the declarations ; provided such property is owned by the name insured or is leased or entrusted to the name insured under a lease or trust agreement . -9 - \ . I 1 \ .. — --- BIG TInnBER ROAD /36. CHICAGO t NORTHWESTERN h COMMUTER STATIaNI / t---1 t PARKING AREA __ ! / .I{. / T" SO' I SJ' �$ , R.o W OCCUPANCY: -J ,lo/ / 16•DUCTILE ItioN C _ 0 / / K4 TER MAIN A r0 8 = 100.55 r.0 A 1• Z 3 MN.M R(MggA / 0; TO e,o b ) / / vl� I , ti"EI RA 4° / ,• ,6" U.9LVE I VAULT I W L yE , N W MPoN --- y — T.1 6' S'n',N•MUM _ /� m ,,,; ° /.— h _L� _ E.fl y�IN -- r0' wN r I I ( r. — Z;J C-. - do•,,vG A.N+ ME TRA / -_`_ i 2 • 0',y„N - - ---:-_��� 50 I Q STFEL CRS/NG(ram mu.s �OIVT Mt. y - ---- = - _- + �-- W .500-T M ),NOh-IYSULATEO NOT CA'HOUIC"«t F As J RA/(RYA' ROW _i ?Y'/ir'v� I°p. �s_ " " C S.+OTEAHo dt) W f&OMRT4 cotluaO I —6• O W O Q4./4.WWI 84e ti Cr,,1 , ' SO sr' I. ,... �,Irw.. n• __ �S y h .•• .....� » _ •n••n . •e•.r••1•••••••or IR CHICgC p � v_ .!. n e..1-. ....Iw•m..r.., ..., RTH __ e r•Ilrr..»•EIITV SO 1..1 er _ _ r / ��—4 t % .. M..IN,IV. »1,....,,.. .• IL_ 30..--'�t 1 ....1..,1....1.. r AT IMP 33.ez (V S. 2100-50), 30 FT SOUTHEAST OF THE PROPOSED I, CtvTERL E OF LYLE IW NUE ECENOED (MEASURED ALONG THE 16 y4wE I y ALT CENTERLI NE OF THE EASTBOUND M.11N)! A 'r 1.U. STEEL CASING „ 1,' r WAu .506. THCA) W.LL BE /NJTALL'D APPROX AATEELY 766 FT. Cv �, ' HL'_CN THE BASE Or RAIL OF THE WESTBOUND MAIN �R THE PU4- PZAN VIEW ,7 w PO SL OF i )HRYING A 16•' 10 DUCTILE 140• ' WATER A'AI.V WITH AN /� c" out-LE I?oN U''LRATi:'.G PRESSURE OF 70 PSI IDESIG"‘ED Fli/? 3C)U P-S/.)• SCALE: 1-.50, / 2 .VATEA M•N TIi, f•C,L,Tr Y.ILL at O:'.NcD :IN) AV/NTalIED By THE CITY OF ELGIN. July 20 , 1988 MEMORANDUM TO: Mayor and Members of the City.Council FROM: City Manager SUBJECT: Lyle Avenue Water Main Extension PURPOSE: This memorandum will provide the Mayor and Council with information to consider the award of a contract for the subject project. BACKGROUND: In order to provide adequate water supply and sufficient pressures for fire protection, we had identified a need for a sixteen (16) inch water main from the intersection of Royal Boulevard and Lyle Avenue north to Big Timber Road. The City Council at their August 12 , 1987 meeting authorized an engineering contract for the design of this water main. The project to install the water main extension went out for bids and the proposals were opened on July 6 , 1988 . There were seven bidders for this work. Six of the bidders submitted proper bid proposals and one bidder failed to provide a bid security with the submitted proposal. When this occurs, a bid is automatically rejected because it does not meet the bidding requirements. The low bidder was Gerardi Sewer and Water Co. of Norridge, Illinois. Gerardi Sewer and Water Co. has never worked for the City of Elgin. So references were requested and checked. Six Chicago area municipalities which Gerardi has previously worked for were contacted. Two of the municipalities contacted were not on their list of references . Each community had water mains installed by Gerardi . The overall consensus was that the contractor performs good underground utility work when there is constant project supervision by an experienced inspector. If there is no inspector present, the quality of the job goes down. Also, the contractor does not provide a good job when performing the restoration of the site when the underground work is com- pleted. One municipality had to have their own Public Works Department complete the restoration work after the water main was installed. When there was extra work required to complete the contract, an inspector had to be on the job to make a detailed record of each item used in the extra work. The next low bidder was Gluth Bros. Construction, Inc. of Woodstock, Illinois. Gluth Bros. has satisfactorily completed many projects for the City of Elgin in the past and are current- ly working in the project area with the installation of under- ground utilities in the Valley Creek Subdivision. a Mayor and Members of the City Council July 20 , 1988 Page 2 FINANCIAL IMPACT: There is $120 ,000 .00 in funds allocated for this project in the budget under the Water Operating Fund (Appropriation #400-990-9904) . The remainder of the funds required to complete this project are available from the Water Department' s Contingency Fund. A bid tabulation sheet is attached for your consideration. CONCLUSION: The information provided to the City of Elgin during the reference check of Gerardi Sewer and Water indicated that constant project supervision would be required. This means we would need to have an inspector at the job site at all times to be sure that the work was performed in a satisfactory manner and in accordance with the plans and specifications. Because of our heavy work load, we had not intended to do this . The difference in the cost of the work between the low bidder (Gerardi) and the second low bidder (Gluth) is only $2,238 .00 . The monthly salary of an inspector is greater than this. It is recommended that the City Council reject the low bid and award the contract to Gluth Brothers Construction, Inc. for $179 , 208 .50 . James . 'ook, City Manager Attachment CITY OF ELGIN ENGINEER'S 81011 BID12 BID13 TABULATION OF BIDS ESTIMATE OF COST NAME GERAF)I NAME GLUTH BROS. NAME ECONOMY E(C. ADDRESS 4520 N. C'8,:iGE ADDRESS 1151 LAKE AVE. ADDRESS 1567 SEINE RD CITY OF ELGIN NORRIDGE, IL WOODSTOCK, IL FREEPO,T, IL k.ANE COUNTY, ILLINOIS 60656 6)099 61032 LYLE AVENUE WATERMAIN EXTENSI3N CITY COST CENTER 3022 PHONE (312) 453-4715 PHONE (915) 338-1662 PHONE JULY 6, 1983 11:00 A.M. BID AS READ $176,970.50 BID AS READ $179,209.50 BID AS READ $189,284.0;0 TOTAL EST. $197,615.00 AS CORRECTED$176,970.50 AS CORRECTED$17'7,209.50 AS CORRECTED$189,(:',=.00 ITEM UNIT !QUANTITY UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL DUCTILE IRON WATERMAIN, 16" L.F. 3170 $32.00 1101,440.00 $28.00 $88,760.00 $36.00 3114,120.00 $34.00 $107,73'.00 DUCTILE IRON ATERMA1N, 8' L.F. 40 124.00 $950.00 326.00 $1,040.00 320.00 $900.00 $25.00 $1,00.00 DUCTILE IRON WATERMAIN, 6' L.F. 22 120.0) $44').00 324.00 $528.00 $18.00 3395.00 $22.00 $424.00 FIRE HYDRANT WITH AUXILIARY )AL'iE EA. 2 $1,200.00 12,400.00 11,375.00 $2,750.00 $1,400.00 $2,800.00 $1,400.00 $2,800.00 VALVE VAULT, 5' EA. 6 31,200.0') 37,200.00 $1,400.00 $8,400.00 11,000.00 $6,000.00 $900.00 $5,4:0.x)0 VALVE VAULT, 4' EA. 3 $1,C')0.00 13,000.00 $875.00 $2,525.01 $8)0,00 $2,'0.0.0-0 $200.00 $2,4:0.00 VALVE, 16* EA. 5 $1,60'.'.' ) 13,4 0) $3,325.00 116,625.00 $2,000.00 $10,000.00 12,090.00 $10,, 11.'0) VALVE, 12 EA. 1 51,100,(,1 $1,1 0.00 1840.00 $840.00 59)0.i0 53000.00 $1,000.00 $1,0-(;:x.00 V4LVE, E' EA. 2 $1,00;0,00 $2,000.00 $420.00 $840.00 $700.00 $1,000.00 $900.00 $1,80).000 VALVE, 6' EA. 1 1800.00 $800.00 1300.00 $300.00 1300.10 1300.00 $600.00 $600.00 STEEL CASING PIPE (1,2' THICKNESS) L.F. 210 $190.00 $39,900.00 $200.00 $42,000.00 $150.00 531,500.00 $215.00 $45,15,).0) JACKED AND AUSERED CAST IRON FITT:N55 LBS. 8300 $1.50 112,450.00 $1.00 18,300.00 $1.00 53,500.00 $1.00 $8,3)0.00 POLYETHYLENE ENC)SENENT lDISCRETIONARY) L.F. 3170 $2.50 $7,925.00 31.25 $3,962.50 $0.25 3792.50 $1.00 $3,170.00 81014 BIDI5 BID16 NAME B&H PLUMBING ►, NAME ILLINOIS HYDRAULIC NAME MOSELE & ASSOC., INC ADDRESS HEATING ADDRESS P.O. BOX 545 ADDRESS 551 EDENS LANE 180-198 LAKE MARIAN ELGIN, IL NCRTHFIELD, IL CAFPENTERSVILLE, IL 60121 60093 60110 PHONE PHONE PHONE BID AS READ $206,645.50 BID AS READ $212,447.00 BID AS READ $313,307.00 AS CORRECTED$206,645.50 AS CORRECTED$232,447.0 AS CCRRECTED$313,307.00 UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL $39.00 $123,530.00 $43.00 $135,310.00 $56.00 $209,220,00 $26.00 $1,040.00 $38.00 $1,520.00 $41.0) $1,640.00 $24.00 $528.00 $36.00 $792.00 136.00 1772.0) $1,500.00 $3,000.00 11,480.000 $2.960.00 $1,500.00 $3,000.00 $1,500.00 $9,000.00 $1,350.00 13,100.00 $1,500.00 $9,000.00 $1,200.00 $3,600.00 $1,110.00 $3,330.00 $1,450.00 $4,3500,00 $2,100.00 $10,500.00 $1,340.00 $9,200.00 13,50.00 117,500.00 $750.00 $750.00 $900.00 $900.00 $1,000.00 $1,000.00 $450,00 $900.00 $500.00 $1,000.00 370(J,00 $1,400.00 $325.00 $325.00 $340.00 $340.00 $500.0) 3500.00 $t76.00 $26,950.00 $230.00 $48,300.00 4190,01 139,900.00 $1.50 $12,450.00 $1.80 $14,940.00 $2,50 320,750.00 $1.25 $3,962.50 $1.50 $4,755.00 $1.50 14,755.0