Loading...
91-1218 HLR , Inc RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH HAMPTON, LENZINI AND RENWICK, INC. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that George VanDeVoorde, Mayor, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Hampton, Lenzini and Renwick, Inc . for the Northwest Area Water Transmission Line--Phase II, a copy of which is attached hereto and made a part hereof by reference. s/ Robert Gilliam Robert Gilliam, Mayor Pro Tem Presented: December 18, 1991 Adopted: December 18, 1991 Vote: Yeas 6 Nays 0 Recorded: Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk , � CONSTRUCTION ENGINEERING SERVICES AGREEMENT LOCAL AGENCY CONSULTANT Municipality: Elgin Name: Hampton, Lenzini and Renwick, Inc. County: Kane Address: 380 Shepard Drive Project: Northwest Area Water City: Elgin Transmission Line - Phase II State: Illinois Zip Code: 60123-7010 **************************ak***K:********K:****************:k***k******:k*:k********K:*********** THIS AGREEMENT is made and entered into this /9,114. day of k-Q-C12.4,71.0-'L„, 1991 between the above Local Agency (LA) and Consultant (ENGINEER) and covers certain professional engineering services in connection with the construction of the above PROJECT. General Funds will be used entirely or in part to finance engineering services as described under AGREEMENT PROVISIONS. WHEREVER IN THIS AGREEMENT the following terms are used, they shall be interpreted to mean: RESIDENT ENGINEERLA employee directly responsible for construction of the PROJECT. CONTRACTOR Company or companies to which the construction contract was awarded. STATE Illinois Department of Transportation PROJECT DESCRIPTION Name Northwest Area Water Transmission Line - Phase II Length 3,964 feet Termini: Randall Road to a point 1 ,400 feet east of Lyle Avenue Description: Installation of a 24-inch water transmission main in Big Timber Road from Randall Road to a point 1 ,400 feet east of Lyle Avenue (proposed location of Todd Farm Drive - West) . AGREEMENT PROVISIONS THE ENGINEER AGREES, 1 . To perform or be responsible for the performance of the following engineering services for the LA in connection with the proposed improvement hereinbefore described, and checked below: 1 • a. (X) Proportioning and testing of concrete mixtures in accordance with the "Manual of Instructions for Concrete Proportioning and Testing" issued by the Bureau of Materials and Physical Research of the STATE and promptly submit reports on forms prepared by said Bureau. b. (X) Proportioning and testing of bituminous mixtures (including extraction test) in accordance with the "Manual of Instructions for Bituminous Proportioning and Testing" issued by the Bureau of Materials and Physical Research of the STATE, and promptly submit reports on forms prepared by said Bureau. c. (X) All compaction tests as required by the specifications and report promptly the same on forms prepared by the Bureau of Materials and Physical Research of the STATE. d. (X) Quality and sieve analyses on local aggregates to see that they comply with the specifications contained in the contract. e. (X) Inspection of all materials when inspection is not provided at the sources by the Bureau of Materials and Physical Research of the STATE, and submit inspection reports to the LA. f. (X) Inspect, document and inform the RESIDENT ENGINEER of the adequacy of the establishment and maintenance of the traffic control. g. (X) Geometric control including all construction staking and construction layouts. h. (X) Quality control for the construction work in progress and the enforcement of the contract provisions in accordance with the contract specifications. i. (X) Measurement and computation of pay items. j. (X) Maintain a daily record of the CONTRACTOR'S activities throughout construction including sufficient information to permit verification of the nature and cost of changes in plans and authorized extra work. k. (X) Preparation and submission to the LA in the required form and number of copies, all partial and final payment estimates, change orders, records, documentation and reports required by the LA. l. (X) Revision of contract drawings to reflect installed conditions. 2. Engineering services shall include all equipment, instruments, supplies, transportation and personnel required to perform the duties of the ENGINEER in connection with the AGREEMENT. 3. To furnish the services as required herein within 72 hours of notification by the RESIDENT ENGINEER or authorized representative. 4. To attend conferences and visit the site of the work at any reasonable time when requested to do so by the LA. 5. That none of the services to be furnished by the ENGINEER shall be sublet, assigned or transferred to any other party or parties without the written consent of the LA. The consent to sublet, assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall not be construed to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT. 2 6. That payment by the LA shall be as hereinafter provided. The ENGINEER shall submit invoices based on his progress reports to the RESIDENT ENGINEER not more often than once per month for partial payment on account for his work completed to date. 7. That the ENGINEER is qualified technically and is entirely conversant with the design standards and policies applicable to improvements of the PROJECT and that he has sufficient properly trained, organized and experienced personnel to perform the services enumerated herein. 8. That the ENGINEER shall be responsible for the accuracy of the ENGINEER'S work and correction of any errors, omission or ambiguities due to the ENGINEER'S negligence which may occur either during prosecution or after acceptance by the LA. He shall give immediate attention to any remedial changes so there will be minimal delay to the CONTRACTOR and prepare such data as necessary to effectuate corrections, in consultation with and without further compensation from the LA. THE LA AGREES, 1 . To furnish a RESIDENT ENGINEER to be in responsible charge of general supervision of the construction. 2. To furnish the necessary plans and specifications. 3. To notify the ENGINEER at least 72 hours in advance of the need for personnel or services. 4. That for the performance by the ENGINEER of the services set forth above, the LA shall pay the ENGINEER as follows: a. For services provided by the ENGINEER'S staff, the ENGINEER will be compensated at the following hourly rates which will be considered payment in full to the ENGINEER for actual employee time utilized to provide the required services, said rates include overhead and burden costs plus profit. Any overtime required will be charged at 1-1/2 times the listed rates. Other out-of-pocket expenses will be reimbursed at the ENGINEER'S actual cost. Grade Classification (9101 ) of Employee Hourly Rate Senior Engineer $70.70 Engineer 5 64.95 Engineer 4 55.45 Engineer 3 50.00 Engineer 2 47.60 Engineer 1 43.40 Engineer in Training 39.05 Technician 5 48.15 Technician 4 44.80 Technician 3 36.40 Technician 2 32.90 Technician 1 30.10 Technician - Temporary 23.95 Clerical 35.45 Clerical - Temporary 24.65 Accountant 30.55 3 • These rates are in effect through June 30, 1992. In the event services are required after that date, the ENGINEER will submit revised rates to be utilized through June 30, 1993. b. For quality control and material inspection services provided by a subconsultant, the ENGINEER will be compensated at the cost of such services plus 5%. The cost of the services to be verified by furnishing the LA copies of the invoices from the subconsultant. If the LA elects to retain the subconsultant and pay for his services directly, the 5% charge by the ENGINEER will not apply. c. The total amount payable to the ENGINEER shall not exceed the following unless there is a change in the scope, complexity or character of the work, or there is an overrun in the time necessary for the ENGINEER to complete the work due to causes beyond his control. (1 ) For services provided by the ENGINEER'S staff: $29,700.00 (2) For quality control and material inspection services provided by a subconsultant: As required. If circumstances require adjustments to the total compensation to the ENGINEER, the adjustments shall be determined through negotiation between the parties of this AGREEMENT. 5. Payment for Engineering Services. The LA, for and in consideration of the performance of the engineering services enumerated herein, agrees to pay to the ENGINEER for performing such services the fees hereinbefore established in the following manner: a. For the first 50% of completed work, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER in an amount equal to 90% of the value of the partially completed work minus all previous partial payments made to the ENGINEER. b. After 50% of the work is completed, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments covering work performed shall be due and payable to the ENGINEER in an amount equal to 95% of the value of the partially completed work minus all previous partial payments made to the ENGINEER. c. Final Payment. Upon approval by the LA, but not later than 60 days after the work is completed and all final measurements and reports have been made and accepted by the LA, a sum of money equal to the fee as determined by this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER under Section 5a and 5b of this AGREEMENT shall be due and payable to the ENGINEER. IT IS MUTUALLY AGREED, 1 . That the ENGINEER and his subconsultants will maintain all books, documents, papers, accounting records and other evidence pertaining to cost incurred and to make such materials available at their respective offices at all reasonable times during the AGREEMENT period and for three years from the date of final payment under this AGREEMENT, for inspection by the LA. 2. That all services are to be furnished as required by construction progress and as determined by the RESIDENT ENGINEER. The ENGINEER shall complete all services 4 specified herein within a time considered reasonable to the LA, after the CONTRACTOR has completed the construction contract. 3. That all field notes, test records and reports shall be turned over to and become the property of the LA. 4. That this AGREEMENT may be terminated by the LA upon written notice to the ENGINEER at his last known post office address, with the understanding that should the AGREEMENT be terminated by the LA, the ENGINEER shall be paid for any services completed and any services partially completed. ALL field notes, test records and reports completed or partially completed at the time of termination shall become the property of, and be delivered to, the LA. 5. That the ENGINEER agrees to hold harmless and indemnify the City of Elgin against any causes of action, Liability, suits, adverse rights, claims for damages or other liability due to the ENGINEER'S negligence, faulty design or workmanship. 6. That in the event the engineering and construction review services to be furnished and performed by the ENGINEER shall, in the opinion of the LA be incompetent or inadequate, the LA shall have the right to supplement the engineering and inspection force or to replace the ENGINEER. 7. That the ENGINEER has not been retained or compensated to provide design and construction review services relating to the CONTRACTOR'S safety precautions, or to means, methods, techniques or procedures the CONTRACTOR elects to use to complete his work. Omitted services include, but are not Limited to, shoring, scaffolding, underpinning, temporary retainment or excavations and any erection methods and temporary bracing. 5 • • SUCCESSORS AND ASSIGNS That the LA and the ENGINEER bind themselves, their successors, executors, administrators and assigns to the other party of this AGREEMENT, and to the successors, executors, administrators and assigns of such other party in respect to all covenants of this AGREEMENT. Executed by the LA: The City of Elgin of the State of Illinois, acting by and through its City Council. ATTEST: /d/ /4 � .- City Clerk C/ Mayor (SEAL) / ***************************************************************************************** Executed by the ENGINEER: Hampton, Lenzini and Renwick, Inc. , 380 Shepard Drive, Elgin, Illinois 60123-7010. ATTEST: AO By By - C ' Secretary Pr: dent (SEAL) 6 HAMPTON, LENZINI AND RENWICK, INC. SPECIAL PROVISION FOR EMPLOYMENT PRACTICES In addition to all other labor requirements set forth in this proposal and in the "Standard Specifications for Road and Bridge Construction" adopted by the Illinois Department of Transportation, during the performance of this contract, Hampton, Lenzini and Renwick, Inc. , its assignees and successors in interest (hereinafter referred to as the "Engineer") agrees as follows: I. SELECTION OF LABOR The Engineer shall comply with all Illinois statutes pertaining to the selection of Labor. II. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this contract, the Engineer agrees as follows: A. That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, ancestry, age, marital status, physical or mental handicap or unfavorable discharge from military service, and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underutilization. B. That, if it hires additional employees in order to perform this contract or any portion hereof, it will determine the availability of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized. C. That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, national origin, ancestry, age, marital status, physical or mental handicap or unfavorable discharge from military service. D. That it will send to each Labor organization or representative of workers with which it has or is bound by a collective bargaining or other agreement or understanding, a notice advising such Labor organization or representative of the Engineer's obligations under the Illinois Human Rights Act and the Department's Rules and Regulations. If any such Labor organization or representative fails or refuses to cooperate with the Engineer in its efforts to comply with such Act and Rules and Regulations, the Engineer will promptly so notify the Illinois Department of Human Rights and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations thereunder. E. That it will submit reports as required by the Department of Human Rights, Rules and Regulations, furnish all relevant information as may from time to time be requested by the Department or the contracting agency, and in all respects comply with the Illinois Human Rights Act and the Department's Rules and Regulations. F. That it will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Illinois Department of Human Rights for purposes of investigation to ascertain compliance with the Illinois Human Rights Act and the Department's Rules and Regulations. • G. That it will include verbatim or by reference the provisions of this clause in every subcontract so that such provisions will be binding upon every such subconsultant. In the same manner as with other provisions of this contract, the Engineer will be liable for compliance with applicable provisions of this clause by all its subconsultants; and further it will promptly notify the contracting agency and the Illinois Department of Human Rights in the event any subconsultant fails or refuses to comply therewith. In addition, the Engineer will not utilize any subconsultant declared by the Illinois Human Rights Commission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. • 111 45 E A genda Item No. Aci j `, poRgEEO PC01 TO: Mayor and Members of the City Council FROM: City Manager DATE: December 6, 1991 SUBJECT: CONSTRUCTION SERVICES FOR THE INSTALLATION OF BIG TIMBER WATER MAIN PHASE II PURPOSE: This memorandum will provide information to the Mayor and Council to consider awarding a contract to Hampton, Lenzini and Renwick for construction related services regarding the installation of the Big Timber Water Main Phase II . BACKGROUND: In April 1990, the Council awarded a contract to Hampton, Lenzini and Renwick for the design and development of documentation for the Big Timber Water Main Phase II. The Council is also in the process of awarding a contract to Gluth Bros . Construction Co. , Inc. , of Woodstock for the construction of this water main. Department workloads and staffing is such that it is necessary to provide for these inspection services with an outside engineering firm. It is appropriate to award such a contract to the engineering firm that designed the project. A similar agreement was provided for the design and installation services of Big Timber water main Phase I. FINANCIAL IMPACT: There are sufficient funds in the Water Department's budget under appropriation #410-997-9906 to provide for these inspection services . 9. Page 2 RECOMMENDATION: It is staff ' s recommendation that the Water Department be directed to provide the necessary documentation to secure the inspection services of Hampton, Lenzini and Renwick for a total of $29 , 700 foi he _Big Timber water main Phase II . jtk, :) ------(--e_____ Citt Manage LLR:LED: jk 01141121 .591 cc: Melford A. Dahl, City Engineer 4) 4) ° Agenda Item No 2 TO: Mayor and Members of the City Council FROM: City Manager DATE: December 3, 1991 SUBJECT: AWARD OF WATER MAIN CONSTRUCTION BIDS FOR BIG TIMBER PHASE II PURPOSE: This memorandum will provide the Mayor and Council with information to consider awarding a bid for the construction of a 24-inch water main in Big Timber Road east from Randall Road to the pressure separation vault at Jansen Farm Drive and from the booster station at North Lyle Avenue east to the Windsor development property. BACKGROUND: On Thursday, November 21, 1991, the City received nine bids for the construction of a 24-inch water main in Big Timber Road. The engineering firm of Hampton, Lenzini and Renwick had estimated this project at $395,270, while the low bid received was for $264, 305. Their letter of recommendation is attached. FINANCIAL IMPACT: The Water Department' s 1991 budget under appropriation #410-997-9906 contains $630,000 for the construction of Big Timber Water Main Phase II . r ' I Hampton Civil Engineers 380 Shepard Drive MLR Lenzini and Land Surveyors Elgin,Illinois 60123 7010 Renwick,Inc. 5-05-0005 (i) 708.697.6700 December 2, 1991 Mr. Larry E. Deibert Director of Water Operations City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 Re: Northwest Area Water Transmission Line Phase II Dear Larry: The bids received for the above mentioned project are in order. The unit costs, extensions, and total costs have been checked and are in agreement with that supplied by the individual contractors. A tabulation of bids has been enclosed for your use. It is our recommendation that the low bidder, Gluth Brothers Construction, Inc. , be selected as the contactor for the construction of this project. The bidder' s pro- posal for making the entire improvement, for the amount of $264, 305. 00, is 67 percent of the engineer' s estimate and appears to be an excellent price. If you have any questions, please call our office. Very truly yours, HAMPTON, LENZINI AND RENWICK, INC. By: (1.�� 1iu'' ames R. Lenzini, P.E. JRL: ss enclosure • r 1 • TABULATION OF BIDS NORTRWEST 1111 NITER TRANSMISSION LINT, PRASE II IOVEIBEI 21, 1991 BARI CONTRACTOR, INC. LEAGUE SEWER CORST. ; EORTHNIST SENIB&WATER LAKE COUNTY GRADING CO. ; GERARDI SEVER i NITER 938 DOLORES DRIVE 1441 BERNARD DRIVE ; 369 N. WOOD DALI ROAD ; P.O. BOIL ; 4520 N. OSAGR BENSINVILLI, IL 80108 ; ADDISON, IL 60101 ; WOOD DALI, IL 80191 LIBERTTVILLE, IL 80048 ; NORRIDGE, IL 60856 , BIDDER SECURITY BID BOND BID BOND BID BOND BID BOND BID BOND (TIM ; QUANTITY UNIT ; UNIT COST RITINSION ; UNIT COST IITINSION ; UNIT COST IITEISION ; UNIT COST IITENSIOM UNIT COST EITINSION 0.1.11.U. 16', CLASS 52 84.0 ; L.F. $46.00 : $2,944.00 ; $90.00 ; $5,780.00 ; $40,75 : $2,808.00 ; $125.00 : $8,000.00 : $72.00 $4,608.00 D.I.W.W. 24', CLASS 52 2925.0 ; L.P. $61.00 ; $178,425.00 ; $65.00 ; $190,125.00 ; $60.00 ; $175,500.00 ; $78.00 ; $228,150.00 ; $74.95 $219,228.75 ; ANCHORING PIPE, 6' 43.0 ; L.P. $30.00 ; $1,290.00 ; $32.00 ; $1,378.00 ; $30.00 ; $1,290.00 ' $90.00 ; $3,870.00 ; $24.00 $1,032.00 ; 16' GATE VALVE 1.0 EACH $2,500.00 $2,500.00 ; $3,900.00 ; 113,900.00 ; $3,150.00 ; $3,150.00 $2,800.00 $2,800.00 ; $3,280.42 $3,280.42 24" BUTTERFLY VALVE 4.0 EACH $3,200.00 $12,800.00 ' $4,200.00 $16,800.00 ; $3,450.00 ; $13,800.00 $3,000.00 $12,000.00 : $4,050.00 $18,200.00 COMB. All NIL. VACUUM VALVE 5" 3.0 EACH $1,600.00 $4,800.00 $4,100.00 $12,300.00 ; $3,350.00 ; $10,050.00 , $1,400.00 $4,200.00 ' $1,485.00 $4,455.00 TAPPING SLEEVE i VALVE 16' 1.0 EACH $8,000.00 $8,000.00 $8,900.00 $8,900.00 ; $6,015.00 ; $6,015.00 ' $6,600.00 $8,800.00 $5,825.30 $5,625.30 VALVE VAULT, 6' DIA. NITA TYPE I FRANE l CLOSED LID 9.0 EACH $3,000.00 $27,000.00 , $2,000.00 ; $18,000.00 ; 12,700.00 ; $24,300.00 $1,900.00 $17,100.00 , $3,700.00 $33,300.00 FIRE HYDRANT COMPLETE 4.0 ; EACH $1,500.00 $6,000.00 ; $3,100.00 ; $12,400.00 $2,250.00 ; $9,000.00 , $1,500.00 $6,000.00 ; $2,505.00 $10,020.00 CASING PIPE IN TRENCH, 36' 160.0 ; L.P. $110.00 $17,600.00 $75.00 ; $12,000.00 $110.00 $17,600.00 ; $90.00 $14,400.00 ; $142.00 $22,720.00 DOI. A JACI. WATER HAIL, 24' ; 75.0 L.F. $110.00 $8,250.00 $105.00 ; $7,875.00 $95.00 $7,125.00 ; $75.00 $5,625.00 ; $225.00 $16,815.00 TRIICH BACK/ILL 1215.0 L.F. $25.00 ; $31,875.00 $22.00 ; $28,050.00 $32.00 $40,800.00 ; $30.00 $38,250.00 $32.71 $41,705.25 PAVEMENT REPLACEMENT 181.0 S.T. $40.00 $7,240.00 $22.00 ; $3,982.00 $32.00 ; $5,792.00 ; $40.00 $7,240.00 $45.00 $8,145.00 DRIVEWAY PAVEMENT REPLACEMENT ; 168.0 ; S.Y. $40.00 $6,720.00 ; $20.00 ; $3,360.00 $26.00 ; $4,368.00 ; $25.00 $4,200.00 $22.00 $3,696.00 FIRE HYDRANTS TO BE REMOVID 1.0 ; EACH $500.00 $500.00 $900.00 : $900.00 $1,600.00 ; $1,600.00 : $200.00 $200.00 $300.00 $300.00 ; TOPSOIL PLACEMENT i SEEDING 2.05 ; ACRE $12,000.00 $24,600.00 $9,000.00 ; $18,450.00 ;$16,000.00 ; $32,800.00 ; $1,000.00 $2,050.00 $7,500.00 $15,375.00 ; TRAFFIC CONTROL l PROTECTION ; 1 ; L.SOM ; $5,000.00 ; $5,000.00 $2,000.00 ; $2,000.00 ;$13,500.00 ; $13,500.00 ;$18,000.00 ; $18,000.00 $7,500.00 $7,500.00 , 1 , , TOTALS $343,544.00 $346,178.00 $369,298.00 $378,485.00 $414,065.72 CITY OF ELGIN NOTICE TO CONTRACTORS, SPECIAL PROVISIONS, SPECIFICATIONS, PROPOSAL, CONTRACT AND CONTRACT BOND FOR NORTHWEST AREA WATER TRANSMISSION LINE PHASE II GEORGE VANDEVOORDE, MAYOR DOLONNA MECUM, CITY CLERK NOVEMBER, 1991 PREPARED BY: HAMPTON, LENZINI AND RENWICK, INC. CIVIL ENGINEERS 380 SHEPARD DRIVE ELGIN, ILLINOIS 60123-7010 NOTICE TO CONTRACTORS 1 . Time and Place of Opening Bids. Sealed proposals for the Northwest Area Water Transmission Line, Phase II will be received at the City Hall, 150 Dexter Court, Elgin, Illinois, until 11:00 a.m. , November 21, 1991, and at that time publicly opened and read. These proposals shall be marked "NORTHWEST AREA WATER TRANSMISSION LINE, PHASE II . " 2. Description of Work. a. The proposed improvement is located along Big Timber Road from Randall Road east to a location approximately 4, 000 feet east of Randall Road in the City of Elgin, Kane County, Illinois. b. The proposed improvement consists of: Constructing 64 lineal feet of 16" diameter ductile iron water main, 2, 925 lineal feet of 24" diameter ductile iron water main, installing 9 valves in vaults, 4 fire hydrants complete, trench backfill; pavement and driveway replacement, restoration; and appurtenant work. 3. Instructions to Bidders. a. Plans, specifications and proposal forms may be obtained from the Purchasing Department Office at City Hall, 150 Dexter Court, Elgin, Illinois upon payment of a $25.00 non-refundable charge. b. All proposals must be accompanied by a proposal guaranty as provided in the specifications. 4. Rejection of Bids. The City of Elgin reserves the right to waive technicalities and reject any or all proposals. By order of The City Council of Elgin, Illinois Dolonna Mecum City Clerk 2 z SPECIAL PROVISIONS The construction of the proposed improvement shall be governed by the following specifications and manuals insofar as applicable. 1 . Supplemental Specifications for Section 100 of the "Standard Specifications for Road and Bridge Construction. " 2. Supplemental Specifications for Water Main Improvements. 3. "Standard Specifications for Road and Bridge Construction" ( SSR&BC) adopted by the Illinois Department of Transportation on July 1, 1988. 4. "Manual on Uniform Traffic Control Devices for Streets and Highways, " (MUTCD) latest edition by the Illinois Department of Transportation. The following special provisions supplement the said specifications and in case of conflict with any part or parts of said specifications, these special provisions shall take precedence and shall govern. In case of conflict between the Supplemental Specifications and Standard Specifications, the Supplemental Specifications shall take precedence and shall govern. PART A: The following special provisions apply to those articles of Section 100 of the SSR&BC indicated. 1. Article 101 . 51 Datum. U.S.G.S. datum is the vertical control utilized for this improvement. 3 • PART B: The following special provisions apply to the specific proposal pay item numbers indicated. Items No. 1 and 2. 16" and 24" DUCTILE IRON WATER MAIN, CLASS 52. Pipe material shall be cement-lined ductile iron Class 52 with push-on joints. Bedding shall be Type 3 for all areas except those receiving trench backfill . Bedding for areas receiving trench backfill shall be Type 4. A nominal 5. 5 ' of cover shall be provided between the top of the water main and the existing or proposed street or ground surface and shall be installed using the invert elevations shown on the plans to locate and limit the high points to those shown on the plan. All water main shall be installed with serrated brass wedges in the joints to provide a means of tracing and/or for electrical thawing. Four wedges per joint shall be utilized for 16" and 24" pipe. Cable bond conductor may be used in place of the brass wedges. All water main shall be encased in a loose 8 millimeter thick polyethylene tube in accordance with ANSI/AWWA C-105/A-21 . 5, Method A. The pressure and leakage tests for all water main will be conducted at a pressure of 150 psi. The proposed water main grade may need to be adjusted to avoid conflicts with existing utilities. An upward grade to the combination air release vacuum valves must be maintained. This work shall be as directed by the Engineer and will be considered incidental to the water main being installed. The Contractor shall install utility line marking tape along the centerline of the entire pipeline. The tape shall be four to six inches below the base course in roadway and median areas, and shall be twenty to twenty-eight inches below existing or proposed ground surface in other areas. The six-inch wide tape shall be aluminum foil encased in an impervious mylar plastic coating on both sides, resistant to acid, alkali and corrosion and detectable with radio-type locators to a buried depth of three feet. The words Caution - Water Main Buried Below shall be continuously, reverse-printed on the Safety Precaution Blue tape with striping. The tape shall be Lineguard, Inc. , Type III SUPER TUFF, CAUTION STRIPED, Linetec, Inc. or an approved equal . All fittings shall be cement-lined ductile iron. All plugs shall provide a tapped connection to permit filling, testing, chlorination and draining as necessary. Bedding, wedges, 4 I ' 1 polyethylene encasement, nominal cover, marking tape, etc. , required for water main shall also apply to fittings. Clearing of brush for installation of the water main shall be as directed by the Engineer and approved by the City of Elgin. Clearing of brush shall be considered incidental to the water main. All of the above shall be included in the unit price bid per lineal foot for DUCTILE IRON WATER MAIN, CLASS 52, of the size specified. Measurement shall be the actual measured length, including all fittings except valves. ' Item No. 3. ANCHORING PIPE, 6" . This work shall be in conformance with Section 2 of the Supplemental Water Main Specifications insofar as applicable and the following provisions. Six (6 ) inch anchoring pipe or couplings shall be installed between the water main tee and the fire hydrant auxiliary valve. The pipe or coupling shall be of sufficient length to place the auxiliary valve not closer than 2-1/2 feet to the back of the proposed curb and gutter and/or the fire hydrant not closer than 3- 1/2 feet to the back of curb. Anchoring pipe shall be Class 52, cement-lined ductile iron pipe. Anchoring pipe shall be measured for payment in lineal feet along the centerline of the completed pipe from the centerline of the water main tee to the joint with the auxiliary valve. This work will be paid for at the contract unit price per lineal foot for ANCHORING PIPE, 6" . Item No. 4. 16" GATE VALVE. Gate valves furnished for this improvement shall be as manufactured by Waterous, Mueller, Kennedy or Clow and be resilient seated gate valves. All gate valves shall be furnished with "0" ring stem seals. Item No. 5. 24" BUTTERFLY VALVE. Butterfly valves furnished for this improvement shall be as manufactured by Henry Pratt. All butterfly valves shall be "ground hog" with cast iron disk and link lever operator. Item No. 6. COMBINATION AIR RELEASE VACUUM VALVE, 6". This work shall consist of installing combination air release vacuum valves as designated on the plans. The valves shall be capable of exhausting air when the water main is being filled, admitting air when the water main is drained and exhausting small amounts of accumulated entrained air when the water main is in operation. 5 ' a Valves shall be APCO #150C Heavy Duty or Val-Matic #206C Combination Air Release Vacuum Valves or approved equals. The valves shall be installed in valve vaults, on tees installed in the proposed water main. The tees shall be installed as incidental to the water main. The valve vaults shall be paid for as a separate pay item. This work shall be paid for at the contract unit price each for COMBINATION AIR RELEASE VACUUM VALVE 6" , which price shall include the cost of all materials, fittings, adaptors, joint materials, blocking and all work and equipment necessary to make a complete and operating installation. Item No. 7. TAPPING SLEEVE AND VALVE 16" . Tapping sleeves and valves furnished for this improvement shall be split cast sleeves as manufactured by Waterous, Mueller or Clow. All tapping valves shall be furnished with "0" ring stem seals. Item No. 8. VALVE VAULTS. This work shall be done in accordance with Section 612 of the SSR&BC insofar as applicable and the following provisions. All valve vaults shall be constructed of precast concrete sections. Adjusting rings and cast iron frames shall be sealed with butyl rope. On valve vaults containing gate valves, a concentric cone or flat slab top may be provided. The cone or slab shall be placed on the vault so as to place the center of the cone or slab directly over the valve operating nut of the gate valve or butterfly valve. All valves shall be supported by a minimum 8" x 8" x 8" concrete brick or solid concrete block support placed between the valve flange and the vault base. On valve vaults having a flat slab top, a minimum earth cover of 12"+ shall be provided over the slab by providing a minimum 4" adjusting ring under the frame. A maximum 8" thickness of adjusting rings will be permitted. Each valve vault shall be provided with a 2 ' deep by 24" diameter drainage sump filled to the invert of the vault with 3/4" size washed stone. All lids for valve vaults shall be imprinted with the word WATER. 6 Item No. 9. FIRE HYDRANT COMPLETE. This work shall be in conformance with Section 7 of the Supplemental Specifications insofar as applicable and the following provisions. This item shall consist of installing a hydrant in accordance with the details in the plans, including an auxiliary valve with cast iron valve box and a 6" anchoring coupling approximately 14" long between the hydrant and valve. The length of anchoring pipe needed to place the centerline of hydrant approximately 3-1/2 ' behind curb will be paid for separately. Where hydrants are to be set based on proposed finished grades as shown on plan, embankment shall be mounded around the hydrant to achieve proper grades per the Engineer's direction. Embankment shall conform to Section 207 of the Standard Specifications and shall be considered incidental to the contract. The following City of Elgin Water Department Hydrant Specifications shall apply. 1 . Hydrant shall be manufactured to the latest and best design conforming to the current AWWA Specification C-502, "Standard for Dry Barrel Fire Hydrants" and be of the break-away style traffic design. 2. Friction losses through the hydrant shall not exceed 4.26 psi at 1000 gpm through the pumper nozzle and 1.25 psi through 2 hose nozzles simultaneously when the hydrant is tested as outlined by AWWA C-502. 3. The hydrant main valve shall close with the pressure and all operating parts, including valve seat, valve seat insert, cross arm and upper valve washer shall be all bronze meeting standards from one of the following ASTM's, B-61, B-62, B-98 or B-150, as prescribed by C-502 for water with a specific conductance of more than 350 UMHO/CM or water with a PH of 9 or more. 4. Hydrant operating threads shall be contained in an oil cup reservoir, sealed away from water, moisture and foreign matter by utilizing 0 ring seals and shall further be protected by the use of a weather shield and nut. 5. Hydrants shall be easy and economical to install and maintain, shall incorporate no parts requiring field adjustment, and shall place the nozzle at least 18" above the finished ground line to fully comply with the National Fire Protection, Fire Protection Handbook, 13th Edition. 6. Hydrant barrels shall be of such design that there is easy installation of top extensions and full rotation (360 degrees) of the upper barrel without shutting off water to the hydrant. 7 7. Hydrants shall have one 4-1/2" pumper NST two 2-1/2" hose nozzle NST, 1-1/2" pentagon, open left, a main operating rod travel stop capable of withstanding 200 foot pounds in the fully open or closed position, be suitable for 5-1/2' to 6-1/2' bury, painted red, and included 6" mechanical joint hydrant bottom complete with accessories. 8. All contractors/suppliers shall include: (A) A detailed drawing to include a parts list indicating the material construction and applicable ASTM Standards for each part or item; and (B) Flow data for the proposed hydrant, if requested. 9. Any deviation from these specifications must receive written approval from the City of Elgin Water Department or its representative not less than 48 hours before bid date. Hydrants shall be Waterous Pacer WB 67, Mueller "CENTURION" or Clow F2500, each supplied with all optional features. This work shall be paid for at the contract unit price each for FIRE HYDRANT COMPLETE, as specified. This price shall include the cost of fittings, joint materials, blocking, drainage bed, auxiliary valve, cast iron box and all materials, work and equipment necessary to make a complete and finished installation. Item No. 10. CASING PIPE IN TRENCH, 36" . This work shall consist of placing casing pipe in trench to provide a sealed carrier pipe between other utilities and the water main. The work shall be in conformance with Section 4 of the Supplemental Specifications insofar as applicable and the following provisions. The casing pipe shall be new smooth steel pipe, 36" in diameter, minimum .438" thick welded steel pipe, conforming to ASTM A139, Grade B steel plate. Steel Plate, with a minimum yield strength of 36,000 psi (ASTM A-36, A570 Grade 36) may be used. The pipe ends shall be bevelled for field butt welding. All field welding of steel casing pipe shall be done in accordance with AWWA C206-82, "Field Welding of Steel Water Pipe. " The water transmission main shall be installed within the casing in such manner so as to be electrically isolated from the casing pipe and the void between the main and the casing filled with dry sand. The Contractor may install larger diameter or greater wall thickness pipe than called for above if he feels it would be beneficial to sand fill placement or pipe stability. The payment item shall remain the same. This work will be paid for at the contract unit price per lineal foot for CASING PIPE IN TRENCH, 36" , measured in place. 8 The price shall include the cost of all materials, pipe, fittings, joint materials, blocking, skids, sand, bulkheads and all work and equipment necessary to make a completed and finished installation. Water main installed within the casing pipe shall be paid for at the contract unit price for WATER MAIN as set forth hereinbefore. Item No. 11. BORING AND JACKING WATER MAIN, 24" . This work shall be performed in accordance with the "Supplemental Specifications for Water Main Improvements" insofar as applicable and the following provision. Ends of the boring beneath an existing tree shall be a minimum of five feet beyond the drip line of the tree, on each side of the tree. Special care shall be taken as to not damage the tree or its root system. Item No. 12. TRENCH BACKFILL. This work shall be in conformance with Section 210 of the SSR&BC insofar as applicable and the following provisions. Trench backfill shall be State-approved FA-6 and shall be compacted to a minimum 95% standard proctor density for the full depth of the trench. The trench backfill quantities shown in cubic yards on the plans are for informational purposes only. This work will be measured for payment in lineal feet along the centerline of the water main for all placement within the pavement area or proposed pavement area and to a point two feet back of curb or proposed back of curb. This work will be paid for at the contract unit price per lineal foot for TRENCH BACKFILL, measured as specified herein. Item No. 13. PAVEMENT REPLACEMENT. This work shall be in conformance with Section 619 of the SSR&BC and the following provisions. All pavement shall be replaced "in kind" with these minimums: 12" Stone with 3" Bituminous Surface, 8" B.A.M. with 3" Bituminous Surface, 8" P.C.C. Base with 3" Bituminous Surface. 9 The maximum pay width for this item for any particular location shall be as shown on the plan sheets. This work will be paid for at the contract unit price per square yard for PAVEMENT REPLACEMENT. Item No. 14. DRIVEWAY PAVEMENT REPLACEMENT. This work shall be in conformance with Section 619 of the SSR&BC insofar as applicable and the following provisions. All driveway pavement shall be replaced "in kind" with these minimums: 8" of Aggregate, 6" of Aggregate with 2-1/2" Bituminous Surface or 7" of P.C.C. Driveway Pavement. The maximum pay width for this item for any particular location shall be as shown on the plan sheets. This work shall be paid for at the contract unit price per square yard for DRIVEWAY PAVEMENT REPLACEMENT. Item No. 15. FIRE HYDRANTS TO BE REMOVED. This work shall consist of removing existing fire hydrants and the associated auxiliary valves with cast iron boxes. The Contractor shall exercise due care in removing the equipment to be salvaged to prevent damage to same. In the event damage does occur due to Contractor negligence, he shall repair same at his expense. The Contractor shall deliver all salvaged equipment to the City as directed by the Engineer. The resulting hole from the removal operation shall be backfilled with granular material meeting the requirements of Section 210 of the Standard Specifications. The Contractor shall not proceed with this work until he receives word from the City that all water mains have been adequately shut down. This work will be paid for at the contract unit price each for FIRE HYDRANTS TO BE REMOVED, which will be payment in full for all required work. Item No. 16. TOPSOIL PLACEMENT AND SEEDING. This work shall be in conformance with Sections 216, 642 and 643 of the SSR&BC insofar as applicable and the following provisions. 10 The topsoil shall be placed to a 4" compacted depth. Nitrogen fertilizer shall be placed at a rate of 80 pounds per acre, phosphorus at 48 pounds per acre and potassium at 32 pounds per acre. Class 2 roadside mixture shall be utilized for seeding. Asphalt-coated mulch shall be placed over the seeding using Method 2. The maximum pay width for this item is 30 feet. This work shall be paid for at the contract unit price per acre for TOPSOIL PLACEMENT AND SEEDING. Item No. 17. TRAFFIC CONTROL AND PROTECTION. This item shall be in accordance with the applicable guidelines contained in the MUTCD, these Special Provisions and any special details and Highway Standards contained herein and in the plans, and shall include furnishing, installing, maintaining, relocating and removing all traffic control devices used for the purpose of regulating, warning or directing traffic during construction of this improvement. Special attention is called to Articles 107. 10 and 107. 14 of the Standard Specifications and the following Highway Standards. Standards 2298, 2299, 2300, U-1, U-2, U-4 At the preconstruction meeting, the Contractor shall furnish the name of the individual in his direct employ who is to be responsible for the installation and maintenance of the traffic control for this project. If the actual installation and maintenance are to be accomplished by a subcontractor, consent shall be requested of the Engineer at the time of the preconstruction meeting in accordance with Article 108.01 of the Standard Specifications. This shall not relieve the Contractor of the foregoing requirement for a responsible individual in his direct employ. The City will provide the Contractor the name of its representative who will be responsible for the administration of the Traffic Control Plan. The governing factor in the execution and staging of work for this project is to provide the public with the safest possible travel conditions along the roadway through this construction zone. The Contractor shall so arrange his operations as to keep the closing of any lane of the roadway to an absolute minimum. All lanes shall be re-opened to traffic at the end of each working day. 11 The Contractor shall maintain entrances and side roads along the proposed improvement; interference with traffic movements and inconvenience to abutting owners and public shall be kept to a minimum and access for emergency vehicles shall be provided at all times. The cost of any temporary aggregate or bituminous material required to maintain the above conditions shall be included in the cost of the item Traffic Control and Protection. Any delays or inconveniences caused the Contractor by complying with these requirements shall be considered as incidental to the item Traffic Control and Protection and no additional compensation will be allowed. All traffic control devices used on this project shall conform to the plans, Traffic Control Standards and the MUTCD. No modification of these requirements will be allowed without prior written approval of the Engineer. Traffic control devices include all signs and their supports, signals, pavement markings, temporary concrete barrier, barricades with sand bags, channelizing devices, warning lights, arrow boards, flaggers or any other device used for the purpose of regulating, warning or guiding traffic through the construction zone. Flaggers are to be provided whenever construction operations or equipment alter or disrupt the normal flow of traffic. The Contractor shall be responsible for the proper location, installation and arrangement of all traffic control devices. Special attention shall be given to advance warning signs during construction operations in order to keep lane assignment consistent with barricade placement at all times. At the completion of each stage of construction or whenever operations indicate that a relocation of a proposed or existing traffic control device is advisable as determined by the Engineer, the Contractor will be required to remove, relocate, reinstall and maintain the device as necessary. Construction signs referring to daytime lane closures during working hours shall be removed or covered during non-working hours. The Contractor shall coordinate all traffic control work on this project with adjoining or overlapping projects, including barricade placement necessary to provide a uniform traffic pattern. When directed by the Engineer, the Contractor shall remove all _ traffic control devices which were furnished, installed and maintained by him under this contract and such devices shall remain the property of the Contractor. All traffic control devices shall remain in place until specific authorization for relocation or removal is received from the Engineer. 12 The Contractor shall ensure that all traffic control devices installed by him are operational 24 hours a day, including Sundays and holidays. The Contractor shall provide a manned telephone on a continuous 24-hour-a-day basis to receive notification of any deficiencies regarding traffic control and protection and shall dispatch men, materials and equipment to correct any such deficiencies. The Contractor shall respond to any call from the City concerning any request for improving or correcting traffic control devices and begin making the requested repairs within two hours from the time of notification. When travelling in lanes open to public traffic, the Contractor' s vehicles shall always move with and not against or across the flow of traffic. These vehicles shall enter or leave work areas in a manner which will not be hazardous to or interfere with traffic and shall not park or stop except within designated work areas. Personal vehicles shall not park within the right-of- way except in specific areas designated by the Engineer. Any drop-off greater than three inches, but less than six inches, within eight feet of the pavement edge shall be protected by Type I or II barricades equipped with non-directional steady- burn lights at 100 foot center-to-center spacing. If the drop-off within eight feet of the pavement edge exceeds six inches, the barricades mentioned above shall be placed at 50 foot center-to- center spacing. Barricades that must be placed in excavated areas shall have leg extensions installed such that the top of the barricade is in compliance with the height requirements of Standard 2299. Vertical panels or other delineating devices may be substituted for Type I or II barricades with the approval of the Engineer. Placement of all signs and barricades shall proceed in the direction of flow of traffic. Removal of all signs and barricades shall start at the end of the construction areas and proceed toward oncoming traffic unless otherwise directed by the Engineer. Delays to the Contractor caused by complying with these requirements will be considered incidental to the item for Traffic Control and Protection and no additional compensation will be allowed. This item of work will be measured on a lump sum basis for furnishing, installing, maintaining, relocating and removing the traffic and pedestrian control devices, temporary aggregate and bituminous materials required and these Special Provisions. This work will be paid for at the contract lump sum price for TRAFFIC CONTROL AND PROTECTION, which price shall be payment in full for all labor, materials, transportation, handling and 13 incidentals necessary to furnish, install, maintain and remove all traffic and pedestrian control devices, temporary aggregate and/or bituminous materials required to provide temporary access required by these Special Provisions. The salvage value of the materials removed shall be reflected in the bid price for this item. 14 PART C: The following special provisions are general in nature and apply to the contract as a whole. Any costs incurred as a result of these provisions shall be considered as incidental to and included in the various contract unit prices unless a specific pay item is included. 1. COOPERATION WITH BIG TIMBER ROAD PAVEMENT AND OTHER CONTRACTORS. The Contractor for this improvement will coordinate his work with the Contractor awarded, or to be awarded, the State of Illinois contract for Big Timber Road improvements between Stations 194+70 and 269+50. It is anticipated the street contractor will request all of the water main in Big Timber Road be constructed and tested as soon as possible. In addition, the Contractor for this improvement will coordinate his work with the Windsor Development water main installation on the north side of Big Timber Road at Station 247+00. 2. UTILITY NOTICE. Prior to beginning any excavation, the Contractor shall notify the owners of all utilities so that underground utilities can be field located and above-ground utilities braced, if necessary. 3. NOTICE TO ENGINEER. The Contractor shall notify the City Engineer at 931-5955 between the hours of 8:30 a.m. to 4:30 p.m. 48 hours in advance of any work so that the Engineer may have the time necessary to schedule any staking or arrange for inspection of materials and construction. Failure on the part of the Contractor to properly notify the City Engineer will cause the Contractor to have deducted from his contract any costs for inspection and testing of any materials incorporated in the work but not inspected and approved prior to or during construction. 4. PREVAILING WAGE RATES. The Contractor shall pay all labor employed on the project not less than the prevailing wage rates as set forth in compliance with Illinois law. Wage rates are on file in the Office of the Secretary of State, Springfield, Illinois, for public inspection and the latest rates for the City of Elgin are included herein. 5. SUBCONTRACTOR APPROVAL. Before starting work on the project, the Contractor shall inform the Engineer of all subcontractors he will engage to work on the project. It will be the Contractor's responsibility to show evidence and provide references that prove the subcontractor is qualified to do the work. 6. CLEAN-UP AND RESTORATION OF SURFACES AND IMPROVEMENTS. The Contractor shall at all times keep the site of the work, including all private or public property involved in or adjacent to the work, free from any rubbish, surplus or waste 15 materials that have been deposited by his employees, or which have been accumulated as a result of the work. The area surrounding the work site shall be left in the same or better condition that existed prior to the start of construction. Beyond the limits of the proposed water line improvements, the Contractor shall replace all surface materials and shall restore paving, curbing, sidewalks, roads, shrubbery, fences, sod or other surfaces disturbed as•a result of the water main construction, to a condition equal to that before the work began, furnishing all labor and materials incidental thereto. The Contractor shall restore all fences, hedges or other similar existing facilities to their preconstruction condition. Surplus materials, tools and temporary structures shall be removed by the Contractor and all dirt, rubbish and excess earth from excavations shall be hauled to and disposed of at dumps provided by the Contractor, all in a manner satisfactory to the Engineer. Street signs and other improvements, if disturbed, shall be restored to their original condition. After completion of the work, the Contractor shall remove all surplus materials, tools, equipment or plant, leaving the site clean, unobstructed and ready for use. The Engineer may arrange to remove from the work site all rubbish, surplus or waste materials which the Contractor has neglected to remove and deduct the costs of such removal from any monies due the Contractor. 7. TEMPORARY SURFACE OVER TRENCH. Wherever water main is constructed under roadways, driveways or other travelled surfaces, a temporary surface shall be placed over the top of the trench as soon as possible after backfilling unless otherwise directed by the Engineer. The temporary surface shall consist of a minimum two (2) inch thickness of Bituminous Surface Plant Mix conforming to the Illinois Department of Transportation current SSR&BC, Section 405. 8. HIGHWAY PERMIT. The Contractor shall be responsible for obtaining the required permit from the Kane County Division of Transportation for the installation of the water main. 9. EXCESS QUANTITIES. Certain items in the contract contain quantities which may not be totally required if the items can be accommodated under future street contract in a reasonable amount of time. The Engineer will notify the Contractor prior 16 to start of restoration of the item numbers and amounts of quantities involved. 10. BLOW OFF PIPE. The Contractor shall provide blow off pipes at locations shown on the plans or as required to permit complete flushing, chlorinating and testing of all lines installed. 11. START OF CONSTRUCTION. Construction shall not be started prior to receipt of the approved IEPA water permit and approved Kane County Division of Transportation Permit. 17 City of Elgin "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 organization or member thereof. which employs fifteen or more persons, which does not first submit to the City a written committment 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 train- ing 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, sex 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. 6. Agree to require any subcontractor to submit to the City a written commitment which contains the provi- sions required by paragraphs (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 provisions 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." •1. What have you done and what will you do to recruit minority employees? *2. Do you have a training program for minority employees? SPECIAL CONDITIONS Prevailing Wage Rate. All work under this contract shall comply with the Prevailing Wage Rate Act of the State of Illinois, Illinois Revised Statutes, 1983, Chapter 48, Section s39s-1, etc. seq. A copy of the Prevailing Wage Rate is posted in the City of Elgin Purchasing Office. Insurance. The Contractor shall furnish a certificate of insurance indemnifying and naming as additional insured the City of Elgin. The insurance coverages shall not be less than the amounts stipulated below: 1. Comprehensive General Liability Insurance, including completed operations: a. Bodily injury liability: $1,000,000 each occurrence $1,000,000 annual aggregate b. Property damage liability: $500,000 each occurrence $500, 000 annual aggregate 2. Contractual Liability Insurance a. Bodily injury liability: $1,000,000 each occurrence $1,000, 000 annual aggregate b. Property damage liability: $500,000 each occurrence $500,000 annual aggregate 3. Owner' s and Contractor' s Protective Liability Insurance a. Bodily injury liability: $1,000,000 each occurrence $2,000, 000 annual aggregate b. Property damage liability: $500,000 each occurrence $500,000 annual aggregate • 4. Workmen's Compensation and Employer' s Liability Insurance a. Workmen's Compensation: Statutory minimum b. Employer' s Liability: Bodily injury $500, 000 each employee 5. Automobile Liability a. Bodily injury liability: $500, 000 each person $1, 000, 000 each occurrence b. Property damage liability: $500,000 each occurrence The City of Elgin and Hampton, Lenzini and Renwick, Inc. shall be named as additional insureds on all insurance policies, except Workmen' s Compensation and Employer' s Liability Insurance. Addendum shall be acknowledged in the Bid Form; failure to do so may subject the Bidder to disqualification. Affirmative Action. Pursuant to the attached "Affirmative Action -- City Contracts" provisions, the following information is required: A. Number of Employees: B. If your bid is more than $10,000 and your number of employees is 15 or more, the following should be submitted with your bid: 1. Completion of the attached Bidder' s Employee Utilization Form. 2. A written statement of your Company' s commitment to provide equal employment opportunity or a copy of your Company' s current "Affirmative Action Program. " • IL. DEPT. OF LABOR PREVAILING WAGES FOR KANE COUNTY EFFECTIVE 09/01/91 DIi'IS:ON cO: :-:•?.TIO;: C TED:A :o:: P-(217-7E2-17:C ) NAME OF TRADE RGN TYP C HOURLY-RATES OVERTIME-RATES HRLY-FRINGE-RATES L S BASIC FORMN M-F>8 SAT SU&HO WLFR PENSN VACTN ----------------------------------------------------------------------------------------------- ASBESTOS ABT-GEN BLD 18.250 18.750 1.5 1.5 2.0 1.970 1.000 0.000 ASBESTOS ABT-MEC BLD 21.500 23.000 1.5 1.5 2.0 2.660 4.600 0.000 BOILERMAKER BLD 23.630 24.680 2.0 2.0 2.0 2.100 2.000 0.000 BRICK MASON BLD 21.130 22.130 1.5 1.5 2.0 2.380 1.400 0.000 CARPENTER ALL 20.860 21.860 1.5 1.5 2.0 2.690 1.750 0.000 CEMENT MASON N ALL 21.650 23.820 2.0 1.5 2.0 2.300 2.960 0.000 CEMENT MASON S ALL 21.220 23.340 1.5 1.5 2.0 2.380 2.410 0.000 ELECTRIC PWR EQMT OP ALL 18.196 1.5 1.5 2.0 1.500 2.550 0.000 ELECTRIC PWR GRNDMAN ALL 14.270 1.5 1.5 2.0 1.500 2.000 0.000 ELECTRIC PWR LINEMAN ALL 21.480 1.5 1.5 2.0 1.500 3.000 0.000 ELECTRIC PWR TRK DRV ALL 14.720 1.5 1.5 2.0 1.500 2.060 0.000 ELECTRICIAN N BLD 22.890 25.180 1.5 1.5 2.0 2.740 4.810 0.000 ELECTRICIAN S BLD 24.160 26.580 1.5 1.5 2.0 2.420 3.620 0.000 GLAZIER BLD 20.500 21.500 2.0 2.0 2.0 1.950 2.650 0.000 HT/FROST INSULATOR BLD 21.500 23.000 1.5 1.5 2.0 2.660 4.600 0.000 IRON WORKER BLD 20.920 22.270 2.0 2.0 2.0 2.770 5.390 0.000 LABORER ALL 17.250 17.750 1.5 1.5 2.0 1.970 1.000 0.000 MACHINIST BLD 21.800 1.5 1.5 1.5 0.000 0.000 0.000 MARBLE MASON BLD 17.380 18.380 1.5 1.5 2.0 2.450 0.800 0.000 MILLWRIGHT ALL 20.860 21.860 1.5 1.5 2.0 2.690 1.750 0.000 OPERATING ENGINEER BLD 1 23.200 23.950 1.5 1.5 2.0 2.550 2.250 1.250 OPERATING ENGINEER BLD 2 21.900 1.5 1.5 2.0 2.550 2.250 1.250 OPERATING ENGINEER BLD 3 20.225 1.5 1.5 2.0 2.550 2.250 1.250 OPERATING ENGINEER BLD 4 18.500 1.5 1.5 2.0 2.550 2.250 1.250 OPERATING ENGINEER HWY 1 21.500 22.000 1.5 1.5 2.0 2.500 2.250 1.250 OPERATING ENGINEER HWY 2 20.950 1.5 1.5 2.0 2.500 2.250 1.250 OPERATING ENGINEER HWY 3 19.800 1.5 1.5 2.0 2.500 2.250 1.250 OPERATING ENGINEER HWY 4 18.400 1.5 1.5 2.0 2.500 2.250 1.250 OPERATING ENGINEER HWY 5 17.200 1.5 1.5 2.0 2.500 2.250 1.250 PAINTER BLD 20.200 20.700 1.5 1.5 2.0 1.650 1.100 0.000 PILEDRIVER ALL 20.860 21.860 1.5 1.5 2.0 2.690 1.750 0.000 PIPEFITTER BLD 22.000 23.750 1.5 1.5 2.0 2.650 3.500 0.000 PLASTERER BLD 19.000 20.000 1.5 1.5 2.0 2.250 1.250 0.000 ROOFER BLD 21.500 23.000 1.5 1.5 2.0 2.220 0.780 0.000 SHEETMETAL WORKER BLD 22.190 22.940 1.5 1.5 2.0 2.020 2.160 0.000 SPRINKLER FITTER BLD 19.460 20.710 1.5 2.0 2.0 2.400 2.500 0.000 STONE MASON BLD 17.760 18.760 1.5 1.5 2.0 1.750 1.100 0.000 TERRAZZO MASON BLD 20.300 1.5 1.5 2.0 1.800 1.850 0.000 TILE LAYER BLD 20.000 1.5 1.5 2.0 1.650 2.350 0.000 TRUCK DRIVER ALL 1 18.100 1.5 1.5 2.0 2.130 1.530 0.000 TRUCK DRIVER ALL 2 18.250 1.5 1.5 2.0 2.130 1.530 0.000 TRUCK DRIVER ALL 3 18.450 1.5 1.5 2.0 2.130 1.530 0.000 TRUCK DRIVER ALL 4 18.650 1.5 1.5 2.0 2.130 1.530 0.000 TUCKPOINTER BLD 21.850 22.850 1.5 1.5 2.0 2.150 2.350 0.000 *** PLEASE SEE ATTACHED FOR OVERTIME SPECIFICATIONS NOT LISTED. IANE COUNTY • , ELECTRICIANS N Townships of Burlington, Campton, Dundee, Elgin, Hampshire, Plato, Ruitland, St. Charles (except the West half of Sec. 26, all of Secs. 27, 33, and 34, South half of Sec. 28, West half of Sec. 35) and Valley View CCC and Elgin Mental Health Center. PLUMBERS i PIPEFITTERS 8 That part of the county South of Rt. 38. CEMENT MASONS 8 That part of the county South of Rt. 38. (Includes Plasterers). The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial/Decoration Day, Fourth of July, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration such as the day after Thanksgiving for Veterans Day. If in doubt, please check with IDOL. EXPLANATION OF CLASSES TRUCE DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION Class 1. A-frame truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry Alls; Fork Lifts and Roisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors, 2-man operation; Pavement Breakers; Pole Trailer, upto 40 feet; Power Mower Tractors; Self-Propelled Chip Spreader; Shipping and receiving Clerks and Checkers; Skipman; Slurry Trucks, 2-man operation; Slurry Trucks, Conveyor Operated - 2 or 3-man operation; Teamsters, Unskilled Dumpmen; Warehousemen and Dockmen; Truck Drivers hauling warning lights, barricades, and portable toilets on the job site. Class 2. Dispatcher; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self-loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yards; Ready-Mix Plant Hopper Operator; Winch Trucks, 2 Axles. Class 3. Cump Crets and Adgetors 7 yards and over; Dumpsters,.Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or Turnapulls when pulling other than self-loading equipment or similar equipment over 16 cubic yards. Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; additional 504 per hour; Slurry Trucks, 1-man operation; Winch Trucks, 3-axles or more; Mechanic - Truck Welder and Truck Painter. Class 4. Asphalt Plant Operators in areas where it has been past practice Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self-loading equipment like P.B. and trucks with scoops on the front. OPERATING ENGINEERS - BUILDING Class 1. Assistant Craft Foreman; Craft Foreman; Mechanic; Asphalt Plant; Asphalt Spreader; Autograde; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End-loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver; Concrete Placer; Concrete Pump (Truck Mounted); Concrete Tower, Cranes, All, Cranes, Hammerhead, Creter Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, one, two and three Drum; Hoists, Two tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Locomotives, All; Motor Patrol; Pile Drivers and Skid Rig; Post Hole Digger; Pre-Stress Machine; Pump Crates; Squeeze Cretes-screw Type Fumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Rock Drill; Roto Mill Grinder; Scoops - Tractor Drawn; Slip-form Paver; Straddle Buggies; Tournapull; Tractor with Book and Side Boom; Trenching Machines. Class 2. Bobcat (over 3/4 cu. yd.); Boilers; Brick Forklift; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Fortlift Trucks; Greaser Engineer; Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, inside Freight Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller (Receives an additional $.50 per hour); Winch Trucks with "A" Frame. Class 3. Air Compressor - Combination - Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators - (Rheostat Manual Controlled); Hoists, Inside Elevators - Push Button with Automatic Doors; Hydraulic Power Units (Pile Driving and Extracting); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 small Electric Drill winches; Bobcat (up to and including 3/4 cu. yd.). Class 4. Hoists, Inside Elevators, Push Button with Automatic Doors; Oilers; Brick Forklift. OPERATING ENGINEERS - HEAVY AND HIGHWAY CONSTRUCTION Class 1. Craft Foreman; Asphalt Plant, Asphalt Heater and Planer Combination; Asphalt Spreader; autograder, Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments); Concrete Breaker (Truck Mounted): Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Hammerhead, Linden, Pero i Machines of a like nature; Crete Crane; Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks, Traveling; Dredges; Field Mechanic-Welder; Formless Curb and Gutter Machine; Gradall and Machines of a like nature; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver Mounted; Hoists, One, Two and Three Drum; Hydraulic Backhoes; Locomotive, All; Mucking Machine; Pile Drivers and Skid Rig; Pre-Stress Machine; Pump Crates Dual Ram (Requires frequent lubrication and water); Rock Drill -.Crawler or Skid Rig; Rock Drill - Truck Mounted; Roto Mill Grinder; Slip-Form Paver; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping form (Tunnel); Tractor Drawn Belt Loader; Tractor with Boom; Tractor-sire with Attachments; Trenching Machine; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole; Drills (Tunnel Shaft); Underground Boring and/or Mining Machines; Wheel Excavator; Widener (APSCO). Class 2. Batch Plant; Bituminous Mixer; Bobcats (over 3/4 cu. yd.); Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and Including 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Conveyor Muck Cars (Haglund or Similar Type); Finishing Machine - Concrete; Greaser Engineer; Bighlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Locomotives, Dinky; Pump Cretes; Squeeze Cretes-Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotory Snow Plows; Rototiller, Seaman, etc., self-propelled; Scoops - Tractor Drawn; Self-Propelled Compactor; Spreader - Chip - Stone, etc.; Scraper; Scraper - Prima Mover in Tandem (Regardless of Size) (Add $1.00 to Class II hourly rate for each hour and for each machine attached thereto, Add $1.00 to Class II hourly rate for each hour); Tank Car Heater; Tractors, Push, Pulling Sheeps Foot, Disc, Compactor, etc. Tug Boats. EASE COUNTY • Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over); Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc.; Fireman on Boilers; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers, Pipe Jacking Machines; Post-Bole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; work Boats; Tamper - Form-Motor Driven. Class 4. Air Compressor - Small and Large; Asphalt Spreader, Backend Man; Combination - Small Equipment Operator; Generators - Small 50kw and Under; Generators - Large over 50kw; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Light Plants, All (1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Tract-airs; Welding Machines (2 through 5); winches, 4 Small Electric Drill Winches; Bobcats (up to and including 3/4 cu. yd.). Class 5. Oilers. Other Classifications of Work: For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If there is no such definition on file, the Bureau of Labor Statistics SIC list will be used. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this document. Further, if no such neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217/782/1710 for wage rates or clarifications. • • • 2 BIDDER'S EMPLOYEE UTILIZATION FORM • Yhis report is required by the City of Elgin and should be submitted before bid can be awarded. Chapter 3. 12.100 Affirmative Action = City Contrccto. . IDENTIFICATION (Name 8 address of bidder) DESCRIPTION OF BID PROJECT i EMPLOYEES !.TOTAL - ,JOB CATEGORIES 1 BLACKS HISPANICS J OTHER MINORITY FEMALE i ' M ' F ; M F M 1 F M I F j S S 1 I i 1 1 i ___ . i 1 1 ' l 11 Is . _ i 1 . il 111 I J I 1 • i 1 1 1 -- 1 1 1 I i ! . i I TOTAL Company official S Title Telephone ! Date Signed Page _ of It is understood that the statistical data provided by the bidder reflects its efforts regarding equal employment opportunity practices on minority groups end female populations, without regard of race. color, religion. sex. ancestry. age. national origin or physical handicap. I CITY OF ELGIN SUPPLEMENTAL SPECIFICATIONS The following Supplemental Specifications are revisions, additions and deletions to the current "Standard Specifications for Road and Bridge Construction" as adopted by the Illinois Department of Transportation. SECTION 100 GENERAL REQUIREMENTS AND COVENANTS SECTION 101 . DEFINITION OF TERMS Add the following to Section 101 . 101 .50 AWARDING AUTHORITY The terms "Council, City, Municipality" or other words used to describe the Awarding Authority in these documents and the Standard Specifications shall be interpreted to mean the City of Elgin. 101 .51 DATUM The vertical control as established by ordinance of the governmental body under whose jurisdiction the improvement is being made. All elevations and grades referred to are dimensions showing the vertical distances above said control. SECTION 102. BIDDING REQUIREMENTS AND CONDITIONS Revise the following articles as indicated. 102.01 PREQUALIFICATION OF BIDDERS Delete paragraphs (a) and (b) of this article and add the following: Upon request of the Engineer or Owner, bidders will submit the following information for consideration prior to the award of the contract. (a) Location and description of the bidder's plant and permanent place of business. (b) List of equipment available to accomplish the proposed project and the adequacy and age of said equipment. (c) List of similar projects carried out by the bidder and name and telephone number of the consulting engineers who supervised the projects. (d) Current financial statement prepared and certified by a Certified Public Accountant. (e) Any additional information tending to show that the bidder is adequately prepared to fulfill the contract. 1 SECTION 104. SCOPE OF WORK Add the following article to this section. 104.09 CONSTRUCTION SITE MAINTENANCE During construction, the Contractor shall keep the site of the work and adjacent premises free from material, debris and rubbish. The Contractor shall furnish men and equipment as necessary to remove objectionable material, debris and rubbish from the construction site as directed by the Engineer. SECTION 105. CONTROL OF WORK 105.03 PLANS AND WORKING DRAWINGS Delete the last sentence of the first paragraph of this article and add the following: The Contractor shall submit to the Engineer for concept check such additional shop, working or layout drawings pertaining to the construction of the work as may be required. Any work done or materials ordered prior to the completion of the check of such plans or drawings shall be at the Contractor's risk. The Contractor agrees that shop drawing submittals processed by the Engineer are not change orders; that the purpose of shop drawing submittals by the Contractor is to demonstrate to the Engineer that the Contractor understands the design concept, that he demonstrates his understanding by indicating which equipment and material he intends to furnish and install and by detailing the fabrication and installation methods he intends to use. All shop drawings submitted to the Engineer shall indicate that they have been checked and approved by the Contractor prior to submittal. The Contractor further agrees that if deviations, discrepancies or conflicts between shop drawing submittals and the contract documents in the form of design drawings and specifications are discovered either prior to or after shop drawing submittals are processed by the Engineer, the design drawings and specifications shall control and shall be followed. 105.09 CONSTRUCTION STAKES, LINES AND GRADES Add the following to this article: The Contractor shall give the Engineer 48 hours notice in advance of the start of construction so construction staking can be scheduled. The Contractor shall furnish the required technical help and equipment necessary to transfer the line and grade from the stakes established by the Engineer. Add the following articles to this section. 105.15 RESPONSIBILITY FOR CONSTRUCTION - SAFETY, SHORING, SCAFFOLDING AND CONSTRUCTION METHODS The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. He shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: (a) All employees on the work and other persons who may be affected thereby. 2 (b) All the work and all materials or equipment to be incorporated therein, whether in storage on or off the site, and (c) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. The Contractor shall be responsible for complying with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or Loss. He shall be responsible for erecting and maintaining, as required by the conditions and progress of the work, all necessary safeguards for its safety and protection. He shall notify owners of adjacent utilities when prosecution of the work may affect them. All damage, injury or loss to any property referred to in paragraphs (a) or (b) caused directly or indirectly, in whole or in part, by the Contractor, any subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be Liable, shall be remedied by the Contractor. The Contractor's duties and responsibilities for the safety and protection of the work shall continue until such time as all the work is completed and acceptable. 105.16 LIMITATIONS ON THE ENGINEER'S RESPONSIBILITY Neither the Engineer's authority to act under this article or elsewhere in the contract documents nor any decision made by him in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of the Engineer to the Contractor, any subcontractor, any material man, fabricator, supplier or any of their agents or employees or any other person performing any of the work. Whenever in the contract documents the terms "as ordered", "as directed", "as required", "as allowed" or terms of Like effect or import are used or the adjectives "reasonable", "suitable", "acceptable", "proper" or "satisfactory" or adjectives of like effect or import are used to describe requirement, direction, review or judgement of the Engineer as to the work, it is intended that such requirement, direction, review or judgement will be solely to evaluate the work for compliance with the contract documents. The use of any such term or adjective never indicates the Engineer shall have authority to supervise or direct performance of the work or authority to undertake responsibility contrary to the provisions of this section. The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incidental thereto, and the Engineer will not be responsible for the Contractor's failure to perform the work in accordance with the contract documents. The Engineer will not be responsible for the acts or omissions of the Contractor or any subcontractors or of the agents or employees of any contractor or subcontractor or any other persons at the site or otherwise performing any of the work. SECTION 106. CONTROL OF MATERIALS Add the following articles to this section: 106.09 MATERIAL RECORDS Copies of load delivery tickets shall be furnished to the Engineer for all materials which are to be paid for on a volume or weight basis. Said tickets shall be furnished to the Engineer within 24 hours after delivery of the materials. 3 106.10 APPROVED EQUALS When material or equipment is defined in any of the contract documents by describing a proprietary product or by using the name of a manufacturer, the term approved equal shall be implied. The specified material or equipment shall be understood as indicating the type, function, minimum standard of design, efficiency and quality desired and shall not be construed as to eliminate other manufacturer's material or equipment of comparable quality, design and efficiency. For any material or equipment submitted as an equal, the Contractor shall furnish the Engineer with descriptive literature, shop drawings, samples or such other data, including testing, as requested for use in arriving at a decision on the proposed alternate. In all instances, the Engineer shall be the sole judge as to whether the alternate material or equipment is equal to that specified. SECTION 107. LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Revise the following articles as indicated. 107.17 USE OF EXPLOSIVES No explosives shall be utilized unless specified. 107.19 PROTECTION AND RESTORATION OF PROPERTY Add the following to this article: Equipment and material shall not be stored on any vacant private property or public property outside the limits of the improvement without written consent of the Owner or agent of the land. A copy of the written consent shall be filed with the Engineer for permanent record. Add the following article to this section. 107.33 NOTICE TO POLICE AND FIRE DEPARTMENTS The Contractor shall keep the Police and Fire Departments informed at all times as to the status of the various streets and intersections within the limits of the improvement. SECTION 108. PROSECUTION AND PROGRESS Add the following article to this section: 108.14 HOURS AND DAYS OF WORK No work will be performed at night or on Sundays or legal holidays without written approval of the Engineer: The hour at which work shall actually start and stop during any day shall meet with the approval of the City of Elgin. SECTION 109. MEASUREMENT AND PAYMENT 109.07 PARTIAL PAYMENTS AND RETAINAGE Delete everything after the first sentence in this article. 4 Add the following to this article: From the amount so determined there shall be deducted an amount approximating 10% to be retained until after the completion of the entire work to the satisfaction of the Engineer. Prior to making any payout, the Contractor will furnish the Engineer the required copies of the Contractor's affidavit and waivers of Lien as required by the Statutes of the State of Illinois." 5 CITY OF ELGIN SUPPLEMENTAL SPECIFICATIONS FOR WATER MAIN IMPROVEMENTS SECTION 1 . GENERAL REQUIREMENTS 1 .1 SCOPE. This work shall consist of furnishing and installing water mains, valves, fire hydrants, service stubs and other required appurtenances of the size, class and type shown on the plans or specified. 1 .2 MATERIAL INSPECTION AND CERTIFICATION. The manufacturer of any materials to be incorporated in the improvement shall, upon request, furnish a sworn statement that all of the tests and inspections have been made and that the product involved has been manufactured in compliance with the applicable specifications thereto. Said statement shall be furnished the Engineer at time of shipment of materials. Upon request of the Engineer, manufacturers shall furnish all facilities necessary to test their product for compliance with the appropriate specifications. All testing of materials shall be done by the manufacturer and witnessed by the Engineer. 1 .3 MATERIAL DELIVERY. Proper implements, tools and facilities shall be provided and used by the Contractor for unloading and distributing materials along the line of the work. All pipe, fittings, valves, hydrants and accessories shall be carefully lowered to the ground by means of a derrick, ropes or other suitable equipment in a manner to prevent damage. Under no circumstances shall water main materials be dropped or dumped. 1 .4 RESPONSIBILITY FOR SAFE STORAGE. The Contractor shall be responsible for the safe storage of material furnished by or to him, accepted by him and intended for the work. 1 .5 UNDERGROUND STRUCTURES. The Contractor shall proceed with caution in the excavation and preparation of the trench so the exact locations of underground structures may be determined. When required by the Engineer, the Contractor shall make such excavations as necessary to determine the location of existing underground structures. Adequate protection and maintenance of all underground structures and other obstructions encountered in the progress of the work shall be furnished by the Contractor. Any structures which are disturbed or otherwise damaged by the Contractor shall be restored in an approved manner. 1 .6 UNDERGROUND UTILITIES. The Engineers have endeavored to locate subsurface obstructions from field surveys and available records. Known structures are shown on the plans or notice given of their presence. While the work was carefully done, the accuracy of the information cannot be guaranteed. Invert elevations of sanitary and storm sewers have been obtained from the field surveys and where possible, elevations are shown on the plans. Wherever the Contractor deems it necessary to determine the exact location of existing pipe, valves or other underground structures, the Contractor may make any examinations he determines desirable in advance of the work. No added compensation will be paid for this type of exploration. 1 In excavating trenches and laying pipe, all existing utilities including water pipes and services, sewer pipes and services, gas pipes and services, electric or telephone transmission pole lines, cables or conduits shall be protected, supported, maintained in service and restored to the condition in which they were found, all at no extra renumeration. Where any utility facility, including service connections, is endangered or damaged by the work, the utility management shall be notified by the Contractor and the Contractor shall cooperate with the utility and pay the cost of protection and repairs if damage occurs. 1 .7 EXCAVATION. ALL of the water mains, fire hydrants, gate valves and house services shall be installed in open cut trenches to the depth and in the Locations shown on the plan except as otherwise provided herein. The Contractor shall do all excavation of whatever substances encountered to the required depths. In the event excavation is carried to a depth greater than required, the trench shall be brought back to the required grade with a granular material approved by the Engineer. Excavated materials shall be deposited along the side of trench nearest the center of the public right of way unless required for good reason to be placed elsewhere. Care shall be taken to preserve property corners, trees, shrubbery and existing improvements which are not to be removed. All excavated material shall be piled in a manner that will not endanger the work and will avoid obstruction of sidewalks, driveways, gutters and natural watercourses. When a firm foundation is not found to exist for the bottom of the trench at the required depth due to soft, spongy or other unsuitable soil, such unsuitable soil shall be removed for the full width of the trench or tunnel and replaced with well compacted crushed stone approved by the Engineer. Where rock in either Ledge or boulder formation is encountered, it shall be removed below grade and replaced with a well compacted cushion of crushed stone having a thickness under the pipe of not Less than six (6) inches. When trees, existing walks, water mains, sewers, sewer and water house services, public utilities or any other obstacle not to be removed are encountered in the trenching work, the excavation shall be made in tunnel without damage to said obstacle. Surplus excavated material and construction debris shall be disposed of by the Contractor. Such materials shalt be Loaded and trucked away from the site as soon as practical and in a manner to eliminate the storage of such surplus in the streets and parkways of the improvement. 1 .8 DEWATERING TRENCH. The Contractor shall provide and use effective and satisfactory methods to Lower the ground water table to a safe plane below the bottom of the work. No pipe shall be Laid or jointed unless the trench is completely dewatered. Water pumped or drained from the work shall be disposed of in a manner that will not damage adjacent private property, other work under construction, street pavements or other municipal property. No water shall be discharged into sanitary sewers. No water containing settleable solids shall be discharged into storm sewers. 1 .9 BRACING AND SHEETING. Open cut trenches shall be sheeted and braced as required to prevent shifting of installed pipe, prevent damage to structures and adjacent property and avoid delays to the improvement. Trenches in pavements or in close proximity to improved streets or roadways shall be sheeted or braced in a substantial and effective manner. Sheeting may be removed after the backfilt has been completed to such elevation as to permit its safe removal. Sheeting and bracing Left in place must be removed for a distance of three (3) feet below the established street grade. 2 1 .10 TRENCH JETTING. When required by the Engineer, water shall be introduced into the backfill by jetting methods to a point approximately two (2) feet above the top of the water pipe to accelerate settlement of backfill. The jetting shall continue at intervals of approximately six (6) feet for the entire length of the trench. 1 .11 SITE CLEAN-UP. During construction, the Contractor shall keep the site of the work and adjacent premises free from material, debris and rubbish. The Contractor shall furnish men and equipment as necessary to remove objectionable material, debris and rubbish from completed portions of the work. Upon completion of the work, the Contractor shall clean up the entire improvement site to the satisfaction of the Owner. All roadway ditches filled or partly filled with excavated material shall be cleaned out and regraded to an acceptable gradient. Surplus materials around trees, bushes, fences, etc. , shall be removed by hand and disposed of. All trenches shall be filled and graded as necessary. 1 .12 TREE PROTECTION. All trees within the limits of the improvement that are not scheduled for removal shall be protected by wooden tree guards. Tree guards shall be a minimum of six (6) feet high and of a minimum 2" nominal thickness. All tree guards shall be securely strapped to the trees. Any tree damaged in the course of the work shall be properly pruned or trimmed and painted with an approved commercial tree dressing. 1 .13 BASIS OF PAYMENT. The preceding paragraphs apply to all items to be incorporated into the improvement. Their cost shall be incidental to and included in the contract unit prices for the various construction items as set forth in the following sections. 3 • SECTION 2. WATER MAIN 2.1 DESCRIPTION. This work shall consist of furnishing and installing water mains of the required material, size and class together with the necessary fittings, jointing materials and blocking, complete as specified herein and in conformance with the detailed plans. 2.2 MATERIALS. Unless otherwise specified, all materials shall conform to the current AWWA Standards listed below. (a) C-104 Cement-Mortar Lining for Cast Iron Pipe and Fittings (b) C-106 Cast Iron Pipe Centrifugally Cast in Metal Molds (c) C-110 Gray Iron and Ductile Iron Fittings (d) C-111 Rubber Gasket Joints for Cast Iron Pressure Pipe and Fittings (e) C-151 Ductile Iron Pipe, Centrifugally Cast in Metal Molds or Sand-Lined Molds Water mains shall be constructed of the materials shown on the plans or specified. Where alternate materials are provided, water mains shall be constructed of the pipe material selected by the Owner at the time of contract award. 2.3 CAST IRON PIPE. All cast iron pipe, unless otherwise specified, shall be Class 150 centrifugally cast pipe designed for maximum working pressure of 150 psi and of a thickness class as specified. All pipe shall be made in standard 16-foot, 18-foot or 20-foot lengths and shall have a standard thickness cement lining on the inside. 2.4 CAST AND DUCTILE IRON FITTINGS. Unless otherwise specified, all fittings shall be mechanical or push-on joint with sockets at all openings. Fittings shall be designed for a minimum working pressure of 250 psi and be cement lined. The cost of all fittings shall be incidental to the Water Main unit price. Fittings set forth on the plans are for guidance purposes only and are considered a minimum requirement. The Contractor shall provide all fittings required to make a completed installation. 2.5 DUCTILE IRON PIPE. ALL ductile iron pipe, unless otherwise specified, shall be designed for a maximum working pressure of 150 psi and of a thickness class as specified. All pipe shall be made in standard 18-foot or 20-foot lengths and shall have a standard thickness cement lining on the inside. 2.6 STEEL RODS, TURNBUCKLES, BOLTS AND WASHERS. Steel rods shall be S.A.E. 1020 or other steel meeting the approval of the Engineer. Turnbuckles shall be drop forged and conform in dimensions and weights to the latest "Manual of the American Institute of Steel Construction". Bolts shall be U.S. Standard. Washers may be cast, malleable or cut steel. CONSTRUCTION METHOD 2.7 EXCAVATION AND FOUNDATION. Unless otherwise specified, the trench shall be excavated to a depth which will provide 5-1/2 feet of cover between the top of the water main and the established finished roadway grade or natural ground, whichever is deeper. The trench for the water main shall be excavated with vertical walls and be at Least nine (9) inches and not more than 15 inches wider than the external diameter of the water main. 4 Pipe bedding shall normally be Type 2 unless the Special Provision requires Type 4 or 5. The above bedding types will be as follows: (a) Type 2. The pipe shall be laid on a flat bottom trench. BackfilL shall be select materials tamped in place as specified under Article 2.12. (b) Type 4. The pipe shall be laid on a bedding of compacted sand or crushed stone extending the full width of the trench bottom. The bedding shall be placed to a minimum depth of 1/8 the pipe diameter or four (4) inches, whichever is greater. The remaining backfill shall be select materials tamped in place as specified under Article 2.12. (c) Type 5. The pipe shall be laid on a minimum four (4) inch compacted thickness bedding of sand or crushed stone extending the full width of the trench bottom. The bedding material shall then be placed in six (6) inch compacted lifts to the top of the pipe for the full width of the trench. The remaining backfill shall be select materials placed as specified under Article 2.12. Prior to laying pipe, the trench bottom or bedding material shall be shaped to provide continuous support for the pipe barrel. Under no circumstances will the pipe be laid on blocks or wedges. Where pipe with a bell or coupling is used, cross trenches shall be excavated to prevent non-uniform loading at joints. The cross trenches shall not be more than two (2) inches wider than the width of the bell or hub. If the excavation is carried to a depth deeper than necessary, the foundation shall be brought to the proper elevation by placing bedding material. 2.8 LAYING WATER MAIN. All pipe and fittings shall be carefully examined for cracks and other defects just prior to lowering into the trench for installation in final position. Defective pipe or fittings shall be marked and laid aside so as to not be mistakenly used in the improvement. All defective materials shall be removed from the project site upon conclusion of the work day on which they are discovered. Before lowering pipe and fittings into the trench, all dirt and foreign matter shall be removed from the pipe interior. After lowering the pipe into the trench and prior to joining the pipe, the bottom man shall check the joint being made to assure both ends are free of foreign materials picked up during the lowering operation. As each length of pipe is placed in the trench, the spigot end shall be centered in the bell of the previously installed pipe and forced home. The pipe shall then be installed to the line and grade established by the Engineer. A tolerance of two (2) inches in both horizontal and vertical alignment shall be allowed per pipe length on straight runs. The pipe shall be secured in place by tamping approved backfill material around the pipe except at the bell end. Every precaution shall be taken to prevent foreign material from entering the open end of the installed pipe prior to installing the next pipe. If, for any reason there is a stoppage in the pipe-laying operation, the open end of the last installed pipe shall be sealed by means of a watertight plug. If, upon commencement of work there is water in the trench, the plug shall remain in place until the trench is completely dewatered. Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for efficient execution of the work. All pipe, fittings and accessories shall be handled by suitable equipment in a manner to prevent damage to the materials. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. 5 • 2.9 BACKFILLING. All trenches and excavation shall be backfiLled to the natural line or finished surface as soon as conditions will permit. The backfill material shall consist of the excavated material or trench backfill, except no materials will be allowed which may have any detrimental effect on the pipe, fittings or other appurtenances. Except at locations where trench backfill is required, backfill up to a level of one (1) foot over the top of the pipe shall be with selected earthen materials no Larger than three (3) inches in its greatest dimension. In the event this material is not readily available at all Locations, the Contractor shall provide suitable conditioned soil or an approved material for this purpose. Select material shall be placed in equal layers on both sides of the pipe and compacted. Each layer of material so placed shall not exceed six (6) inches in depth until the top of the pipe is covered. Additional select material required to cover the pipe to a compacted depth of one (1 ) foot may be placed in one lift. All select materials shall be compacted to the satisfaction of the Engineer. No frozen material shall be used as selected backfill.. The remaining backfill required for the trench may be placed by mechanical means. Backfill so placed shall be deposited in the trench in a manner to avoid impact and uneven loading of the water main. Large chunks of earth shall be broken up or placed on top of the spoil bank. Debris and rock having any dimension greater than six (6) inches shall be considered unsuitable for backfilling and disposed of in an approved manner. After settlement has taken place, the trenches shall be refilled and graded to a finished condition acceptable to the Engineer and the municipality. 2.10 MECHANICAL JOINTS. Mechanical joints shall be installed according to the manufacturer's specifications. The pipe bells, spigot ends of pipe and pipe gaskets shall be clean and free from particles of sand, dirt or other objectionable matter during jointing. Pipe bolts shall be drawn up uniformly by turning diametrically opposite bolt nuts simultaneously in a manner that the joint gland and rubber gasket are brought to bearing and final seating without warp or eccentricity. 2.11 PUSH-ON JOINTS. Push-on joints shall be installed according to the manufacturer's specifications. The pipe bells, spigot ends of pipe and pipe gaskets shall be clean and free from particles of sand, dirt or other objectionable matter during jointing. Pipe shall be assembled by means of a ratchet jack type tool or other approved method. Jointing by the so-called "stabbing" of the pipe spigot into the coupling will not be permitted. Field cut pipe shall be conditioned so that it may be used to make up the next joint. The outside of the cut end shall be tapered back 1/8 inch at an angle of about 30 degrees with the centerline of the pipe by means of a coarse file or portable grinder to remove any sharp, rough edges which otherwise might injure the gasket. 2.12 THRUST BLOCKING AND ANCHORAGE. All cast iron tees and bends shall be anchored in poured concrete thrust blocks which shall be keyed into solid ground under the respective fittings to a depth of not less than three (3) inches and shall extend to solid ground backing in the direction of the thrust, unless otherwise shown or specified on the plans. Concrete blocking shall extend to a point above the horizontal pipe diameter and in a manner to secure the pipelines from lateral thrust displacement and insure ability to caulk or tighten all the joints. Concrete blocking shall consist of Class X concrete with minimum moisture content to enable tamping in place and moulding. Blocking dimensions will be as shown on the plans or as determined in the field by the Engineer. Fittings at ends of pipelines shall be blocked or harnessed with suitable ties to the pipeline in a manner to permanently anchor the same in place. Plugs shall be blocked in a manner which will facilitate their removal and subsequent extension of the water mains. Metal harnesses of adequate strength to prevent movement may be used instead of concrete blocking, if permitted by the Engineer. Steel rods or clamps shall be galvanized or otherwise rustproof treated, as approved by the Engineer. The cost of 6 metal harnesses shall be incidental to the construction and included in the contract unit price for pipe. 2.13 CONNECTIONS TO EXISTING WATER MAINS. Before making any connection to existing water mains, the Contractor shall have all necessary tools, materials, pipe and fittings on hand and sufficient experienced workmen available to preclude any unnecessary delay in making the connection due to adverse conditions or mishap. The actual work of cutting into a main or removal of a fitting shall not be done until all measurements, necessary pipe assembly and other specified provisions have been completed. If the connection requires shutting down the existing main, the Contractor shall make the necessary arrangements with the municipal water department to accomplish same. In addition, all users to be affected shall be notified 24 hours in advance of water main shutdown. Temporary blocking capable of withstanding the service pressure shall be provided for all existing valves, fittings and pipe that could be affected by the new connection. The cost of making connections to existing water mains shall be considered as incidental to and included in the contract unit price for water main unless otherwise specified. 2.14 HOUSE SANITARY SEWER AND WATER SERVICES. At all Locations where the water main crosses house services, adequate precautions shall be taken by the Contractor to prevent unnecessary and Lengthy shutdown of the service. Wherever possible, the water main shall be constructed so as to not damage the services or interfere with their future operation. Any service that is damaged shall be repaired with new material in such a manner that future operation will not be impaired. ALL work in connection with house services shall conform to the ordinances and requirements of the munipality in which the improvement is being made. Change or adjustment in the line or grade of the pipeline to clear obstructions shall be approved by the Engineer. All materials and work required for this purpose and for tunneling, repairing and reinforcing sewer crossings shall be furnished by the Contractor and shall be incidental to and included in the contract unit price for water main, unless otherwise specified. In those instances where house services require adjustment, the work shall be done under the requirements of the Standard Specifications and paid for as specified. 2.15 HYDROSTATIC TEST. ALL newly laid water main, fittings, valves and hydrants shall meet the requirements of the following hydrostatic tests before being accepted by the municipality. (a) Pressure Test. After completion of the water main, as previously outlined, the main shall be filled with water and the air allowed to escape through hydrants, air release valves, blow-offs, etc. When the main is free of air, the water pressure shall be raised to 125 pounds per square inch by the addition of water through a force pump and other apparatus. The test pressure shall be maintained for a one-hour period by the addition of water through the pump. The pipeline, all valves, fittings and hydrants shall be carefully examined during the pressure test to determine if there are any defective pipe, fittings, hydrants or Leaking joints. ALL defective materials shall be removed and replaced with sound material and all Leaks repaired. The test shall then be repeated until the required results are achieved. 7 (b) Leakage Test. After satisfactory completion of the pressure test, a leakage test shall be conducted. The water pressure in the main shall be raised to a minimum pressure of 120 pounds per square inch, unless otherwise specified, by the addition of water to the main. The test pressure shall be maintained in the main for a two (2) hour period. The allowable amount of make-up water to maintain the specified test pressure shall not exceed the following rates for each 1000 feet of pipe. LEAKAGE IN GPH FOR EACH 1000 FEET OF PIPE Test Pipe Size - Inches Pressure psi 6" 8" 10" 12" 14" 16" 18" 20" 24" 100 0.45 0.60 0.75 0.90 1 .05 1 .20 1 .35 1 .50 1 .80 110 0.47 0.63 0.79 0.94 1 .10 1 .26 1 .41 1 .57 1 .89 120 0.49 0.66 0.82 0.99 1 .15 1 .31 1 .48 1 .64 1 .97 130 0.51 0.68 0.85 1 .03 1 .20 1 .37 1 .54 1 .71 2.05 140 0.53 1 .21 0.89 1 .06 1 .24 1 .42 1 .60 1 .78 2.13 150 0.55 0.74 0.92 1 .10 1 .29 1 .47 1 .65 1 .84 2.21 In order to make the above tests, the Contractor shall furnish all apparatus, piping, hose, pump and pressure tank, gauges properly calibrated, a clean barrel or drum to hold water and a five (5) gallon graduated container calibrated into tenths of a gallon or into one-half (1/2) pints. The municipality in which the work is being done reserves the right to use their own tanks and gauges when considered necessary to check the Contractor's equipment for accuracy. The above specified tests shall be made on sections not exceeding 2000 feet in Length. Mains which fail to meet the requirements of the initial test shall be repaired and retested until all the requirements have been met. All tests shall be made through one-inch corporation cocks tapped into the main. The cost of all labor, materials and equipment necessary to make the tests shall be incidental to and included in the contract unit price for water main. 2.16 WATER MAIN DISINFECTION. Prior to chlorination and after completion of the pressure test, each pipeline construction section shall be flushed at a minimum water velocity of 2.5 fps in a manner and for such Length of time as the Engineer may require to effectively clear the mains, valves, hydrant Leads and fittings. Temporary flushing risers shall be provided at the termini of all water mains to assure flushing of the deadends. ALL mains and accessories shall be chlorinated under the supervision of the municipality by the use of either chlorine gas or H.T.H. hypochlorite compound as directed. A solution of proper chlorine concentration shall be prepared with clean tap water and pumped into the section of main to be chlorinated by means of one-inch corporation cocks inserted in the top of the new main. In order that the sterilization solution will make proper contact with all interior surfaces, corporation cocks shall be inserted in the top of the new main at the beginning of each pipeline extension and at the ends of any such extension where means of bleeding off water is not available. Chlorine solution shall be applied at both ends of such extension. The valve controlling water flow from the existing distribution system into the new work shall be opened sufficiently to assure a slow rate of flow into the new pipeline. After regulating the flow from observations at the bleed-off point, the chlorine shall be pumped into the new main at a uniformly proportionate rate until the water in the pipeline has a chlorine content of 50 to 100 ppm and until a heavy chlorine concentration at the bleed-off point is evident. 8 • The Contractor shall exercise every precaution to prevent the chlorine solution from backing up or flowing beyond the limits of the new pipeline extension into the existing distribution system. ALL valves and hydrants within the limits of the section being chlorinated shall be operated during the application of the chlorine solution. All terminal valves except the feed-in valve shall be kept closed. On completion of the chlorination process, the feed-in valve shall be tightly shut off and the treated water retained in the line at least 24 hours or longer as may be directed by the Engineer. After 24-hour retention in the pipeline, the residual chlorine at the extremities of the section shall be not less than 25 ppm. Following chlorination, all treated water shall be thoroughly flushed from the newly laid pipelines as directed by the Engineer until the replacement water is chlorine-free or has a residual consistent with system chlorine residuals, whereafter samples for testing and analysis shall be taken from a sterile metal pipe connection with sampling cock attached to the 1" corporation cocks in the new Line. Quality of water shall meet the requirements of the Illinois Environmental Protection Agency for drinking water for at least two (2) consecutive days, with a minimum of 24 hours between samples, before placing the new pipeline or section in service. Should the initial chlorine treatment fail the approved Laboratory analysis of the sampled water, chlorination shall be repeated until approved water quality is obtained from the new pipeline extensions or sections. The cost of all labor, materials and equipment necessary to flush and chlorinate the water main shall be incidental to and included in the contract unit price for Water Main. 2.17 RELATION TO SEWERS. Insofar as applicable, the provisions set forth in paragraph 212 F of the Technical Policy Statements of the Division of Public Water Supplies, Illinois Environmental Protection Agency, are made a part hereof by reference and shall be adhered to in maintaining horizontal and vertical clearances with sewers paralleling or crossing the pipelines to be installed under this contract. The following horizontal and vertical separations are to be maintained. A. Horizontal Separation. Whenever possible, a water main must be laid at least ten feet horizontally from any existing or proposed drain or sewer line. Should local conditions exist which would prevent a lateral separation of ten feet, a water main may be laid closer than ten feet to a storm or sanitary sewer provided that the water main invert is at least 18 inches above the crown of the sewer and is either in a separate trench or in the same trench on an undisturbed earth shelf Location to one side of the sewer. If it is impossible to obtain proper horizontal and vertical separation as described above, both the water main and sewer must be constructed of slip-on or mechanical joint cast or ductile iron pipe, prestressed concrete pipe or PVC pipe meeting water main standards and, before backfilling, be pressure tested to the maximum possible expected surcharge head to assure watertightness. B. Vertical Separation. Whenever water mains must cross house sewers, storm sewers or sanitary sewers, the water main shall be laid at such an elevation that the invert of the water main is 18 inches above the crown of the sewer measured as the normal distance between the two pipes. The vertical separation must be maintained for that portion of the water main located within ten feet horizontally of any sewer crossed. 9 If it is impossible to obtain the proper vertical separation as described above or if it is necessary for the water main to pass under a sewer, both the water main and sewer must be constructed of slip-on or mechanical joint cast iron pipe, prestressed concrete pipe or PVC pipe meeting water main standards. ALL pipe must extend on each side of the crossing until the normal distance from the water main to the sewer is at Least ten feet. In making such crossings, center a Length of water main pipe over the sewer to be crossed so the joints will be equidistant from the sewer and as remote therefrom as possible. Where a water main must cross under a sewer, a vertical separation of 18 inches between the invert of the sewer and the crown of the water main shall be maintained, along with means to support the larger-sized sewer Lines to prevent their settling and breaking the water main. C. Water Service Lines. The horizontal and vertical separation between water service Lines and all sanitary sewers, storm sewers or any drain must be the same as for water mains, as detailed in A and B above, except that when minimum horizontal and vertical separation cannot be maintained, water pipe of the types described in A and B above must be used for both water and sewer service Lines. 2.18 METHOD OF MEASUREMENT. Water main shall be measured for payment in lineal feet along the centerline of the completed water main from center to center of fittings. 2.19 BASIS OF PAYMENT. The work as outlined in Section 2 will be paid for at the contract unit price per Lineal foot for WATER MAIN of the diameter and class specified, measured in place unless otherwise specified. This price shall include the cost of all materials, pipe, fittings, adaptors, joint materials, blocking and all work and equipment necessary to make a complete and finished installation. 10 SECTION 3. WATER MAIN ADJUSTMENT 3.1 DESCRIPTION. This work shall consist of adjusting existing water mains where they are in conflict with new improvements. The work shall be in accordance with Section 2, Water Main, insofar as applicable and the detailed plans. 3.2 MATERIALS. All materials used in adjusting water mains shall be new cast or ductile iron and in conformance with the current AWWA Standards set forth in Section 2.2. 3.3 CONSTRUCTION. All adjustments in the line or grade of the existing water main shall be approved by the Engineer. All materials, labor and equipment necessary to adjust the water main shall be on hand before shutdown and cutting of the existing main. The Contractor shall take every precaution to hold the interruption of service to a minimum. A minimum clearance of 18 inches shall be maintained between the adjusted main and the improvement for which the adjustment is made. Adequate precautions shall be taken to prevent contaminants from entering the existing main. The inside surfaces of all new materials used in the adjustment shall be cleaned of all foreign material and swabbed with a solution of efficient bactericide before assembly. The adjusted section shall then be flushed utilizing available fire hydrants. Pipe removed in this work shall be salvaged and delivered to the municipal yards and shall remain the property of the municipality unless otherwise provided. 3.4 BASIS OF PAYMENT. The work as outlined in Section 3 will be paid for at the contract unit price each for WATER MAIN TO BE ADJUSTED. This price shall include the cost of all materials, pipe, fittings, adaptors, joint materials, blocking, removal and disposal of existing main and all work and equipment necessary to make a complete and finished installation. 11 SECTION 4. CASING PIPE 4.1 DESCRIPTION. This work shall consist of furnishing and installing casing pipe of the required material, size and class as specified and in conformance with the detailed plans. 4.2 MATERIALS. Casing pipe shall be either steel pipe with welded steel joints, reinforced concrete pipe or galvanized corrugated metal pipe as specified or as approved by the Engineer where optional materials are permitted by the plans and specifications. Material used shall be new and conform to the following Standard Specifications unless otherwise specified. Mill rejects will not be allowed. (a) ASTM A-139, Grade B: Welded and Seamless Steel Pipe (b) API 51, Grade B: Line Pipe (c) ASTM C-76: Reinforced Concrete Culvert, Storm Drain and Sewer Pipe (d) AASHTO M-36: Zinc-Coated (Galvanized) Corrugated Iron or Steel Culverts and Underdrains. (e) AASHTO M-167: Structural Plate Pipe, Pipe Arches and Arches CONSTRUCTION METHOD 4.3 INSTALLATION. Casing pipe of the type specified shall be installed in accordance with the following: (a) Auger and Jacking. Steel casing pipe and corrugated metal pipe of the size and thickness specified. Steel casing pipe shall be butt joined and welded all around. Corrugated metal pipe shall be jointed by means of internal connecting bands. (b) Tunnel and Jacking. Concrete pipe and corrugated metal pipe of the size and thickness specified. Concrete pipe joints shall be composed of rubber "0" rings with a minimum 1/2" cushioning spacer placed between each pipe. Cushioning material shall be of either braided jute or plywood. Upon completion of the push, all internal joint spaces shall be filled with Portland Cement mortar. At the option of the Contractor, the outside joint may be filled with bentonite clay. Corrugated metal pipe shall be joined as in (a) above. Casing pipe shall be installed to the line and grade shown on the plans. If required, the outside of the casing shall be lubricated with bentonite clay. The lead pipe of the casing shall be provided with an approved tunneling shield. The work shall be kept dewatered until the carrier pipe has been installed and tested. The work of installing the casing pipe shall be done by a Contractor who is fully experienced and equipped for this specialized construction and is approved by the Engineer and/or other supervisory authorities. 4.4 WATER MAIN INSTALLATION. After completion of the casing pipe, the water main shall be installed through the same on guide rails or on pipe skids in a manner which will provide for continuous and smooth installation of the water main without obstructions of any kind. Water main shall be jointed and installed from one end in a manner to keep the entire pipeline under compression during installation. 12 After completion of installation and testing of the water main, the annular space between the casing and the water main shall be filled with dry sand blown in by approved methods. The casing pipe shall be sealed by constructing masonry bulkheads at each end to preclude entrance of foreign material into the casing which might prevent ready removal of the water main at some future date. 4.5 JACKING PITS. Jacking pits shall be tight sheeted and braced on all sides. Sheeting shall be of adequate strength to withstand all surcharge loads to be imposed on it and shall be cut off four feet above existing ground. In lieu of the four foot cut-off height on sheeting, the Contractor may erect a four-foot high fence around the excavation. Lights and warning signs as necessary shall be erected around all jacking pits. The reaction block for the jacking mechanism shall be adequately designed to distribute the loads to the soil without excessive soil deflection and in a manner to avoid any disturbance of adjacent structures or utilities. Hydraulic jacks and jacking frame shall be designed to apply a uniform pressure over the entire circumferential area of the pipes being jacked. Upon completion of the jacking operation, pipe bedding within the jacking pit shall be placed in accordance with the special plan details and/or Special Provisions. 4.6 RAILROAD CROSSING. Railway crossings shall be in accordance with the easement, license and/or accepted grant of the railroad to the Owner and said conditions are made a part of these specifications by references. Additional requirements as set forth in the A.R.E.A. Committee I Specifications for pipeline crossings under railway tracks shall govern except as otherwise shown on the plans or modified herein. The railway company shall be notified a reasonable time prior to commencing construction. Flagmen may be required to protect train operations during the time the pipe is installed underneath the main line tracks. The railroad shall be consulted on this matter and any costs involved shall be at the Contractor's expense and incidental to the construction. The Contractor shall be responsible for the cost of special insurance required by the railroad and costs incurred in repairing damage to railroad property due to the Contractor's operations or negligence. All to be incidental to and included in the contract unit price. 4.7 HIGHWAY CROSSING. Highway crossings shall be in accordance with the permit issued by the responsible highway department and said permit is made a part of these specifications by references. The Contractor shall be responsible for obtaining the Highway Bond required by the highway department, the cost of which shall be incidental to and included in the contract unit price for the items of this section. 4.8 ALTERNATE METHODS OF CONSTRUCTION. Alternate methods of construction meeting all conditions set forth herein will be considered and will be subject to the approval of the Engineer, the Owner, the railroad and highway agencies involved. Compensation for any alternate construction method will be at the contract unit price for casing pipe as set forth in the proposal. No extra compensation will be allowed for additional work incurred because of the alternative method of construction. 13 COMPENSATION 4.9 METHOD OF MEASUREMENT. Casing pipe shall be measured for payment in lineal feet along the centerline of the completed pipe from end to end of casing installed. Under no circumstance will the pay length exceed the staked length. 4.10 BASIS OF PAYMENT. The work as outlined in Section 4 will be paid for at the contract unit price per lineal foot for CASING PIPE, AUGER AND JACK or CASING PIPE, TUNNEL AND JACK of the diameter and thickness specified, measured in place unless so otherwise specified. The price shall include the cost of all materials, pipe, fittings, joint materials, blocking, skids, sand, bulkheads and all work and equipment necessary to make a completed and finished installation. Water main installed within the casing pipe shall be paid for at the contract unit price for WATER MAIN as set forth under Section 2. 14 SECTION 5. WATER MAIN INSTALLED BY BORING & JACKING 5.1 DESCRIPTION. This work shall consist of boring a hole of sufficient size to install the proposed water main under pavement and structures as shown on the plans or authorized by the Engineer. 5.2 BORING. The Contractor shall furnish an auger of sufficient size and power to excavate a hole through whatever earthen material is encountered. If rock material of such density that the auger cannot break through is encountered, the auger shall be withdrawn and the rock grubbed out by hand or another location for the boring shall be selected. Ends of the boring shall be limited to a maximum distance of six feet from the pavement edge or back of curb as the case may be. The boring shall be within one foot both vertically and horizontally of that shown on the plan or staked by the Engineer. Errors in alignment shall be resolved by either boring another hole or tunneling back along the misaligned boring a sufficient distance to correct the error. The provisions of Section 4.5 shall apply to this section insofar as applicable. 5.3 WATER MAIN INSTALLATION. After completion of the boring, the water main shall be installed through same from one end and in a manner to keep the entire pipeline under compression during installation. A suitable cap shall be placed over the end of pipe first entering the boring to preclude entrance of dirt and other objectionable foreign materials. 5.4 BACKFILLING. After completion of the water main installation, the annular space between the boring walls and the water main shall be filled with dry sand blown in by approved methods. Abandoned borings shall also be filled by the same method. 5.5 METHOD OF MEASUREMENT. Boring and jacking shall be measured in lineal feet along the centerline and from end-to-end of completed boring. In no case shall the pay length of boring be in excess of pavement width or back-to-back of curb plus 12 feet, unless so otherwise specified. 5.6 BASIS OF PAYMENT. The work as outlined in Section 5 will be paid for at the contract unit price per lineal foot for BORING AND JACKING for water main of the size specified. This price shall include the cost of all materials, equipment and the work necessary to make a complete and finished installation. Payment will be made only for the boring that is utilized. Inaccurate bores will be at the Contractor's expense. Water main installed within the bore shall be paid for at the contract unit price for WATER MAIN, as set forth under Section 2. 15 SECTION 6. VALVES 6.1 DESCRIPTION. This work shall consist of furnishing and installing valves of the required material, size and class together with the necessary fittings, jointing materials and blocking completed as specified herein and in conformance with the detailed plans. 6.2 MATERIALS. All materials shall conform to the current AWWA Standards as set forth below, unless otherwise specified. (a) C-500 - Gate Valves for Ordinary Water Works Service (b) C-504 - Rubber-Seated Butterfly Valves (c) C-509 - Resilient Seated Gate Valves for Water Systems Valves shall be of the make allowed in the municipality in which the improvement is being installed and as set forth in special provisions. 6.3 GATE VALVES. All gate valves shall be of the standard cast iron body, bronze mounted, double gate type. All gate valves shall close by turning the stems in a clockwise direction. Stems shalt be non-rising type with 2" square operating nut, unless otherwise specified or shown on the plans. All valves shall be mechanical joint with either stuffing box and packing gland or "0" ring stem seal as specified in the Special Provisions or as approved by the Engineer. 6.4 BUTTERFLY VALVES. Butterfly valves shall be Class 150 B. Valve bodies shall be either cast iron or cast steel or fabricated steel. Valve shafts shall be solid one piece 18-8 stainless steel, Type 302, 303, 304 or 316. Valves shall be 90 degree seating with valve seats of natural gum rubber compound and shall be provided with adjustable mechanical stop to prevent overtravel of the valve disc in the open and closed position. Disc materials shall be as called for in the Special Provisions. Valves shall be equipped with totally enclosed worm gear reducer and bevel gear attachment with 2" square operating nut. Operators shall be capable of seating and unseating the valves under the most adverse conditions (opening against the full design pressure and velocity as specified into a dry system downstream) . Operators shall be equipped with a device to hold the valve in a fixed position for an extended period of time. Where shown or specified on the plans, butterfly valves shall be furnished with handwheel operators and right-hand or left-hand reducers as indicated so that the operators are in the position shown. Valves which are constructed with segmental retainers or means of adjusting the valve seat for tightness, shall be installed so that such retainers or adjusting means is in the position as indicated on the drawings. All valve operators shall close the valve by turning in a clockwise direction. 6.5 RESILIENT SEATED GATE VALVES. All materials shall conform to the current AWWA Standard C-509, Resilient Seated Gate Valves for Water Systems. All gate valves shall be designed for a 200 psi working pressure and tested to a minimum 350 psi hydrostatic pressure. All valves shall have bronze non-rising stems with "0" ring seals. The valves shall close by turning a 2" square operating nut in a clockwise direction. All valves shall be furnished with mechanical joints. 6.6 INSERTING VALVES. Inserting valves shall be Mueller or approved equal. The valve shall be installed under pressure, without interruption of service and consist of a two-part cast iron sleeve and valve body. Valve mechanism shall conform to AWWA Standard Specifications for Gate Valves and shall be cast iron body, bronze mounted, double disc gate type. Valve stems shall be non-rising type with 2" square operating nut and have stuffing box and packing gland or "0" ring seal as specified in the 16 Special Provisions. Valves shall close by turning the stem in a clockwise direction and be designed for a maximum working pressure of 150 psi. 6.7 TAPPING SLEEVES AND VALVE. Tapping sleeves and valves shall be Mueller or approved equal and have mechanical joints sized for the existing cast iron pipe. Tapping valves shall conform to AWWA Standard Specifications for Gate Valves, insofar as applicable, and shall be of the standard cast iron body, bronze mounted, double disc gate type. Valve stems shall be non-rising type with 2" square operating nut and have stuffing box and packing gland or "0" ring seal as specified in the Special Provisions. Valves shall close by turning the stems in a clockwise direction. The valve shall have an American Standard 125-pound flange on the inlet end and a standard mechanical joint hub on the outlet end. Valve seat opening shall permit full diameter cuts to be made. 6.8 AIR RELEASE VALVES. Air release valves shall be "APCO 200A" or approved equal. Valves shall be furnished with 1" threaded inlet connection and 1/2" threaded outlet. 6.9 VALVE BOXES. Valve boxes shall be cast iron of the quality, pattern and workmanship of Clow No. F-2450 or equal. The valve boxes shall consist of a base, center section, top section and cover and shall extend 50 to 70 inches. Base Section: Valve sizes 6" and 8" Clow F-2465 No. 6 or equal Valve sizes 10" and largerClow F-2484 No. 160 or equal Center Section Clow F-2460 No. 64 or equal Top Section Clow F-2455 No. 56 or equal Cover Clow F-2494 or equal INSTALLATION 6.10 MAIN LINE VALVE INSTALLATION. Mechanical joint valves shall be installed in the pipelines at the locations shown on the plans. Valves shall be housed in Standard Type A valve vaults or cast iron valve boxes in accordance with the requirements shown on the plans and proposal. Where valve boxes are used, the same shall be set vertically and be centered over the operating nuts of the valves with the cover of the valve box set flush with the adjoining ground level. Where valves are provided with valve vaults, the valves shall be centered in the vaults. On pipelines of 8" or less in diameter, the connecting pipe nipples shall be not over 6' in length for cast or ductile iron mains. When cast iron valve boxes are required, their cost shall be incidental to and included in the contract unit price for the type of valve being installed. When valve vaults are required, they shall be paid for at the contract unit price for VALVE VAULT. 6.11 AIR RELEASE VALVE INSTALLATION. Air release valves shall be installed as called for on the plan at high points in the water main to preclude entrapment of air in the main. The air release valve shall be connected to the main by means of a 1" Mueller corporation cock installed in the top of main, together with a pipe nipple, tee, 1/2" smooth nose sample cock, outlet pipe with check valve, fittings and bronze screen as shown on the plan. 17 The air release valve shall be housed in a standard valve vault which shall be filled with crushed limestone, commercial grade number 2, to the springline of the water main passing through the vault. The outlet of the exhaust piping Leading from the valve shall be at an elevation approximating the top of the vault masonry and shall be Located to one side of the vault to permit ease of entry into the vault. The cost of the vault shall be paid for as a VALVE VAULT with the crushed stone, tapping the main and other equipment Listed herein being paid for at the contract unit price for the air release valve. COMPENSATION 6.12 BASIS OF PAYMENT. The work as outlined in Section 6 will be paid for at the contract unit price each for GATE VALVE, BUTTERFLY VALVE, INSERTING VALVE, TAPPING SLEEVE AND VALVE and AIR RELEASE VALVE of the size and class specified. This price shall include the cost of all materials, fittings, adaptors, joint materials, main tapping, blocking and all work and equipment necessary to make a complete and finished installation. 18 SECTION 7. FIRE HYDRANTS 7.1 DESCRIPTION. This work shall consist of furnishing and installing fire hydrants as specified herein and in conformance with the detailed plans. 7.2 MATERIALS. All fire hydrants shall conform to AWWA Standard C-502 unless otherwise specified and shall be of the make allowed in the municipality the improvement is being installed in and as set forth in the Special Provisions. 7.3 INSTALLATION. Fire hydrants shall be connected with the water mains by means of cast or ductile iron pipe having an internal diameter of six (6) inches and of the type and quality specified. The joint at the hydrant shall be a mechanical joint or a flanged bolted connection in conformity with the standard adopted and in use by each specific municipality. Each hydrant shall rest on a substantial concrete block foundation with a surface area sufficient to prevent settlement of said hydrant. There shall be placed for a depth of at least 15 inches below the drip valve to a plane 12 inches above the drip valve crushed stone conforming to gradation CA-3. Approximately one-third (1/3) cubic yards of crushed stone shall be placed for each hydrant. On top of said crushed stone shall be placed a sheet of 6 mil thickness VisQueen (polyethylene) to prevent infiltration of the earth backfill into the crushed stone. Hardwood or masonry blocking shall be placed between each hydrant and the undisturbed earth end of the trench to prevent the hydrant from being blown off of the connection pipe during testing and until the backfill is sufficiently compacted to serve such purposes. Each hydrant shall be set in a true vertical position and at such height so that the center of the hose or steamer connection will be 18 to 21 inches above finished grade at the hydrant or as shown on the plan. Minimum Length of hydrants shall be for 6 foot depth of trench. The top of the valve box for the auxiliary hydrant valve shall be set 1/2 inch above finished grade of the parkway where the hydrant is located. Care shall be used where hydrant connections are to be made to be sure that the trench depth is such that the hydrant will be at the proper grade when connected to said main without the use of special offset fittings. If hydrant extension sections are required to achieve the specified hydrant exposure, their cost shall be incidental to and included in the contract unit price for fire hydrants. 7.4 BASIS OF PAYMENT. The work as outlined in Section 7 will be paid for at the contract unit price each for FIRE HYDRANTS as specified. This price shall include the cost of fittings, joint materials, blocking, drainage bed and all materials, work and equipment necessary to make a complete and finished installation. Where auxiliary gate valves and cast iron valve boxes are called for on the plans, the cost for furnishing and installing same shall be incidental to and included in the contract unit price for fire hydrants. Auxiliary gate valves and cast iron valve boxes shall be in accordance with Section 6 of this Supplemental Specification, insofar as applicable. Hydrant leads shall be paid for at the contract unit price for 6" water main of the class specified. 19 SECTION 8. COPPER WATER SERVICE STUBS 8.1 DESCRIPTION. This work shall consist of furnishing and installing copper water tubing, corporation stops, curb stops and curb boxes of the size specified and in conformance with the detailed plans. 8.2 MATERIALS. All materials shall conform to the following standards unless so otherwise specified. (a) Copper Water Tubing, Type K, AWWA Specification 7S-CR Nominal Outside Weight Pipe Size Diameter Per Foot 3/4" 0.875" 0.641# 1" 1 .125" 0.839# 1-1/4" 1 .375" 1 .040# 1-1/2" 1 .625" 1 .360# 2" 2.125" 2.060# (b) Corporation stops shall be Mueller or equal #H-15010. (c) Curb stops shall be Mueller or equal #H-15200 inverted key, round way, combined cap and tee. (d) Curb boxes shall be adjustable cast iron type, 3" shaft Mueller or equal, size 7, #H-10346. (e) Terminal markers, 2" x 2" post 4' long with white painted top. 8.3 INSTALLATION. Copper services shall be installed in open cut trenches 5-1/2 feet below the centerline elevation of the proposed roadway and shall extend at right angles from the street main to the terminal point. Maximum trench width for installation of the copper services shall be 18 inches. All taps shall be made after completion of the hydrostatic test and disinfection of the water main and shall be at an angle of 45 degrees above the horizontal diameter of the water main. From the connection with the corporation stop, the service line shall be bent down in a manner to form a reverse curve from the top of the stop to the bottom of the service trench and in a manner to provide a reasonable amount of slack or extra length in the service line. The corporation stop and service shall then be blocked up with CA-3 coarse aggregate in a manner to relieve all stress in the connection with the water main. No splicing of the water service beneath the roadway will be allowed. All fittings shall be flanged compression type. A cast iron adjustable curb box shall be centered on and set vertically over the curb stop at the terminal end of each service with the cover of said box set flush with the finished parkway surface. Next to the cast iron box shall be set a 4' long 2" x 2" post with one foot painted white and exposed above the ground. All work in connection with the house water service stubs shall conform to the ordinances and regulation of the municipality in which the improvement is located. 8.4 RECORD OF LOCATIONS. The Contractor shall reference and keep an accurate record of the location of both ends of each house service installed. Said measurement shall be made as directed by the Engineer and the complete record shall be given to the Engineer upon completion of the work. 20 COMPENSATION 8.5 METHOD OF MEASUREMENT. House water services shall be measured for payment in lineal feet of copper at the unit price each for corporation stops and at the unit price each for curb stops and cast iron boxes. The pay length of copper shall be determined by measuring from the point of connection with the main to the center of the curb stop. 8.6 BASIS OF PAYMENT. The work as outlined in Section 8 will be paid for at the contract unit price per lineal foot for COPPER WATER SERVICE of the diameter specified, at the contract unit price each for CORPORATION STOP of the size specified, and at the contract unit price each for CURB STOP AND BOX of the size specified. These prices shall include the cost of all copper tubing, fittings, corporation stop, curb stop, cast iron curb box, service clamps, if necessary, tapping, blocking and all materials, work and equipment necessary to make a complete and finished installation. 21 PROPOSAL NORTHWEST AREA TRANSMISSION LINE, PHASE II FOR THE CITY OF ELGIN KANE COUNTY, ILLINOIS TO: City of Elgin 1. Proposal of Gluth Bros. Construction, Inc. Name and Address of Bidder 1151 Lake Avenue, Woodstock, Illinois 60098 for the installation of a 24" water transmission pipeline and other appurtenant construction along portions of Big Timber Road. 2. The plans for the proposed improvement are those prepared by Hampton, Lenzini and Renwick, Inc. and approved by the City of Elgin on October 29, 1991 . 3. The specifications referred to herein are the "Supplemental Specifications for Water Main Improvements" enclosed in the Bid documents and the "Standard Specifications for Road and Bridge Construction" prepared by the Illinois Department of Transportation and adopted by said Department on July 1, 1988. 4. The undersigned declares that he will comply with the applicable provisions of the General Requirements and Covenants of the Specifications and the Special Provisions. 5. The undersigned agrees to complete the work within 45 working days of award of contract unless additional time is granted in accordance with the specifications. 6. Accompanying this proposal is a bank cashier's check, certified check or bid bond complying with the requirements of the specifications for not less than 5% of the total bid, and made payable to the City Treasurer of Elgin in the amount of 5% of Total Bid ($ ) . 7. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the bid security shall be forfeited to the awarding authority. 8. Each pay item should have a unit price and a total price. • 9. The unit price shall govern if no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity. 10. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. 11. A bid will be declared unacceptable if neither a unit price nor a total price is shown. 12. The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt or such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of responsible official of the firm. The undersigned firm further certifies that it is not barred from bidding on this contract as a result of a conviction for the violation of State laws prohibiting bid- rigging or bid-rotating. The undersigned firm further certifies that it is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. ATTACH CASHIER'S CHECK OR CERTIFIED CHECK OR BID BOND HERE. 13. The undersigned submits herewith his Schedule of Prices covering the work to be performed under this contract. SCHEDULE OF PRICES (For complete information covering these items, see the plans and specifications. ) Item No. Item Quantity Unit Price Total 1 Ductile Iron Water Main 16" , Class 52 64 L. F. 40.00 2,560.00 2 Ductile Iron Water Main 24" , Class 52 2925 L. F. 58.00 169,650.00 3 Anchoring Pipe, 6" 43 L.F. 20.00 860.00 4 16" Gate Valve 1 Each 2, 600.00 2,600.00 Item No. Item Quantity Unit Price Total 5 24" Butterfly Valve 4 Each 3, 200.00 12,800.00 6 Combination Air Release Vacuum Valve, 6" 3 Each 3, 000.00 9,000.00 7 Tapping Sleeve and Valve, 16" 1 Each 6, 200.00 6,200.00 8 Valve Vault, 6 ' Dia. with Type 1 Frame and Closed Lid 9 Each 1, 500.00 13,500.00 9 Fire Hydrant Complete 4 Each 1, 400.00 5,600.00 10 Casing Pipe in Trench, 36" 160 L. F. 50.00 8,000.00 11 Boring and Jacking Water Main, 24" 75 L.F. 100.00 7,500.00 12 Trench Backfill 1275 L.F. 10.00 12,750.00 13 Pavement Replacement 181 S.Y. 15.00 2,715.00 14 Driveway Pavement Replacement 168 S.Y. 15.00 2,520.00 15 Fire Hydrants to be Removed 1 Each 1, 000.00 1,000.00 16 Topsoil Placement and Seeding 2.05 Acre 1,000.00 2,050.00 17 Traffic Control and Protection 1 L.S. 5, 000.00 5,000.00 BIDDER'S PROPOSAL FOR MAKING ENTIRE IMPROVEMENTS 264,305.00 (If an Individual) Signature of Bidder ( SEAL ) Business Address Social Security Number (If a partnership) Firm Name (SEAL ) Signed by (SEAL) Business Address Tax Identification Number Insert Names and Addresses of All Members of the Firm (If a Corporation) Corporate Name Gluth Bros. Construction, Inc. Signed b i �/„ Ace /,,/ Title Sick-Iv Business Address 1151 Lake Avenue Woodstock, IL 60098 Tax Identification Number 36-2791399 (Corporate Seal ) Insert Names of Officers President Frank Gluth Secretary Diane Gluth Treasurer Diane Gluth Attest: Secretary CONTRACT 1 . THIS AGREEMENT, made and concluded the atA day of 9"-14-4-tAlAy , 19 `/,R , between the City of Elgin acting by and through its Council , known as the party of the first part, and Gluth Bros. Construction, Inc. his/their executors, administrators, successors or assigns, known as the party of the second part. 2. WITNESSETH: That for and in consideration of the payments and agreements mentioned in the Proposal hereto attached, to be made and performed by the party of the first part, and according to the terms expressed in the Bond referring to these presents, the party of the second part agrees with said party of the first part at his/their own proper cost and expense to do all the work, furnish all materials and all labor necessary to complete the work in accordance with the plans and specifications hereinafter described, and in full compliance with all of the terms of this agreement and the requirements of the Engineer under it. 3. And it is also understood and agreed that the Notice to Contractors, Special Provisions, Proposal and Contract Bond hereto attached, and the plans for the Northwest Area Water Transmission Line, Phase II in Elgin , Illinois, approved by the City of Elgin on October 29 , 19 91 , 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. ATTEST: City of E 'n 944,v4,_ 1 By ( G( LPLCh City Clerk r y o � '-J First Part (SEAL) Gluth Bros. Construction, Inc. Corporate Name i e, B.- � i Preside t Party of the Second Part .. r Municipality City of Elgin Road District County Kane Northwest Area Water Section Transmission Line CONTRACT BOND Bond No. B2173484 We, Gluth Bros. Construction, Inc. 1151 Lake Avenue Woodstock, Illinois 60098 as PRINCIPAL, and Reliance Insurance Company One Pierce Place, Itasca, IL. 60143 , as SURETY, are held and firmly bound unto the above Local Agency (hereinafter referred to as "LA" ) in the penal sum of Two Hundred Sixty-four Thousand Three Hundred Five and No/100 Dollars ($ 264, 305.00 ) , lawful money of the United States, well and truly to be paid unto said LA, for the payment of which we find 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 project, 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 suite 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. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this 3rd day of January , A.D. , 19 92 PRINCIPAL SURETY Gluth Bros Construction, Inc. Reliance Insurance Company Company Name Name of Surety BY �iI _ _ _/ By Attorney in-Fact Donnalyn Revis Title 5/q(E.v / (SEAL ) (SEAL) ************************************************************************ State of Illinois ) County of DuPage ) Justine C. Lishamer , a Notary Public in and for said county, do hereby certify that & Donnalyn Revis (Names of Individuals Signing on Behalf of Principal and 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 3rd day of January , A.D. , 19 92 "OFFICIAL SEAL" JUST �u C. LISHAMER My commission expires: r,, Notar .ublic, State of Illinois .mmiss�'n Expires 5/2/94 May 2, 1994 ll ���_ ,may 1 re r� 1 No-76" Public Approved this c# day of *71,4...Liti A.D. , 19 V , . ATTEST: 2 -���, City of Elgin ity Clerk Awarding Authority ( SEAL ) By Mayor . b' , 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. Burrell, Donnalyn Revis, Shelly Forillo and Janet L. D'Anna, individually, of Naperville, 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 REUANCE 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 INSURANCE COMPANY and sealed and attested by one other of such officers,and hereby ratifies and confirms all that its said Attomey(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Article VII of the By-Laws of REUANCE 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 indem- nity 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. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of REUANCE 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 signatures 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 facsimile 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 be signed by its Vice -residen -•d its corporate seal to be hereto affixed.this 25th day of October 19 90. ,;asli ew. ., - RELIANCE I• r. NC O - ` r) '°i s/ Vice President STATE OF Pennsylvania } u� COUNTY OF Philadelphia ss. On this 25th day of October ,19 90,personally appeared Raymond MacNeil to me known to be the Vice-President of the RELIANCE INSURANCE COMPANY, and acknow!^lged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto,and that Article VII,Section 1. 2.and 3 of the By-Laws of said Company and the Resolu- tion,set forth therein,are still in full force. / / My Commission Expires: ...&_,,a A ∎_,,'a /7":7),-.7,z--' . ( ' February 1 .19 93 ''"~ .`' -'4. i Notary Public in and for State of Pennsylvani �4' "i ` Residing at Philadelphia I. Ray L. Lorah , 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 exec id RELIANCE INSURANCE COMPANY, which is still in full force and effect 1.:u tic. 41,'D4).a IN WITNES S WHEREOF.I have hereunto set my hand and affixed )�fti9 � ny this 3rd day of Januar 1g 92 f43 Assistant Secretary . / BDR-1431 Ed.6/79 yrrAY�o�i