Loading...
T2-88 Ordinance No. T2-88 AN ORDINANCE PROVIDING FOR THE MAKING OF A LOCAL IMPROVEMENT IN AND FOR THE CITY OF ELGIN, KANE COUNTY, ILLINOIS (Maple Street Special Assessment) BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS: Section I. That a local improvement shall be made in the City of Elgin, Kane County, Illinois, the nature, character, locality and description of which improvement is as follows: Installation of an eight (8) inch watermain in Maple Street from Larkin Avenue south to a point approximately 1,100 feet south of Larkin Avenue in the City of Elgin, Kane County, Illinois. The proposed improvement consists of the installation of 1,100 linear feet of 8" ductile iron pipe watermain to provide a public water supply and additional fire protec- tion. The extremities of the construction are from the intersection of Larkin Avenue and Maple Street south 1,100 feet to the dead end of Maple Street. The watermain will be located between the easterly edge of the roadway and the easterly limits of the right-of- way. The new watermain will be connected to the existing 12" line along the south edge of Larkin Avenue and will have three fire hydrants installed with the watermain. The proposed watermain shall be an 8" ductile iron pipe, class 52 with all required fittings, hydrants and valves to adequately serve the affected properties. Included with the watermain installation will be all restoration of driveways and tree banks. The nature, character, locality and description of the improvement is further described in the recommendation of the Board of Local Improvements of the City of Elgin, and the estimate of costs of the Engineer of the Board as follows: � y ESTIMATE OF COST TO: The President and Board of Local Improvements, City of Elgin, Kane County, Illinois The City Council of the City of Elgin, Kane and Cook Counties, Illinois I submit herewith an estimate of the cost of a local improvement in the City of Elgin, Kane County, Illinois, consisting of the installation of an eight (8) inch watermain at the locations as herein described, all as shown on the plan for the said improvement hereto attached and made a part hereof; including the cost of Engineering and Inspection; the cost of all labor and material, complete in place; and the cost of making, levying and collecting the Assessment therefor, as provided for by Law, all in the said City of Elgin, Kane County, Illinois, as fgllows: Quantity Unit Item Unit Price Cost 3 Ea. Fire Hydrant, w/aux. Valve 1,200. 3,600.00 I Ea. Tapping Valve - 8" 1,200. 1,200.00 I Ea. Tapping Sleeve - 12" 800. 800.00 I Ea. Live Tap 1,000. 1,000.00 1 Ea. Ductile Iron Bend - 450 with Retaining Glands 300. 300.00 3 Ea. Ductile Iron Tee - 8" x 8" x 6" 300. 900.00 I Ea. Curb Stop - 2" 400. 400.00 I Ea. End Plug - 8" 60. 60.00 I Ea. Ductile Iron Bend - 22'12° with Retaining Glands 300. 300.00 1 100 L.F. Ductile Iron Pipe - 8", Class 52 18. 19,800.00 127 C.Y. Trench Backfill - Type "A" 24. 3,048.00 20 Ton Bituminous Concrete (B-5 Mod.) 50. 1,000.00 225 S.Y. Topsoil and Seeding ' 5. - 1,125.00 I Ea. Gate Valve - 8" 600. 600.00 2 Ea. Valve Vault - 4' Dia. Type I Frame w/Closed Lid - 600. 1,200.00 5 C.Y. Unstable Material Removal and Foundation Bedding (if required) 40. 200.00 1 100 L.F. Polyethylene Encasement 2. 2,200.00 Total Construction Cost $ 37,733.00 Engineering and Inspection 3,773.00 Reserve for deficiency and interest not to exceed 6% 2,264.00 Cost of making, levying and collecting the assess- ment, as provided by law, not to exceed six percent (6%) of the total assessment 2,264.00 TOTAL PROJECT COST $ 46,034.00 I hereby certify that in my opinion the above estimate does not exceed the probable cost of the proposed improvement and the lawful expenses attending the same. / ' 2 •Mel or •. Dahl; ngineer Board o ocal Improvements City o16in, Illinois } SPECIAL ASSESSMENT Proposed Maple Street Watermain Extension Description of Project The proposed improvement consists of the installation of 1 , 10C; linear feet of 8" ductile iron pipe watermain to provide a public water supply and additional fire protection. The extremities of the construction are from the intersection of Larkin Avenue and Maple Street south 1 , 100 feet to the dead end of Maple Street . The watermain will be located between the easterly edge of the roadway and the easterly limits of the right-of-way . The new watermain will be connected to the existing 12" line along the south edge of Larkin Avenue and wall have three fire hydrants installed with the watermain. The proposed watermain shall be an 8" ductile iron pipe , class 52 with all required fittings , hydrants and valves to adequately serve the affected properties . Included with the watermain installation will be all restoration of driveways and tree tanks. r ! Municipality ELGIN ., Illinois Department Township of Transportation ELGIN County KANE Proposal Section #2959 1. Proposal of • for the improvement of the above section by the construction bit of an 8 inch ductile iron watermain from the intersection of Larkin Ave. and Maple St. to a Point about 1100 feet south of Larkin Ave. • _ ii)"Yt16X1!)�tYi(��)bX 11j�t; )1if (W" NM( Sti Xt6tilt Glad. • 2. The plans for the proposed work are those prepared by the Engineering Division of the Depa rtrient of Puhlir Works Public Works girector and approved by shalt:WOW=ThigY.tdfdirl(tXd(d( on January 19.a$_ 3. The specifications referred to herein are those prepared by the Department of Transportation and designated as 'Standard Speciticiations for Road and Bridge Construction'and the-Supplemental Specifications'there to,adopt- ed and in effect on the date of invitation for bids. 4. The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the 'Check Sheet for Supplemental Specifications and Recurring Special Provisions'contained in this proposal. 5. The undersigned agrees to complete the work within 3f1 working days or by --- unless additional time is granted in accordance with the specifications. 6. Accompanying this proposal is either a bid bond on Department form BLR 5708 or a proposal guaranty check, complying with the specifications,made payable to the City Viahight Elgin The amount of the check is ). BLR 5705(Rev.4/87) Il 494.0361 • • N this proposal Is accepted and the undersigned fails to execute a contract and contract bond as required, it i hereby agreed that the check shall be forfeited to the awarding authority. ATTACH BANK CASHIER'S CHECK,OR CERTIFIED CHECK HERE In the event that one check Is intended to cover two or more proposals,the amount must be equal to the sum of the proposal guarantees of the Individual sections covered. If the check Is placed In another proposal,complete the following statement: The check or draft will be found In the proposal for Section No 2959 • 7. The undersigned submits herewith this schedule of prices covering the work to be performed under this contract • SCHEDULE OF PRICES (For complete information covering these Items,see plans and specifications) /�. nam Apapa,,,,su UNIT PRICES AMOUNTS ( No. ITEMS O��n�1+w pillars Gnu &Wm. Gnu • 1. Fire Hydrant w/Auxiliary Valve , 3 Each 2. Tapping Valve - 8" 1 Each • 3. Tapping Sleeve - 12" 1 Each 4. Live Tap 1 Each 5. Ductile Iron Bend - 45° with 1 Each Retaining Glands 6. Ductile Iron Tee - 8"X8"X6" 3 Each 7. Curb Stop - 2" 1 Each 8. End Plug - 8" 1 Each 9. Ductile Iron Bend - 221/2° with 1 Each Retaining Glands 10. Ductile Iron Pipe - 8" 1100 L.F. 11. Trench Backfill - Type "A" 127 C.Y. 12. Bituminous Concrete (B-5 Modified) 20 Ton 13. Topsoil and Seeding 225 S.Y. 14. Gate Valve - 8" 1 Each 15. Valve Vault - 4' Diameter, Type 1 2 Each Frame, with Closed Lid 16. Polyethylene Encasement 1100 L.F. 17. Unstable Material Removal and 5 C.Y. Foundation Bedding (if required) . • Carried Forward • Illinois Department Local Agency of Transportation Proposal Bid Bond Municipality ELGI N Township ELGIN County KANE Section #12959 WE as PRINCIPAL,and as SURETY, are held and firmly bound unto the above Local Agency (hereafter referred to as'LA") in the penal sum of 5%of the total bid price, or for the amount specified in Article 102.09 of the 'Standard Specifications for Road and Bridge Construction' in effect on the date of invitation for bids. We bind ourselves, our heirs, executors, administrators, successors,and assigns,jointly to pay to the r LA this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE,if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above-designated section, and the PRINCIPAL shall within fifteen (15) days after award enter into a formal contract,furnish surety guaranteeing the faithful performance of the work,and furnish evidence of the required insurance coverage,all as provided in the"Standard Specifications for Road and Bridge Construction"and applicable Supplemental Specifications,then this obligation shall become void; otherwise it shall remain in full force and effect. IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph,then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above,together with all court costs,all attorney fees,and any other expense of recovery. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their re- ctive officers and their corporate seals to be hereunto affixed this day of A.D. 19_ . Principal . • (Company Name) (Seal) (Company Name) (Seal) By: By: (Stgnatur•✓<Title) (Signature t Title) (If PRINCIPAL is a joint venture of two or more contractors,the company names,seals and authortzed signatures of each con- tractor must be affixed.) Surety (Name of Surely) (Seal) By: (Signature of Attorney-In-Fan) STATE OF ILLINOIS, COUNTY OF a Notary Public in and for said county, do hereby certify that (Insert names of individuals signing on behalf of PRINCIPAL I SURETY.) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY,appeared before me this day in person and acknowledged respectively,that they signed,sealed,and delivered said instrument as their free and voluntary act for the uses and purposes therein set forth. '' Given under my hand and notarial seal this day of A.D. 19_ NOTICE My commission expires 1. Improper lion of this form(i.e.missing signatures or seals or Yncomplete earttfrcatwn)will result M bid being declared Irregular. 2. If bid bond Is used in lieu of proposal guaranty check.It must be on this forth and must be submitted with bid. STATE OF ILLINOIS CONTRACT 1. THIS AGREEMENT, made and concluded the day of 19$$._,between the of acting by and through its known as the party of the first part,and his/their executors,administrators,successors or assigns,known as the party of the second part. 2. WITNESSETH: That for and in consideration of the payments and agreements mentioned in the Proposal hereto attached, to be made and performed by the party of the first part, and according to the terms expressed in the Bond referring to these presents. the party of the second part agrees with said party of the first part at his/their own proper cost and expense to do all the work, furnish.all materials and all labor necessary to complete the work in accordance with the plans and specifications hereinafter described,and in full compliance with all of the terms of this agreement and the requirements of the Engineer under it. 3. And it is also understood and agreed that the Notice to Contractors, Special Provisions, Proposal and Contract Bond hereto attached, and the Plans for Sial bX Maple Street Waterma i n Extension approved by the Public Works Director I9g8_,are all essential documents of this contract and are a part hereof. 4. IN WITNESS WHEREOF,The said parties have executed these presents on the date above mentioned. Attest: The of City Clerk By J Party of the First Part MAYOR (Seal) (If a Corporation) Attest: Corporate Name By Secretary President . Party of the Second Part (If a Co-Partnership) (Seal) (Corporate Seal) (Seal) (Seal) Partners doing Business under the firm name of Party of the Second Part (If an Individual) (Seal) Party of the Second Part SLR 5710 (4-84) t 1 • Ufinots Department Contract Bond • • of Transportation r6 Municipality, ELGIN Township ELGIN County. KANE Section #2959 We as PRINCIPAL,and • as SURETY, are held and firmly bound unto the above Local Agency (hereafter referred to as'LA') in the penal sum of Dollars (S ),lawful money of the United States,well and truly to be paid unto said LA,for the payment of which we bind ourselves,our heirs,executors,administrators,successors,jointly to pay to the LA this sum under the conditions of this instrument. • • • WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that,the said Principal has entered Into a written contract with the LA acting through its awarding authority for the construction of work on the above section,which contract is hereby referred to and made a part hereof,as if written 1"rein at length,and whereby the sajd Principal has promised and agreed to perform said work In • • ,cordance with the terms of said contract,and has promised to pay all sums of money due for any labor, materials,apparatus,fixtures or machinery furnished to such Principal for the purpose of performing such work and has further agreed to pay all direct and Indirect damages to any person,firm,company,or corporation suffered or sustained on account of the performance of such work during the time thereof and until such work is completed and accepted; and has further agreed that this bond shall inure to the benefit of any person,firm,company,or corporation,to whom any money may be due from the Principal, subcontractor or otherwise,for any such labor,materials,apparatus,fixtures or machinery so furnished and that suit may be maintained on such bond by any such person,firm,company,orcorporation,for the recovery of any such money. NOW THEREFORE, If the said Principal shall well and truly perform said work in accordance with the terms of said contract,and shall pay all sums of money due or to become due for any labor,materials, apparatus,fixtures or machinery furnished to him for the purpose of constructing such work,and shall commence and complete the work within the time prescribed in said contract,and shall pay and discharge all damages,direct and indirect,that may be suffered or sustained on account of such work during the time of the performance thereof and until the said work shall have been accepted,and shall hold the LA and its awarding authority harmless on account of any such damages and shall in all respects fully and faithfully comply with all the provisions,conditions,and requirements of said contract,then this obligation to be void;otherwise to remain in full force and effect. • SLR 5111(Rev.WINS IL to-0372 t IN TESTIMONY WHEREOF,the said PRINCIPAL and the said SURETY have caused this Instrument to be signed by their respective officers and their corporate seals to be hereunto affixed this _ day of A.D. 19 • PRINCIPAL (Company Name) (seal) (Company Name) (seal) By: By:. (Signature l Title) (Signature&Title) (It PRINCIPAL is a joint venture of two or more contractors,the company names,seals and authorized signatures of each contractor must be affixed.) SURETY By: (Name of Surety) (seal) (Signature of Attorney-in-Fact) STATE OF ILLINOIS, COUNTY OF. • • I, ,a Notary Public in and for said county,do hereby certify that (Insert names of individuals signing on behalf of PRINCIPAL&SURETY) who are each personally known to me to be the same persons whose names are subscribed to the foregoing Instrument on behalf of PRINCIPAL and SURETY,appeared before me this day in person and acknowledged respectively,that they signed,sealed,and delivered said instrument as-their free and • voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of A.D. 19 My commission expires Notary Public Approved this day of ,A.D. 19.88_ • Attest: (Awarding Authority) City Clerk (coo jory Mayor/l9t00m t) r rft SPECIAL PROVISIONS 1 The following Special Provisions supplement these specifications and in case of conflict the Special Provisions shall take precedence and govern: 1 . EIBE_NYDB9NIG_S5ECIION_45/ Fire hydrants shall be measured and paid for on a per each basis to include the hydrant , 6" gate valve , valve box , french drain, thrust blocking , extensions (where necessary ) and accessories. The french drain shall consist of at least one-half cubic yard of washed coarse stone placed at and around the base of the hydrant to insure proper drainage of the hydrant after use . Hydrants shall be Waterous Pacer breakaway type WB-67 with a 6" barrel and a six ( 6) inch connecting pipe. In addition to the two - 2-1 /2" standard nozzles , the hydrant shall have 1 :4-1 /2" inch steamer nozzle with National Standard threads . Hydrants shall be connected to the main by a 6 inch ductile iron pipe and shall be securely anchored to the main by means of anchoring tees, nipples of Roto Gland Anchoring Pipe as manufactured by Clow Company , retainer glands or approved equal . The connecting pipe shall be incidental to the cost of the fire hydrant . Accessories for anchoring shall be incidental to the cost of the hydrant . The auxiliary gate valve shall be installed as close to the hydrant as possible . A valve box (Clow Type F-2450 or approved equal ) shall be installed over the valve. Hydrants shall be painted high visibility RED . 2• GBBNULAR_BEDDING_M9TERIAL The contractor shall install a granular cradle under the water main , consisting of CA-6 crushed material conforming to Article 704 .01 of the Standard Specifications for Road and Bridge Construction in Illinois as adopted October 1 , 1983. Said cradle shall be placed 6" thick under the pipe- to a point midway of the pipe. The granular bedding material (CA-6 ) :viii not be paid for but will be included in the bid price for water main of the size indicated . 3. ZEII ING_OE_IEJE_IBENCb The contractor will furnish his own water to jet the trench areas in the parkway in accordance with Section 20-2.21D. If he desires to use water from the hydrants , he shall make applica- tion to the proper authorities, and shall conform to the munici - pal ordinances, rules or the regulations concerning their use . Water shall be furnished by the City from the hydrants at no expense to the contractor . Jetting of tht- ti rrch shall not bo conidel el fnr p,A , rrr ,t t t shall he included in the' cost of the water main . -2- ■ 4 . 038NUL8B_SIBEdGtii_@!BCKEIEC_SECIIOB_24_2.21C Granular ( Trench ) Backfill shall conform to Article 704 .01 , Illinois Department of Transportation, Standard Specifications for Road and Bridge Construction adopted October 1 , 1983 . The material will be crushed and conform to CA-6 gradations. This material will be used across pavement areas. The granular ( trench ) backfill shall be measured and paid for per cubic yard in place, except that the quantity for which payment will be made shall not exceed the volume of the trench as computed by using the IDOT Trench Backfill Tables and the details shown on the plans. The depth of trench shall be measured from a point midway of the pipe to the bottom of the subgrade . Any granular ( trench ) backfill required in excess of the maximum quantity herein specified shall be furnished at the contractor ' s expense. The bid price per cubic yard includes the disposal , off the job site, of all excess trench spoil generated by the Granular ( Trench ) Backfill . 5. NOIIEICAIIO NS_IO_UIICIIY_COMPANIE5 The contractor shall notify all public utilities sufficiently in advance so that all underground utilities may be staked prior to any excavating . The Engineer does not assume any responsibility in the location of utilities as shown on the drawings. The project plans have been prepared on the basis of existing utility maps or as marked or otherwise designated by the utili- ty . b. GBOUND_DEUAIEBING_OB_SBEEIING The contractor shall not be paid separately for any dewatering or sheeting that he may employ in the course of the work . The contractor shall include all costs associated with any ,' dewatering or sheeting in the cost of the water main when any dewatering or sheeting is necessary during the course of the contract . 7. BOCLS_EXCAYAII ON Rock excavation is not anticipated on the project . if rock excavation is encountered , payment shall be made in accordance with 109.04 of the State of Illinois Standard Specifications for Road and Bridge Construction adopted October 1 , 1983, and as currently amended . Rock excavation shall be defined as in Section 202.05 of the above referenced specifications. t -3_ B. ILLINOIS_EJLE AL_EEBCIII An application has been made to the Illinois Environmental Protection Agency for a permit to install the water main as proposed . It is anticipated that the permit will be secured prior to the award and execution of the contract . In the event that the permit is not received prior to that time, the contrac- tor is hereby made aware that the permit must be received by the f City prior to the execution of the contract by the City . 9. IBAEEIC_CONIBOL_ANQ_MTECIION This item consists of the furnishing , installation, maintenance, relocation and subsequent removal of all temporary signs, signals, markings, traffic cones, barricades, warning lights, flagmen and other devices which are to be used for the purpose of regulating , warning , or guiding traffic during the construc- tion of these improvements. All signs, signals, markings, traffic cones, barricades, warning lights , flagmen, and other traffic control devices must conform to the plans, specifications, Special Provisions, and the Manual on Uniform Traffic Control Devices for Streets and Highways. The Contractor shall obtain, erect , maintain, and remove all traffic control devices in accordance with article 107. 14 of the Standard Specifications for Road and Bridge Construction in Illinois , as adopted October 1 , 19B3. Placement and maintenance of all traffic control devices shall be as directed by the City Engineer . The City Engineer shall be the sole Judge as to the acceptability of placement and mainte- nance of the traffic control devices prescribed in appropriate standards. Construction operations shall be conducted -in a manner such that the streets will be open at all times' to emergency and local traffic . Removal and replacement of drive- way entrances shall be planned so as to cause a minimum of inconvenience to the abutting property owners. The contractor shall be responsible for seeing to it that all barricades, warning signs , lights and other devices installed by him are in place and operating twenty-four hours a day , includ- ing Sundays and holidays , during the time this contract is in force. The cost of this Traffic Control and Protection shall not be paid for separately , but shall be included in the cost of the water main. 10. CONSIRUCIION_NOISE_RESTRICIIONS a. All engines and engine oriven eq _rinmont uc..ea fr,r H.3u1 ing nr conc.trur- tion shill be equipped with an ayequate muffler in constant operation and properly maintained to prevent ecpSsive or unusual no 1 sF . rft -4- b . Construction or equipment noise within 1 ,000 feet of an occupied residence, or similar receptor shall be confined to the period beginning at 7 a.m. and ending at 8 p .m. . [I Exception: Any machine or device, or part thereof , which is regulated by , or becomes regulated by , Federal or State of Illinois noise standards shall conform to those standards. Requests to modify or deviate from these requirements shall be submitted in writing by the contractor and must be approved in writing by the City Engineer . i l . w8IEBd8Id All watermain shall be Class 52, Cement Lined , Ductile Iron Pipe in accordance with ASA A-21 .6 with push or rubber ring joints in accordance with ASA A-21 . 11 . Mechanical joints shall conform to ASA A-21 .51 . Any fittings required to properly install the watermain shall be considered as incidental to the cost of the watermain. Watermain shall be paid for at the contract unit price per linear foot of Ductile Iron Water Main at the size specified on the plans and in the proposal forms . 12. SAFETY The contractor shall tale all necessary Job safety precautions as required to be in accordance with all Local , County, State and Federal requirements including the Federal Occupation Safety and Health Act normally referred to as OSHA. 13. EESIOREIIOd_SINOLUDINO_SEEDINOI ` This work shall be done in accordance with applicable portions of Section 642 and 643 of the Standard Specifications for Road and Bridge Construction in Illinois adopted October 1 , 1983, and amendments thereto . The work shall include the leveling and preparation of the area disturbed due to the construction of the watermain and/or appurtenances thereto , the application of fertilizer nutrients at the rate of 200is per acre at a 10-6-4 percentage, the seeding or sodding of same, and any watering which may be required by the City Engineer . The restoration of the roadside ditches is included as part of this work and same will be incidental to this item of Restoration. If there is a lack of moisture and seed or sod does not germinate or grow satisfactorily , the contractor shall water the seed bed or sod !'' to obtain a satisfactory strand of grass in a minimum of forty- five (45) days . The seeding formula will be determined by the City Engineer . Pegs shall be used to hold sod in place on the side slopes of ditches where direrted by the Engineer . r -5- Method of Measurement will be on the square yard basis as determined in the field by the City Engineer or his representa- tive. Basis of Payment : This work will be paid for at the contract unit price bid per square yard for Restoration, which price will be payment in full for the furnishing and placement of all topsoil , fine grading , the preparation of the seed bed , furnish- ing and the placement of the seed and/or sod , fertilizer nutri- ents, and any watering that may be necessary in accordance with the Standard Specifications and to the satisfaction of the City Engineer . 14 . UNSUIIA@LE_NEIEBIAL_BENQYAL AND/OR FOUNDATION BEPPING In the event the contractor encounters unsuitable or unstable soils , for the water main foundation, he shall immediately consult with the City Engineer , and if so directed by same, shall excavate the low quality soils and replace same with a coarse aggregate material , designated as CA-1 in the Standard Specifications for Road and Bridge Construction in Illinois, adopted October 1 , 1983. The depth of the additional excavation shall be as determined by the City Engineer . Prior to the placement of the Foundation Bedding (CA-1 ) the trench area shall be cross-sectioned to determine the amount of unsuitable materi- al removed as well as the amount of Foundation Bedding (CA-1 ) which the contractor is to be reimbursed . After placement of the CA-1 coarse material , a 6" lift of CA-6 material shall be placed over it to form a smooth bedding for the pipe. .. Method of Measurement will be on a cubic yard basis as deter- mined by cross sections , for each of the items mentioned , and Basis of Payment shall be at the contract unit prices bid per cubic yard for Unsuitable Material Removal and Foundation Bedding (CA-1 ) in place. Disposal of the unstable or unsuit- able soil shall be included in the cost of the unsuitable material removal . 15. eQLYEIdYLENE_ENGASErENI Ductile iron piping and fittings , as directed by the City Engineer , shall be encased in 8 mil . thick polyethylene sheeting in accordance with ANSI /AWWA C 105-77 as a corrosion protection measure. Materials and the method of installation shall conform with these same ANSI standards. The Contractor shall have the option of choosing one of the three approved methodsof installa- tion. Measurement for payment for the polyethylene sheeting shall be by the linear foot measured in place. Separate payment will not be made for any overlappling . Overlaps shall be -6- incidental to the contract item. Payment shall be at the contract unit price bid per lineal foot of Polyethylene Encase- ment which price shall be payment in full for all labor , materi - al and/or equipment neces- sary to complete this item in accordance with the specifica- tions . 16. CONDITIONAL_ACCCPIANCC The City will provide a Conditional Acceptance of the water main system after an inspection indicates that all work and testing has been satisfactorily completed . The date of the conijitional acceptance shall be the starting date of the one year guarantee. 17. GUABANIEE The Contractor shall guarantee his work for a period of one ( 1 ) year after Conditional Acceptance by the City Engineer . 1e. BIIUMMOUS_CONCBEIE,_H=5_ IDDIEIEQ This work shall be in accordance with section 405 of Standard Specifications for Road and Bridge Construction, most recent edition. Material shall conform to Article 704 .03 of said Standard Specifications . The gradation of Coarse Aggregate shall be as follows : Passing 1 /2 inch sieve 100% Passing No .4 sieve 60-85Y.. Passing No . 10 sieve 40-55% Passing No .40 sieve - 15-3 % Passing No .200 sieve 5-10/. Bituminous material shall be AC 5 (Viscosity Grade ) . . 19. SPECIEICAIIONS_EOB_SIBEEI_BEMIB All repair and restoration of streets and roadside shall be in accordance with the Standard Specifications for Road and Bridge Construction adopted by the Illinois Department of Transporta- tion most recent edition and supplements thereof . 20. BANDLING_OE_EIN Dirt or other foreign material shall be prevented from entering the pipe or pipe Joint during handling or laying operations and any pipe or fitting that has been installed with dirt or foreign material in it shall be removed , cleaned and relaid . At times when pipe laying is not in progress , the open ends of the pipe Fr" shall be closed by a watertight plug or by other means approved by the ENGINEER to ensure absolute cleanliness inside the pipe . CITY OF ELGIN rft. GENERAL PROVISIONS SECTION 1 . Definition of Terms 1 .1 Department. The City of Elgin Department of Public Works. 1.2 Engineer. City Engineer of the City of Elgin. 1.3 Inspector. The authorised representative of the Engineer essigned to make detailed inspection of any or all portions of the work or materials therefore. 1.4 Bidder. Any individual , firm or corporation submitting a proposal for the work contemplated. 1.5 Contractor. The bidder awarded the contract for the work. 1.6 Surety. The corporate body, individual or individuals, which are to be responsible for the bidders acts during execution of the contract in the event of its being awarded to him, or which are bound with and for the contractor to insure his acceptable performance of the contract, his payment of all obligations pertaining to the work, and his fulfill- ment of such other conditions as may be specified or otherwise required by law. 1.7 Plans. All official drawings or reproductions of drawings pertaining to the work provided in the contract. 1.8 Specifications. The general and special provisions, special conditions and detailed specifications contained therein together with written agreements and all other executed documents which describe the method or manner of performing the work, the quantities, or the quality of material to be furnished under the contract. 1.9 Special Provisions. Any and all special directions, provisions, and requirements prepared to cover the method or manner of performing work on a particular project, or cover the quantifies or quality of the materials to be furnished under the contract, which are not covered herein. The special provisions included in the contract shall govern the work and take precedence over the plans and general provisions wherever they conflict therewith, but they shall not operate to annul those portions of the general provisions with which they are not in conflict. 1. 10 Notice of Letting. The official notice inviting proposals for proposed improvements. 1. 11 Notice to Bidders. The official notice, included in the proposal , inviting bids for proposed improvements. 1. 12 Proposal . The written offer of the bidder to perform the proposed work. 1 GP 1. 13 Proposal Guaranty. The security designated in the proposal to be furnished by the bidder as a guaranty that said bidder will enter into a contract with the Department for the acceptable performance of the ' work and will furnish the required contract bond, if the work is awarded to him. 1.14 Award. The decision of the Department to accept the proposal of the lowest responsible bidder for the work, subject to the execution and approval of a satisfactory contract therefore, and bond to secure the performance thereof, and to such other conditions as may be specified or otherwise required by law. 1. 15 Contract. The written agreement covering the performance of the work and the furnishing of labor and material for the construction of the work. The contract includes the notice to contractors, proposal , contract bond, specifications and plans. 1. 16 Contract Bond. The approved form of security furnished by the Contractor and his surety as a guaranty that he will execute the work in accordance with the terms of the contract. 1. 17 The Work. The improvement advertised for letting, described in the proposal form indicated on the plans, and covered in the specifications and contract, and authorized alterations, extensions and deductions, including labor, tools, equipment, materials, and incidentals necessary for the satisfactory completion of the project. eft SECTION 2. Proposal Requirements and Conditions 2. 1 Contents of the Proposal Form. Bidders will be furnished with proposal forms stating the location and description of the work contemplated, the approximate quantities of work to be performed or materials to be furnished, the amount of the proposal guaranty, and the date, time, and place of filing and opening proposals. All documents bound with or attached to the proposal shall be considered a part-thereof, and shall not be detached or altered. 2.2 Interpretation of Estimate of Quantities. An estimate of quantities of work to be done and materials to be furnished under the specifications is given in the proposal . It is the result of careful calculations and is believed to be correct, but is given only as a basis for comparison of proposals and the award of the contract. The Department does not agree that the actual quantities involved will correspond exactly there- with; nor shall the bidder plead misunderstanding or deception because of such estimate of quantities, or of the character, location or other conditions pertaining to the work. 2.3 Examination of Plans, Specifications, and Site of Work. The bidder shall , before submitting his bid carefully examine the proposal , plans specifications and form of contract and bond. He shall inspect in detail the site of the proposed work and familiarize himself with all local rft conditions affecting it. If his bid is accepted, he will be responsible for all errors in his proposal resulting from his failure or neglect to comply with these instructions. 2 GP 2.4 Preparation of the Proposal . The bidder shall submit his proposal on the forms furnished by the Department. The proposal shall be executed ■ properly, and bids shall be made for all items indicated in the pro- posal form. The bidder shall indicate, in figures, a unit price for j each of the separate items called for in the proposal ; he shall show the products of the respective quantities and unit prices in the column provided for that purpose, and the gross sum shown in the place indicated in the proposal shall be the summation of said products. All unit prices shall be conditioned on furnishing a bond executed by a corporate surety company satisfactory to the Department. All writing shall be with ink or typewriter, except the signature of the bidder which shall be written with ink. t t If the proposal is made by an individual , his name and post office address shall be shown. If made by a firm or partnership, the name and post office address of each member of the firm or partnership shall be shown. If made by a corporation, the proposal shall show the name of the State in which the Corporation was chartered, the names, titles and business addresses of the president, secretary, and treasurer and seal of the corporation shall be affixed and attested by the secretary. 2.5 Rejection of Proposals. Proposals that contain omissions, erasures, alterations, additions not called for, conditional or alternate bids unless called for, irregularities of any kind, or proposals otherwise regular which are not accompanied by a bank cashier's check, or a bank eft draft may be rejected as informal or insufficient. 2.6 Proposal Guaranty. Each proposal shall be accompanied by a bank draft drawn on the New York, Chicago, or St. Louis Exchange, a bank cashier's check or a properly cerfified check for not less than five (5) percent of the amount of the bid made payable to the awarding authority. In no case will a proposal guaranty for less than three hundred dollars (300.00) be accepted. A bid bond shall also be considered as acceptable security. 2.7 Delivery of Proposals,. Proposals shall be delivered- prior to the time and at the place indicated in the notice to bidders. Each proposal shall be placed in a sealed envelope clearly marked to indicate its contents. If forwarded by mail the proposal shall first be placed in the aforesaid envelope and then placed in an outer envelope addressed to the Department. Only sealed proposals will be accepted. Proposals sent by mail will not be opened unless received at the place of letting prior to the time of opening proposals. Envelopes postmarked prior to the time of opening proposals will not be accepted. 2.8 Withdrawal of Proposals. Permission will be given a bidder to withdraw a proposal if he makes such a request in writing prior to the time of opening proposals. If a proposal is withdrawn, the bidder will not be permitted to submit another proposal for the same work at the same letting. 2.9 Disqualification of Bidders. Any one or more of the following causes elk may be considered as sufficient for the disqualification of a bidder and the rejection of his proposal : 3 GP /► (a) More than one proposal for the same work from an individual , firm, or corporation under the same or different names. (b) Evidence of collusion among the bidders. (c) Unbalanced proposals in which the prices for some items are not of proportion to the prices for other items. (d) Failure to submit a unit price for each item of work listed in the proposal . (e) Lack of competency as revealed by the financial statement or experience questionnaire required under Article 2. 10. (f) Unsatisfactory performance record as shown by past work for the Department, judged from the standpoint of workmanship and progress. (g) Uncompleted work which in the judgment of the Department, might hinder or prevent the prompt completion of additional work. 2. 10 Competency of Bidders. Each bidder shall furnish the awarding authority, upon request, with satisfactory evidence of his competency to perform the work contemplated. When requested, he shall submit a statement showing his financial condition, also, if requested a financial statement shall be prepared by a certified public accountant and submitted on forms furnished by the awarding authority. The bidder, if requested, shall also answer and submit questionnaires relating to his experience in performing construction work similar to that for which he is offering a proposal . Before an award is made, the bidder may, at the option of the awarding authority, be required to file a statement showing the type, amount and condition of equipment which will be available, and an outline of his plans for conducting the work, using forms provided by the awarding authority. Before an award is made, the bidder may, at the option of the awarding authority, be required to furnish a statement showing the value of all uncompleted work for which he has entered into contracts. SECTION 3. Award and Execution of Contract 3. 1 Consideration of Proposals. The proposals received will be compared on the basis of the summation of the products of the items of work and the unit prices offered. In case of discrepancies between the gross sum shown in the proposal and that obtained by adding the quantities of work and unit prices, the unit prices shall govern, and any errors found in said products shall be corrected. In awarding contracts, the Department will , in addition to considering the amounts stated in the proposals, take into consideration the responsibility of the various bidders as determined from a study of the data required under Section 2. 10, and from other investigations which it may elect to make. r 4 GP The right reserved to reject any or all proposals, to waive technical- ities, and to advertise for new proposals, or to proceed to do the work otherwise if, in its opinion, the best interest of the Department will • be protected thereby. 3.2 Award of Contract. Except in cases where the Department exercises the right reserved under Article 3.1 to reject any or all proposals, the contract will be awarded by the Department, as soon as practicable after the opening of proposals, to the bidder who has submitted the lowest pro- posal with all requirements of the specifications as to the responsibility of bidders. If a contract is not awarded within sixty (60) days after the opening of proposals, a bidder may file a written request with the Department for the withdrawal of his bid and the Department at its discretion, may permit such a withdrawal . 3.3 Return of Proposal Guaranty. The proposal guaranties of all except the two lowest bidders will be returned promptly after proposals have been checked, tabulated and the relation of the proposals established. Pro- posal guaranties of the two lowest bidders will be returned as soon as the contract and bond of the successful bidder have been executed and approved. 3.4 Requirement of Contract Bond. The successful bidder, at the time of the execution of the contract, shall deposit with the Department a surety bond for the full amount of the contract. The form of the bond shall be that furnished by the Department, and the surety shall be acceptable to the Department. 3.5 Execution of the Contract. The contract shall be executed by the bidder, the bond shall be executed by the principal and sureties, and both shall be presented to the Department within fifteen (15) days after the date of notice of the award of the contract. 3.6 Failure to Execute Contract. Failure on the part of the successful bidder to execute a contract and an acceptable bond, as provided herein, within fifteen ( 15) days from the date of notice .of the award of the contract, will be considered as just cause for the annulment of the award and the forfeiture of the proposal guaranty. SECTION 4. Scope of the Work 4. 1 Intent of the Plans and Specifications. The intent of the plans and the specifications is to prescribe a complete outline of work which the Contractor undertakes to do in full compliance with the contract. The Contractor shall perform all work as may be necessary to complete the work to the finished lines, grades and cross sections in a substantial and acceptable manner. He shall furnish all required materials, equip- ment, tools, labor and incidentials, unless otherwise provided in the contract, and shall include the cost of these items in the contract unit prices for the several units of work. 5 GP 4.2 Alterations, Cancellations , Extensions, and Deductions. The Department reserves the right to alter the plans, extend or shorten the improvement, and such incidental work as necessary, and increase or decrease the quantities of work to be performed to accord with such changes, including the deduction or cancellation of any one or more of the unit price items. Such changes shall not be considered as a waiver of any condition of the contract nor to invalidate any of the provisions thereof. A supplemental agreement between the Contractor and the Department will be required where such changes result in net increase or a net decrease in the amount of the contract by twenty-five (25) percent of the original contract price. 4.3 Final Cleaning up. Upon completion and before final acceptance of the work, the Contractor shall remove from within the limits of the right-of-way, easement, or limits of the improvement all machinery, equipment, surplus material , flasework, excavated and useless mate- rials, rubbish, temporary buildings, barricades and signs, and shall clean up camp sites, plant sites, and storage and siding grounds. The Contractor shall clean off all cement streaks or drippings, paint smears or drippings, rust stains, oil , grease, bituminous materials, dirt and other foreign materials deposited or accumulated on any structure or curb and gutter due to his operations. SECTION 5. Control of the Work 5. 1 Authority of Engineer. All work shall be done under the supervision of the Engineer, and to his satisfaction. He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress of the work, interpretation of the plans and specifications, acceptable fulfillment of the contract, compensation and disputes and mutual rights between Contractors under the Specifications. He shall determine the amount and quality of work performed and materials furnished, and his decision and estimate shall be final . His estimate shall be a condition precedent to the right of the Contractor to receive money due him under the contract. In case of failure on the part of the contractor to execute work ordered by the Engineer, the Engineer may, at the expiration of a period of forty-eight (48) hours after giving notice in writing to the Contractor, proceed to execute such work as may be deemed neces- sary, and the cost thereof shall be deducted from compensation due or which may become due the contractor under the contract. 5.2 Plans and Working Drawings. Plans showing such details as are necessary to give a comprehensive idea of the construction contem- plated will be furnished by the Department. The contractor shall submit to the Engineer for approval such additional shop working, (Continued) " 6 GP or layout drawings pertaining to the construction of the work, as may be required, and the finished work shall conform with such plans and approved working drawings with the exception of such deviations as may be author- ized by the Engineer in writing. Prior to the approval of Contractor pre- pared working drawings, any work done or materials ordered shall be at the Contractor' s risk. The contract price shall include the cost of furnishing such working drawings. 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 the limits of the proposed construction are to be moved by the owners at their expense, except as otherwise provided for in the special provisions or as noted on the plans. It is understood and agreed that the Contractor has considered in his bid all of the permanent and temporary utility appurtenances in their present or relocated positions that may be encountered during construction and no additional compensation will be allowed for any delays, inconvenience, or damage sustained by him due to any interferences from the said utility appurtenances either by the utility company or by him, or on account of any special construction methods required in prosecuting his work due to the existence of said appurtenances either in their present or relocated positions. The contractor shall insure that prompt repairs- are to the approval of the Engineer's effected on any utility appurtenances damaged by him without compensation from the Department. 5.5 Construction Stakes. Construction stakes will be set to mark the general location, alignment, elevation, and grade of the work. The Contractor shall assume full responsibility for dimensions and elevations measured from such stakes. He shall exercise proper care in the preservation of stakes set for his use or the use of the Engineer, and if he displaces, loses, or removes them during his operation, they may be reset at his expense. The Contractor shall furnish at his expense the size, quality, and quantity of stakes requried by the Engineer. If he fails to furnish such stakes at the time and place specified, the Engineer may purchase the same and deduct the entire cost from the compensation due the contractor. The Contractor shall , at the request of the Engineer, furnish the necessary labor to set eft. the stakes and make the necessary measurements. He shall be reimbursed for the acutal cost of such labor, acutal cost to include the time actually 7 GP engaged on such work, but not to include profit, overhead, or rental charge for tools or other equipment. The Contractor shall also be re- imbursed for the actual cost of contractor's bond, public liability and property damage insurance, workmen's compensation insurance and social security tax required for labor in setting stakes and making measure- ments, to which no percent shall be added. 5.6 Inspection. All materials and each part or detail of the work shall be subject at all times to inspection by the Engineer or his Inspectors, and the Contractor will be held strictly to the true intent of the specifi- cations in regard to quality of materials, workmanship, and diligent execu- tion of the contract. The Engineer or his Inspectors shall be allowed access to all parts of the work, and shall be furnished with such informa- tion and assistance by the Contractor as is required to make a complete and detailed inspection. The Contractor shall , if the Engineer requests, remove or uncover such portions of the finished work as the Engineer may direct before final acceptance of the same. After the examination, the Contractor shall re- store said portion of the work to the standard required by the specifica- tions. If the work thus exposed or examined proves acceptable, the ex- pense of uncovering or removing and the replacing of the parts removed shall be paid for as extra work, but if the work so exposed or examined is unacceptable, the expense of uncovering or removing and replacing of the same shall be borne by the Contractor. 5.7 Removal of Defective and Unauthorized Work. Work done without lines and q'* grades being given, or beyond the lines shown on the plans or as given, except as herein provided, or any extra work done without authority will be considered as unauthorized and at the expense of the Contractor, and will not be measured or paid for. Work so done may be ordered removed or replaced at the Contractor's expense. All work which has been rejected or condemned shall be remedied or removed and replaced, in a manner approved by the Engineer, by the Contractor at his own expense. Upon failure on the part of the Contractor to comply promptly with any order of the Engineer made under the provisions of this article, the Engineer shall , after giving written notice to the Contractor, have the authority to cause defective work to be remedied, or removed and replaced, or to cause unauthorized work to be removed, and deduct the cost thereof from any compensation due or to become due to the Contractor. 5.8 Final Inspection. The Engineer shall make final inspection of all work included in the contract, or any portion thereof one mile or more in length, as soon as practicable after notification in writing by the Contractor that the work is completed and ready for acceptance. If the work is not accept- able to the Engineer at the time of such inspection, he shall inform the Contractor as to the particular defects to be remedied before final accept- ance can be made. 8 GP eft SECTION 6. Control of Materials 6.1 Quality of Materials. It is the intent of the specifications that first class materials shall be used throughout the work, and which shall be capable of being incorporated in such a manner as to produce completed construction which is workmanlike and acceptable in every detail . Only materials which conform to the plans and specifications shall be incor- porated in the work. When requested by the Engineer, the Contractor shall furnish a notarized statement of the origin, composition, quality, and manufacture of any or all materials that are used in the work. The source of supply of each material used shall be approved by the Engineer before delivery is started. If sources previously approved are found to be unacceptable at any time and fail to produce materials satis- factory to the Department, the Contractor shall at his own expense furnish materials from other approved sources. 6.2 Inspection and Storage of Materials. All materials will be inspected by the Engineer. The Contractor shall give sufficient advance notice of placing orders to permit tests to be completed before the materials are incorporated in the work, and shall afford such facilities as the Engineer may require for collecting and forwarding samples and making inspections. All samples shall be furnished without charge to the Department. The Contractor shall not make use of or incorporate in the work the materials represented by the samples until tests have been made and materials found to be in accordance with the specifications. If it is necessary to store materials, they shall be protected in such a manner as to insure the preservation of their quality and fitness for the work. All stored material shall be inspected at the time of use in the work, even though they may have been inspected and approved before being placed in storage. Materials stored at the project site shall be placed so as to not create a hazard or nuisance or to in any way damage private or public property. Storage of materials is at all times subject to the approval of the Engineer. SECTION 7. Legal Relations and Responsibility to Public 7. 1 Law to be Observed. The Contractor shall at all times observe and comply with all Federal and State Laws, local laws, ordinances and regulations which in any manner affect the conduct of the work, and all such orders or decrees as exist at the present and which may be enacted later, of legislative bodies or tribunals having legal jurisdiction or authority over the work and no plea of misunderstanding or ignorance thereof will be considered. He shall indemnify and save harmless the Department and all of its officers , agents, employees, and servants against any claim or liability arising from or based on the violation of such law, ordinance, regulation, order, or decree, whether by himself or his employees. "'' 9 GP 7.2 Workmen's Compensation Insurance. The Contractor shall maintain rm. insurance covering Workmen's Compensation, or provide satisfactory evidence that this liability is otherwise taken care of in accordance with Section 26 of the "Workmen's Compensation Act of the State of • Illinois. " Such insurance, or other means of protection as herein provided shall be kept in full force until all work to be performed under the terms of the contract has been completed and accepted in accordance with the specification. Failure to maintain such insurance, cancellation by the Industrial Commission of its approval of such other means of pro- 1 tection as might have been elected,or any other act which results in lack of protection under said "Workmen's Compensation Act" may be considered as a breach of Contract. 7.3 Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary and incident to the due and lawful prosecution. 7.4 Patented Devices, Material and Processes. If any design, device, material or process covered by letters patent or copyright is used by the contractor, whether required or not, he shall provide for such use by suitable legal agreement with the patentee or owner, guaranteeing the Department indemnity from all claims for infringement, and shall include the cost of such agreement in the price bid for the work. 7.5 Restoration of Surfaces Opened by Permit. Any individual , firm or corporation wishing to make an opening in the surface of any public street, road, or highway or other public property must first secure a permit from the Department, and the Contractor shall not allow any person to make an opening unless a duly authorized permit from the Department is presented. The Contractor shall insure that the surface so disrupted by such openings will be replaced as indicated in the "Special Provisions" to the satisfaction of the Engineer. 7.6 Sanitary Provisions. The Contractor shall observe all rules and regula- tions of the State of local health departments , and shall take preacu- tions to avoid unsanitary conditions. • 7.7 Public Convenience and Safety. The Contractor shall notify the Engineer at least three (3) days in advance of the starting of any construction work which might in any way inconvenience traffic, and the Contractor shall at all times conduct the work in such a manner as to insure the least ob- struction to vehicular and pedestrian traffic. Whenever possible, the Con- tractor shall provide and maintain at his own expense such temporary roads and approaches as may be necessary to provide access to driveways, houses , buildings or other property abutting the improvements. 7.8 Barricades and Warning Signs. The Contractor shall provide, erect, and maintain such barricades, signs , flags, and lights and the erection and maintenance of same area at all times subject to the approval of the Engineer. rft 10 GP (Continued) The Contractor will be held responsible for all damage to the work , even though barricades, signs, flags and lights are installed as re- quired above. Whenever evidence of such damage is found prior to acceptance, the Engineer may order the damaged portion immediately removed and replaced by the Contractor at his own expense. The Con- tractor's responsibility for the maintenance of barricades, signs, flags and lights shall not cease until the work has been accepted. The cost of maintaining barricades, warning signs, red flags and red lights as required herein shall be incidental to the contract and no extra compensation will be allowed. 7.9 Equipment on Pavement and Structure. The pavement and structures on or adjacent to the work shall be protected, in a manner satisfactory to the Engineer,' ' damage by lugs or cleats on treads or wheels of the equipment. Any damage to adjacent pavement or structures by lugs or cleats or excessive loads from Contractor equipment shall be repaired by the Contractor at his expense as directed by the Engineer. 7. 10 Use of Fire Hydrants. If the Contractor desires to use water from hydrants, he shall make application to the proper authorities and shall conform to the municipal ordinances, rules or regulations con- cerning their use. Fire hydrants shall be accessible at all times to the Fire Department. No material or other obstructions shall be placed closer to a fire hydrant than is permitted by municipal ordinances, rules or regulations, or within five (5) feet of a fire hydrant, in the absence of such ordin- ances, rules or regulations. 7. 11 Protection and Restoration of Property. If corporate or private prop- erty interferes with the work, the Contractor shall notify, in writing, the owners of such property, advising them of the nature of the inter- ferences and shall arrange to cooperate with them for the protection or disposition of such property. The Contractor shall furnish the Engineer with copies of such notifications and with copies of,any agreements be- tween him and the property owners concerning such protection or disposi- tion. The Contractor shall take all necessary precautions for the protection of corporate or private property such as walls, foundations of buildings , vaults, underground structures of public utilities , underground drainage facilities , overhead structures of public utilities , trees , shrubbery, crops and fences contiguous to the work, of which the contract does not provide for removal . The Contractor shall protect and carefully preserve all official survey monuments, property marks, section markers and Geo- logical Survey Monuments or other similar monuments, until the owner or authorized surveyor or agent has witnessed or otherwise referenced their location or relocation. The Contractor shall notify the Engineer of the presence of any such survey or property monuments as soon as they are discovered. 11 GP The Contractor is responsible for the damage or destruction of ""''' property of any character resulting from neglect, misconduct or omission in his manner or method of execution or non-exectuion of the work, or caused by defective work or the use of unsatisfactory materials, and such responsibility shall be released until the work shall have been completed and accepted and the requirements of the specifications complied with. Whenever public or private property is so damaged or destroyed, the Contractor shall , at his own expense, restore such property to a con- dition equal to that existing before such damage or injury was done by repairing, rebuilding or replacing it as may be directed, or he shall otherwise make good such damage or destruction in an acceptable manner. If he fails to do so, the Engineer may, after the expiration of a period of 48 hours after giving him notice in writing, proceed to repair, rebuild or otherwise restore such property as may be deemed necessary, and the cost thereof shall be deducted from any compensation due, or which may become due, the Contractor under his contract. The cost of all materials required and all labor necessary to comply with the above provisions will not be paid for separately, but shall be considered as incidental to the contract. 7. 12 Responsibility for Damage Claims. The Contractor shall indemnify and save harmless the Department, its officers and employees and the Engineer, from all suits, actions, or claims of any character brought because of any injuries or damages received or sustained by any person, persons, or property on account of the operations of said Contractor, or on account of, or in consequence of, any neglect in safeguarding the work; or through use of defective or unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts arising or recovered under the "Workmen's Compensation Act" or any other law, ordinance, order, or decree; and so much of the money due the said Contractor under and by virtue of his contract as shall be considered necessary to the Department or in case no money is due, his purety shall -be held until such suit or suits, action or actions, claim or claims for in- juries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished the Department. . 7. 13 Opening of Section of Roadway to Traffic. The work under construction shall not be opened to traffic until authorized by the Engineer in writing. Any such opening shall not be construed as an acceptance of the roadway, or any part of it, or as a waiver of any of the provisions of the contract. At any time prior to final acceptance that work proceeds on a portion of roadway open to traffic the Contractor shall conduct his construction operations, only such materials and equipment shall be placed or stored on the pavement as will be used in any one day's construction operations, and the pavement shall be entirely cleared of all obstructions at night. 12 GP 7.14 Contractors Responsiblity for Work. The work shall be under the charge and care of the Contractor until acceptance by the Engineer. rek The Contractor shall assume all responsibility for injury or damage to the work by the action of the elements or from any other cause whatsoever, whether arising from the execution or non-execution, of the work. The Contractor shall rebuild, repair, restore, and make good, at his expense, all injuries or damages to any portion of the work occasioned by any of the above causes before its completion and acceptance. When materials are furnished to the Contractor by the Department, for inclusion in the work, the Contractor's responsibility for all such material shall be the same as for materials furnished by him. 7. 15 Personal Liability of Public Officials. In carrying out any pro- visions of this contract or in exercising any power or authority granted to him thereby, there shall be no personal liability upon the Engineer or his representatives, it being understood that in such matters he and they act as agents and representatives of the Department. 7. 16 Insurance. The Contractor shall furnish a certificate of insurance indemnifying and saving harmless the City of Elgin. The insurance coverages shall not be less than the amounts stipulated below: Workmen' s Compensation Statuatory Public Liability $500,000 Property Damage $100,000 elk SECTION 8. Prosecution and Progress 8. 1 Subletting or Assignment of Contract. If the Contractor sublets the whole or any part of the work to be done under the contract, he shall not under any circumstances be relieved of his liabilities and obliga- tions. All transactions of the Engineer shall be with the Contractor, subcontractors shall be recongnized only in the capacity of employees or workmen and shall be subject to the same requirements as to character and competence. The Contractor shall not assign, transfer`, convey, sell , or otherwise dispose of the whole or any part of his contract, his right, title, or interest therein, or his power to execute such contract, to any person, firm, or corporation without written consent of the Engineer. 8.2 Progress Schedule. Promptly after the award of the contract, the Con- tractor shall submit to the Engineer a satisfactory progress schedule which shall show the proposed sequence of work, and how the Contractor proposes to complete various items of work. 8. 3 Prosecution of the Work. The Contractor shall begin the work to be per- formed under the contract not later than ten (10) days after execution and acceptance of the contract unless a delay be granted by the Engineer in writing. The work shall be prosecuted in such a manner and with such a supply of materials, and equipment and labor as is considered necessary to insure limits specified in the contract. 13 GP 8.4 Limitations of Operations. The Contractor shall conduct his work so as to create a minimum amount of inconvenience to vehicular and pedes- trian traffic. At any time when in the judgment of the Engineer, the Contractor has obstruted or closed the road without sufficient cause or is carrying on operations on a greater portion of the road than is necessary for the proper prosecution of the work, the Engineer may re- quire the Contractor to open the section so closed and to finish the section on which work is in progress before work is started on any additional section. 8.5 Character of Workmen and Equipment. The Contractor shall employ only competent and efficient laborers, mechanics, and artisans, and whenever, in the opinion of the Engineer, any employee is careless, incompetent, obstructs the progress of the work, acts contrary to instructions or conducts himself improperly, the Contractor shall , upon request of the Engineer, discharge or otherwise remove him from the work and shall not employ him again, except with the written consent of the Engineer. The equipment used on the work shall be of sufficient size and in such mechanical condition as to meet with the requirements of the work and produce a satisfactory quality of work. All equipment shall be ready for use when required by the Engineer. The Engineer may order the removal of any unsatisfactory equipment and require its replacement with equipment meeting his approval at the Contractor' s expense. The measure of capacity and efficiency of equipment shall be its actual performance on the work. eft 8.6 Suspension of Work. The Engineer shall have authority to suspend the work wholly or in part, for such period of time as he may deem neces- sary, due to conditions unfavorable for the satisfactory prosecution of the work, or to conditions which in his opinion warrant such action; or for such time as is necessary by reason of failure on the part of the Contractor to carry out orders given; or to perform any or all provisions of the contract. No additional compensation will be paid the Contractor because of any costs caused by such sjispensien, except when the suspension is ordered for reasons not resulting from any act or omission on the part of the Contractor and not related to weather conditions. The Contractor shall not suspend work without written authority from the Engineer. 8. 7 Determination and Extension of Contract Time for Completion. The time for completion of contemplated work may be specified in the contract, and it is understood that completion of the work within the time specified is an essential part of the contract. If the Contractor finds it impossible to complete the work within the time specified in the con- tract, he may, at any time prior to the last ten(10) working days of the time specified, make written request to the Department for an ex- tension of time. He shall set forth in full in his request the reason which he believes justify the granting of his request. If his request is granted the extended time for completion shall then be considered as in effect the same as if it were the original time for completion. 14 GP 8.8 Failure to Complete Work on Time. Should the Contractor fail to complete the work within the time specified in the contract or within such extended time as may have been allowed, the Contractor shall be liable to the Department for costs incurred for engineering and in- spection, temporary surfacing, temporary structures, maintenance of that portion of the road uncompleted, maintenance of detours by the Department or Engineer, and all other expenses incurred by the Depart- mant by reason of the Contractor's failure to complete the work within the specified time, and such amount shall be deducted from the monies due the Contractor, not as a penalty but as damages sustained. 8.9 Default on Contract. If the Contractor fails to begin the work under contract within the time specified, or fails to perform the work with sufficient workmen and equipment or with sufficient materials to insure the completion of said work within the specified time, or shall perform the work unsuitable, as determined by the Engineer, or shall neglect or refuse to remove materials or perform anew such work as shall be re- jected as defective and unsuitable, or shall discontinue the prosecu- tion of the work, or if the Contractor shall become insolvent or be de- clared bankrupt, or shall commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the work in a manner approved by the Engineer, the Engineer shall give notice in writing to the Con- tractor an his Surety of such delinquency, and said notice to specify the correction measures required. If the Contractor after a period of ten (10) days after said notice shall not proceed in accordance there- with, the Department shall , upon written certificate from the Engineer eik of the fact of such delinquency and the Contractor's failure to comply with said notice, have full power and authority to forfeit the right of the Contractor and at its option to call upon the Surety to complete the work in accordance with the terms of the contract, or it may take over the work, including any or all materials and equipment on the grounds as may be suitable and acceptable, and may complete the work by or on its own force account, or may enter into a new agreement- for the completion of said contract according to the terms and provisions thereof, or use such other methods as, in its opinion, shall be required for the com- pletion of said contract in an acceptable manner. _. All costs and charges under contract, shall be deducted from any monies due or which may become due on such contract. In case the expense so incurred by the Department shall be less than the sum which would have been payable under the contract had it been completed by the Contractor, the Con- tractor shall be entitled to receive the difference subject to any claims for liens thereon which may be filed with the Department, or any prior assignment filed with it, and in case such expense should exceed the sum which would have been payable under the contract, the Contractor and the Surety shall be liable and shall pay to the Depart- ment the amount of such excess. SECTION 9. Measurement and Payment 9. 1 Measurement of Quantities. All work completed under the contract will be measured by the Engineer according to United States standard measures. r 15 GP em. 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 completing the work in an acceptable manner according to the plans and specifications. 9.3 Increased or Decreased Quantities. Whenever the quantity of any item of work as given in the proposal shall be increased or decreased or any new item of work is authorized in writing by the Engineer the Contractor shall accept payment as follows: (a) All such work and materials as appear in the proposal as a specific item accompanied by unit prices shall be paid for at the con- tract unit price or prices for the work actually done. No allowance will be made for delays or anticipated profits. (b) All such work and materials as do not appe.ar 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. rft. (2) On the following force account basis: 16 GP (a) Labor. The Contractor will be paid for the actual amount of wages for all labor and foremen in direct charge of the specific work for each hour that said labor and foremen are actually engaged in such work, to which shall be added fifteen (15) percent of the sum thereof. A foreman shall not be used when there are less than two (2) laborers employed, except with written consent of the Engineer. (b) Bond, Insurance, and Tax. The Contractor will receive the actual cost of Contractor's bond, public liability and property damage insurance, workmen' s Compensation insurance, occupational tax and social security tax required for force account work, to which no per- cent shall be added. The Contractor shall furnish satisfactory evidence of the rate or rates paid for such bond, insurance and tax. (c) Materials. The Contractor will receive the actual cost for all materials , including freight shown by original receipted invoices and freight bills , which are an integral part of the finished work, to which shall be added fifteen (15) percent of the sum thereof. The Contractor will be reimbursed for any materials used in connection with the work, such as sheeting, falsework, form lumber, burlap paper or straw for curing, trench sheeting, etc. , which are not an integral part of the finished work. The amount of reimbursement shall be agreed upon in writing before such work is begun, and no percent shall be added. The salvage value of such materials shall be taken into consideration in the reimbursement agreed upon. (d) Equipment. Machinery and equipment which the Contractor has on the job for use on contract, shall be used on extra work as deemed necessary or desirable. The Contractor will be paid for all machinery and equipment used on extra work. The amount of reimbursement shall be agreed upon in writing before such work is begun. 9.5 Payment for Incidental Bills. Upon written order of the Engineer, the Contractor shall pay the bills for incidental expenses, incurred during the performance of extra work on a force account basis, and for this he will be reimbursed for the actual amount so paid out, to which shall be added five (5) percent of the sum thereof. 9.6 Payment for Items Omitted When Partially Completed. Should the Depart- ment cancel or alter any portion of the contract which results in the elimination or non-completion of any portions of the work partially com- pleted, the Contractor will be allowed a fair and equitable amount cover- ing all items of work incurred prior to the date of cancellation, altera- tion, or suspension of such work. When such elimination or non-comple- tion involves a net decrease in the amount of the contract of more than twenty-five (25) percent of the original contract price, a supplemental agreement between the Contractor and the Department will be required. 9.7 Partial Payment. At least once each month, when requested by the Con- tractor, in writing, the Engineer will make an approximate estimate, in writing, of the materials in place completed, the amount of work per- formed, and the value thereof, at the contract unit prices. From the 17 GP amount so determined there shall be deducted fifteen (15) percent emk 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 paid for by the Department, shall become the property of the Department, and in the event of default by the Contractor, the Department, may use or cause to be used such materials in the construction of the work pro- vided for in the contract. The amount thus paid by the Department shall be deducted from estimates due the Contractor as the material is used in the work. Partial payment for work or materials shall not be construed as an acceptance of the work or any part of it, or as a waiver of any provi- sions of the contract. 9.8 Semi-Final Payments. At the discretion of the Department and with the consent of the Surety, a semi-final estimate may be made when the prin- cipal items of work have been substantially completed. Payment to the Contractor under such an estimate shall not exceed eighty-five (35) percent of the amount retained by the Department after making partial ` payments , but in no event shall the amount retained by the Department be less than $500.00. 9.9 Acceptance and Final Payment. Upon the satisfactory completion of any portion of the work one (1) mile, or more in length, and upon written approval of same by the Engineer, the Contractor shall be relieved of any requirement for further work on such portions and from all liability and responsibility, except that he shall remove any obstructions and repair any damage caused by him subsequent to such approval and prior to final acceptance of the entire section. Whenever the improvement provided for by the contract shall have been completely performed on the part of the Contractor, and all parts of the work have been approved by the Engineer and accepted by the Department, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements and computation can be made, all prior estimates upon which payments have been made being approximate only and subject to correction in the final payment. The amount of this estimate, less any partial or semi-final payments pre- viously made and less any sums that have been deducted or retained under the provisions of the contract, will be paid to the Contractor as soon as practicable after the final acceptance, provided the Contractor has furnished to the Department satisfactory evidence that all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished for the purpose of such improvements have been paid or that 18 GP The person or persons to whom the same may be due have consented to such final payment. The acceptance by the Contractor of the final payment shall constitute a release and waiver of any and all rights and privilages under the terms of the contract: further, the acceptance by the Contractor of final payment shall relieve the Department from any and all claims or liabilities for anything done or furnished relative to the work or for any act or neglect on the part of the Department relating to or con- nected with the work. 9. 10 Prevailing Wage Rate. It shall be mandatory upon the contractor to whom the contract is awarded, and upon any subcontractor under him, that the general prevailing rate of wages in said municipality for each craft or type of workman or mechanic needed to execute the contract or perform such work, and also the general prevailing rate for legal holiday and overtime work as ascertained by the City of Elgin or by the Department of Labor, shall be paid for each craft or type of workman needed to execute the contract or to perform such work. Special Notice. Pursuant to the "Affirmative Action -- City Contracts" provisions (copy attached) , the following information is required: 1. Number of employees 2. Written committment to provide equal employment opportunity or copy of your company' s current Affirmative Action Program is attached with this bid. emk SECTION 10. Affirmative Action - City Contracts. A. The City shall not contract in an amount exceeding ten thousand dollars with any contractor or vendor, maintain any financial relation with any financial institution, or use the services of any labor or- ganization or member thereof, which employs fifteen or more persons, which does not first submit to the City a written commitment to provide equal employment opportunity. The written commitment required by this section shall : • 1. Set out and agree to maintain specific employment or membership practices and policies sufficient to achieve equal opportunity. 2. Set out specific goals for participation by minority groups and female persons qualified by or for training or through previous work experience. This provision will not infringe upon the right of the employer to determine the need for or qualifications of employees. 3. Agree to submit to the City upon request written evidence of the effectiveness of the above required practices , policies and goals. 4. Agree to submit to the City upon request statistical data concerning employee composition or membership composition on race, color, six, and job description. 5. Agree to distribute copies of the above commitment to all persons who participate in recruitment, screening, referral and selection of job applicants , prospective job applicants or members . 19 GP 6. Agree to require any subcontractor to submit to the City a written commitment which contains the provisions required oy paragraph (1) through (5) above. 7. The written commitment required by this section may also be satisfied by filing a copy of an affirmative action program of the contractor/vendor which is in effect and which has been approved by any local , state or federal agency with jurisdiction to approve such programs. B. All such contracts by and between the City of Elgin and contractors and vendors for the purchase by the City of Elgin of goods and/or services shall contain the following clauses: "The contractor/vendor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, ancestry, national origin, place of birth, age, or physical handicap which would not interfere with the efficient performance of the job in question. The contractor/vendor will take affirmative action to comply with the pro- visions of this ordinance and will require any subcontractor to submit to the City of Elgin a written commitment to comply with those provisions. The contractor/vendor will distribute copies of this commitment to all persons who participate in recruitment, screening, referral and selection of job applicants , prospective job applicants, members or prospective subcontractors." "The contractor/vendor agrees that the provisions of Chapter 3.12 of the Elgin Municipal Code, 1976 is hereby incorporated by reference, as if set out verbatim. " The standard specifications referred to herein are made a part by reference and copies are on file with the City Clerk. 20 GP ■ SYMBOLS WITH THE STANDARD PROPOSED WATERMAIN R CONSTRUCTION IN —w w— EXISTING WATERMAIN a EXISTING GASMAIN T - EXISTING TELEPHONE (UNDERGROUND) THER PUBLIC UTILITIES, -t z SANITARY SEWER PAIRED OR REPLACED = r- STORM SEWER CONCRETE CURB 8 GUTTER RED INCIDENTAL TO ' -- PROPERTY LINE AT ALL TIMES. ----- PROPOSED SAWCUT EXISTING VALVE (WATER OR GAS) R INFORMATIONAL o EXISTING MANHOLE OR VALVE VAULT ALL CONTACT J.U.L.I.E. EXISTING FIRE HYDRANT IONS PRIOR TO START q. PROPOSED FIRE HYDRANT POWER (UTILITY) POLE • VALVE 6 VALVE %AULT BEFORE REPLACEMENT. o TELEPHONE PEDESTAL CONTRACT. • ® OPEN LID CATCH BASIN OR MANHOLE IN UNIFORM LAYERS OF TR. BE. TRENCH BACKFILL N COMPACTED TO 95%- BIT CONC. BITUMINOUS CONCRETE (B-S MODIFIED) CKFILL NECESSITATED BY THE RESPONSIBILITY OF -- ASPHALT OR .SEALCOAT ROADWAY WITH GRAVEL SHOULDERS E REQUIRED UNDER ENTIRE "--; ALL ALL BE CONSIDERED IRE HYDRANT CONNECTIONS, CONTRACT. FIRE HYDRANTS. APPROVED: CITY OF ELGIN CONTRACT. . ,77 [�� DEPARTMENT Of PUBLIC WORKS 71 D A. DAHL ENGINEERING DIVISION ILL IS P.E. No. 24475 ow."m'. M.J.M. DATE: I-4-88 • CHECKED D•: ME. SHEET I OI I • ARY VALVE —s 1N PIPE \ B` GATE VALVE 8 4. VALVE VAULT `� i THRUST BLOCK 8 2° CURB STOP-co 4 - --i „_i___, , ,__ Atr.1-.--1 p---,1----1 i, . i i'----1 7 P7-4 j .'4 Nti -_ T wK..SS.Y. BITUMI •US CONC (B-5 MOD) 11 a-'"'- 6 C.Y - I2 CY. TRENCH =ACKFILL .— TRAP: w • TRENCH s •- BACK �.—.4- a -+ [ , 1 PROJE /ION 1 F L� o L - ' - • Ei�OC - i �I r.-_,,- , 1.„,,,,,,,, ,,...,, ., , , ..„.q,,,I__ i__ _ _ „... „, zi,... __ 7., LOCATION MAP SYMBOLS r WITH THE STANDARD I I H PROPOSED WATERMAIN R CONSTRUCTION IN w— EXISTING WATERMAIN EXISTING GASMAIN T T— EXISTING TELEPHONE (UNDERGROUND) 'THER PUBLIC UTILITIES. — . s- SANITARY SEWER PAIRED OR REPLACED >-- '— STORM SEWER CONCRETE CURB 8a GUTTER • ■.• ' - TO -- -- PROPERTY LINE TAPPING VALVE -8" EA I SLLnv •w, • v6/n I I I Lui I'VIM, wire I O ) ,+►' TAPPING SLEEVE-12" EA I LIVE TAP EA 1 2. DAMAGE TO EXISTING WATERMAINS, OTHER PUBLIC UTILITIES, DUCTILE IRON BEND-45° WITH OR PRIVATE PROPERTY SHALL BE REPAIRED OR REPLACED RETAINING GLANDS EA I AT THE CONTRACTORS EXPENSE. I DUCTILE IRON TEE- 8'x 8"x 6' EA 3 CURB STOP-2' EA I 3. TRAFFIC CONTROL SHALL BE CONSIDERED INCIDENTAL TO END PLUG - 8° EA I CONTRACT. ROADWAY TO REMAIN OPEN AT ALL TIMES. DUCTILE IRON BEND-22 1/26 WITH 4. UTILITIES SHOWN ON PLANS ARE FOR INFORMATIONAL DUCTILE RETAINING GLANDS L. 1 PUPOSES ONLY. THE CONTRACTOR SHALL CONTACT J.U.L.I.E. TRENCH IRON PIPE T8' L.F. 1107 (1-800-892-0123) FOR EXACT LOCATIONS PRIOR TO START TRENCH BACKFILL-TYPE 'A' C.Y. 127 OF CONSTRUCTION. BITUMINOUS CONCRETE (8-5 MOD.) TON 20 TOPSOIL AND SEEDING S.Y. 225 5. ASPHALT SHALL BE NEATLY SAWED BEFORE REPLACEMENT. GATE VALVE .134 EA I SAWCUTTING SHALL BE INCIDENTAL TO CONTRACT VALVE VAULT-4' DIAMETER.TYPE I FRAME. .,CLOSED LID EA 2 6. TRENCH BACKFILL SHALL BE PLACED IN UNIFORM LAYERS OF UNSTABLE MATERIAL REMOVAL N 12° THICKNESS, LOOSE MEASURE, THEN COMPACTED TO 95%- FOUNDATION BEDDING (IF REQUIRED) C.Y. 5 100% OPTIMUM DENSITY. TRENCH BACKFILL NECESSITATED BY POLYETHYLENE ENCASEMENT L.F. 1100 EXCESSIVE TRENCH WIDTH SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 7 TYPE "A" GRANULAR CRADLE SHALL BE REQUIRED UNDER ENTIRE LENGTH OF WATERMAIN PIPE AND SHALL BE CONSIDERED INCIDENTAL TO CONTRACT. 8. THRUST BLOCKS, AS SHOWN AND AT FIRE HYDRANT CONNECTIONS, SHALL BE CONSIDERED INCIDENTAL TO CONTRACT. 9. 6° DUCTILE IRON CONNECTOR PIPE TO FIRE HYDRANTS. APPRO SHALL BE CONSIDERED INCIDENTAL TO CONTRACT. (APPROXIMATELY 12 LE) ' . M . r ILLI r L (, • PROJE I L ION J �. -, '■ - la , :- . I ii4K:::::17:,,,,,,,, _,,, _Ir_..., •- , • r�z' r --''''s I 4:11 . LOCATION II , i SUMMARY OF QUANTITIES GENERAL NOTES ITEM UNIT QUANTITY I. ALL CONSTRUCTION SHALL CONFORM WITH THE STANDARD ARE HYDRANT WAUXILLARY VALVE EA 3 SPECIFICATIONS FOR WATER AND SEWER CONSTRUCTION IN TAPPING VALVE -8' EA I ILLINOIS, FOURTH EDITION, MAY 1986. TAPPING SLEEVE-12' EA I LIVE TAP EA I 2. DAMAGE TO EXISTING WATERMAINS, OTHER PUBLIC UTILITIES. DUCTILE IRON BEND-45° WITH OR PRIVATE PROPERTY SHALL BE REPAIRED OR REPLACED RETAINING GLANDS EA I AT THE CONTRACTOR'S EXPENSE. DUCTILE IRON TEE- e'x 8'x 6' EA 3 CURB STOP-2' EA I 3. TRAFFIC CONTROL SHALL BE CONSIDERED INCIDENTAL TO END PLUG - 8' EA I CONTRACT. ROADWAY TO REMAIN OPEN AT ALL TIMES. DUCTILE IRON BEND- 22 1/2° WITH RETAINING GLANDS EA I 4. UTILITIES SHOWN ON PLANS ARE FOR INFORMATIONAL DUCTILE IRON PIPE -8' L.F. 1100 PUPOSES ONLY. THE CONTRACTOR SHALL CONTACT J.U.L.LE. I TRENCH BACKFILL-TYPE .A. C.Y. 127 (1-800-892-0123) FOR EXACT LOCATIONS PRIOR TO START BITUMINOUS CONCRETE (8-5 MOD.) TON 20 OF CONSTRUCTION. ti TOPSOIL AND SEEDING S.Y. 225 GATE VALVE-EC EA I 5. ASPHALT SHALL BE NEATLY SAWED BEFORE REPLACEMENT. 1 VALVE VAULT-4' DIAMETER,TYPE 1 SAWCUTTING SHALL BE INCIDENTAL TO CONTRACT. FRAME, .10'CLOSED LID EA 2 ' UNSTABLE MATERIAL REMOVAL a 6. TRENCH BACKFILL SHALL BE PLACED IN UNIFORM LAYERS OF FOUNDATION BEDDING (IF REQUIRED) C.Y. 5 12' THICKNESS. LOOSE MEASURE. THEN COMPACTED TO 95%- 100% OPTIMUM DENSITY. TRENCH BACKFILL NECESSITATED BY POLYETHYLENE ENCASEMENT L.F I100 EXCESSIVE TRENCH WIDTH SHALL BE THE RESPONSIBILITY OF • L STREET WATERMAIN EXTENSION -,- — -- FIRE HYDRANT w/AUXILLARY VALVE —� �� --- - - 4 L.F. —6" DUCTILE IFON PIPE I , -- - - - �- -,---- ---- 8"x8"x 6" TEE -- / 1070 L.F. -8" TILE IRON PIPE I 7.58.Y.-4' C 7.5S.Y. -4• BIT. S S.Y.- 46 BIT. \\ : C• C. 8 S.Y.IT4 m CONC. 6 S.Y.-4" BI CONC. \ CO` SQ. i 'VI 0211i(Fri 9 1 WA �--! 1-��1 F---r h--1 1-----1. •--1 1—�1----1�rr 1 1--1 I�---y 1----I 17--f1----1 1--i I, 1)----1 _ _ _ ''' —7 C.Y.-TR.BF. CH )C Y- : a t.Y.-! - J -_ -- j_ B C.Y.- _ --- - �6 C.Y. - _ e 9 C.Y.- 1 8 C.F.- i - LL TR. OF: x J -TR.BF. t. TRENCH o TR.B.F. TR.BF w - — -- — --- lIACKFILL ,____ ,—_—__ 1r ,_____,____\ .„___ ,_____ a I I i: -„,_____. ____ ,) , MAPLE STREET , 1 , I I 1 I I i I I ji3 1_____1; ___2Al_c■=&5..ji 0, . : 1 L ION i! ."T i . R LOCATION - I EXISTIN x l BITUMINOI�S CONCRETE RIV ` FIRE HYDRANT w/AUK TAPPING VALVE —8" ' \� \ \'� \\\ ' IF EXISTING DRIVE IS GRAVEL: TAPPING SLEEVE —IZ' �, \ \SURFACE RESTORATION SHALL `\ BE COMPACTED CRUSHED LIVE TAP \��\`y \A,`. �, LIMESTONE DUCTILE IRON BEND— • `�� \ s, i RETAINING GLAN1 • TRENCH BA A-6) ' =\\ \\• . \ \�` DUCTILE IRON TEE— oNLV THROUGH �,\TRENCH • \\.\\\ i CURB STOP—2" .1 pRIVEWAY AREAS \ \\BACK FILL \ ` END PLUG — 8' i DUCTILE IRON BEND\ '\ \\\\\' RETAINING GLA \\\ \ DUCTILE IRON PIPE ? 6---- \ fa m TRENCH BACKFILL- \�� \ \ \\' "' BITUMINOUS CONCRE1 \\\\ \\ \\S i TOPSOIL AND SEED) \\ \ \ \\ \ GATE VALVE—8" T \\\ \ \ \•\ VALVE VAULT—4 DIA' \ �"YC LOS 1" DUCTILE IRON \\ \ \ \`\ \\\ UNSTABLE MATERIAL..a WATERMAIN \ �\\\\\ \\ FOUNDATION BE) \ \ \ r ..s \\ \ =--\\\ \ _ POLYETHYLENE ENCq I.T:i.� I, 4 a TYPE"A (CA-6) \• \\\\ N \ \ • ;., . r i. � .. ' GRANULAR CRADLE • . l .1 - --- y a' ;i.`. ENTIRE LENGTH ,;q. .r .' s,' (APPROXIMATELY 12 C.Y. . • GRANULAR CRADLE• • •• •. ; .' ;d r':'t r SHALL If INCIDENTAL • - . • . ' --- TO THE CONTRACT.) !� I i f' - t. ' E' • .. TRENCH DETAIL SCALE I••• I' H•a' j.» ' r% i`R'• r — ■ / L' ' \ \\\:I\: 4'6a SUMMARY 0 12' ITEM E ISTIN' • f • BR1JMit S CONC .....• ,, ' Rlv FIRE HYDRANT W/AU ,,�""-� -.. ...�,_. � \ \K ; � TAPPING VALVE —8' t \\\\, \\\ \\v• IF EXISTING DRIVE IS GRAVEL; TAPPING SLEEVE —12' \ SURFACE RESTORATION SHALL \ \\\�\\\ ' \‘‘ BE COMPACTED CRUSHED LIVE TAP \ LIMESTONE DUCTILE IRON BEND— TYPE"A" iCA 6) \\�\ \\ \\\ RETAINING GLAN TRENCH BACKFILL `c\ \\\ \\ \ \ i DUCTILE IRON TEE — ONLY THROUGH \TRENCH • \\ CURB STOP—21 DRIVEWAY AREAS \ \\BACKFILL \ . END PLUG — B" \ \\ \\\ DUCTILE IRON BEND ' V \v I RETAINING GLAN \ \'\ \ \ \ DUCTILE IRON PIPE — \— —216" -— \ 2 TRENCH BACKFILL- ��' \ \ \\" " \ 'I' 1 BITUMINOUS CONCR \ \ I TOPSOIL AND SEEDI \ � vV v v\\' v� GATE VALVE—811 \ \ \ VALVE VAULT—4 DIA T e" DUCTILE IRON \�, �„ \\\\` FRAME, .VCLOS WATERMILE N \ \ UNSTABLE MATERIAL \\�\ \ \ ` �`N FOUNDATION B \ . \ \, \\\ \\. _�__ POLYETHYLENE ENC TYPE"A"(CA-8) \ \\ \ , .: 40I Lt..... • MAPLE STREET . . 4 VALVE VAULT . . , 125x 86 TAPPING SLEEVE 8 8" TAPPING VALVE (LIVE TAP) ' ,,, elt• 01 8"-45° DUCTILE IRON BEND a T RUST BLO K , 1 , ,„ 1 1 30 L.F. - 8" DUCTILE IRON •PE /-- -4 ‘, 8" /-•22 1/2° DUCTILE IRON BE 1D & THRUST BLOCK Z-- --- 1 . , z •A • I 1 1 v., 7. . ■'s„ .:,(41 1 1. V i BITUMIN a - CONC. \5S.Y. , C•T.C. S.Y.-4" BIT. CONC . z • ' i . • . - ' / ' ' 1 \ Iii - pp. - -...,_ ' • • ii----=---4 -T•-'--=4--,5!-7-e.,-.1--=,-,i---i ....4_,..---.E! I 1--1 _::: _ t----,•-----, L44. \--> ___, • /,' .A! -1,. ' • ,. • * .,, ., . <• 1 .'' 24 CY.-TRENCH...:r . 4 CY.-TRENCH : ' , I Ca-TRENCH „_'6 CY.- ir , - . . . • • . ' ' • lt 1f1.4 ...P • '' 4 •.: 7." - .' ' ' 6444(FILC I-4- II' .'' ' PICKFILL 1 TR. OF. •, • ,. :4:4; ,A, .:," • —m_ ._______ ,„..........._.... ,....,......._ ,.....___. . m,„....._____ ..,._7____ ,,....__.7. sr ga. oms le '• ' . :,' •ie. t .. '''— II,:#110 W I.' • ■ • ' $ , . • Is., ‘ . . k• 11 At. . I i • 't . 1:,, '4 'il ••-•"--:, . • ''. . ' t r I, • - . A SCALE e-40' . ...mamma= . 1.*a ,' '■ 'lit \\ 1 \ R : I 1#: 'L! . Yii , ;Ala 1 - 11 . .. . • 0 ) ; . . . • . . - - . ., (1..., (--' Section 2. That the recommendation of the Board of Local Improvements of the City of Elgin, providing for the improvement, and the estimate of the cost thereof made by the Engineer of the Board of Local Improvements, both hereto attached and made part hereof, be, and the same are hereby approved. Section 3. That said improvement shall be made and the whole cost thereof, together with an amount not exceeding six percent (6%) of the estimated cost, to-wit: Forty-Six Thousand Thirty-Four Dollars ($46,034.00), which is hereby provided for to apply towards the cost and expense of making, levying and collecting said special assess- ment and all other expenses allowed by law, being the amount included in the estimate thereof, shall be paid by special assessment, in accordance with the Illinois Municipal Code, Article 9, Division 2, and amendments thereto. Section 4. That the aggregate amount herein ordered to be assessed against the property and against the municipality, if any, and also the assessment on each lot and parcel of land herein assessed shall be divided as follows: The said assessment to pay the cost of construction of said improvement and the cost of levying, making and collecting said assesssment and all expenses allowed by law, shall be divided into ten (10) installments, in the manner provided by the statute in such case made and provided. So much of the aggregate amount of the assessment as represents the cost of levying, making and collecting the special assessment and all expenses allowed by law, together with all fractional amounts so as to leave the remaining installments of the aggregate assessment equal in amount and each in multiples of $100.00 shall be appor- - tionate to the first installment of the said special assessment. The first installment shall be due and payable on the 2nd day of January next after the filing of the first voucher issued on account of work done on the said improvement. The second installment of said assessment shall be due and payable one year thereafter, and so on annually until all assessments have been paid. Section 5. It is hereby made the duty of the Board of Local Improvements of the City of Elgin, to file in the Office of the Clerk of the Court in which such assessment was confirmed, a certificate signed by the President of the Board of Local Improvements of the City of Elgin of the date of the first voucher and the amount of the said voucher, within thirty (30) days after the issuance of the said voucher. All installments shall bear interest until paid at the rate of nine percent (9%) per annum, being the rate now permitted by law. Interest on all installments shall begin to run in accordance with the provisions of the Illinois Municipal Code, Article 9, Division 2, and amendments thereto. Interest on such first installment shall be due and payable and shall be collected at the same time as the first installment. Interest on the second and succeeding installments shall be due and payable and shall be collected with the installments respectively as in said Code relating to special assessment provided. Section 6. That the Mayor of the City of Elgin be and is hereby directed to file a Petition in the Circuit Court of the Sixteenth Judicial Circuit, Kane County, Illinois, in the name of the people of the City of Elgin, praying that steps may be taken to levy a special assessment for the purpose of defraying the expense of said improvement so far as the same may lawfully be done and to ascertain what property will be benefited, in accordance with the provisions of this ordinance, and in the manner prescribed by law. Section 7. That all ordinances, or parts of ordinances, in conflict with this ordi- nance, be, and the same are hereby repealed. Section 8. That this ordinance shall be in full force and effect from and after its passage and approval thereof according to law. s/ George VanDeVoorde George VanDeVoorde, Mayor Presented: June 22, 1988 Passed: June 22 , 1988 Vote: Yeas 6 Nays o Recorded: Published: Attest: s/ Marie Yearman Marie Yearman, City Clerk r . � ' BOARD OF LOCAL IMPROVEMENTS CITY OF ELGIN RECOMMENDATION AS TO THE INSTALLATION OF A WATERMAIN ON MAPLE STREET (Maple Street Special Assessment) TO: Mayor and City Council of the City of Elgin, Kane County, Illinois The Board of Local Improvements heretofore appointed and now serving in that capacity herewith submits a draft of an ordinance for the installation and construction of an eight (8) inch watermain in Maple Street, from Larkin Avenue, south to a point approximately 1,100 feet south of Larkin Avenue, in the City of Elgin, Kane County, Illinois, as described in the accompanying ordinance which is herewith submitted. We submit herewith an estimate of cost thereof by the Engineer of the Board of Local Improvements. We recommend the passage of the said ordinance and the making of the said improve- ment, the costs thereof to be paid for by special assessment. DATED this 8th day of June, 1988. BOARD •F LOCAL IMPROVEMENTS Preside of the Board of Local Improvements of the City of Elgin, Kane County, Illinois 777 C t-J f it% )46tzlietu ./k �_ �� C7;27../._Le