Loading...
T5-78 (2) Ordinance No. 15-78 AN ORDINANCE FOR THE LEVY AND ASSESSMENT OF TAXES FOR THE FISCAL YEAR ENDING DECEMBER 31, 1978 IN AND FOR THE CITY OF ELGIN SPECIAL SERVICE AREA NUMBER THREE BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS: Section 1. Findings: That the City of Elgin Special Service Area Number Three has been created by an ordinance entitled "An Ordinance Esta- blishing Special Service Area Number Three in the City of Elgin'.' passed and effective on September 18, 1978; that the corporate authorities of the City of Elgin, acting as the governing board of City of Elgin Special Service Area Number Three are authorized to levy taxes for special services in said special service area. Section 2. That the total amount of appropriations for all purposes to be collected from the tax levy for the current fiscal year in City of Elgin Special Service Area Number Three is ascertained to be the sum of $11,996.00. Section 3. That the full sums be and the same hereby are levied upon all taxable property as defined in the Revenue Act of 1939 in City of Elgin Special Service Area Number Two, said tax to be levied for the fiscal year ending December 31, 1978. Amount Appropriated Amount Levied • Debt Services - repayment of loan Debt Services - repayment of loan from City of Elgin for the con- from City of Elgin for the con- struction of decorative street struction of decorated street lighting lighting $ 11,996 $ 11,996 other - none other - none Total - $ 11,996 Total - $ 11,996 Section 4. The tax levied herein is pursuant to the provisions of Article VII, Section 6A and 6L of the Constitution of the State of Illinois and pursuant to Public Act 78-901 and to an ordinance establishing City of Elgin Special Service Area Number Three. Section 5. That it is hereby certified to the County Clerk of Kane County, Illinois, the sum aforesaid, which total amount City of Elgin Special Service Area Number Three requires to be raised by taxes for the current fiscal year and the City Clerk of the City of Elgin is hereby ordered and directed to file with the County Clerk of the County of Kane on or before the time required by law a certified copy of this ordinance. Section 6. That this ordinance shall be in full force and effect from and after its passage and approval as provided by law. s/ Harry W. Barnes Harry W.. Barnes , Mayor Pro Tem Presented: September 18 1978 Passed: September 18, 1978 Vote: Yeas 6 Nays 0 Recorded: Published: Attest: s/ Marie Yearman Marie Yearman, City Clerk COUNTY OF KANE DAVID L. PIERCE KANE COUNTY CLERK • <1 Gonova, Illinois 60134 • ' i! Phono:(312)232-2400 To : di7.1/ oT- 6-LC/ /t/ Date : /J, / 71 Receipt of the following named item(s) is hereby acknowledged: Oma ,#s -7Y- 7£s 3' By: � gia1d ft. Yeeice Deputy Kane County Clerk RIVER BLUFF ROAD LIGHTING 7.1 7 // # 0 q- - , e, ,<,,j.t‘ !8 RIVEMUFF RD. 711/ al W .3 Z / 1 4 17 41ti>" H� � ,f AIM MN O�JE4 E COOPER AVE. ,AP\''F'� L / B n F n u► O ?o- 1 %.. to +o ss t. H ' N / _, $4 +s M _ 1 C -- / u 17 17 11 * 1 1 _SLADE 324' AVE. 1TZ '"S 47'Ir 13 / 1 ' 1 ui 1 41 1 ss <' 1 ; l � i Q I fi I acr. I* SLADE3"4, _.f AVE. W1 Y4 O - J o0 Q d 0 m 0 o 0 ,©•.. -- PROJECT BOUNDARY . ,,,y, i 20' PROPOSED RIVER BLUFF ROAD LIGHTING Special Tax District Description of Project The project consists of the installation of a system of ornamental street lights, either with mental or concrete poles. This system is to serve North Grove Avenue between Slade Avenue (East) and Slade Avenue (West), River Bluff Road between Slade Avenue (West) and the east-west section of River Road one block west of Douglas Avenue and Brook Street between Slade Avenue (East) and River Bluff Road. The above referenced area is recorded in the Recorder's office of Kane County, Illinois as home in the Woods Subdivision. LEGAL DESCRIPTION OF AREA SERVED That part of the Northeast Quarter of Section 11, Township 41 North Range 8 East, of the Third Principal Meridian described as follows: Beginning at the intersection of the centerline of Slade Avenue with the Easterly right-of-way line of the Chicago and Northwestern Railroad; thence in a Northeasterly direction, along said Easterly right-of-way line, for a distance of 1321.3 feet more or less, to the West line of Lovell's Grove 2nd Addition; thence South along said West line 1207.7 feet, more or less, to the centerline of Slade Avenue; thence in a Westerly direction, along said centerline, for a distance of 366.4 feet; thence Northerly along a straight line for a distance of 99.24 feet, more or less,to a point on the South line of lot 16 of Home in the Woods Sub. being 4.7 feet East of the West line of said lot 16: thence West along said South line of lot 16 for a distance of 4.7 feet; thence North along the West line of said lot 16 for a distance of 50 feet, more or less, to the point of intersection of said West lot line with a line 16 feet South of the North line of lot 40 of Home in the Woods Sub. ; thence West along a line 16 feet South of the North line of lot 40 of Home in the Woods Sub. for a distance of 175 feet, more or less, to the West line of said lot 40; thence South 7 feet, more or less, along said West lot line to the intersection of said West lot line with the centerline of Slade Avenue extended East; thence West along the centerline of Slade Avenue and said centerline extended Easterly for a distance of 324 feet, more or less, to the place of beginning. Being situated in the City of Elgin, Kane County, Illinois. 4 September 15, 1978 MEMORANDUM TO: Leo Nelson, City Manager FROM: Syed Ally, Assistant City Engineer SUBJECT: Bids for Riverbluff Road Lighting The bids for the subject project were opened yesterday. There were only two bidders - Ron Jones Electric Inc. of South Elgin and Fulton Contracting Company of Roselle . Jone's bid was for $50,196.36 (lowest of the four alternates) while Fulton's proposal for the same alternate was $41,010.00. Since we haven't had any working experience with Fulton, we asked for and verified five references. They are Village of Roselle (Gladys MacPhail, Phone 529-9331), Village of Glendale Heights (Bruce Capp, 682-4040), Bloom- ingdale Park District (Tom Luvern, 529-3650) , Glen Ellyn Park District (Bob Bavougien, 469-5031) and Federal Aviation Authority in DesPlaines (Audrey Troutman, 694-4500). Each person contracted spoke very highly about Fulton Contracting Company as to their good cooperation and excellent workmanship. Based on these references we are recommending that the project be awarded to Fulton at the bid price listed on the attached bid tabulation sheet depending upon the alternate selected by the City Council. It is our recommendation to go with Alternate C, Concrete Pole with Traditional luminaire. The bid price is $41,010.00, lowest of all four alternates. Bid prices for other three alternates are shown on the bid tabulation sheet. From aesthatic point of view, concrete poles will blend in beautifully with the fine surrounding. Light distribution for traditional luminaires is superior to that of geometric luminaires in a residential area. - 1 Syed Ally 41110 Attachment /3 Iry - July 5, 1978 MEMORANDUM TO: Jim Binninger, Assistant Corporation Counsel FROM: Syed Ally, Assistant City Engineer SUBJECT: River Bluff Road Lighting Attached-is-a " t showing tax number, street address, legal description, ( owners' name, mailing addres nd assessed valuation of all parcels of property `-- v_olved in the special tax district of River Bluff Road Lighting. This list was originally prepared and given to Jim Bolerjack on November 2, 1977. We have verified and up dated it this week. The previous list should be discarded. Let us know if additional information is necessary. ceS2A-e/f Syed Ally dd cc: Bob Hogue Jim Bolerjack F_. e 7 T J , r- s Y J ;ti s � 1 J,: � s if 4 RIVER BLUFF ROAD LIGHTING . TAX NUMBER ADDRESS LEGAL DESCRIPTION OWNER & MAILING ADDRESS ASSESSED VALUATION 06-11-276-001 45 RiverBluff Rd ' Home In The Woods Sub-Old Park at Chase, Thomas D. & Barbara H. River Bluff Rd and Brook St. 45 River Bluff Rd. 695 06-11-276-002 45 RiverBluff Rd Home In The Woods Sub. Lots 21 & 22 Chase, Thomas D. & Barbara H. and the Nly part of Lot 20 Bng. 30ft 45 River Bluff Rd. 37,659 on E. line 31.35ft on W. line & 133.1 ft on Sly ln. 06-11-276-003 33 RiverBluff Rd Home In The Woods Subdivision - Lot 23 Koltveit, Albert J. & Annette S. 33 River Bluff Rd. 17,345 06-11-276-004 33 RiverBluff Rd Home In The Woods Subdivision - Lot 24 Koltveit, Albert J. & Annette S. 33 River Bluff Rd. 3,010 06-11-276-005 17 RiverBluff Rd Home In The Woods Lt25 - Ex. E 9 ft. Rayburn, John T. & Virginia 17 River Bluff Rd. 21,414 06-11-276-006 9 RiverBluff Rd Home In The Woods - Lot 26 Schumacher, Francis J. & Naomi 9 River Bluff Rd. 17,096 06-11-276-007 3 RiverBluff Rd Home In The Woods Uresk, Louis & Corinne N. 16 Ft Lt 40 & all of Lt 27 3 River Bluff Rd. 16,244 06-11-276-008 859 N. Grove Rd Home In The Woods Sund, Robert E. & Margaret A. S. 50 Ft Lt 40 Elgin Federal Say. & Loan Assn. , Elgin 10,754 06-11-276-009 50 Slade Ave. Home In The Woods Thietje, Brigitte M. W. 56 Ft. Lt 41 & 42 50 Slade Ave. 13,203 06-11-276-010 56 Slade Ave. Home In The Woods Diaz Jose L. & Virginia Ely 56 Ft. of Wly 112 Ft. 56 Slade Ave. 13,733 of Lots 41 & 42 R 06-11-276-011 62 Slade Ave. Home In The Woods W. 6 Ft. Stahr, Donald & Alice R. w {e1 Lts 14 & 15 & E 56 Ft Lts 41 & 42 62 Slade Ave. 15,591/14,091 06-11-276-012 932 Brook Ex Nly Pt, Bng 30 Ft on E. Line Singer, Joseph & Anna B. of 31.35 Ft on Wly line & 133.1 932 Brook 1,692 Ft on Sly Line of Lt. 20 RIVER BLUFF ROAD LIGHTING (CON'T) 2. TAX NUMBER ADDRESS LEGAL DESCRIPTION OWNER & MAILING ADDRESS ASSESSED VALUATION , 06-11-276-001 932 Brook Home In The Woods E 9 Ft. Lot 25 Singer, Joseph & Anna B and all of Lt 19 932 Brook 24,746/23,246 06-11-276-014 928 Brook Home In The Woods Lt. 18 Chase, James E. & Dorothy E. 928 Brook 21,580 06•-11-276-015 920 Brook Home In The Woods Lt. 17 Rowe, Winfield F. & Dora B. 920 Brook 17,023/15,523 06•-1.1-276-016 914 Brook Home In The Woods Lt. 16 Jordan, Harold H. & Ada. Marie 914 Brook 18,684/17,184 06--11-276-017 904 Brook Home In The Woods Lts. 14 & 15 Dunn, Elizabeth F. Ex W. 6 Ft Lots 14 & 15 904 Brook 28,960/27,460 06•-11-229-001 56 RiverBluff Rd Home In The Woods Lots 43 & 37 Seigle, Harold T. & Laura 222 Douglas Ave. 31,783 06•-11-229-002 50 RiverBluff Rd Home In The Woods All Lt. 36 & Gange, Bruce W. & Sally A. Nly 24 Ft Lt 35 50 River Bluff Rd 26,988 06•-11-229-003 38 RiverBluff Rd Home In The Woods Ex Nly 24 Ft. Norman R. DeGrishe Lot 35 38 River Bluff Rd 2,118 06•-11-229-004 38 RiverBluff Rd Home In The Woods Lt. 34 Norman R. DeGrishe 38 River Bluff Rd30,922 06--11-229-005 32 RiverBluff Rd Home In The Woods Lts 32 & 33 1st National Bank of Elgin Tr. # 2778 6 Fountain Sq. Plaza 35,178 06--11-229-006 32 RiverBluff Rd Home In The Woods Lot 31 " 3,114 06--11-229-007 16 RiverBluff Rd Home In The Woods W 1 Lt 39 & Hanson, Fred A. & Edith All Lt. 30 16 RiverBluff Rd 21,061/19,561 06--11.--229-008 8 RiverBluff Rd Home In The Woods Lot 29 E i Sotos, Louis G. & Veronica Lt 39 & N 6 Ft Lt 28 8 River Bluff Rd 18,404/16,904 06•-1.1--229-009 4 RiverBluff Rd Home In The Woods Ex N 6 Ft Fuller, Wm. T. & Anna Lt 28 4 River Bluff 16,982 RIVER BLUFF ROAD LIGHTING (CON'T) 3. • TAX NUMBER ADDRESS LEGAL DESCRIPTION OWNER & MAILING ADDRESS ASSESSED VALUATION ' 06-11-230-001 85 RiverBluff Rd Home In The Woods Lot 1 Williamson, Willard F. & Donna B. 85 River Bluff Rd 16,048 06-11-230-002 73 RiverBluff Rd Home In The Woods Lot 2 Sellen, Viola 73 River Bluff Rd 2,491 06-11-230-003 73 RiverBluff Rd Home In The Woods N. 10 Ft. Sellen, Viola Lt. 4 & All Lot 3 73 River Bluff Rd 18,414 06-11-230-004 65 RiverBluff Rd Home In The Woods Ex N 10 Ft. Dearborn, George L. & Kathryn P. Lt 4 & All Lot 5 65 River Bluff- Rd 29,354 06-11-230-005 120 Cooper Home In The Woods Lot 6 Spiess, Edna L. 126 Cooper 2,688 06-11-230-006 120 Cooper Home In The Woods Lot 7 Spiess, Edna L. 126 Cooper 3,124 06-11-277-001 111 Cooper Home In The Woods Lot 8 Gilbert, Ralph W. & Arlena D. 111 Cooper 24,985 06-11-277-002 937 Brook Home In The Woods Lot 9 Robert J. & Stephanie A. Schumacher 937 Brook 18,331 06-11-277-003 933 Brook Home In The Woods Lot 10 Apgar, Mable S. 933 Brook 21,217/19,717 06-11-277-004 929 Brook Home In The Woods Lot 11 Horn, William & Lois 929 Brook 28,649 06-11-277-005 921 Brook Home In The Woods Lot 12 Crassweller, James B & Barbara 921 Brook 23,106 06-11-277-006 905 Brook Home In The Woods Lot 13 Imming, Cornell & Evelyn & W. 23 AC Lot 3 11-41-8 905 Brook 33,216 . 06-11-228-001 Slade Ave Home In The Woods CITY OF ELGIN CITY OF ELGIN - Tri in sw corn lot 38 Being 22.4 ft on s. Li & 18. 75 ft on E Li. RIVER BLUFF ROAD LIGHTING (CON'T) 4, TAX NUMBER ADDRESS LEGAL DESCRIPTION OWNER & MAILING ADDRESS ASSESSED VALUATION 06-11-228-002 130 RiverBluff Home In The Woods Lot 38 Ex Levine, Robert C. Tri in SW Cor being 22.4 ft on S. 535 Villa St. 17,241 Li. & 18.75' on E. Li. MEMORANDUM August 3, 1978 To: Leo Nelson, City Manager From: Mel Dahl, Director of Public Works Subject: River Bluff Street Lights During the public hearing for the River Bluff Street Lights on July 19, 1978 there were two women (and property owners) who objected to being included in the special tax district. The two properties are the southern most properties on Grove, Mrs. Margaret Sund at 859 Grove and Mrs. Brigitte Thietje at 50 Slade. Two new street lights are involved. These two lights could be eliminated and not affect the appearance of the area. They are shown in solid yellow on the attached map. Assuming a construction cost of $47,500, the cost per light is $2,262, or $1,696 per house for the twenty-eight homes in the district. Eliminating two lights and removing two homes, assuming the same per unit cost, the cost to each house is slightly reduced to $1,653. Would it be possible for the City Council to reduce the size of the project from twenty-one street lights to nineteen, and reduce the size of the district by removing the two properties mentioned above? Mel Dahl es Attachment cc: Ery Jentsch Bob Hogue ."." -'''''' ' '-r---------.---"r.:-.."---.0,4iipp,":: 1. ..*:,INils.N.C.:::'''''''''..\-.\':.•."X'.'\:,_ ..,, ..‘;,,i::::,..,'': . • . , w . y, AVE 14.'1." \ '' '' A , ,--7/(7', „ , „,),1,0_, , . • - .,... , ,. .,„.„. , . . :, ,.1' lisi ts:, 7,. 1: \ ',..1,-,• 7,-7-Z . •i � � t ter y .1 •t �,iJ�.__+.�} !! er'. } <•,,., ..M fVi. ! i t. ' • s fir ^ ' \ 6,?,p + 4.I, `, , ♦ ,.. BA 1 - 'f " R \ V,^+. fi "h , •V� * 1 /\ it ," f - r ....”,.‘,i\i.,,, -,,.,:,,,.n.,',,,,.;:,',.*-,..,',.,,......1‘.{..z.,, \ , . 1� .,. T r.tf '' .1 , , ..,,,,i,.,,,, , t ,:f.i., H'v..' ' '' \ Et --".777 !• Y • i d7 r � � �+��-• 5 t,. y ,i.• IL • 14Iii ". r .��yY `r �".kk,, g+ bl7 f f � ` J p � • , // ,. r� 1 � A { <.� eV"! -t+4 $ , w ., ^1 ,. 1fi # r y. slM _ a F. Ji k ! MO�Y M..v .. „:"":„.: ,„:, ';. . ,.....:...., 1S �' f Yk c,,,,i ,71,':"'.',., ' ' , 1‘.. : . 7., :,,,:.,., '. 11 rST. } ;f `i.." ....z 4'-' ..fy..,K3' a1 $ •s es • f • • O r3 , »'+ 1 • �r .R! tim ,:i# xmOrisiLL N 'ice':1' e-•,,,.-1:„:'.,......:::.,:i1.1- x r J H . i.,,:.18, ':41-.4::':-71::- rrr t? r - .7,,...,.;#4,....741‘. .04,,, pt •i „..—• 1. ': ".".-1'' n. " T .,r .,,^p • a � G ' • -'.?4,,:•4-4,&_k*,'. 1. .4.,,iii , ay . 2 ` a ;N ,t,�tx t � V, , #t + t h v,e C'''n' 4 t :''': • e 1. iefM, 44r , _ , �" z • • Y , y • I S • �t,, + t • r....., a fd. Ti it azh � • 1 r 41k ,:-{ . • tiT , r , ma , ' f. ! •.. .• s rr if, x 110, . " y '` x " - ,, r -- � � 'if COUNTY OF KANE .... DAVID L. PIERCE KANE COUNTY CLERK E —e— Geneve, Illinois 60134 ^-/ Phone:(312)232-2400 To: 0 fry oP E2-6"/ 41 Date : vae-1=7" /7 /971 /f/797vc../ S8 4./ Receipt of the following named item(s) is hereby acknowledged: 7-4/- 7g By: 7,14 ,24 (2.,141-4ZZ gia/Vid ft. Yee ce Deputy Kane County Clerk "of ti 3.. 1_ 3 ,t 4 • , ;117.ttn 150 DEXTER COURT EL GIN JLLINO'.I'j 4104 :: - " July 13, 19787 .,. _... • w i. � Mr. Robert C. Levine 535 Villa Street Elgin, Ill. 60120 Dear Mr. Levine: Please disregard the notice of public hearing relative to City of Elgin '?R'" ><' Service Area Number Three that was mailed to you recently. The property located at 130 Riverbluff Road will not be levied for the installation of ornamental street lights on sections of Riverbluff Road and Brook Street that is under consideration at this time. Very truly yours, Syed Ally Assistant City Engineer SA/jm cc: Erwin Jentsch James Bolerjack Marie Yearman °. ` Leo Nelson Mel Dahl Bob Hogue .. - �• PSS # • ` _ y . •. • - - .. �;���. ,- -�' _- `rte• TELEPHONE8c4A -I -.. a - _ .i • . , r.s.1 _._,,,,40:.t(g o' Y "' gut 150 DEXTER COURT ELGIN, ILLINOIS 110120 :* . July 13, 1978 , -' i Mr. & Mrs. Jose L. Diaz , .. 56 Slade Avenue Elgin, Ill. 60120 Dear Mr. & Mrs. Diaz: Please disregard the notice of public hearing relative to City of Elgin Service Area Number Three that was mailed to you recently. . The property located at 56 Slade Avenue will not be levied for the ` installation of ornamental street lights on sections of Riverbluff Road and Brook Street that is under consideration at this time. Very truly yours, Syed Ally ' ,, Assistant City Engineer SA/jm cc: Erwin Jentsch James Bolerjack Marie Yearman Leo Nelson Mel Dahl Bob Hogue 4"--- 4 .' - 4 - - - - .�` :. -._,,e • _ TELEPNON i 3T / 3 (ig Si r' � 150 DEXTER COURT ELGIN ILLf�1QIS $01Zt)= ,, yob ; a1, ..._ July 13, 1978 Mr. & Mrs. Donald W. Stahr 62 Slade Avenue , Elgin, I11. 60120 A ; Dear Mr. & Mrs. Stahr: Please disregard the notice of public hearing relative to City of Elgin Service Area Number Three that was mailed to you recently. The property located at 62 Slade Avenue will not be levied for the installation of ornamental street lights on sections of Riverbiuff Road and Brook Street that isunder consideration at this time. Very truly yours, o o Syed Ally Assistant City Engineer SA/jm cc: Erwin Jentsch James Bolerjack ' Marie Yearman Leo Nelson Mel Dahl Bob Hogue 41 4. � ;r _ ; - -. :. -' Y - Z� df 64s_r4 1 RIVERBLUFF ROAD LIGHTING Comparison of cost - 21 lights versus 19 lights * Bid Cost For ** ALTERNATE 21 Lights 19 Lights A $42,135.00 $39,130.00 B / 44,235.00 41,030.00 C j/ 41,010.00 38,112.00 D 43,110.00 40,012.00 Alternate A - Spun aluminum pole, Traditional luminaire Alternate B - Spun aluminum pole, Geometric luminaire Alternate C - Concrete pole, Traditional luminaire Alternate D - Concrete pole, Geometric luminaire * Based on proposal submitted on September 14, 1978 by Fulton Contracting Company of Roselle, IL. ** Prepared by Engineering Department on September 15, 1978. August 23, 1978 MEMORANDUM TO: Leo Nelson, City Manager FROM: Syed Ally, Assistant City Engineer SUBJECT: Proposed lighting of alleys in the Central Business District (CBD) We contacted the property owners and/or occupants of buildings in the CBD in order to obtain permission to install wall mounted fixtures. The property owners will pay for the energy costs, but the fixtures will be owned and maintained by the City. These lights will illuminate the alleys back of buildings as well as the right-of-way of Chicago & Northwestern Transporation Company. The money for the installation will come from HCD funds. The signed agreements are as follows: 1. Bruce Corn. Building address 53-63 Douglas Avenue (Simply Britches, Razor's Edge Barber Shop, U.S.A. Recruiting Station, World Wide Travel Agency, Centro De Informacion, etc.) - Two fixtures 2. Chuck Hines. 20-24 Douglas Avenue (Chuck Hines Stores, Inc.) - One fixture 3. William Fishburn. 165 E. Highland (Bloemke's Luggage Co.) - One fixture. 4. Arthur Powell. 164 E. Chicago Street (Leath Furniture Store) - One fixture. 5. Edward J. Swartz (Elgin Federal Savings & Loan Association) - One fixture. 6. Edgar A. Anderson. 169 E. Chicago Street (Downtown News) - One fixture. 7. Harry Seigle. 18 S. Spring Street (Health Plus) - One fixture. 8. Harry Seigle. 5-13 S. Spring Street (Kim's Black Belt Academy, Self Service Family Discount Shoe Store, The Women's Botique, Kane County Answering Service) - One fixture. 9. David Winfield. 51 S. Spring Street (Sears Roebuck & Co.) - Four fixtures. 10. Harry Siegle. 35 Fountain Square Plaza (Commerce Building) - One fixture. 11. Mr. & Mrs. Milton Ginsberg. 208-214 Prairie Street (Apartment Building) - Two fixtures. We have received verbal approval over telephone from Mrs. Ginsberg (item No. 11) . She said she would mail the signed agreement. We have not been able to get permission from a few property owners for various reasons such as attempting to sell the property. -2- We received two proposals from local contractors for the complete install- ation of the wall mounted lights. Ron Jones Electric, Inc. submitted a proposal on July 7, 1978 for $9,217.00 for labor and material to install 25 fixtures that we had originally proposed. Parr Electric's proposal dated Aug. 7, 1978 agreed to perform the installation at a total cost of $9,854.00. However, since receipt of the proposal, the number of fixtures has been reduced to 16 due to the fact that we did not get permission from all property owners. We have contacted Ron Jones for a revised proposal. His verbal revision is reflected on the copy of his original proposal attached herewith. We did not contact Fred Parr for a revised proposal because we assume the difference between the two proposals will still exist. We are requesting City Council approval for awarding the project to Ron Jones Electric, Inc. for $5,692.00. We may receive concurrence for the install- ation of a few more lights which will increase the cost accordingly. We would like City Council approval at this time to add them to the proposal without returning to the City Council. The proposal from Parr Electric Inc. is also attached. Syed Ally dd cc: Mike Sarro Marie Yearman Mel Dahl Bob Hogue Roger Dahlstrom Attachments _cG 1 ru pnSa1 • Page No. 1 of 2 Pages 1 .211 RON JONES ELECTRIC, INC. p.o.box586 • elgin, illinois 60120 ELECTRICAL CONTRACTORS phone 312/695.7500 liveb.rf.rislecfric°4 Attn: Mr . Syd Ally #78-2644 PROPOSAL SUBMITTED TO PHONE DATE City of Elgin Engineering Dept . 695-6500 Ext . 245 July 7 , 1978 STREET JOB NAME 150 Dexter Court Alley Lighting CITY, STATE AND ZIP CODE JOB LOCATION Elgin, Illinois 60120 ARCHITECT DATE OF PLANS JOB PHONE We hereby submit specifications and estimates for: We propose to furnish labor and material using 250 Watt Wall pack Mercury vapor fixtures. 1 . Rear of Sears Roebuck F, Company garage . 4 Fixtures 1296 . 00 2 . Alley Union Bank Parking Lot. 2 J.f Fixtures -r26roo 3. Alley West of Elks Club . oma- % Fixtures :n 02,on 4 . Leath Furniture Building along R. R. track North of Chicago St . (Not sure where to connect same) 2 % Fixtures 7C=.o,oa 5 . Fishburn Building over R. R. track. 1 Fixture 340 . 00 We propose hereby to furnish material and labor — complete in accordance with above specifications, for the sum of: dollars($ )• Payment to be made as follows: Net 10 days Late Service Charge 11/2%per month 'Annual Rote 18%applied to post due accounts) All material is guaranteed to be as specified.All work to be completed in a workmanlike manner according to standard practices Any alteration or deviation from above specifications involving Authorized extra costs will be executed only upon written orders,and will become on extra charge over and Signature above the contract price All agreements contingent upon strikes, accidents or delays beyond our control Owner to carry fire,tornado and other necessary insurance Our workers ore fully cover. Note-This proposal may be \y), ed by Workman s Compensation Insurance withdrawn by us if not accepted within days. Arrrptanrp of f rnpooal—The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized Signature to do the work as specified Payment will be made as outlined above. Signature Date of Acceptance: Irppuna1 Page No. 2 of 2 Pages Ati,li "' ilr RON N JONES ELECTRICINC. p.o.box 586 • elgin, illinois 60120 IELECTRICAL CONTRACTORS phone 312/695.7500 e _ ` live befer Merit—oily #78-2644 PROPOSAL SUBMITTED TO PHONE DATE City of Elgin Engineering Dept . July 7 , 1978 STREET JOB NAME Alley Lighting CITY, STATE AND ZIP CODE JOB LOCATION Elgin, Illinois 60120 . ARCHITECT DATE OF PLANS JOB PHONE We hereby submit specifications and estimates for: , 7 . Across R. R. track West of Ackemann' s Department Store . 2 , Fixtures airtrtftern -7c..6.,00 8 . Alley East of the Gold Mine Restaurant. (near sidewalk) 1 Fixture 324 . 00 ,, 9. Fountain Square Plaza in front of Courier News Office . 1 Fixture 430. 00 10 . Alley rear of Grove Theater • 2 Fixtures 704 . 00 +—'.y.. e...—,Htv-_>;•e•e„:-a•es>r_att�•-•■. urvimm.'Yminamhzun-ir.amm-miJ.•eus;s••' type 'pith 4 Ft arms . 2 c-� • es 1.124 . 00 5 e..92.,a0 ALL ABOVE WORK WOULD BE COMPLETED FOR THE SUM OF $ A IF YOU WISH WORK TO BE COMPLETED AT THIS TIME , PLEASE SIGN ONE COPY OF THIS PROPOSAL AND RETURN TO OUR OFFICE FOR OUR RECORDS. III Prnpnue hereby t furnish material and labor — complete in accordance with above specifications, for the sum of: Ci v e_ 00 -t ,-4., " .uc c12_ % 4,-,S0 5c 9 2, . _ ,--_ _- --_ - and no/100 dollars($ :11---00 ). Payment to be made as follows:Net 30 days from date of invoice . Net/O/d 11 Hyryte/Cyar6 ilyi per month-Annual Rote 18%applied to post due accounts) / / RON JONES ELECTRIC , INC . All material a guaranteed to be as specified All work to be completed in o workmanlike manner according to standard practices. Any alteration or deviation from above specifications involving Authorized / extra costs will be executed only upon written orders,and will become an extra charge over and Signature a ..../ s - �... above the contract price All agreements contingent upon strikes, accidents or delays beyond our President control Owner to curry fire, tornado and other necessary insurance Our workers ore fully cover- Note:This proposal may •" ed by Workman s Compensation Insurance withdrawn by us if not accepted within 30 days. > < Arrrp}.. tanrr of f rupu,a!—The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized Signature to do the work as specified. Payment will be made as outlined above Date of Acceptance: Signature fj ijnYllga.1 Page No. 1 of Pages PARR ELECTRIC INC. 432 Algona Ave. Elgin, ILLINOIS 60120 Phone (312) 741.3220 Electrical Contracting PROPOSAL SUBMITTED TO PHONE DATE City of Elgin Attn; Syd Alley 695-6500 August 7, 1978 STREET JOB NAME 150 Dexter Court CITY, STATE AND ZIP CODE JOB LOCATION Rlgin, T11 60120 ARCHITECT DATE OF PLANS JOB PHONE We hereby submit specifications and estimates for: Sear's Store , reanchor pipe, take down 4 double par floods, install 4- Holophane 589-MH- 1202 fixtures and lamps. Wise Shoe Store, 2- McGraw fixtures #FH2000, FB2061-120, FA62 and lamps. Alley behind House of Eaton, 2- Holophane 589-MH-1202 fixtures and lamps, 1- switch. Barbershop Building, 2- Holophane 589-MH-1202 fixtures and lamps. Alley to Douglas Ave, 2- Holophane 589-MH-1202fixtures and lamps. Bloemkes Building, 1- Holophane 589-MH-1202 fixture and lamp. Ackeman's Alley, 3- Holophane 589-MH-1202 fixtures and lamps on bldg. opposite Ackemar'E Gold Nuggett Alley, 1- Holophane 589-MH-1202 fixture and lamp. Union National Alley from Com. Ed. power, 3- Holophane 589-MH-1202 fixtures and lamps, 1- switch. 76 S. Grove on front of building , 1- Holophane 589-MH-1202 fixture and lampfl. Alley behind Grove Theatre from Com. Ed. power, 2- Holophane 589-MH-1202fixtures and lamps, 1- switch. City of Elgin electrical permit is not included. Mr 11 napalm hereby to furnish material and labor — complete in accordance with above specifications, for the sum of: Nine Thousand Eight Hundred and Fifty Four Dollars and no/100 dollars ($ 9, 854. 00 ). Payment to be made as follows: Monthly payments based on percentage of work completed. Total contract amount due 30 days upon completion of job. 4,62 All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices.Any alteration or deviation from above specifica' Authorized tions involving extra costs will be executed only upon written orders,and will become an Signature r extra charge over and above the estimate.All agreements contingent upon strikes,accidents or delays beyond our control.Owner to carry fire,tornado and other necessary insurance. Note:T proposal may be \Our workers are fully covered by Workmen's Compensation Insurance. withdrawn by us I of accepted within 30 days. ArrE}itaI t1 of f iupnia1-The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized Signature to do the work as specified.Payment will be made as outlined above. Date of Acceptance: Signature FORM 118 COPYRIGHT 19110 - NEW ENGLAND BUSINESS SERVICE.INC.TOWNSEND.MASS 01489 I August 23, 1978 MEMORANDUM TO: Leo Nelson, City Manager FROM: Syed Ally, Assistant City Engineer SUBJECT: Proposed lighting of alleys in the Central Business District (CBD) We contacted the property owners and/or occupants of buildings in the CBD in order to obtain permission to install wall mounted fixtures. The property owners will pay for the energy costs, but the fixtures will be owned and maintained by the City. These lights will illuminate the alleys back of buildings as well as the right-of-way of Chicago & Northwestern Transporation Company. The money for the installation will come from HCD funds. The signed agreements are as follows: 1. Bruce Corn. Building address 53-63 Douglas Avenue (Simply Britches, Razor's Edge Barber Shop, U.S.A. Recruiting Station, World Wide Travel Agency, Centro De Informacion, etc.) - Two fixtures 2. Chuck Hines. 20-24 Douglas Avenue (Chuck Hines Stores, Inc.) - One fixture 3. William Fishburn. 165 E. Highland (Bloemke's Luggage Co. ) - One fixture. 4. Arthur Powell. 164 E. Chicago Street (Leath Furniture Store) - One fixture. 5. Edward J. Swartz (Elgin Federal Savings & Loan Association) - One fixture. 6. Edgar A. Anderson. 169 E. Chicago Street (Downtown News) - One fixture. 7. Harry Seigle. 18 S. Spring Street (Health Plus) - One fixture. 8. Harry Seigle. 5-13 S. Spring Street (Kim's Black Belt Academy, Self Service Family Discount Shoe Store, The Women's Botique, Kane County Answering Service) - One fixture. 9. David Winfield. 51 S. Spring Street (Sears Roebuck & Co.) - Four fixtures. 10. Harry Siegle. 35 Fountain Square Plaza (Commerce Building) - One fixture. 11. Mr. & Mrs. Milton Ginsberg. 208-214 Prairie Street (Apartment Building) - Two fixtures. We have received verbal approval over telephone from Mrs. Ginsberg (item No. 11) . She said she would mail the signed agreement. We have not been able to get permission from a few property owners for various reasons such as attempting to sell the property. -2- We received two proposals from local contractors for the complete install- ation of the wall mounted lights. Ron Jones Electric, Inc. submitted a proposal on July 7, 1978 for $9,217.00 for labor and material to install 25 fixtures that we had originally proposed. Parr Electric's proposal dated Aug. 7, 1978 agreed to perform the installation at a total cost of $9,854.00. However, since receipt of the proposal, the number of fixtures has been reduced to 16 due to the fact that we did not get permission from all property owners. We have contacted Ron Jones for a revised proposal. His verbal revision is reflected on the copy of his original proposal attached herewith. We did not contact Fred Parr for a revised proposal because we assume the difference between the two proposals will still exist. We are requesting City Council approval for awarding the project to Ron Jones Electric, Inc. for $5,692.00. We may receive concurrence for the install- ation of a few more lights which will increase the cost accordingly. We would like City Council approval at this time to add them to the proposal without returning to the City Council. The proposal from Parr Electric Inc. is also attached. Syed Ally dd cc: Mike Sarro Marie Yearman Mel Dahl Bob Hogue Roger Dahlstrom Attachments 1lrL1pULIat Page No. 1 of 2 Pages R ON JONES ELECTRIC, INC. p.o.box 586 • elgin, illinois 60120 ��. `z — ELECTRICAL CONTRACTORS phone 312/695.7500 I`"•better s•ct"cailr Attn: Mr. Syd Ally #78- 2644 PROPOSAL SUBMITTED TO PHONE DATE City of Elgin Engineering Dept . 695-6500 Ext . 245 July 7 , 1978 STREET JOB NAME 150 Dexter Court Alley Lighting CITY, STATE AND ZIP CODE JOB LOCATION Elgin, Illinois 60120 ARCHITECT t DATE OF PLANS JOB PHONE We hereby submit specifications and estimates for: We propose to furnish labor and material using 250 Watt Wall pack Mercury vapor fixtures . 1 . Rear of Sears Roebuck $ Company garage . 4 Fixtures R 1296 . 00 / 2 . Alley Union Bank Parking Lot . 2 Jf Fixtures 1r26roc 3 . Alley West of Elks Club . 04-2_ % Fixtures e0 g52,oc) 4 . Leath Furniture Building along R. R. track North of Chicago St . (Not sure where to connect same) % Fixtures 760,0a 5 . Fishburn Building over R. R. track. 1 Fixture 340 . 00 . - = - - v.eu _• - - --Suet. ,-; 470.00 n0 f rapoar hereby to furnish material and labor — complete in accordance with above specifications, for the sum of: dollars($ )• Payment to be made as follows: Net 10 days Late Service Charge 1;i% per month.Annual Rate 18°4 applied to post due occountsl All material is guaranteed to be os specified All work to be completed in o workmanlike manner according to standard practices. Any alteration or deviation from above specifications involving Authorized extro costs will be executed only upon written orders,and will become on extra charge over and Signature above the contract price All agreements contingent upon strikes, accidents or delays beyond our control Owner to carry fire,tornado and other necessary Insurance Our workers ore fully cover- Note.This proposal may be ed by Workman s Compensation Insurance withdrawn by us if not accepted within days. Arrrptanrr of f ruposal-The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized Signature to do the work as specified Payment will be made as outlined above. Signature Date of Acceptance: • --- � Iropond Page No. 2 of 2 Pages ' '" R o N JONES ELECTRIC, INC. p.o.box 586 • elgin, illinois 60120 _ .= Z ,ELECTRICAL CONTRACTORS phone 312/695.7500 live better electrically #78-2644 PROPOSAL SUBMITTED TO PHONE DATE City of Elgin Engineering Dept . July 7 , 1978 STREET JOB NAME Alley Lighting CITY, STATE AND ZIP CODE JOB LOCATION Elgin , Illinois 60120 ARCHITECT DATE OF PLANS JOB PHONE We hereby submit specifications and estimates for: 7 . Across R. R. track West of Ackemann' s Department Store . 2 X Fixtures 8. Alley East of the Gold Mine Restaurant. (near sidewalk) 1 Fixture 324 .00 9. Fountain Square Plaza in front of Courier News Office . 1 Fixture 430. 00 10 . Alley rear of Grove Theater 2 Fixtures 704 . 00 ✓ ..•��'�yr♦e�.f i•.ayav�rr:�a�e �r��rcaer_r•.o��sti�ar���7��aa���•J•�A�•�• 1124 .00 5 6. j2,00 ALL ABOVE WORK WOULD BE COMPLETED FOR THE SUM OF IF YOU WISH WORK TO BE COMPLETED AT THIS TIME, PLEASE SIGN ONE COPY OF THIS PROPOSAL AND RETURN TO OUR OFFICE FOR OUR RECORDS. Tr Frame� hereby to furnish material and labor — complete in accordance with above specifications, for the sum of: r.v e �t.0 V�-w / " ,< 42_ +-a ti+ 4,70 2., .— - _ --_ - and no/100 dollars($ 4a12_00 >. Payment to be made as follows:Net 30 days from date of invoice . Net/ / /A0/dr/yy yity S/rilte/C farbe/I //per month Annual Rote 18%applied to post due accounts) RON JONES ELECTRIC , INC . All motenal is guaranteed to be as specified All work to be completed in a workmonlike manner occordmg to standard practices Any alteration or deviation from above specifications involving Authorized extra costs will be executed only upon written orders,and will become on extra charge over and Signature S 1 above the contract price All agreements contingent upon strikes. accidents or delays beyond our President control Owner to carry fire,tornado and other necessary insurance Our workers are fully cover. Note.This proposal may .• ed by Workman s Compensation Insurance withdrawn by us If not accepted within 30 days. \\9 v \\ ArrrptanP pi f ropnnal—The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized Signature to do the work as specified.Payment will be made as outlined above. Signature Date of Acceptance: - PrIVITSat Page No. of Pages PARR ELECTRIC INC. 432 Algona Ave. Elgin, ILLINOIS 60120 Phone (312) 741-3220 Electrical Contracting PROPOSAL SUBMITTED TO PHONE DATE City of Elgin Attn: Syd Alley 695-6500 August 7, 1978 STREET JOB NAME 150 Dexter Court CITY. STATE AND ZIP CODE JOB LOCATION F,lgin, Ill 60120 ARCHITECT DATE OF PLANS JOB PHONE We hereby submit specifications and estimates for: Sear's Store , reanchor pipe, take down 4 double par floods, install 4- Holophane 589-MH- 1202 fixtures and lamps. Wise Shoe Store, 2- McGraw fixtures #FH2000, FB2061-120, FA62 and lamps. Alley behind House of Eaton, 2- Holophane 589-MH-1202 fixtures and lamps, 1- switch. Barbershop Building, 2- Holophane 589-MH-1202 fixtures and lamps. Alley to Douglas Ave, 2- Holophane 589-MH-1202fixtures and lamps. Bloemkes Building, 1- Holophane 589-MH-1202 fixture and lamp. Ackeman's Alley, 3- Holophane 589-MH-1202 fixtures and lamps on bldg. opposite Ackema "s Gold Nuggett Alley, 1- Holophane 589-MH-1202 fixture and lamp. Union National Alley from Com. Ed. power, 3- Holophane 589-MH-1202 fixtures and lamps, 1- switch. 76 S. Grove on front of building , 1- Holophane 589-MH-1202 fixture and lamp,,r. Alley behind Grove Theatre from Com. Ed. power, 2- Holophane 589-MH-12022 fixtures and lamps, 1- switch. City of Elgin electrical permit is not included. Nit propose hereby to furnish material and labor — complete in accordance with above specifications, for the sum of: Nine Thousand Eight Hundred and Fifty Four Dollars and no/100 dollars($ 9, 854. 00 ). Payment to be made as follows: Monthly payments based on percentage of work completed. Total CD ntract amount due 30 days upon completion of job. All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices.Any alteration or deviation from above specltica. Authorized /t I . n er I tions involving extra costs will be executed only upon written orders,and will become an Signature ! , ���77f r _1c.�•f� extra charge over and above the estimate.All agreements contingent upon strikes,accidents or delays beyond our control.Owner to carry fire,tornado and other necessary insurance. Note:T proposal may be Our workers are fully covered by Workmen's Compensation Insurance. withdrawn by us i of accepted within _ 30 days. Arrrptanrp of Proposal-The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized Signature to do the work as specified.Payment will be made as outlined above. Date of Acceptance: Signature FORM 118 COPYRIGHT 1960 - NEW ENGLAND BUSINESS SERVICE.INC..TOWNSEND,MASS 01469 Exhibit 1 Certificate of Publication in the DAILY COURIER-NEWS • STATE OF ILLINOIS } .a COUNTY OF KANE —6-5.— THE COPLEY PRESS, INC., DOES HEREBY CERTIFY: NOTICE OF BEARING CITY OF ELGIN SPECIAL That it is a corporation duly organized and existing under the laws of the State SERVICE AREA Illinois; NUMBER THREE NOTICE IS HEREBY GIVEN That it is the publisher of the Daily Courier-News, a secular daily newspaper prin that onJuly le,197&atB:ooP.M. and published in the City of Elgin, in Kane County, Illinois, and of general circulat in the Council Chambers of the Municipal Building, iso Dexter in said City, County and State; and in Mc Henry County and portions of Cook Court, Elgin. Illinois, a hearing DuPage Counties, and in other Cities in Kane County; and that it is a newspaper as defir autborides will be held by thetae in "An Act to Revise the Law in Relation to Notices"—Ill. Revised Statutes, Chap. 1 of the Ci/consider forming aspecial ser Sections 1, 5 and 10. flee area consisting of the following described territory: That a notice of which the annexed is a true copy has been regularly published Thatpartof the Northeast said newspaper one time each day f Quarter of Section II,Township 41 North Range 8 East of the one day Third Principal Meridian successive ; that the first put=_- described u follows: Begin- ning at the intersection of the cation of said notice was on the day of the July , 1978 , centerline of Slade Avenue with the Easterly rightef-way line and the last publication thereof was on the .5. ...day of July 1978 of the Chicago and North- that the face of type in which each publication of said notice was printed was the sa: Western Railroad; thence in as the body of type used in the classified advertising in the newspaper in which said puh- a northeasterly direction.along lication was made; said Easterly terly right-of-way line, for a distance lealinea[s feet more or leas,to the he West That said the Daily Courier-News has been regularly published in said City, Count} Lovell'sGrove 2nd Additlon; and State for at least one year prior to the first publication of said notice. thence South along said Wert line 1207.7 feet,more or less,to In WITNESS WHEREOF, said The Copley Press, Inc., publisher as aforesaid, the centerline of Slade Avenue; has executed this Certificate of Publication by its Officer or Agent thereunto duly thence in a Westerly direction. alceg said fincenterline, authorized this 575.8 11 day of July , 1978 . distance of feet to tbe centerline ve ue; thence Northerly THE PLEY PKESS,°:NC. along said centerline of North t EE ►- fi Grove Avenue for a distance of i 1 , ,r--„,, 4. ii , r 198 feet to the centerline of I By ..\ii:t.\:,./....:-,‘,' ._.....},.�4..L:. . ,. Salde Avenue;thence Westerly {` along the centerline of Slade l B usiness Mdna;,er Avenue for a distance of 288.9 ,feet,more or less,to the Place of Begintang.' situated y, Printer's Fee $ 71.40 Paid , 19 the City of Elgin,Sane County, projectThe CoOsirts of the No. 87 Folio l7, installation of a system of or- namental street lights, either with metal or concrete poles. This system is to serve North Grove Avenue between Slade Avenue(East)and Slade Avenue (West?, River Bluff Road bet- ween Slade Avenue (West) and , the east west section of River r _... Bluff Road one block west of - Douglas Avenue and Brooke -,may, �; ' �Tj ;. Street between Slade Avenue Y„ _v ,. 'I ,;3 ; (East)and River Bluff Road.The - ' '4 4 l y"� '-w ., above referenced area is ` ,�, el.. ,_ a recorded in the Recorder's office ..; * r of Kane county,Minis as Home • r• in the Woods Subdivision y-r * v ' -z= 4 ;, . All interested persons affected 71 ` " by the formation of proposed Clty7i ,tr of Elgin Special Service Area , - 1 144411441 Rifts- 41114144tIfogix:111111111111111; 11111"Ilig1R#g;111[iReit;ilell Cr s8r gsR�' i3� 8.R iiRs tltgg ..� l r xR 1 R � �fi s _� L � � � � Rgtoff4 „f rRg . c� s m ty rY' 11 1.21ittinlg g/rgttr 808 Pslzl f � . Q6. tit1 ,pR C7fQQ$ag - e ti R R �' �w �, 8 flh1i!Ili1 !r= f1 RSl llrR� 11 �� " R2R` � 6 � R � o. Cis },�Mn �� 6 4S � $R, iig11g 14 fltkamrft WIt.i.ateili Fit t111814 1 BdQQRRTff � b rIl; i� E fir.r is.6 er $G Sg. I. Addison, Illinois; the Algonquin Township to sr -- DAILY COURIER-NEWS Algonquin, Illinois; the Bensenville Banner at Bensenville, i Illinois; the Itasca Record at Itasca, lll.n..i.; the ELGIN, ILLINOIS Carpentersville Star at Carpentersville, Illinois; the Cary-Grove News of Cary-Grove, Illinois; Dundee Review &town n country Highlander at Dundee, Illinois; . Fox Valley World at Elgin, Illinois; McHenry County World of McHenry County, Illinois; HofLnan F•tates t Record of Hoffman Estates, Illinois; Lake Zurich Press rix of Lake Zurich, Illinois; Roselle Record of Ro••Ile, a Illinois; Schaumburg Record of Schaumburg, l oris; , ,• ,.y� Hanover Township Times & The Advertiser of Hanover, ' " Park, Illinois; The World of Will--Cook, The World r t t of Tri-County,The World of Northern Will,all of Joliet, Illinois; may be signed on behalf of this Corporation and q tr ,t its Corporate Name and such Certificates may be certified *,q by any of the duly elected officers of this Corporation r,. - or by any of the business managers, comptrollers, or auditors of any such newspapers, and that a copy of this Resolution, duly certified by the Secretary or an Assistant 1 Secretary, shall be printed upon all Certificates of Publication of legal notices published by said newspapers, and shall be evidence of the authority of the officer or agent signing for and in behalf of the Corporation. The undersigned officer of The Copley Press, Inc., a corporation of the State of Illinois, does hereby certify that the foregoing is a full and true copy of a resolution • adopted by the Board of Directors of said Corporation by unanimous action taken on April 1, 1975, and the same remains in full force and effect not having been revoked,cancelled or amended. Given under my hand and the seal of the Corporation, 11 Ju1I78 this day o . , 19 A AAAA `SECRETTY Exhibit 2 AFFIDAVIT OF SERVICE State of Illinois ) County of Cook and Kane ) SS . City of Elgin ) Marie Yearman , being first duly sworn on oath, deposes and says that she is the City Clerk of the City of Elgin, Illinois , and that she has served a copy of an Ordinance proposing establishment of a special service area in the City of Elgin and providing for a public hearing to the property owners of record in Special Service Area Number Three by mailing a copy of said Ordinance certified mail to each property owner on the 6th day of July, 1978, mailed at the United States Post Office in Elgin, Illinois . Mdr i e Year nndn Subscribed and sworn to before me this 6,ei day of July, 1978 >444 -7 Notary P is 1 1 CITY OF ELGIN , ILLINOIS i 1 DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION SPECIFICATIONS PROPOSED RIVERBLUFF ROAD LIGHTING 1 Specification No. 119 ' Robert W. Hogue, P.E. City Engineer August 25, 1978 1 PP PP FP Pm PP NOTICE TO BIDDERS Sealed proposals for the construction of a street light improvement will be received at the office of the Purchasing Agent, City Hall, 150 Dexter Court, Elgin, Illinois, until 11:00 O'Clock Am, C.D.S.T. , September 14, 1978 and at that time publicly opened and read. This work will consist of the installation of a decorative street light system on Sections of Riverbluff Road and Brook Street at the north FP end of Elgin. The estimated quantities are 1410 lineal feet of Electric Cable in ri trench, 700 lineal feet of Electric Cable in conduit, 21 decorative light posts, 21 luminaires, one controller complete with foundation and connection to power source and other miscellancous items to complete the project. PP Plans, specifications and proposal forms may be obtained from the Pur- chasing Agent. All proposals must be accompanied by a bank cashier's check, bank draft, or bank draft, or certified check for not less than ten (10) per- cent of the amount of the bid, or as provided in Article 102.09 of the "Stan- dard Specifications for Road and Bridge Construction", adopted July 1, 1976 by Illinois Department of Transportation. PP The Elgin City Council reserves the right to reject any or all proposals as provided in Article 102.8 of the "Standard Specifications for Road and Bridge Construction", of the Illinois Department of Transportation. L PP City of Elgin Marie Yearman City Clerk 16, Dated: This 25th day of August, 1978 OR L r PP INSTRUCTIONS TO BIDDERS PROPOSED RIVERBLUFF ROAD LIGHTING ELGIN, ILLINOIS 1/8 1. PROPOSALS. All proposals must be on the forms provided in the bound copy of the specifications and contract stipulations hereto attached. PP All proposals must be typewritten or legibly written in ink and the 4. unit prices shall govern. Each proposal shall be enclosed in a sealed envelope addressed to the Purchasing Agent, Elgin, Illinois, and endorsed on the outside of the envelope "Bid for Proposed Riverbluff Road Lighting" PP and filed in the Purchasing Agent's office at Elgin, Illinois, prior to time specified for opening of bids. 2. 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 PIP the City shall not be obligated in any way by reason of any matter or thing which such bidder might have so informed himself prior to the bidding. 3. 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 OP ten per cent (10%) of the total amount of the bid. 4. BID AWARD. notification of award of contract will be made by mail the Ps 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. 5. TIME OF COMPLETION. The successful bidder will be required to complete the work within 60 days from the date of award of contract. It will be necessary for the bidder to satisfy the City of his ability or as to his OP arrangements to execute the work within the time stipulated. 6. CONTRACT BONDS. Within ten (10) calendar days after acceptance of bid by the City, the successful bidder shall furnish contract surety bond, accep- r table to the City in the full amount of his contract. 7. PAYMENT. Payments will be made on monthly estimates, less ten (10) per- , cent retained until satisfactory completion of the job. 8. SPECIFICATIONS. The various specifications referred to in the documents PP may be found in the office of the City Engineer for review and inspection. 9. A prebid conference will be held on Monday, September 11, 1978 at 10:00AM at the Engineering Department, 40 Ann Street, Elgin, Illinois, 60120 L PO OP PROPOSED RIVERBLUFF ROAD LIGHTING 10. INSURANCE. The Contractor shall furnish a certificate of insurance Pi 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 Builder's Risk "All Risk" Completed Value Coverage 11. EQUAL EMPLOYMENT OPPORTUNITY. The Contractor agrees to comply with all rules and regulations pertaining to Public Contracts adopted by the Illinois Fair Employment Practices Commission. 12. HEALTH AND SAFETY ACT. All work under this contract shall comply !i with the Occupational Safety and Health Act (OSHA) of 1970. 13. GUARANTEE. The Contractor guarantees the work against defective materials or workmanship for a period of one (1) year from date of acceptance by the City. Pm au 1P P O PP U L PP r /R g'. L r r Pw PROPOSAL OM To: Purchasing Agent City of Elgin Elgin, IL Dear Sir: PO This proposal provides for the Construction of a decorative street light system located in the City of Elgin, Illinois, all in accordance with attached specifications prepared by Robert W. Hogue, City Engineer, VP Registered Professional Engineer, Illinois No. 62-33294. The undersigned declares that he has carefully examined the proposal, specifications, form of contract and contract bond, and special provision and that he has inspected in detail the site of the proposed work, and 4, that he has familiarized himself with all local conditions affecting the contract and the detailed requirements of construction, and understands 1P that in making this proposal he waives all right to plead any misunderstand- ing regarding the same. P0 The undersigned further understands and agrees that if this proposal is accepted he is to furnish and provide all necessary machinery, tools, appar- atus and other means of construction, and to do all the work, and to furnish all of the materials specified in the contract, in the manner and at the time therein prescribed, and in accordance with the requirements herein set forth. 44, The undersigned declares that he understands that the quantities mentioned r are approximate only and that they are subject to increase or decrease; that he will take in full payment therefor the amount of the summation of the actual quantities as finally determined, multiplied by the unit prices shown in the schedule of prices contained herein. The undersigned further agrees that the unit prices submitted herewith are for purposes of obtaining a gross sum, and for use in computing the values PR of extras and deductions; that if there is a discrepancy between the gross sum bid and that resulting from the summation of the quantities multiplied by their respective unit prices the latter shall apply. The undersigned further agrees that the City Engineer may at any time during the progress of the work covered by this contract, order other work or materials as do not appear in the proposal or contract as specific item accom- r panied by a unit price, and which are not included under the bid price for other items in this contract, shall be performed as extra work, and that he will accept as full compensation therefor, the actual cost plus fifteen (15) • percent, the actual cost to be determined as agreed upon by the Contractor and Engineer. The undersigned further agrees to execute a contract for this work and !A present the same to the City Engineer within ten (10) days after the date of award of contract to him. Pi 6. r , 1-P PR L • • . • m PROPOSAL (continued) The undersigned further agrees that he and his surety will execute • and present within ten (10) days after the date of award of contract a contract bond satisfactory to and in the form prescribed by the City, in • the penal sum of the full amount of the contract guaranteeing the faithful performance of the work in accordance with the terms of the contract. PP The undersigned agrees to begin work not later than the date stated in his proposal and to prosecute the work uninterrupted in such a manner and with sufficient labor, equipment and materials so as to insure its completion on or before the date hereinafter specified, it being under- stood and agreed that completion within the time limit is an essential [1: part of the contract. Accompanying this proposal is cash or check payable without condition to the City of Elgin, certified by a responsible bank, in compliance with frthe Instructions to Bidders, for not less than ten (10) percent of the total bid price. • Amour of cas. or c Zeck xs: •am Bank Four Thousand_Five Hundred Do11rs R, Nn fl nt.c ($ a �Cr, _• rn ) • If this proposal is accepted and the undersigned shall fail to execute - -- • a contract and contract bond as required herein, it is hereby agreed that i the amount of the check shall become the property of the City of Elgin, Illinois, and shall be considered as payment of damages due to delay and other causes suffered by said City because of the failure to execute said contract or bond; otherwise said check shall be returned to the undersigned. • - Attach check here - • • • IC • • • The undersigned submits herewith his schedule of prices covering the IP work to be performed under this contract; he understands that he must show in the schedule the unit prices for which he proposes to perform each item • of work, that the extensions must be made by him, and that if not so done 1111 his proposal may be rejected as irregular. The undersigned agrees to start work within 10 days from date of ;I* approval of contract bond and that all work will be completed within 45 working days. - • re 2-P r -i i i t"'''11 i n.,.i r. i ....,.,i ,,:_,.i "' i r-11 r 1 Ai r,..1 '" 11 SCHEDULE OF PRICES - - - - . .r ` ---- ---- --- - 1 UNIT PRICE i QUNT S ITEM I ESTIMATED - ' ALTERNATE NO _-. . . DESCRIPTION _ _ _ ___ QUANTITY.__ UNIT- _ Dollars___ cents_ Dollar. __ Cents 1. Electric Cable in trench 6-#6 1/C _ 6 00 2, 160.00_ A,B,C,D, - 360 Lin.Ft. " 2. Electric Cable in trench 3-#6 1/C 1,050 Lin.Ft. 4 00 4, 200Q0 _ - Electric Cable in Conduit (6-#6 1/C 3. 2 in. Conduit)_ —_ - __ __________ _28 00 2, 800 00 100_. -_ Lin.Ft, _. Electric Cable in Conduit (3-116 1/C L I " 4. — i, 26 00 15, 600 SO - 600- Lin.Ft. --- -- " 5. Handhole (Modified) __ --`1 - Each_._600 00 -_ 600 p0 -I Traditional Luminaire McGraw-Edison ;A,C _ 6_- TT�1,253 12QV Each 250 S0 5, 250L_ ?1 � I Geometric Luminaire McGraw-Edison B,D 7. GS 1523X (Poly carbonate) - 120BZ 21 Each 350 00 7, 350 4i0 Spun Aluminum Poles McGraw-Edison I I A,B 8. I .PA..400L- -- -__-- .-.- _-__. ► ..- 21 _ Each 350 00 7, 350 0-. _ --._ Decorative Concrete Poles,Great Lakes C,D 9. I Concrete Pt UCt-s�B400-12 -_._f---__21 -_ Each 400 00 8, 400 0 . I A,B 10. #8 1/C Bare equipment—— wire — -- 2 175 Lin.Ft._Ft,. 1 0 2 17` 0i 0 Controller complete with foundation I I and connection to power source ready A,B,C,D I 11. 1 to operate as per specification. I n 1 -- - ____ __ - - 1 Each- 000 - -- 2, OCO CO _ �II Alternate A - Spun aluminum pole, Traditional luminaire 42,_125 00 Bidder's Proposal 4AlternateB - Spun aluminum pole,__Geometric luminaire 14, '35 400 For Making Entire - - - Improvements 41 010 !00 Alternate C - Concrete_pole, Traditional luminaire ____ -_ , Alternate D - Concrete pole,_-Geometric luminaire -____ _ _ _ 43, 110 00 IP 0 at (If an individual ) Signature of Bidder (SEAL) OPP Business Address 0 000 (If a co-partnership) Firm Name (SEAL) Signed By (SEAL) Business Address PP IP Insert Names and Addresses of All Members Of the Firm 111/ (If a corporation) Ow Corporate Name FULTON C NTRACTINa CO_ /., • r Signed By /����s ✓ %�:'" .,�. f _ Frank J. Kehoe resident tfri Business Address 71\1574 Gard n Ave. , Roselle, Illinois 6172 Pi (Corporate Seal) President Frank J. Kehoe Insert Names of Secretary C. J. Kehoe Officers att Treasurer C. J. Kehoe Attest: / /' ��/ ter-ems J. Keh ecretary r 00 CITY OF ELGIN IN GENERAL PROVISIONS SECTION 1. Definition of Terms OPP 1.1 Department. The City of Elgin Department of Public Works. 1.2 Engineer. City Engineer of the City of Elgin. 1.3 Inspector. The authorized representative of the Engineer assigned to make detailed inspection of any or all portions of the work or materials 0, therefore. 44 1.4 Bidder. Any individual, firm or corporation submitting a proposal for the work contemplated. 1.5 Contractor. The bidder awarded the contract for the work. 1.6 Surety. The corporate body, individual or individuals, which are to be responsible for the bidders acts during execution of the contract in the event of its being awarded to him, or which are bound with and for the contractor to insure his acceptable performance of the contract, his payment of all obligations pertaining to the work, and his fulfill- ment of such other conditions as may be specified or otherwise required by law. 1.7 Plans. All official drawings or reproductions of drawings pertaining to the work provided in the contract. Pi 1.8 Specifications. The general and special. provisions, special conditions and detailed specifications contained therein together with written agreements and all other executed documents which describe the method or manner of performing the Yaork, the quantities, or the quality of material to be furnished under the contract. ON 1.9 Special Provisions. Any and all special directions, provisions, and re- quirements prepared to cover the method or manner of performing work on a particular project, or cover the quantities or quality of the materials 111 to be furnished under the contract, which are not covered herein. The Ivo special provisions included in the contract shall govern the work and take precedence over the plans and general provisions wherever they conflict • therewith, but they shall not operate to annul those portions of the general provisions with which they are not in conflict. 1.10 Notice of Letting. The official notice inviting proposals for proposed L. improvements. 1.11 Notice to Bidders. The official notice, included in the proposal, in- PR viting bids for proposed improvements. 1.12 Proposal. The written offer of the bidder to perform the proposed work. PP 1 GP r 11 11 1.13 Proposal Guaranty. The security designated in the proposal to be furnished by the bidder as a guaranty that said bidder will enter into a contract with the Department for the acceptable performance of the work and will furnish the required contract bond, if the work is awarded to him. 1.14 Award. The decision of the Department to accept the proposal of the lowest responsible bidder for the work, subject to the execution and approval of a satisfactory contract therefore, and bond to secure the performance thereof, and to such other conditions as may be specified or otherwise required by law. 1.15 Contract. The written agreement covering the performance of the work and the furnishing of labor and material for the construction of the work. The contract includes the notice to contractors, proposal, con- tract bond, specifications and plans. 1.16 Contract Bond. The approved form of security furnished by the Contractor and his surety as a guaranty that he will execute the work in accordance with the terms of the contract. 1.17 The Work. The improvement advertised for letting, described in the pro- posal form indicated on the plans, and covered in the specifications and contract, and authorized alterations, extensions and deductions, includ- ing labor, tools, equipment, materials, and incidentals necessary for the satisfactory completion of the project. 11 SECTION 2. Proposal Requirements and Conditions 2.1 Contents of the Proposal Form. Bidders will be furnished with proposal forms stating the location and description of the work contemplated, the approximate quantities of work to be performed or materials to be furnished, the amount of the proposal guaranty, and the date, time, and place of filing and opening proposals. All documents bound with or at- tached to the proposal shall be considered a part thereof, and shall not be detached or altered. 2.2 Interpretation of Estimate of Quantities. An estimate of quantities of work to be done and materials to be furnished under the specifications is given in the proposal. It is the result of careful calculations and is believed to be correct, but is given only as a basis for comparison of proposals and the award of the contract. The Department does not agree that the actual quantities involved will correspond exactly there- with; nor shall the bidder plead misunderstanding or deception because of such estimate of quantities, or of the character, location or other conditions pertaining to the work. 2.3 Examination of Plans, Specifications, and Site of Work. The bidder shall, before submitting his bid carefully examine the proposal, plans, specifications and form of contract and bond. He shall inspect in detail the site of the proposed work and familiarize himself with all local con- ditions affecting it. If his bid is accepted, he will be responsible for all errors in his proposal resulting frnm his failure or neglect to comply with these instructions. 2 GP F. 4a 2.4 Preparation of the Proposal. The bidder shall submit his proposal on P, the forms furnished by the Department. The proposal shall be executed properly, and bids shall be made for all items indicated in the pro- *" posal form. The bidder shall indicate, in figures, a unit price for each of the separate items called for in the proposal; he shall show OP the products of the respective quantities and unit prices in the column provided for that purpose, and the gross sum shown in the place indicated in the proposal shall be the summation of said products. All unit prices shall be conditioned on furnishing a bond executed by a corporate surety company satisfactory to the Department. All writing shall be with ink or typewriter, except the signature of the bidder which shall be written with ink. OP 4itAy If the proposal is made by an individual, his name and post office address shall be shown. If made by a firm or partnership, the name and 110 post office address of each member of the firm or partnership shall be iw shown. If made by a corporation, the proposal shall show the name of the State in which the Corporation was chartered, the names, titles Mr and business addresses of the president, secretary, and treasurer and seal of the corporation shall be affixed and attested by the secretary. 2.5 Rejection of Proposals. Proposals that contain omissions, erasures, IP alterations, additions not called for, conditional or alternate bids unless called for, irregularities of any kind, or proposals otherwise regular which are not accompanied by a bank cashier's check, or a bank Pdraft may be rejected as informal or insufficient. 2.6 Proposal Guaranty. Each proposal shall be accompanied by a bank draft drawn on the New York, Chicago, or St. Louis Exchange, a bank cashier's check or a properly certified check for not less than ten (10) percent kik of the amount of the bid made payable to the awarding authority. In no case will a proposal guaranty for less than three hundred dollars ($300.00) PP be accepted. 4* 2.7 Delivery of Proposals. Proposals shall be delivered prior to the time and es at the place indicated in the notice to bidders. Each proposal shall be placed in a sealed envelope clearly marked to indicate its contents. If 06 forwarded by mail the proposal shall first be placed in the aforesaid en- velope and then placed in an outer envelope addressed to the Department. PP Only sealed proposals will be accepted. Proposals sent by mail will not be opened unless received at the place of PP letting prior to the time of opening proposals. Envelopes postmarked prior to the time of opening proposals will not be accepted. gm 2.8 Withdrawal of Proposals. Permission will be given a bidder to withdraw a proposal if he makes such a request in writing prior to the time of opening proposals. If a proposal is withdrawn, the bidder will not be permitted to submit another proposal for the same work at the same letting. 2.9 Disqualification of Bidders. Any one or more of the following causes may be considered as sufficient for the disqualification of a bidder and the rejection of his proposal: 3 GP Or 11 11 (a) More than one proposal for the same work from an individual, firm, or corporation under the same or different names. (b) Evidence of collusion among the bidders. (c) Unbalanced proposals in which the prices for some items are not of proportion to the prices for other items. (d) Failure to submit a unit price for each item of work listed 11 in the proposal. (e) Lack of competency as revealed by the financial statement or 11 experience questionnaire required under Article 2.10. (f) Unsatisfactory performance record as shown by past work for 11 the Department, judged from the standpoint of workmanship and progress. (g) Uncompleted work which in the judgment of the Department, might hinder or prevent the prompt completion of additional work. 2 .10 Competency of Bidders. Each bidder shall furnish the awarding authority, upon request, with satisfactory evidence of his competency to perform the work contemplated. When requested, he shall submit a statement show- ing his financial condition, also, if requested a financial statement shall be prepared by a certified public accountant and submitted on forms furnished by the awarding authority. The bidder, if requested, shall also answer and submit questionnaires relating to his experience in per- forming construction work similar to that for which he is offering a proposal. Before an award is made, the bidder may, at the option of the awarding authority, be required to file a statement showing the type, amount and11 condition of equipment which will be available, and an outline of his plans for conducting the work, using forms provided by the awarding authority. 11 Before an award is made, the bidder may, at the option of the awarding authority, be required to furnish a statement showing the value of all uncompleted work for which he has entered into contracts. 11 SECTION 3 . Award and Execution of Contract 3.1 Consideration of Proposals. The proposals received will be compared on the basis of the summation of the products of the items of work and the unit prices offered. In case of discrepancies between the gross sum shown in the proposal and that obtained by adding the quantities of work and unit prices, the unit prices shall govern, and any errors found in said products shall be corrected. In awarding contracts, the Department will, in addition to considering the amounts stated in the proposals, take11 into consideration the responsibility of the various bidders as determined from a studyof the data required under Section 2.10, and from other in- vestigations which it may elect to make. 11 4OP gg gg The right reserved to reject any or all proposals, to waive technical- ities, and to advertise for new proposals, or to proceed to do the work otherwise if, in its opinion, the best interest of the Department will be protected thereby. 3.2 Award of Contract. Except in cases where the Department exercises the right reserved under Article 3.1 to reject any or all proposals, the contract will be awarded by the Department, as soon as practicable after the opening of proposals, to the bidder who has submitted the lowest pro- posal with all requirements of the specifications as to the responsi- bility of bidders. go If a contract is not awarded within sixty (60) days after the opening of proposals, a bidder may file a written request with the Department for the withdrawal of his bid and the Department at its discretion, may • permit such a withdrawal. 3.3 Return of Proposal Quaranty. The proposal guaranties of all except the two lowest bidders will be returned promptly after proposals have been UI checked, tabulated and the relation of the proposals established. Pro- ut -posal'guaranties' of the tiro' to test bidd.e'rs will: belreturned as soon as the contract an bond- of the successful bidder have been executed and approved. iw 3.4 Requirement of Contract Bond. The successful bidder, at the time of the 11. execution of the contract, shall deposit with the Department a surety bond for the full amount of the contract. The form of the bond shall be that furnished by the Department, and the surety shall be acceptable to the Department. 10. 3.5 Execution of the Contract. The contract shall be executed by the bidder, the bond shall be executed by the principal and sureties, and both shall gg be presented to the Department within fifteen (15) days after the date of notice of the award of the contract. a, 3.6 Failure to Execute Contract. Failure on the part of the successful PP bidder to execute a contract and an acceptable bond, as provided herein, within fifteen (15) days from the date of notice of the award of the contract, will be considered as just cause for the annulment of the /111 award and the forfeiture of the proposal guaranty. SECTION 4. Scope of the Work 4.1 Intent of the Plans and Specifications. The intent of the plans and i" the specifications is to prescribe a complete outline of work which the Contractor undertakes to do in full compliance with the contract. The Contractor shall perform all work as may be necessary to complete the work to the finished lines, grades and cross sections in a substantial and acceptable manner. He shall furnish all required materials, equip- ment, tools, labor and incidentials, unless otherwise provided in the con- ww tract, and shall include the cost of these items in the contract unit prices for the several units of work. 5 GP 11 11 4.2 Alterations, Cancellations, Extensions, and Deductions. The Department reserves the right to alter the plans, extend or shorten the improvement, and such incidental work as necessary, and increase ?° or decrease the quantities of work to be performed to accord with such changes, including the deduction or cancellation of any one 11 or more of the unit price items. Such changes shall not be con- sidered as a waiver of any condition of the contract nor to invali- date any of the provisions thereof. A supplemental agreement be- tween the Contractor and the Department will be required where such changes result in net increase or a net decrease in the amount of the contract by twenty-five (25) percent of the original contract price. 11 4.3 Final Cleaning Up. Upon completion and before final acceptance of the work, the Contractor shall remove from within the limits of the 11 right-of-way, easement, or limits of the improvement all machinery, equipment, surplus material, falsework, excavated and useless mate- rials, rubbish, temporary buildings, barricades and signs, and shall clean up camp sites, plant sites, and storage and siding11 grounds. The Contractor shall clean off all cement streaks or drippings, paint smears or drippings, rust stains, oil, grease, bituminous 11 materials, dirt and other foreign materials deposited or accumulated on any structure or curb and gutter due to his operations . 11 SECTION 5. Control of the Work 5.1 Authority of Engineer. All work shall be done under the supervision of the Engineer, and to his satisfaction. He shall decide all ques- tions which arise as to the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress 11 of the work, interpretation of the plans and specifications, accep- table fulfillment of the contract, compensation and disputes and mutual rights between Contractors under the Specifications. He shall determine the amount and quality of work performed and mate11 - rials furnished, and his decision and estimate shall be final. His estimate shall be a condition precedent to the right of the Contrac- tor to receive money due him under the contract. In case of failure on the part of the contractor to execute work ordered by the Engineer, the Engineer may, at the expiration of a period of forty-eight (48) hours after giving notice in writing to the Contractor, proceed to execute such work as may be deemed neces- sary, and the cost thereof shall be deducted from compensation due or which may become due the contractor under the contract. 5.2 Plans and Working Drawings. Plans showing such details as are necessary to give a comprehensive idea of the construction contem- plated will be furnished by the Department. The contractor shall 11 submit to the Engineer for approval such additional shop working, (Continued) 11 6 GP the as maybe or layout drawings pertaining to the constructionofwork, required, and the finished work shall conform with such plans and approved working drawings with the exception of such deviations as may be author- ized by the Engineer in writing.- Prior to the approval of Contractor pre- pared working drawings, any work done or materials ordered shall be at the Contractor's risk. The contract price shall include the cost of furnishing such working drawings. OF 5.3 Coordination of Specifications, Plans, Proposal, and Special Provisions. The specifications, the accompanying plans, the proposal, and all supple- mentary documents are intended to describe a complete work and are essen- tial parts of the contract. A requirement occurring in any of them is binding. In case of discrepancy, figured dimensions shall govern over scaled dimensions, special provisions shall govern over both general pro- visions and plans, and the quantities shown on the plan shall govern over those shown in the proposal. The contractor shall take no advantage of any apparent error or omission in the plans or specifications, and the Engineer shall be permitted to make such corrections and interpretations as may be deemed necessary for the fulfillment of the intent of the plans and specifications . 5.4 Cooperation with Utilities. All utility appurtenances which are within OP the limits of the proposed construction are to be moved by the owners at their expense, except as otherwise provided for in the special provisions or as noted on the plans. 1: It is understood and agreed that the Contractor has considered in his bid all of the permanent and temporary utility appurtenances in their present 1: or relocated positions that may be encountered during construction and no additional compensation will be allowed for any delays, inconvenience, or damage sustained by him due to any interferences from the said utility appurtenances either by the utility company or by him, or on account of any special construction methods required in prosecuting his work due to the existence of said appurtenances either in their present or relocated positions . The contractor shall insure that prompt repairs are to the approval of the Engineer's effected on any utility appurtenances damaged by him without compensation from the Department. 5.5 Construction Stakes. Construction stakes will be set to mark the general [111. location, alignment, elevation, and grade of the work. The Contractor shall assume full responsibility for dimensions and elevations measured from such stakes. He shall exercise proper care in the preservation of ri stakes set for his use or the use of the Engineer, and if he displaces, st. loses, or removes them during his operation, they may be reset at his expense. The Contractor shall furnish at his expense the size, quality, and quantity of stakes required by the Engineer. If he fails to furnish such stakes at the time and place specified, the Engineer may purchase the same and deduct the entire cost from the compensation due the contractor. The Contractor shall, at the request of the Engineer, furnish the necessary labor to set the stakes and make the necessary measurements. He shall be reimbursed ri for the actual cost of such labor, actual cost to include the time actually 7 GP r L engaged on such work, but not to include profit, overhead, or rental charge for tools or other equipment. The Contractor shall also be re- imbursed for the actual cost of contractor's bond, public liability and property damage insurance, workmen's compensation insurance and social security tax required for labor in setting stakes and making measure- ments, to which no percent shall be added. 5.6 Inspection. All materials and each part or detail of the work shall be subject at all times to inspection by the Engineer or his Inspectors, and the Contractor will be held strictly to the true intent of the specifi- cations in regard to quality of materials, workmanship, and diligent execu- tion of the contract. The Engineer or his Inspectors shall be allowed access to all parts of the work, and shall be furnished with such informa- tion and assistance by the Contractor as is required to make a complete and detailed inspection. 11 The Contractor shall, if the Engineer requests, remove or uncover such portions of the finished work as the Engineer may direct before final acceptance of the same. After the examination, the Contractor shall re- store said portion of the work to the standard required by the specifica- tions. If the work thus exposed or examined proves acceptable, the ex- pense of uncovering or removing and the replacing of the parts removed shall be paid for as extra work, but if the work so exposed or examined is unacceptable, the expense of uncovering or removing and replacing of the same shall be borne by- the Contractor. 5.7 Removal of Defective and Unauthorized Work. Work done without lines and grades being given, or beyond the lines shown on the plans or as given, except as herein provided, or any extra work done without authority will 11 be considered as unauthorized and at the expense of the Contractor, and will not be measured or paid for. Work so done may be ordered removed or replaced at the Contractor's expense. All work which has been rejected or condemned shall be remedied or removed and replaced, in a manner approved by the Engineer, by the Contractor at his own expense. Upon failure on the part of the Contractor to comply promptly with any order of the Engineer made under the provisions of this article, the Engineer shall, after giving written notice to the Contractor, have the authority to cause defective work to be remedied, or removed and replaced, or to cause unauthorized work to be removed, and deduct the cost thereof from any compensation due or to become due to the Contractor. 5.8 Final Inpection. The Engineer shall make final inspection of all work included in the contract, or any portion thereof one mile or more in length, as soon as practicable after notification in writing by the Contractor that the work is completed and ready for acceptance. If the work is not accept11 - able to the Engineer at the time of such inspection, he shall inform the Contractor as to the particular defects to be remedied before final accept- ance can be made. 11 8 GP I t: SECTION 6. Control of Materials 6.1 Quality of Materials. It is the intent of the specifications that first class materials shall be used throughout the work, and which shall be capable of being incorporated in such a manner as to produce completed re construction which is workmanlike and acceptable in every detail. Only materials which conform to the plans and specifications shall be incor- porated in the work. PP k When requested by the Engineer, the Contractor shall furnish a notarized statement of the origin, composition, quality, and manufacture of any or PP all materials that are used in the work. The source of supply of each material used shall be approved by the Engineer before delivery is started. If sources previously approved are WP found to be unacceptable at any time and fail to produce materials satis- factory to the Department, the Contractor shall at his own expense furnish materials from other approved sources. 6.2 Insyection and Storage of Materials. All materials will be inspected by the Engineer. The Contractor shall give sufficient advance notice of placing orders to permit tests to be completed before the materials are io incorporated in the work, and shall afford such facilities as the Engineer may require for collecting and forwarding samples and making inspections. All samples shall be furnished without charge to the Department. [11,0 The Contractor shall not make use of or incorporate in the work the materials represented by the samples until tests have been made and materials found to be in accordance with the specifications. If it is necessary to store materials, they shall be protected in such a manner as to insure the preservation of their quality and fitness for the work. All stored material shall be inspected at the time of use in the work, even re though they may have been inspected and approved before being placed in storage. Materials stored at the project site shall be placed so as to not create a hazard or nuisance or to in any way damage private or public P property. Storage of materials is at all times subject to the approval of the Engineer. SECTION 7. Legal Relations and Responsibility to Public 7.1 Law to be Observed. The Contractor shall at all times observe and comply with all Federal and State Laws, local laws, ordinances and regulations 1-1 which in any manner affect the conduct of the work, and all such orders or 66 decrees as exist at the present and which may be enacted later, of legislative bodies or tribunals having legal jurisdiction or authority over the work and no plea of misunderstanding or ignorance thereof will be considered. He shall indemnify and save harmless the Department and all of its officers, agents, employees, and servants against any claim or liability arising from or based on the violation of such law, ordinance, regulation, order, or decree, whether by himself or his employees. 9 GP 7.2 Workmen's Compensation Insurance. The Contractor shall maintain insurance covering Workmen's Compensation, or provide satisfactory evidence that this liability is otherwise taken care of in accordance with Section 26 of the "Workmen's Compensation Act of the State of Illinois." Such insurance, or other means of protection as herein provided shall be kept in full force until all work to be performed under the terms of the contract has been completed and accepted in accordance with the specifications. Failure to maintain such insurance, cancellation by the Industrial Commission of its approval of such other means of pro- tection as might have been elected, or any other act which results in lack of protection under said "Workmen's Compensation Act" may be con- sidered as a breach of Contract. 7.3 Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary and incident to the due and lawful prosecution. 7.4 Patented Devices, Material and Processes.. If any design, device, material or process covered by letters patent or copyright is used by the contractor, whether required or not, he shall provide for such use by suitable legal agreement with the patentee or owner, guaranteeing the Department indemnity from all claims for infringement, and shall include the cost of such agreement in the price bid for the work. 7.5 Restoration of Surfaces Opened by Permit. Any individual, firm or corporation wishing to make an opening in the surface of any public11 street, road, or highway or other public property must first secure a permit from the Department, and the Contractor shall not allow any person to make an opening unless a duly authorized permit from the Department is presented. The Contractor shall insure that the surface so disrupted by such openings will be replaced as indicated in the "Special Provisions" to the satisfaction of the Engineer. 7.6 Sanitary Provisions. The Contractor shall observe all rules and regula- tions of the State or local health departments, and shall take precau- tions to avoid unsanitary conditions. 7.7 Public Convenience and Safety. The Contractor shall notify the Engineer at least three (3) days in advance of the starting of any construction work which might in any way inconvenience traffic, and the Contractor shall at all times conduct the work in such a manner as to insure the least ob- struction to vehicular and pedestrian traffic. Whenever possible, the Con- tractor shall provide and maintain at his own expense such temporary roads and approaches as may be necessary to provide access to driveways, houses, buildings or other property abutting the improvements. 7.8 Barricades and Warning Signs. The Contractor shall provide, erect, and maintain such barricades, signs, flags, and lights and the erection and maintenance of same area at all times subject to the approval of the Engineer. (Continued) 10 GP L The Contractor will be held responsible for all damage to the work, even though barricades, signs, flags and lights are installed as re- quired above. Whenever evidence of such damage is found prior to acceptance, the Engineer may order the damaged portion immediately rw removed and replaced by the Contractor at his own expense. The Con- tractor's responsibility for the maintenance of barricades, signs, flags and lights shall not cease until the work has been accepted. 011 The cost of maintaining barricades, warning signs, red flags and red lights as required herein shall be incidental to the contract and no OM extra compensation will be allowed. 7.9 Equipment on Pavement and Structure. The pavement and structures on or adjacent to the work shall be protected, in a manner satisfactory ri to the Engineer, to damage by lugs or cleats on treads or wheels of the equipment. .Any damage to adjacent pavement or structures by lugs or cleats or excessive loads from Contractor equipment shall be repaired by the Contractor at his expense as directed by the Engineer. 7.10 Use of Fire Hydrants. If the Contractor desires to use water from 1, hydrants, he shall make application to the proper authorities and shall conform to the municipal ordinances, rules or regulations con- cerning their use. [I* Fire hydrants shall be accessible at all times to the Fire Department. No material or other obstructions shall be placed closer to a fire hydrant than is permitted by municipal ordinances, rules or regulations, or within five (5) feet of a fire hydrant, in the absence of such ordin- ances, rules or regulations. 7.11 Protection and Restoration of Property. If corporate or private prop- 1: erty interferes with the work, the Contractor shall notify, in writing, the owners of such property, advising them of the nature of the inter- ferences nter-ferences and shall arrange to cooperate with them for the protection or PP disposition of such property. The Contractor shall furnish the Engineer with copies of such notifications and with copies of any agreements be- tween him and the property owners concerning such protection or disposi- tion. The Contractor shall take all necessary precautions for the protection of corporate or private property such as walls, foundations of buildings, vaults, underground structures of public utilities, underground drainage facilities, overhead structures of public utilities, trees, shrubbery, crops and fences contiguous to the work, of which the contract does not provide for removal. The Contractor shall protect and carefully preserve all official survey monuments, property marks, section markers and Geo- logical Survey Monuments or other similar monuments, until the owner or 1111 authorized surveyor or agent has witnessed or otherwise referenced their location or relocation. The Contractor shall notify the Engineer of the presence of any such survey or property monuments as soon as they are discovered. p 11 GP The Contractor is responsible for the damage or destruction of property of any character resulting from neglect, misconduct or omission in his manner or method of execution or non-execution of the work, or caused by defective work or the use of unsatisfactory materials, and such responsibility shall be released until the work shall have been completed and accepted and the requirements of the specifications complied with.. Whenever public or private property is so damaged or destroyed, the Contractor shall, at his own expense, restore such property to a con- dition equal to that existing before such damage or injury was done 11 by repairing, rebuilding or replacing it as may be directed, or he shall otherwise make good such damage or destruction in an acceptable manner. If he fails to do so, the Engineer may, after the expiration11 of a period of 48 hours after giving him notice in-writing, proceed to repair, rebuild or otherwise restore such 'property as may be deemed necessary, and the cost thereof shall be deducted from any compensation due, or which may become due, the Contractor under his contract. The cost of all materials required and all labor necessary to comply with the above provisions will not be paid for separately, but shall 11 be considered as incidental to the contract. 7.12 Responsibility for Damage Claims. The Contractor shall indemnify and11 save harmless the Department, its officers and employees and the Engineer, from all suits, actions, or claims of any character brought because of any injuries or damages received or sustained by any person, persons, or property on account of the operations of said Contractor, or on account of, or in consequence of, any neglect in safeguarding the work; or through use of defective or unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts arising or recovered under the "Workmen's Compensation Act" or any other law, ordinance, order, or decree; and so much of the money due the said Contractor11 under and by virtue of his contract as shall be considered necessary to the Department or in case no money is due, his purety shall be held until such suit or suits, action or actions, claim or claims for in- juries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished the Department. 7.13 Opening of Section of Roadway to Traffic. The work under construction shall not be opened to traffic until authorized by the Engineer in writing. Any such opening shall not be construed as an acceptance of the roadway, or any part of it, or as a waiver of any of the provisions of the contract. At any time prior to final acceptance that work proceeds on a portion of roadway open to traffic the Contractor shall conduct his construction operations, only such materials and equipment shall be placed or stored on the pavement as will be used in any one day's construction operations, and the pavement shall be entirely cleared of all obstructions at night. 12 GP fe r p, 7.14 Contractors Responsibility for Work. The work shall be under the charge and care of the Contractor until acceptance by the Engineer. The Contractor shall assume all responsibility for injury or damage to the work by the action of the elements or from any other cause whatsoever, whether arising from the execution or non-execution, of the work. The Contractor shall rebuild, repair, restore, and make good, at his expense, all injuries or damages to any portion of the work occasioned by any of the above causes before its completion and acceptance. When materials are furnished to the Contractor by the Department, for inclusion in the work, the Contractor's responsibility for all such material shall be the same as for materials furnished by him. 7.15 Personal Liability of Public Officials. In carrying out any pro- visions of this contract or in exercising any power or authority granted to him thereby, there shall be no personal liability upon Po the Engineer or his representatives, it being understood that in such matters he and they act as agents and representatives of the Department. 7.16 Prevailing .Wage Rates. It shall be mandatory upon the Contractor to 64 whom the contract is awarded, and upon any sub-contractor under him, that the general prevailing rate of wages in said municipality for each craft or type of workman or mechanic needed to execute the contract or- perform such work and also, the general prevailing rate for legal holi- Sk day and overtime work as ascertained by the City of Elgin or by the Department of Labor, shall be paid for each craft or type of workman needed to execute the contract or to perform such work. SECTION 8. Prosecution and Progress 8.1 Subletting or Assignment of Contract. If the Contractor sublets the [1114 whole or any part of the work to be done under the contract, he shall not under any circumstances be relieved of his liabilities and obliga- tions. All transactions of the Engineer shall be with the Contractor; subcontractors shall be recognized only in the capacity of employees or workmen and shall be subject to the same requirements as to character 101 and competence. The Contractor shall not assign, transfer, convey, sell, or otherwise dispose of the whole or any part of his contract, his right, title, or interest therein, or his power to execute such contract, to any person, firm, or corporation without written consent of the Engineer. 8.2 Progress Schedule. Promptly after the award of the contract, the Con- tractor shall submit to the Engineer a satisfactory progress schedi,le which shall show the proposed sequence of work, and how the Contractor proposes to complete various items of work. 8.3 Prosecution of the Work.. The Contractor shall begin the work to be per- formed under the contract not later than ten (10) days after execution and acceptance of the contract unless a delay- be granted by the Engineer in. writing. The work shall be prosecuted in such a manner and with such pm a supply of materials, and equipment and labor as is considered necessary to insure limits specified, in the contract. 1: 13 GP 8.4 Limitations of Operations. The Contractor shall conduct his work so as to create a minimum amount of inconvenience to vehicular and pedes- trian traffic. At any time when in the judgment of the Engineer, the Contractor has obstructed or closed the road without sufficient cause or is carrying on operations on a greater portion of the road than is11 necessary for the proper prosecution of the work, the Engineer may re- quire the Contractor to open the section so closed and to finish the section on which work is in progress before work is started on any additional section. 8.5 Character of Workmen and Equipment. The Contractor shall employ only competent and efficient laborers, mechanics, and artisans, and whenever, 11 in the opinion of the Engineer, any employee is careless, incompetent, obstructs the progress of the work, acts contrary to instructions or conducts himself improperly, the Contractor shall, upon request of the Engineer, discharge or otherwise remove him from the work and shall not employ him again, except with the written consent of the Engineer. The equipment used on the work shall be of sufficient size and in such 11 mechanical condition as to meet with the requirements of the work and produce a satisfactory quality of work. All equipment shall be ready for use when required by the Engineer. The Engineer may order the removal of any unsatisfactory equipment and require its replacement with equipment meeting his approval at the Contractor's expense. The measure of capacity and efficiency of equipment shall be its actual performance on the work. 8.6 Suspension of Work. The Engineer shall have authority to suspend the work wholly or in part, for such period of time as he may deem neces11 - sary, due to conditions unfavorable for the satisfactory prosecution of the work, or to conditions which in his opinion warrant such action; or for such time as is necessary by reason of failure on the part of the Contractor to carry out orders given; or to perform any or all provisions of the contract.. No additional compensation will be paid the Contractor because of any costs caused by such suspension, except when the suspension is ordered for reasons not resulting from any act or omission on the part of the Contractor and not related to weather conditions. The Contractor shall not suspend work without written authority from the Engineer. 8.7 Determination and Extension of Contract Time for Completion. The time for completion of contemplated work may be specified in the contract, and it is understood that completion of the work within the time speci- fied is an essential part of the contract. If the Contractor finds it impossible to complete the-work within the time specified in the con- tract, he may, at any time prior to the last ten (10) working days of the time specified, make written request to the Department for an ex- tension of time. He shall set forth in full in his request the reason which he believes justify the granting of his request. If his request is granted the extended time for completion shall then be considered as in effect the same as if it were the original time for completion. 11 114 GP I r 8.8 Failure to Complete Work on Time. Should the Contractor fail to complete the work within the time specified in the contract or within such extended time as may have been allowed, the Contractor shall be liable to the Department for costs incurred for engineering and in- :: temporary surfacing, temporary structures, maintenance of that portion of the road uncompleted, maintenance of detours by the Department or Engineer, and all other expenses incurred by the Depart- ment by reason of the Contractor's failure to complete the work within the specified time, and such amount shall be deducted from the monies due the Contractor, not as a penalty but as damages sustained. 1118 8.9 Default on Contract. If the Contractor fails to begin the work under contract within the time specified, or fails to perform the work with sufficient workmen and equipment or with sufficient materials to insure the completion of said work within the specified time, or shall perform the work unsuitable, as determined by the Engineer, or shall neglect or refuse to remove materials or perform anew such work as shall be re- 00 jected as defective and unsuitable, or shall discontinue the prosecu- 1 tion of the work, or if the Contractor shall become insolvent or be de- clared bankrupt, or shall commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the work in a manner approved by the Engineer, the Engineer shall give notice in writing to the Con- tractor and his Surety of such delinquency, and said notice to specify the correction measures required. If the Contractor after a period of ten (10) days after said notice shall not proceed in accordance there- with, the Department shall, upon written certificate from the Engineer r of the fact of such delinquency and the Contractor's failure to comply with said notice, have full power and authority to forfeit the right of the Contractor and at its option to call upon the Surety to complete the work in accordance with the terms of the contract, or it may take over 1: the work, including any or all materials and equipment on the grounds as may be suitable and acceptable, and may complete the work by or on its own force account, or may enter into a new agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as, in its opinion, shall be required for the com- pletion of said contract in an acceptable manner. All costs and charges under contract, shall be deducted from any monies due or which may become due on such contract. In case the expense so incurred by the Department shall be less than the sum which would have been payable under the contract had it been completed by the Contractor, the Con- tractor shall be entitled to receive the difference subject to any claims for liens thereon which may be filed with the Department, or any prior assignment filed with it, and in case such expense should rig exceed the sum which would have been payable under the contract, the Contractor and the Surety shall be liable and shall pay to the Depart- ment the amount of such excess. SECTION 9. Measurement and Payment 9.1 Measurement of Quantities. All work completed under the contract will be measured by the Engineer according to United States standard measures. 15 GP 11 No deductions will be made for fixtures in the roadway having an area of nine (9) square feet or less. All longitudinal measurements for areas for base course, surface course, pavement, and shoulder will be along the actual surface of the roadway and not horizontally. Storm sewer, sanitary sewer, water main, and underground electric con- duit shall be measured parallel to the center line of such item as constructed. For all transverse measurements for areas of base course, surface course, and pavements, the dimensions used in calculating pay areas shall be the exact dimensions shown on the plan or the dimension ordered by the Engineer in writing. 9.2 Scope of Payment. The Contractor shall receive and accept the compen- sation as herein provided, in full payment for furnishing all materials, labor, tools and for all loss or damage arising out of the nature of the work or from action of the elements; for any unforseen difficulties or obstructions which may arise or be encountered during the prosecution of the work until its final acceptance by the Engineer; for all risks of every description connected with the prosecution of the work; also all expenses incurred by or in consequence of suspension or discon- tinuance of such prosecution of the work as herein specified, or for any infringement of patents, trademarks, or copyrights, and for completing11 the work in an acceptable manner according to the plans and specifications. 9.3 Increased or Decreased Quantities. Whenever the quantity of any item of 11 work as given in the proposal shall be increased or decreased or any new item of work is authorized in writing by the Engineer the Contractor shall accept payment as follows: 11 (a) All such work and materials as appear in the proposal as a specific item accompanied by unit prices shall be paid for at the con- tract unit price or prices for the work actually done. No allowance will be made for delays or anticipated profits. (b) All such work and materials as do not appear in the proposal or contract as specified items accompanied by unit prices and which are not included under the prices bid for other items in the contract shall be designated as extra work and payment shall be accepted as herein described for extra work. All alterations, cancellations, extensions and deductions shall be authorized in writing by the Engineer before work is started. Such authorizations shall set up items of work involved and the method of payment for each item. Claims for extra work which have not been authorized in writing by the Engineer will be rejected. 9.4 Payment for Extra Work. Extra work will be paid for as follows: (1) Either at a lump sum price or at a unit price agreed upon by the Contractor and Engineer. (2) On the following force account basis : 16 GP I r r OP (a) Labor. The Contractor will be paid for the actual amount of wages for all labor and foremen in direct charge of the specific work for each hour that said labor and foremen are actually engaged011 in such work, to which shall be added fifteen (15) percent of the 6. sum thereof. A foreman shall not be used when there are less than two (2) laborers employed, except with written consent of the Engineer. 1111 (b) Bond, Insurance, and Tax. The Contractor will receive the actual cost of Contractor's bond, public liability and property damage 00 insurance, Workmen's Compensation insurance, occupational tax and social security tax required for force account work, to which no per- 10, cent shall be added. The Contractor shall furnish satisfactory evidence of the rate or rates paid for such bond, insurance and tax. (c) Materials. The Contractor will receive the actual cost for all materials, including freight shown by original receipted invoices OP and freight bills, which are an integral part of the finished work, to which shall be added fifteen (15) percent of the sum thereof. The Contractor will be reimbursed for any materials used in connection with the work, such as sheeting, falsework, form lumber, burlap paper or straw for curing, trench sheeting, etc., which are not an integral part of the finished work. The amount of reimbursement shall be agreed 1: upon in writingbefore such work is begun, and no percent shall be added. The salvage value of such materials shall be taken into consideration in the reimbursement agreed upon. (d) Equipment. Machinery and equipment which the Contractor has on the job for use on contract, shall be used on extra work as deemed necessary or desirable.. The Contractor will be paid for all machinery 1: and equipment used on extra work.- The amount of reimbursement shall be agreed upon in writing before such work is begun. 9.5 Payment for Incidental Bills. Upon written order of the Engineer, the Contractor shall pay the bills for incidental expenses, incurred during the performance of extra work on a force account basis, and for this he will be reimbursed for the actual amount so paid out, to which shall be added five (5) percent of the sum thereof. 9.6 Payment for Items Omitted When Partially Completed. Should the Depart- ment cancel or alter any portion of the contract which results in the elimination or non-completion of any portions of the work partially com- pleted the Contractor will be allowed a fair and equitable amount cover- ing all items of work incurred prior to the date of cancellation, altera- tion, or suspension of such work. When such elimination or non-comple- tion involves a net decrease in the amount of the contract of more than twenty-five (25) percent of the original contract price, a supplemental agreement between the Contractor and the Department will be required. 9.7 Partial Payment. At least once each month, when requested by the Con- tractor, in writing, the Engineer will make an approximate estimate, in writing, of the materials in place completed, the amount of work per- formed, and the value thereof, at the contract unit prices. From the 17 GP 11 amount so determined there shall be deducted fifteen (15) percent to be retained until after completion of the entire work, except that no amount less than $500.00 will be so certified unless the total amount of the contract is less than $500.00 In addition, an estimate may, at the discretion of the Department and upon presentation of receipted invoices and freight bills be made for payment of the value of acceptable non-perishable materials delivered on the work or in acceptable storage places and not used at the time of such estimate.. Ten (10) percent shall be retained from the value of such materials until final payment. Such materials, when so paid11 for by the Department, shall become the property of the Department, and in the event of default by the Contractor, the Department, may use or cause to be used such materials in the construction of the work pro- vided for in the contract. The amount thus paid by the Department shall 11 be deducted from estimates due the Contractor as the material is used in the work. 11 Partial payment for work or materials shall not be construed as an acceptance of the work or any part of it, or as a waiver of any provi- sions of the contract. 9.8 Semi-Final Payments.. At the discretion of the Department and with the consent of the Surety, a semi-final estimate may be made when the prin- cipal items of work have been substantially completed. Payment to the Contractor under such an estimate shall not exceed eighty-five (85) percent of the amount retained by the Department after making partial payments, but in no event shall the amount retained by the Department be less than $500.00. 9.9 Acceptance and Final Payment. Upon the satisfactory completion of any portion of the work one (15 mile, or more in length, and upon written approval of same by the Engineer, the Contractor shall be relieved of any requirement for further work on such portions and from all liability and responsibility, except that he shall remove any obstructions and repair any damage caused by him subsequent to such approval and prior to final acceptance of the entire section. Whenever the improvement provided for by the contract shall have been completely performed on the part of the Contractor, and all parts of the work have been approved by the Engineer and accepted by the Department, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements and computation can be made, all prior estimates upon which payments have been made being approximate only and subject to correction in the final payment. The amount of this estimate, less any partial or semi-final payments pre- viously- made re- viouslymade and less any sums that have been deducted or retained under the provisions of the contract, will be paid to the Contractor as soon as practicable after the final acceptance, provided the Contractor has furnished to the Department satisfactory evidence that all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished for the purpose of such improvements have been paid or that 18 GP I OP iro up OP the person or persons to whom the same may be due have consented to such final payment. OP The acceptance by the Contractor of the final payment shall constitute a release and waiver of any and all rights and privileges under the Or terms of the contract; further, the acceptance by the Contractor of final payment shall relieve the Department from any and all claims or liabilities for anything done or furnished relative to the work or for any act or neglect on the part of the Department relating to or con- nected with the work. wp 9.10 Prevailing Wage Rate. It shall be mandatory upon the contractor to whom the contract is awarded, and upon any subcontractor under him, that the isNk general prevailing rate of wages in said municipality for each craft or type of workman or mechanic needed to execute the contract or perform 1: such work, and also the general prevailing rate for legal holiday and overtime work as ascertained by the City of Elgin or by the Department of Labor, shall be paid for each craft or type of workman needed to execute the contract or to perform such work. PPL 1116 1: r1: 1: 1: 19-GP r RIVER BLUFF ROAD LIGHTING me SPECIAL PROVISIONS 1. STANDARD SPECIFICATION Wherever herein after the term "Standard Spec- „„ ifications" shall appear, it is intended to mean STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION adopted July 1, 1976 by the State of • Illinois, Department of Transportation (IDOT) and SUPPLEMENTAL SPECIFICA- TIONS thereto adopted. STANDARD SPECIFICATIONS FOR TRAFFIC SIGNALS Wherever herin after the term em "Standard Specifications for Traffic Signals" shall appear, it is intended to mean STANDARD SPECIFICATIONS FOR TRAFFIC SIGNALS asopted March 1, 1968 = by the State of Illinois Department of Transportation (IDOT) and SUPPLEMENTAL thereto adopted. ,. NATIONAL ELECTRIC CODE & NEMA The 1975 Edition of the National Electric Code and NEMA guidelines shall be followed in the electrical installation. OD However, Special Provisions shall take precedence. 2. ALTERNATES There are four alternates in terms of light poles and lumin- aires as indicated on sheet 1 of plans and on SCHEDULE OF PRICES. Only one alternate will be selected. The City Council reserves the right to 4. award the project for the alternate with the lowest cost. OP 3. "OR EQUAL" CLAUSE "Equal" or "Approved Equal" or any other phrasing con- taining "Equal" where stated in this Specification shall mean the Contrac- tor may, upon receipt of the City Engineer's written approval, subsititute another product for that named. The City Engineer shall be notified in writing, each desired substitution sufficiently in advance to prevent de- lays in the construction schedule because of needed testing or approving time the alternate product may require. Appearance as well as quality will be a basis for rejection of a proposed substitute product. The 41. selection will be determined by the City Engineer and will be final. • The names of manufacturers referred to in this specification are used to set a standard of quality and to provide a source of supply, and shall not be considered restrictive and prevent competitive bidding. 4. HANDHOLE (MODIFIED) The handholes shall be constructed in accordance with section 35 of standard SPECIFICATION FOR TRAFFIC SIGNALS with the exception of the inside dimension which shall be 12 inch square. The french drain 01/ portion of the handhole shall be 18 inches deep and 12 inch square as shown on plans. Frame and cover shall be from Neenah Foundry Company, Catalog No. R-1883-C in Catalog "R" 7th Edition or equal. PO This work will be paid for at the contract unit price each for HANDHOLE (MODIFIED) . 5. ELECTRIC CABLE This work shall include furnishing and installing No. 6 4. direct burial cables of the number specified in the plan. They shall be manufactured by American Insulated Wire Corporation of Pawtucket, R.I. or equal. The cables shall be of copper, stranded, single conductor only, and insulated to withstand 600 Volts and shall meet the requirements of Underwriters' Laboratory and National Electric Code for Type USE-RHH-RHW. There shall be four circuits each of which shall be coded by number. The 6 connection of each fixture to a specific circuit shall be as directed by the Engineer. 00 h. The length for measurement shall be from pole to pole, pole to handholes or the street width back to back of sidewalk wherever there is a street cut. n o -2- The cables shall be buried in trenches between the sidewalk and the TR property line. Trenches must not be less than 30 inches or more than 36 inches deep. Trench width shall be 4 to 6 inches. OW At cuts across streets and driveways, the cables shall be placed in gal- "' vanized steel conduit with a minimum inside diameter of 2 inches. The street cut shall be repaired in the following manner at no additional on cost: (A) The entire depth except the top 12 inches shall be filled with the ow excavated material tamped to the satisfaction of the Engineer. (B) Nine inches of Bituminous Aggregate Base placed on the subgrade in layers of 3 inches and in accordance with applicable portions of Section 218 of Standard Specifications. no (C) A 3 inch layer of Bituminous Concrete Surface Course Class I in accordance with applicable portions of Section 406 of Standard Specif- ications. All splicing of cables shall be completely moisture proof. Scotchcast electrical splicing kits shall be used in making splices. It shall be Op considered incidental to contract. Wherever it is necessary for the cable to cross the sidewalk or curb & gutter, a maximum width of one foot shall be removed by saw cutting 010 and the cable shall be in conduit as shown in plans. The cost of re- placing the sidewalk or curb & gutter shall be included in the price per foot of ELECTRIC CABLE IN CONDUIT. Electric cable shall be laid under driveways in conduit as shown on the plan. A maximum width of one foot shall be removed by saw cutting and driveways shall be replaced in kind. Cost of replacement shall be in- no cluded in the price per foot of ELECTRIC CABLE IN CONDUIT. The electric cable work will be paid for at the contract unit prices PI per lineal foot for ELECTRIC CABLE IN TRENCH, OR ELECTRIC CABLE IN CONDUIT. 11. 6. POLES The pole height shall be 12 foot. There shall be two alternates on poles. (a) Spun aluminum. They shall be tapered round aluminum with pedestal base as manufactured by McGraw-Edison Company, Catalog No. PA4001 or equal. 1w (b) Direct burial decorative concrete poles as manufactured by Great Lakes concrete Products, Sussex, Wisconsin 53089, Catalog No. DB400-12 or equal. 7. LUMINAIRES There shall be two alternates on luminaires. (a) Traditional luminaires as manufactured by Area Lighting Division of McGraw Edison Company, Racine, Wisconsin 53405, catalog No. TT1253 or equal. The luminares shall be post-top mounted. The light pattern shall be asym- metric. Lamps shall be 175 Watt mercury vapor. Poly carbonate or lexan Pi refractor panels shall be used. L (b) Geometric luminaires as manufactured by Area Lighting Division of • Mcraw-Edison Company, Racine, Wisconsin 53405, Catalog No. GS 1523- 120BZ; or Keene Stoncoline #OLA18-175MM or equal. r OP -3- MI If concrete poles are selected by the City of Elgin, the ballast must be easily accessible by being located in the fixture or adapter. The luminaires shall be post-top mounted. Lamps shall be 175 Watt mercury vapor. The spheres shall be of lexan or poly carbonate material. .w Each luminaire for either alternate shall be fused at the base of each pole. Hubbel 311 fuses with Pig Tail Sockets or equivalent shall be used. The ampereage of the fuse shall be as recommended by the manufacturer of the „e fixture. The price and installation of fuses shall be incidental to the price of fixtures. From the base of each pole to fixtures, two No. 12 insulated and solid """" copper wires shall be used. Price of this wire shall be incidental to the price of fixtures. UM 8. CONTROLLER This item shall consist of furnishing a street lighting control- ler complete with controls, cabinet and concrete foundation and installing it at the location indicated on the plans, or as directed by the Engineer. OM The cabinet shall be fitted with the necessary equipment as shown on the plans completely installed and wired according to the diagram ready to operate. The cabinet shall be mounted on a concrete foundation and shall be 00 constructed as shown on the plans. The minimum inside dimensions shall be 30 inches high by 18 inches wide by 13 inches deep. ,P The controller, with the detailed specifications listed below, shall be as manufactured by GUS BERTHOLD ELECTRIC CO. , 1900 W. Carrll Avenue, Chicago, Illinois 60612 or approved equal. qw The street lighting controller shall be furnished completely housed in a weatherproof box of clean cut design and appearance made of new cast alum- inmum. A hinged door shall be provided, permitting complete access to the gr interior of the box. When closed, the door shall butt against a gasketing material, making the box waterproof. The door shall be provided with a strong lock and two keys, with "street lighting" cast on door. The lock and keys shall be indentical to those incorporated in the existing street OP lighting controllers with the Municipality. The controller cabinet shall be provided with an opening in the center of the bottom of the cabinet proportionate to the mounting characteristics (minimum of 3" diameter) , a que vent to reduce the accumulation of moisture and a suitable adapter for _mak mounting. OP The controller cabinet is to be furnished with an insulated panel mounted in such a way as to permit unobstructed visibility and accessibility. All panel board wiring shall be neat and firm, and the panel board shall mount the equipment as indicated on the plans. w The cabinet shall be provided with an adapter to mount the cabinet on the control cabinet pedestal. OR The work includes furnishing and mounting in the cabinet a main circuit breaker, a thermomagnetic circuit breaker, time switch, remote control switch and two branch circuit breakers, insulating wiring, fittings and on all accessories, material, and labor necessary to complete the install- ation as shown on the plans and herein specified and directed by the Engineer. w -4- All equipment shall be easily installed or removed from the front. All wiring of equipment shall be on the front and wire sizes shall be as shown on the plans. OP The main breaker and the branch breakers shall be fully magnetic thermal type, able to carry full rated current at any ambient temperature provid- ing time delay protection and high speed release to short circuits. They ou shall be double-pole single throw 240 volt A.C. switches of the rating indicated on the plans with pressure type solderless connectors. e�w The time switch shall be an electric time switch with an astronomic dial for automatic control of roadway light circuits operating on a daily schedule having a fixed relation to sunrise and sunset. The time switch furnished under this specification shall have certified approval of Underwriters' Laboratories, Incorporated. 4P Complete installation instructions, details on wiring connections and in- formation on time setting, manual operation and necessary adjustments shall be furnished with time switch. OP The time switches shall consist of the following essential elements: (1) a hysteresis type synchronous timing motor; (2) an astronomic dial, (3) a 1 hour carryover mechanism and (4) a switching or contactor mecha- Om nism. The timing motor shall be a hysteresis type sychronous motor capable of AR reliable, continous operation, between -40°F. and +180°F. Motor voltage shall be 240 volts for 60 cycle operation as specified, and its power consumption shall not be more than 6 watts. This motor shall be lubricated with a silicone lubricant for optimum performance. The time switch shall be equipped with an astronomic dial calibrated for 421° north latitude. The astronomic dial shall provide automatic turn-on !F and turn-off of lighting circuits according to sunrise and sunset, compen- sating automatically for the daily changes in sun-time. The time switch shall incorporate a device that shall consist of a mechan- ical drive operating in conjunction with the timing motor such that upon an interruption of power to the motor a reserve spring shall automatically take over and continue to drive the timer. The spring shall be capable of Pm driving the dial for the 16 hour period with accurate timing. Upon restor- ation of power, the timing motor shall automatically resume the driving operation and shall rewind the reserve spring as a standby drive in the PP event of another interruption of the power supply. The switching mechanism contacts shall be of silver with steady-state cur- rent rating of 35 amperes. Load contacts shall be single pole to provide Po double throw switching. The wiring of the control panel of the lighting control cabinets, shall be !P as shown on the plans and as directed by the Engineer. The remote control switch shall be an electrically operated, mechanically held, remote control contactor capable of opening and closing the single phase, 3 wire 60 cycle A.C. feed for Street Lighting circuits monitored by a remote control system. r A -5- !IP Contactors furnished under this specification shall have the following features: (1) electro-magnetic operating coil; (2) mechanically held control mechanism; (3) double break contacts; (4) the control station shall be required to make but not break the control circuit; (5) in- sulating sub-panel, and (6) means of manual operation. Contactors furnished under this specification shall be a two pole single throw device with continuous rating of 75 amperes per pole at 600 volts, 60 cycles. IF The contactor mechanism shall be electro-magnetically actuated by a 120 V, 60 hertz coil. A means shall be provided within the contactor to break the control circuit so that current shall not flow continuously through the operating coil when contactor is in either the open or closed position. The contactor mechanism shall provide positive mechanical locking. Positive opening action of the contactor mechanism shall be accomplished by mechanical PP means. The mechanical locking and opening actions shall be subject to approval. The main contacts shall be of the double break, silver to silver type. They [5* shall be spring loaded and provide a wiping action when opening and closing. The contacts shall be removable from the front panel, self-aligning, and protected by auxiliary arcing contacts. The line and load terminals shall be pressure type terminals of copper construction, and of the proper size for ampere rating of the contactor. The control station shall be required to make but not break the control circuit. The control circuit connections shall be clearly marked. r The contactor shall be mounted on an ebony asbestos sub-panel drilled in an approved manner for mounting. A lever for manual operations shall be incorporated in the contactor. Protection from accidental contact with current carrying parts shall be provided when operating the contactor manually. [5K Contactors furnished under this specification shall have certified ap- proval of Underwriters' Laboratories, Incorporated. The connection from the controller to the power source shall be in ac- cordance with the requirement of the Commonwealth Edison Company as shown in the plans and specification. Three No. 3 direct burial cables shall be used for this connection. Cost of this item shall be considered inci- dental to the price of the controller. 9. GROUND WIRE If aluminum poles are selected by the City of Elgin, a single conductor No. 8 copper stranded bare equipment wire shall be used for grounding purposes. The ground wire shall be fastened to the ground lug of each pole. The length for measurement shall be as in item 5, ELECTRIC CABLE. 10. SIDEWALK AND CURB & GUTTER Care shall be taken not to damage the sidewalks and curb & gutter at locations where the cables are parallel to the street. Any damage to sidewalks or curb & gutter at such locations shall be repaired to the satisfaction of the Engineer at no additional cost. -6- 11. RESTORATION All disturbed areas shall be restored to original condition including landscaping. Top soil (4" thick) and seeding shall be con- PP sidered incidental to the contract. 10 Any damaged shrubbery shall be replaced at no additional compensation. 12. TREE ROOTS All possible care shall be taken not to disturb root system of trees. k U r 100 PP Pi 01 PIP r r Pi k Pi L !P L ri L_ - iD Commonwealth Edison Ccmpany Wiring Informatitn Sheet No. 15 FP INSTALLATION AND CONNECTION OF CUSTOMER'S UNDERGROUND SECONDARY SERVICE CO;I!ECTION ON AN OVERHEAD EI.%;T?IO SERVICE STATION e° �w If a customer's underground secondary service connection is to terminate on a pole-type Electric Service Station, the customer will furnish and install the service cable and necessary facilities in accordance with the following requirements. (The numbered items listed bolow are identified on the drawings Pi with the same numbers.) The customer shall Vequest the Company to specify the quadrant of the pole in which the conduit shall be installed and the point above 10 feet above the ground at which the non-metallic rigid conduit (Item 6) shall terminate. I. The customer, at his expense, furnishes and installs the following equipment on the Company pole: 1. Galvanized metal rigid conduit including a 90° bend and one 10-foot section. p 2. Galvanized conduit straps and lag screws or if multiple sets of conduits, multiple-riser brackets installed with 5/8" x 14" machine bolts, 2i" square flat washers and nuts (McGraw Edison r Company Catalog No. DC15E1 bracket or equivalent approved by L, Company). 11 3. Outdoor adapter coupling for metallic to non-metallic conduit. 4. Pipe bushing if cable is directly buried. 5. Non-metallic sheathed cable type USE if for direct burial or. if PP duct is used, type listed in "National'Electrical Code" as suitable for wet location. August 2G, 19"ii L 11, II. Customer, at his expense, fury, sh.es and Company, at the Customer's ex- pense, installs the following equipment above first 10-foot section: Pm 6. Non-metallic rigid conduit. 7. Outdoor adapter coupling for metallic to non-metallic conduit if PP service head is required. 8. Service head for cable #4/0 or smaller and a 4 inch ler_ ;th of metallic rigid conduit for connection of service head and coupling PP : (Item 7). 9. Cable support for cable larger. than #4/0 (Kellem-woven grip or Company's approved equivalent. pm 10. Sealing compound. If duct or conduit enters building, pa : between the cable and the conduit shall be sealed with DUX-:AL or Company's approved equivalent. 11. Cable (see Item 5). Cable to extend at least five feet beyond 11/ service head or cable support to reach the overhead secondary PP or transformer terminals without splicing. 12. Conduit straps or multiple-riser brackets (for size and type 101 see Item 2). 13. Non-metallic conduit coupling. III. Company, at its expense, furnishes and installs the following equipment: 14. Pole. (Electric Service Station support., 15. Connectors for connection of customer's cables. 16., Ground rod for grounding transformer. 17. Grounding conductor and connection to ground metallic nor r r r IP 0. CONTRACT THIS AGREEMENT made and entered in this 29th day of September Om 19 72 , by and between the City of Elgin, a municipal corporation of Counties of Kane and Cook, State of Illinois, hereinafter designated "City" party of the first part, and FULTON CONTRACTING CO. O hereinafter designated "CONTRACTOR", party of the second part; O WITNESSETH: That said CONTRACTOR for and in consideration of the payments to be made by the said CITY as hereinafter set forth hereby covenants and agrees to ri provide all necessary Labor and material complete for the Riverbluff Road Lighting Project. 0111 in the City of Elgin, Kane and Cook Counties, Illinois, and to do all work and furnish all labor and material required to conform with the plans, specifica- tions and bidder's proposal for the doing of said work hereinafter referred to and made a part hereof. Om The CONTRACTOR'S proposal is hereby referred to and made a part of this contract and the scheme, method, amount and rate of payment for material and labor furnished as therein set forth is hereby agreed upon and accepted by the Is respective parties as being the price to be paid for said materials and ser- iw vices in the construction of said improvement. The CONTRACTOR has entered into and herewith tenders a bond of even date herewith, in the penal sum of Forty-One Thousand Ten Dollars And No Cents ($41, 010. 00) PP to insure the faithful performance of all covenants and agreements contained in this contract, which said bond is hereby referred to and made a part of this contract. The CONTRACTOR further agrees that it will save and keep harmless the CITY from any and all claims that may arise on the part of any of its employees, agents or servants, by reason of injury, death or any claim while in pursuit itt of this contract and that all employees, agents or servants of the CONTRACTOR shall in no manner be construed to be employees of the CITY. pi s 1-C Po 1 6 PP P 1. CONTRACT Continued It is expressly understood and agreed that the entire improvement shall liP be done in a thorough and workman like manner under the direction of the City Engineer of the City of Elgin, Illinois. All loss and damage arising out of the nature of the work to be done, or from any detention or unforeseen obstruc- tion of difficulties which may be encountered in the prosecution of the work, } or from the action of the elements, shall be sustained by the said CONTRACTOR. The CONTRACTOR shall furnish public liability insurance in the principal OP sum listed in the Instructions to Bidders with an insurance carrier thereon 6` satisfactory to said City of Elgin, Illinois, indemnifying and saving harmless the said City of Elgin from any and all personal injury claims arising there- OP under by reason of the performance of this contract. The CONTRACTOR shall furnish the City of Elgin with property damage coverage in the sum listed in the Instructions to Bidders with an insurance carrier thereon acceptable to said City of Elgin, Illinois. The CONTRACTOR shall furnish satisfactory proof of insurance coverage PP under the workman's compensation laws of the State of Illinois to all employees of the CONTRACTOR. OP The place and places where said work shall be accomplished shall be done 116 as set forth in the schedules, plans, specifications and special provisions hereto attached and made a part hereof, and no variations thereof shall be made 1A except on written direction of the City Engineer of the City of Elgin, Illinois, and approval of the said City of Elgin. For one (1) year subsequent to the completion of said installation the OP CONTRACTOR agrees to make good all defects of material and workmanship in con- L. nection with said installation. P* This contract shall extend and be binding upon the successors and assigns of the respective parties hereto. OP IN WITNESS WHEREOF the said City of Elgin, Kane and Cook Counties, Illinois, has caused this instrument to be executed by its Mayor and the seal thereof attached thereto, attested by its Clerk and the CONTRACTOR has executed this instrument on the date above mentioned. OPPL PP f�= PP 2-C g'. 6-14-76 PP MO too OM CONTRACT Continued (SEAL)0. The ��'t o, • , I I inoi E Y Attest: By: ..►,� City Manag;r PP City Clerk-(City of Elgin The Contractor (If an Individual) feu (SEAL) 00 An Individual doing business under the firm name of PP (SEAL) (If a Corporation) 0 (CORPORATE SEAL) CORPORATE NAME Fulton Attest: Contracting Co PP BY: L" r= ent !i Frank �. 'ehoe 1 / Secretary (If a Co-Partnership) C. J. Kehoe (SEAL) (SEAL) (SEAL) Partners doing business under the firm name of (SEAL) p r 3-C 10 Pg. OP Bond No. BND 220 06 59 CONTRACT BOND Amount: $41,010.00 PP KNOW ALL MEN BY THESE PRESENTS, That we Frank J. Kehoe and C.J. Kehoe , mu a Corporation INXINdixidni, doing business under the firm name of Fult Th rnnrrzt;ng ro 7N574 Garden Avenue. Roselle. IL 60172 OP as Principal, and National-Ben Franklin Insurance Company • a corporation organized and existing under the laws of the State of of Illinois , with authority to do business in the State of Illinois, as Surety, are held and firmly bound unto the City of Elgin, State of Illinois, in the penal sum of Forty-one Thousand Ten and PP no/100 Dollars ($41,010.00 ) lawful �lr money of the United States, well and truly to be paid unto said City of Elgin, Kane and Cook Counties, Illinois for the payment whereof we bind ourselves and each of us, our heirs and each of our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by OP 60, these presents. Whereas, the said Principal has by agreement dated 22nd day of September 19 78 entered in a contract with City of Elgin, Kane and Cook PP Counties, Illinois to install a decorative system of street lighting on a L. protect entitled RIVERBLUFF ROAD LIGHTING. f: according to plans and specifications as prepared by the City Engineer, which ri plans and specifications are more fully set out in said contract and which by reference thereto is hereby made a part hereof, as fully as if specifically P set out herein. 1-CB N t CONTRACT BOND Continued Pi NOW THEREFORE, the condition of this obligation is such that 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 ow such work during the time of the performance thereof and until the said work shall have been accepted, and shall hold the City of Elgin and the said Council, harmless on account of any damages, and shall in all respects fully um and faithfully comply with all the provisions, conditions, and requirements of said contract, then this obligation shall be null and void otherwise it shall remain in full force and effect. pm No addition to or change in work aforesaid nor any overpayment or claimed overpayment by the City of Elgin, Kane and Cook Counties, Illinois, to con- tractor or those claiming by, through or under said contractor and no extension of time or other indulgence, nor anything whatsoever done or omitted by said . City shall operate to relieve sureties hereunder of their obligation by virtue of premises, it being the absolute and unequivocal purpose of the parties hereto !� to assure to said City full and complete performance of contract aforesaid or payment of all damages, not exceeding penal sum hereof, which may be suffered in consequence of breach or partial breach of said contract. PP IN WITNESS WHEREOF, We have duly executed the foregoing Obligation this a. 22nd day of September_ , A. D. 19 78 . pi (SEAL) Approved this ;IQ, - day of Po -� � Z-- A. D. 1978 . _ (SEAL) (SEAL) SuretyNational-Ben Franklin Insuran$gEAL) ,. BY ( ►&kb.- 90),y=ny of I 1 o City i_nager BY 1 //1* ' EAL) pi William G.Christensen4tto ey iKxi'a k Attest: y� 1 BY _(SEAL) Attorney in Fact City Clerk Counters d Municipal Seal ' PP BY Agent for S rety .41-C( Dn Address /Suret40 a 2-CB FP a National-Ben Franklin Insurance Company of Illinois . 80 Maiden Lane, New York, New York 10038 GENERAL POWER OF ATTORNEY r Know all men by these Presents, That NATIONAL-BEN FRANKLIN INSURANCE COMPANY OF ILLINOIS has made. constituted. and appointed. and by these presents does make, constitute, and appoint William G. Christensen of Chicago, Illinois its true and lawful attorney for it and in its name, place, and stead to execute on behalf of the said Company, as surety,bonds, undertakings and contracts of suretyship to be given to all obligees provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of Two Million ($2,000,000.) Dollars. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolu- tion adopted by the Board of Directors of NATIONAL-BEN FRANKLIN INSURANCE COMPANY OF ILLINOIS on the 26th day of February, 1975. 'RESOLVED,that the Chairman of the Board.the Vice Chairman of the Board,the President,an Executive Vice President or a Senior Vice Pres- ident or a Vice President of the Company, be, and that each or any of them hereby is,authorized to execute Powers of Attorney qualifying the attor- ney named in the given Power of Attorney to execute in behalf of NATIONAL-BEN FRANKLIN INSURANCE COMPANY OF ILLINOIS,bonds,under- takings and all contracts of suretyship,and that an Assistant Vice President,a Secretary or an Assistant Secretary be,and that each or any of them here- by is,authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company rFURTHER RESOLVED,that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to 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 when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attach- ed" EIn Witness Whereof, NATIONAL-BEN FRANKLIN INSURANCE COMPANY OF ILLINOIS has caused its official seal to be hereunto affixed, and these presents to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 22nd day of April, 1978. Attest: NATIONAL-BEN FRANKLIN INSURANCE COMPANY OF ILLINOIS EM BY / * ' Morris L. Ford,Assistant Vice-President • E ' .''''" ...' STATE OF NEW YORK, -0.11010101.111.1113111..".-- ss R K Ruesch, Vice-President t COUNTY OF NEW YORK, On this 22nd day of April, 1978, before me personally came R. K. Ruesch, to me known, who being by me duly sworn, Edid depose and say that he resides in New Providence, in the County of Union, State of New Jersey, at 35 Alden Road; that he is a Vice President of NATIONAL-BEN FRANKLIN INSURANCE COMPANY OF ILLINOIS, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. W'NOTARY 0 / J V ETHEL TARANTO NOTARY PUBLIC,State of New York CERTIFICATE No 24-46631170ua1.in Kings County Commission Expires March 30,1980 I, the undersigned, an Assistant Secretary of NATIONAL-BEN FRANKLIN INSURANCE COMPANY OF ILLINOIS, an Illinois corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked, and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed at the City of New York Dated the 22nd day of September , 19 7$ „„... 1 .1. f(;$:1 2-yeas,,,_ .„:„,,,,, .. .„.,.. i . .. i • „ r�/ James M Keane,Assistant Secretary R 54 BOND 4315F 78a Printed in U.S.A. Illinois STATE OF COUNTY OF Cook ss.: On this 22nd day of September 19 78 , before me personally appeared William G. Christensen , to me known, who, being by me duly sworn, did depose and say: that he resides at Chicago,Illinois that he is the Attorney Surety of National-Ben Franklin Insurance Company of Illinois the corporation described Company Acknowledgment in and which executed the annexed instrument; that he knows the corporate seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; that he signed his name thereto by like order; and that the liabilities of said corporation do not exceed its assets as ascertained in the manner provided by law. .. . . ./tt! t1.-. . . .`/. f-!2t�- Nory ic i• and for above County and State. 1 `,nTT;'-,;,!. C -ill",Q P.p .,-,• 21 11QI My commission expires �, °I l " 3768- BOND CER T'IFICA TFs OF INSURANCE C .st ....,./.. A . suNETYSo tomos - INSURANCE THIS CERTIFIES that policies of Insurance which provide 120 South La Sall* Strout coverage as indicated below have been issued to the insured Chicago, Illinois 60603 named herein. Such policies are subject to the provisions. conditions and limitations contained therein. E This Certificate is mailed to: Cancellation Clause The policy mentioned herein shall not be changed or can- r I— celled until 10 - days after the following named recipient has received written notice. City of Elgin City of Elgin 6 L The Insurance Company will make every effort to give written notice by regular mall to the above named holder of this Certifi- cate of any material change in or cancellation of these policies, but assumes no liability for failure to do so or for any error. INSURANCE COMPANY EXPIRATION BODILY INJURY LIABILITY LIMITS PROPERTY DAMAGE LIABILITY LIMIT HAZARDS j DATE POLICY NUMBER Each Perim Each Occurrence Each Occurrence Aggregate Premises—Operations, CNA/Insurance i Sublet Operations. CCP 004731633 10.2--79 $ X X X S. 500,000 $ 250,000 $ 250,000 " Products—including $ X X X $ 500.,00.0 i Completed Operations Incl . in Above 10-2-79 Aggregate Limit: 500,000 $ 250.000 S 250,000 Contractual-Blanket EA Incl . in Above 10-2-.79 $ X X X $ 500,000 = 250,000 S250,000 a Broad Form Property Damage - Personal Injury r T r Owned CNA/Insurance = s ,t : X X X T BUA004630980 10-2-79 500,000 500,000 250,000 Non-Owned 0 Hired Incl . in Above 10-2-79 $ 500,000 $ 500,000 $ 250,000 X X X IL I Workmen's Compensation CNA/Insurance Compensation—Statutory limit E. L. limit S 500,000 WC 3384280 10-2-79 Umbrella—Cmetrophe li Federal Ins. Combined Single Limit $ 12000,000 79231461 10-2.-79 Subject to Retention of: f 10,000 For Uninsured Perils r _ Location of Risk and Description of Operations: ( _ ALL OPERATIONS - STATE. OF ILLINOIS I Name of Insured and Address: This certificate of insurance (nei thr•- it E affirmatively nor negatively) amends. FULTON CONTRACTING COMPANY extends, or alters the coverage afford, PI 7N574 Garden Avenue by any policy certified herein 4` Roselle, Illinois 60172 ka L , Date: September 26, 1978 By Authorized Representative: ' GA ._#": -./