Loading...
B87-0914 Plote 5'0 -cAlt3r EXCAVATION 1 AND / OR DREDGING OF LAGOONS AT LORDS PARK . . CITY OF ELGIN COOK COUNTY - ILLINOIS SUBMITTED 8v. PREPARED BY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION CITY OF ELGIN 1987 Municipality STATE OF ILLINOIS Elgin Township NOTICE TO County CONT R ACTO R SCook (Work located in Cook Co.1 Section Excavation and/or Dredging Lord's Park Lagoons TIME AND PLACE OF OPENING OF BIDS Sealed proposals for the improvement described below will be received at the office of Purchasing Agent, City of Elgin, 150 Dexter Court Kane County, Illinois, until 11 o'clock A. M, September 1 , 19 87. Proposals will be opened and read publicly at that time. DESCRIPTION OF WORK Name - Route - Length - Feet( - ) ( - Miles) Location Upper and Lower Lagoons at Lord's Park Elgin, IL 60120 Proposed Improvement Consists of excavation and/or dredging of Upper and Lower Lagoons at Lord's Park, Elgin, IL. BIDDERS INSTRUCTIONS 1. Plans and proposal forms will be available in the office of Purchasing Agent, City of Elgin, 150 Dexter Court, Elgin, IL 60120-5555. 2. All proposals must be accompanied by a proposal guaranty as provided in Article 102.09 of the "Standard Specifications for Road and Bridge Construction," prepared by the Department of Transportation. 3. The awarding authority reserves the right to waive technicalities and to reject any or all proposals as provided in Article 102.08 of the "Standard Specifications for Road and Bridge Construction," prepared by the Department of Transportation. 4. Proposals may be obtained upon payment of By Order of a non-refundable fee of $15.00. 5. Proposals must be submitted in sealed (Awarding Authority) envelopes and labeled "Bid for Excavation and/or Dredging Lord's Park Lagoons". Purchasing Agent BLR 5704 (4-84) SPECIAL PROVISIONS EXCAVATION AND/OR DREDGING OF LORD'S PARK LAGOONS CITY OF ELGIN, ILLINOIS SPECIFICATIONS. This work shall be done in accordance with "Standard Specifica- tions for Road and Bridge Construction" adopted October 1 , 1983 by the Illinois Department of Transportation and these special provisions. INSURANCE. The Contractor shall furnish a certificate of insurance naming the City of Elgin as an additional insured. The insurance coverages shall not be less than the amounts stipulated below: Workmen's Compensation Statutory Public Liability $300,000 to 500,000 Property Damage $100,000 to 200,000 SPECIAL NOTICE. Bidders shall inform themselves of the condition of the site and applicable City and State laws, obstacles to be encountered and all other relevant matters concerning the work to be performed, and the City shall not be obligated in any way by reason of any matter or thing which such bidder might lave so informed himself prior to the bidding. PROPOSAL GUARANTY. Each proposal shall be accompanied by a bank draft, bank cashier's check or a certified check payable to the order of the City of Elgin, certified by a responsible bank for an amount not less than five percent (5%) of the total amount of the bid. Bid bonds are acceptable. BID AWARD. Notification of award of contract will be made by mail the day following City Council action. Security deposited by unsuccessful bidders will be returned as soon as possible after the award is made and successful bidder has executed his contract and furnished contract bond. CONTRACT BONDS. Within ten (10) calendar days after acceptance of bid by the City, the successful bidder shall furnish contract surety bond, acceptable to the City in the full amount of his contract. PAYMENT. Payments will be made at the beginning of each month less 10% retainage. QUANTITIES. The quantities shown are approximate only. The City of Elgin reserves the right to increase or decrease quantities at the same unit price. SAFETY. The contractor shall perform his work in a safe manner acceptable to the City of Elgin. All work in progress shall be protected by means of barricades with flashers at night at no cost of the City of Elgin. WORK TO BE DONE. The work of this contract consists of furnishing all labor, services, materials, supplies and equipment for proper excavation and/or dredging and for remov- ing and disposing of all materials required to be dredged or excavated or otherwise loosened from locations designated in the LOCATION paragraph of these special pro- visions and as shown on the plans. LOCATION. The proposed work site is in two lagoons in Lord's Park, Elgin, located in Cook County, referred to as Upper Lagoon and Lower Lagoon. DISPOSAL OF MATERIAL. The Contractor at his own expense shall acquire site or sites to dispose of the excavated material . He agrees to save the City of Elgin harmless - from all claims on account of damage, liens or injury to persons or property occasioned by him or his agents for any cause whatsoever by prosecution of the work within such areas. PLANS AND DRAWINGS. The Drawing accompanying this contract and made a part thereof is identified as Plan for Excavation and/or Dredging of Lagoons at Lord's Park. BENCH MARKS AND ELEVATIONS. The three bench marks that will be utilized for this project are identified on the plans. Depths of excavation shown on the plans are approximate only. Actual depths will be determined by the City Engineer as the work progresses. EXCAVATION AND DREDGING. Excavation and dredging shall consist of loosening , loading, transporting and disposing of all material , whether wet or dry, of every kind, name and nature necessary to be removed for the purpose of increasing the depth of Upper and Lower Lagoons at Lord's Park. It shall also include shaping and trimming of the side slopes of the lagoons at locations and in manner directed by the City Engineer. During the work the Contractor shall take all precautions to assure against the caving in of side slopes. EQUIPMENT PERMITTED. For the excavation and/or dredging operation the Contractor may, at the consent of the City Engineer, use dragline, bulldozer, back hoe or any other suitable equipment without causing any damage to the areas not to be disturbed. Trucks used for transporting excavated material for disposal must have plastic or any other suitable type of lining to prevent spillage on public highways, streets and bridges as well as on private property. SEQUENCE OF WORK. Upper Lagoon shall be excavated first followed by the Lower Lagoon. TREE PROTECTION. The Contractor shall protect and preserve all trees during his oper- ations. If necessary, rip rap, acquired at the job site or furnished by the City shall be placed to protect trees. No additional compensation will be made for this work. Should any tree be damaged accidentally, the Contractor shall replace the same at his own expense by one approved by the City. DRAINING THE LAGOONS. Prior to dredging operations the City will drain the lagoons. Enough drying time will be allowed for the material at the bottom of lagoons to be sufficiently dry for its removal in as dry a condition as possible. The degree of dryness for the start of dredging will be determined by the City Engineer. DAMAGE TO DAMS, SLUICE GATES AND SIDEWALKS. The Contractor shall protect the dams , sluice gates and all other parts of the water flow structures during his operations. Any damage caused by the Contractor or his workers shall be restored to its original condition at his expense. If any sidewalk, not scheduled for replacement, is damaged by the Contractor's equipment, it shall be repaired at no extra cost to the City. MAINTENANCE AND CLEANUP. The Contractor shall , before submitting his bid, thoroughly examine the site in order to plan his operations so as not to cause any undue incon- venience and nuisance to the City of Elgin or the users of Lord's Park. He shall confine his operations to an area reasonably required to complete the work in a satisfactory manner. Should there be any spillage of the excavated material in transit, the Contractor shall clean it immediately at his own expense. Before moving off the site, all rubbish and debris shall be removed and the dis- turbed ground areas placed in a presentable condition. All work necessary for cleaning and maintaining areas involved in the Contractor's operations shall be incidental to the contract. TIME OF COMPLETION. The contractor shall be prepared to start work on September 21 , 1987. All work shall be completed prior to the 1987-88 winter season. COORDINATION. The repair of the Middle Dam, shown on plans will be accomplished during the time the lagoons are drained for excavation and/or dredging operations . Coordination will be necessary between the contractor for the repair of the Middle Dam and the contractor performing the dredging operations. BASIS OF PAYMENT. The excavation will be paid for at the contract unit price per cubic yard of EXCAVATION AND/OR DREDGING. Volume will be determined by taking cross sections before and after the excavation and/or dredging. • • . . • AFFIRMATIVE ACTION: Pursuant to the attached "Affirmative Action - City Contracts" provisions the following information is required: A. Number of Employees ' O� B. If your bid is more than $10,000 and your number of employees is 15 or more, the following should be submitted with your bid: • 1. Completion of the attached Bidder's Employee Utilization Form. 0.7 2. A written statement of your Company's commitment to provide equal employment opportunity or a copy of your Company's current "Affirmative Action Program". GIty of Elgin •Affirmative Action—City Contracts' A. The City shall not contract in an amount exceeding ten thousand dollars with any contractor or vendor, maintain any financial relation with any financial Institution, or use the services of any labor organization or member thereof, which employs fifteen or more persons, which does not first submit to the City a written commitment to provide equal employment opportunity. . . The written commitment required by this section shall& d I. Set out and ogres to maintain specific employment er membership practices and policies sufficient to achieve*quo)spot. tunny. 2. Set out specific goals for porticipotian by minority groups end female persons qualified by or for training or through previous work experience. This provision will not infringe upon the right of the employer to determine the need for or qualifications of employees. 3. Agree to submit to the City upon request written evidence of the effectiveness of the above required practices, policies and goals. h. Agree to submit to the City upon request statistical data concerning employee composition or membership composition on• race,color,sex and job description. S. Agree to distribute copies of the above commitment to oil persons who participate In recruitment, screening, referral and selection of job applicants,prospective lob applicants or members. d. Agree to require any subcontractor to submit to the City o written lcomitment which contains the provisions required by paragraphs ll) tf-irough($)above. 7. The written commitment required by this section may also be sotistied by filing a copy of on offirmative oction program of the contractor/vendor which is in effect and which hos been approved by any local, state or federal ogency with jurisdiction to approve such programs. B. Ail 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 clousest ' "The coniractor/vendor will not discriminate agoinst any • employee or applicant for employment because of race, color, religion, sex, ancestry, notianai an:ytr., plugs of birth, eat, or physical handicap which would not Interfere with the efficient performance of the job in question. The contractor/vendor will tdge affirmative action to comply with the provisions of this ordinance ofd will require any subcontraclor to submit le the City of Elgin e written commitment to comply with those previsions. The contractor/vendor will distribute copies of this commitment to all persons who participate In recruitment, screening, referral and selection of Job opplicents, prospective job applicants, members or prospective subcontractors" "The contractor/vendor agrees that the provisions of Chapter 3.12 of the Elgin Municipal Code, 1,76, is hereby inter. paroled by reference,SI 11 set out verbotim.• • 1. What have you done and what will you do to recruit minority employees?. W 2. Do you havea ifaiLsigg Grogram for minority employees? • BIDDER'S EMPLOYEE UTILIZATION FORM This report is required by the City of Elgin and should be submitted before bid can be awarded. Chapter 3. 12. 100 Affirmative Action — City Cc,ntracta. • IDENTIFICATION (Name L address of bidder) DESCRIPTION OF BID P ECT PLOTS ' Iyc, d►VaT4oa 44 vie- bP—e=D6c6./.4 .� g 1 (om-4 .1 DT VR-1 VL ..a4E�oo 4s A Lo bs PAP-e- . ei_at #4 A P - EL6( M 4 ( Ir- ( O t20 TOTAL .JOB CATEGORIES EMPYEESlI BLACKS HIS*ANICSI OTHER !MINORITY, FEMALE M F . M 1 F . M 1 F I M 1 F i % , S , Likeso . 5 I Lf o 0 1 a r d O D I 1___-_/f i i.cteO4 a 11)411. l I I I I 1 , I J• I f I . . • I I •^ , I I I I + I 1 I . c I I _ I --.I TOTAL ( 2. I 2 r 1Company official 6 Title Telephone # Date Signed Page ..1., of 1. `l N Q�(e�� . FL�rcH�Q— G, iwgAL MM.10.‘441, fo`15—gmv0 8 u $7 It is understood that the statistical data provided by the bidder reflects its I efforts regarding equal employment opportunity practices on minority groups and female populations, without regard of race. color, religion, sex, ancestry, age, national origin or physical handicap. 1 Municipality • Elgin • Illinois Department Township of Transportation - County Cook Proposal Section Excavation and/or Dredging Lagoons at I nrclt Perk 1. Proposal of ATE' `NC' for the improvement of the above section by excavating and/or dredging the Upper Lagoon and Lower Lagoon at Lord's Park, Elgin, IL • 2. The plans for the proposed work are those prepared by Engineering Division , City of Elgin and approved by the Public Works Director, Elgin on Aug. 7, 19 87 . 3. The specifications referred to herein are those prepared by the Department of Transportation and designated as "Standard Specificiations for Road and Bridge Construction" and the"Supplemental Specifications"there to,adopt- ed and in effect on the date of invitation for bids. 4. The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the "Check Sheet for Supplemental Specifications and Recurring Special Provisions"contained in this proposal. 5. The undersigned agrees to complete the work prior to 1987-88 winter season unless additional time is granted in accordance with the specifications. 6. Accompanying this proposal is either a bid bond on Department form BLR 5708 or a proposal guaranty check, complying with the specifications,made payable to the City Treasurer of the N ty Of El 9i n The amount of the check is P i t> g0&ki D I(r YO C N e P ($ ). BLR 5705(Rev.4/87) IL 494-0361 • If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it i hereby agreed that the check shall be forfeited to the awarding authority. ATTACH BANK CASHIER'S CHECK,OR CERTIFIED CHECK HERE In the event that one check is intended to cover two or more proposals,the amount must be equal to the sum of the proposal guarantees of the individual sections covered. If the check is placed in another proposal,complete the following statement: The check or draft will be found in the proposal for Section No..Exi.a.v.ation...and/.or..Aredg iiag of Lagoons at Lord's Park 7. The undersigned submits herewith this schedule of prices covering the work to be performed under this contract SCHEDULE OF PRICES (For complete information covering these items,see plans and specifications) INom. ITEMS Approximate UNIT PRICES AMOUNTS • Quantities Dollars Cents Dollars Cent: 1. Earth Excavation 6,826 Cu.Yd. 10 50 71 ,673 00 2. P.C.C. Sidewalk Removal & Replace- 100 Sq.Ft. 6 00 600 00 ment 3. B6.12 P.C.C. Curb & Gutter Removal 20 Lin.Ft. 33 50 670 00 & Replacement 4. 4" Top Soil & Seed 60 Sq.Yd. 6 00 360 00 • • Bidder's Proposal for making Entire Improvements 73,303 00 (If an individual) Signature of Bidder (SEAL) Business Address (If a co-partnership) Firm Name (SEAL) Signed by (SEAL) Business Address Insert Names and Addresses of All Members of the Firm • (If a corporation) Corporate N me TE, INC, Signed By.. i /�/ �/// President. 11® �3 f 9DT DRIVE ELGIN IL 6a20Business Address � (Corporate Seal) Insert President 14a�lkp�P f'Lo Y E Names of Secretary J g tP4 Ore- Officers T tOfficers Treasurer --f f Cr PLIY 6 _ L Attest Secretary rye•.... , • Illinois Department Proposal Bid Bond of Transportation t 1VED Local Agency AUG 311987 Municipality Ciry of Elgin Township SNC. County OTE, Section Dredging or Excavating of WE P1 ntp, Tnr.. T.ag nns at T.nrd's Park as PRINCIPAL,and Safeco Insurance Company of America as SURETY, are held and firmly bound unto the above Local Agency (hereafter referred to as "LA") in the penal sum of 5% of the total bid price, or for the amount specified in Article 102.09 of the "Standard Specifications for Road and Bridge Construction" in effect on the date of invitation for bids.We bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly to pay to the LA this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRIN- CIPAL is submitting a written proposal to the LA acting through its awarding authority for the con- struction of the work designated as the above section. THEREFORE, if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above-designated section,and the PRINCIPAL shall within fifteen (15) days after award enter into a formal contract, furnish surety guaranteeing the faithful performance of the work, and furnish evi- dence of the required insurance coverage, all as provided in the "Standard Specifications for Road and Bridge Construction" and applicable Supplemental Specifications, then this obligation shall become void; otherwise it shall remain in full force and effect. IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph, then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above, together with all court costs, all attorney fees, and any other expense of recovery. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instru- ment to be signed by their respective officers and their corporate seals to be hereunto affixed this 1st day of September A.D. 19 . PRINCIPAL Plote, Inc. (Company game) (Seal) (Company Name) (Seal) By: • _ --- - By: —signature&Title) (Signature&Title) (If PRINCIPAL is_a%joint venture of two or more contractors, the company names, seals and authorized signatures of each contractor must be affixed.) SURETY 4111 Safeco Insurance Company of America By: I/ /54e. ..€4-4____ (Name of Surety) (Seal) (Signatur- .f Atto ey-in-Fact Jars? J. B ges STATE OF ILLINOIS, COUNTY OF Cook I, Ardeth M. Hillyer , a Notary Public in and for said count do hereby certify that Qui yc_EY N. i c Mand James J. Burgess 3 g (Insert names of individuals signing on behalf of PRINCIPAL& SURETY.) . )* who are each personally known to me to be the same persons whose names are subscribed to th 3 ++ foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in perso g -n and acknowledged respectively, that they signed, sealed, and delivered said instrument as their fre g and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this1st da `A.9 �� 9-18-90 My commission expires /�0� 1� « Q Notary lic • -NOTICE 1. IMPRO°ER EXECUTION OF THIS FORM (i.e. MISSING SIGNATURES OR SEALS OR INCOMPLETE CERTIFICATION) WILL RESULT IN BID BEING DECLARED IRREGULAR. 2. IF BID BOND IS USED IN LIEU OF PROPOSAL GUARANTY CHECK, IT MUST BE ON THIS FORM AND MUST BE SUBMITTED WITH BID. POWER SAFECO INSURANCE COMPANY OF AMERICA OF ATTORNEY GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE.SAFECO PLAZA SAFECO SEATTLE,WASHINGTON 98185 4791 No. KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby appoint ---J. R. BARTSCH; JAMES G. BLACKBURN; JEROME E. POWELL; ARDETH M. HILLYER; CARL DOHN, JR.; JAMES J. BURGESS; DENISE L. HUZAR, Arlington Heights, Illinois its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF,SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 6th day of June 87 19 CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business. ..On any instrument making or evidencing such appointment the signatures may be affixed by facsimile On any instrument conferring such authority or on any bond or undertaking of the company,the seal, or a facsimile thereof,may be impressed or affixed or in any other manner reproduced, provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970 "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment,executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation 1st September 87 this day of , 19 S-974 R10 3%86 PRINTED IN U S A I- • . ADDENDUM EXCAVATION AND/OR DREDGING OF LAGOONS AT LORD'S PARK The bid package included the excavation and/or dredging of both Upper and Lower Lagoons. Due to budgetary reasons , a decision was made by the City of Elgin to dredge only the Lower Lagoon provided Plote, Inc. , the low bidder, was agreeable to do the work at the same unit prices as quoted in Plote's proposal dated September 1 , 1987. Plote, Inc. agreed to the proposal from the City of Elgin. The bid price was $139,826.00 for both Upper Lagoon and Lower Lagoon. The revised estimated cost for the Lower Lagoon based on the September 1 , 1987 unit prices is $73,303.00 (Seventy Three Thousand Three Hundred and Three and ---no/100 Dollars) . The reference to both Upper and Lower Lagoons in the Special Provisions or else- where in this contract document or plans is null and void. Only the Lower Lagoon will be dredged. • Proposed: Accepted: CITY OF ELGIN PLOTE, INC. By: , (4,// -nage,X A �\ T Title: Mayor Title: 45- Y - CG11 Date: — 14 _€.7 Date: 9/j i7 STATE OF ILLINOIS CONTRACT 1. THIS AGREEMENT, made and concluded the I 4 \day of `� ! 197, between the of � Y) acting by and through its � known as the party of the first part,and PLOTS, INC. his/their executors,administrators, successors i or assigns,known as the party of the second part. 2. WITNESSETH: That fur 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 expetase to do all the work, furnish.all materials and all labor necessary to complete the work in accordance with the plans and specifications hereinafter described,and in full compliance with all of the terms of this agreement and the requirements of the Engineer under it. 3. And it is also understood and agreed that the Notice to Contractors, Special Provisions, Proposal and Contract Bond hereto attached, and the Plans for Section E,Xe_a,rrjic-v. oir`064.1Y,0 4 Lccgc�rt�S o.k ,p t r, r �► 1, cJ approved by the =.... ........ _:.._..........:....�.,�..,�.;.�..�...�,n. cL E3 - _.. 14 ^7 , 19 $7,are all essential documents of this contract and are a part hereof. 4. IN WITNESS WHEREOF,The said parties have executed these presents on the date above mentioned. Attest: ,,. Theof L�L�-1-4-U(Mdt�l.0 ' Clerk By �/ �F, x 771Party of the Fist Part (Seal) (I . rporation) Attest. Corporate Name LOTE, By �/ idiApy�� ,Sym S, toy d nt Party • e.econd Part (If a o-Partnership) (Seal) (Corporate Seal) (Seal) (Seal) Partners doing Business under the firm name of Party of the Second Part (If an Individual) (Seal) Party of the Second Part SLR 5710 (4-84) • Illinois Department Contract Bond of Transportation Bond No. 5009762 Municipality EG L ( u Township County fd°01r xcayation and/or Dredging Section or s ark Lagoons (Lower Lagoon) We PLATE, as PRINCIPAL,and Safeco Insurance Company of America as SURETY, are held and firmly bound unto the above Local Agency (hereafter referred to as "LA") in the penal sum of ,6veIty three€ hrn54q41hP64'kiiiiWr rlt4r+er 4/ 'Dollars ($ 73/ 3 3,00 ), lawful money of the United States,well and truly to be paid unto said LA,for the payment of which we bind ourselves,our heirs,executors, administrators, successors,jointly to pay to the LA this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that,the said Principal has entered into a written contract with the LA acting through its awarding authority for the construction of work on the above section,which contract is hereby referred to and made a part hereof,as if written herein at length, and whereby the said Principal has promised and agreed to perform said work in accordance with the terms of said contract, and has promised to pay all sums of money due for any labor, materials,apparatus, fixtures or machinery furnished to such Principal for the purpose of performing such work and has further agreed to pay all direct and indirect damages to any person, firm,company,or corporation suffered or sustained on account of the performance of such work during the time thereof and until such work is completed and accepted; and has further agreed that this bond shall inure to the benefit of any person,firm,company, or corporation,to whom any money may be due from the Principal, subcontractor or otherwise, for any such labor, materials, apparatus,fixtures or machinery so furnished and that suit may be maintained on such bond by any such person,firm,company,or corporation,for the recovery of any such money. NOW THEREFORE, if the said Principal shall well and truly perform said work in accordance with the terms of said contract, and shall pay all sums of money due or to become due for any labor, materials, apparatus,fixtures or machinery furnished to him for the purpose of constructing such work,and shall commence and complete the work within the time prescribed in said contract, and shall pay and discharge all damages, direct and indirect, that may be suffered or sustained on account of such work during the time of the performance thereof and until the said work shall have been accepted,and shall hold the LA and its awarding authority harmless on account of any such damages and shall in all respects fully and faithfully comply with all the provisions, conditions, and requirements of said contract,then this obligation to be void; otherwise to remain in full force and effect. BLR 5711 (Rev.9/86) IL 494-0372 f • IN TESTIMONY WHEREOF,the said PRINCIPAL and the said SURETY have caused this Instrument to be signed by their respective officers and their corporate seals to be hereunto affixed this 14th day of S emhe r A.D. 1 9_...$2 PRINCIPAL PLATE INC. (Company Name) (seal) (Company Name) (seal) By. By: ( '?‘ ature&Title) --`s ' (Signature&Title) (If PRINCIPA s a joint venture of two or more contractors,the company names,seals and authorized signatures of each contractor must be affixed.) SURET Safer() Insurance Company of America By: 1.,•4.47, ".i Atz-2,-1-'---. (Name of Surety) (seal) ignature of Attorney-In-Fact) James G. Blackburn STATE OF ILLINOIS, COUNTY OF cnnk • L Ardeth M. Hillyer ,a Notary Public in and for said county,do hereby certify that Quigley N. Fletcher and James G. Blackburn • (Insert names of individuals signing on behalf of PRINCIPAL& SURETY) who are each personally known to me to be the same persons whose names are subscribed to the tore• instrument on behalf of PRINCIPAL and SURETY,appeared before me this day in person and , R- acknowledged respectively,that they signed,sealed,and delivered said instrument as their free and 9. ,-.• voluntary act for the uses and purposes therein set forth. a ' :- . Giv�n under my hand and notarial seal this 14th .ay of September A.D. DI a 1 -r. 19 i - 9 '= My commission expires 9-18-90 ,.d.,/ /J/ Ap��, • otary Pub" Approved this i 4 - day of -✓ ,A.D. 194 Attest:'1 \--Lst,_ •yz_A.....o..._-- 4.4..-6....A_Anet...a..AA-- }' • . (A ing hor ) .-1`41,3Clerk .� G U6/ „ '.�`-C6tt /e--`4 v ayor/ ) (Seal) POWER SAFECO INSURANCE COMPANY OF AMERICA OF ATTORNEY GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE:SAFECO PLAZA SAFECO SEATTLE,WASHINGTON 98185 4791 • No. KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby appoint J. R. BARTSCH; JAMES G. BLACKBURN; JEROME E. POWELL; ARDETH M. HILLYER; CARL DOHN, JR.; JAMES J. BURGESS; DENISE L. HUZAR, Arlington Heights, Illinois its true and lawful attorney(s)-in-fact,with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF,SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 6th day of June 87 19 CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: - "Article V, Section 13. — FIDELITY AND SURETY BONDS the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the - company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business. . .On any-instrument making or evidencing such appointment,the signatures may be affixed by facsimile.On any instrument conferring such authority or on any bond or undertaking of the company,the seal,or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 14th day of September , 19 87 S-974 R10 3/86 PRINTED IN U S A • ! • I