Loading...
HomeMy WebLinkAboutRESOLUTION - 51-75 - 6/24/1975 - STREET MAINTENANCE 19753 RESOLUTION NO. 51-75 A RESOLUTION AMENDING RESOLUTION NO. 54-75 TO INCLUDE TWO ADDITIONAL STREETS FOR REPAVING AND TO ADD ONE STREET FOR SLURRY SEAL IMPROVEMENT, INCREASING THE MOTOR FUEL TAX COST FOR TOTAL IMPROVEMENTS FROM $227,024.28 TO $229,768.47 NOW, THEREFORE, BE IT RESOLVED by the President and Board of Trustees of the Village of Elk Grove Village, Counties of Cook and DuPage, State of Illinois: Section 1: That the President and Board of Trustees do hereby authorize an amendment to Resolution No. 45-75, adopted June 10, 1975, by adding the following: Resurface a total of 2,934 yards on: A. Rockwood Drive (Shadywood Lane to Redwood Avenue) B. Cottonwood Drive (Redwood Avenue to Fleetwood Lane) Cost: $1,613-70 Slurry Sea] a total of 2,133 square yards on: Lilac Lane (Crest Avenue to Verde Lane) Cost: $1,130.49 That this resolution shall be in full force and effect from and after its passage and approval according to law. PASSED this 24th day of June 1975. APPROVED this 24th day of June 1975. V i I I age �,re s i 066t ATTEST: V I I I age L I Resolution No. 45-75 /y/Y STATE Or 14.11NOIS RESOLUTION FOR MAINTENANtC OF MEETS AND HIGHWAYS By MUNICIPALITY UNDER THE ILLINOIS HIGHWAY CODE BE IT RESOLVED, by the— PRESIDENT AND BOARD OF TRUSTEES -----of the (Cmwll or rmldmt .d B ... d or Tro,Q�) VILLAGE Illinois, that there is hereby GROVE VILLAGE appropriated the sum of.$ �229 76i -8 -47 --of Motor Fuel Tax funds for theptirpose of maintaining streets and highways under the applicable provisions of the Illinois Highway Code, from January 1, 19 75 to December 31, 19 75 . 13E IT FURTHER RESOLVED, that only those streets, highways, and operations as listed and described on the approved Municipal Estimate of Maintenance Costs, including supplemental or revised estimates ap- proved in connect`�n with this resolution, are eligible f or maintenance with Motor Fuel Tax funds durin-g the period as specified above. BE IT FURTHER RESOLVED, that the Clerk shall, as soon as practicable after the close of the period as given above, submit to the Department of Public Works and Buildings, Division of Highways, oil forms furnished by said Department, a certified statement showing expenditures from and balances remaining in the account(s) for this period; and, 13E IT FURTHER RESOLVED, that the Clerk shall immediately transmit t-wo certified copies of this resolution to the district office of the Department of Public Works and Buildings, Division of Highways, at S CITAUMBURG — Illinois. APPROVED _'19— Dept. of Public Works and Buildings Division of Iligbways District Engineer M7' Eleanor G. Turner Vi I I age 1, Miss Mrs. (City, TOW. Or Vill3ge) Clerk in and for the___V Vil—I -ase—o—f El k G rQve V il la -go (City, T.wn Or Village) of Cook & DLIPage , County of I hereby certify the foregoing to be a true, perfect and complete. copy of a resolution adopted by the—P r_e_s_i.d_e_n__t__&_ -B—o-a—rdof Tru, ees Or I'mid,vt nd lWerd Of Tmst,,�) at a meeting oil 2 -4th , day of June, 19 75. IN TESTIMONY WHEREOF, I have hereunto set my band and seal this 24th day of__ June A.D. 19-25— (SEAL) V' I Haae (City. TOon or Vilh,,) Form 8LR 361 (Rec 3-69) STAI-1 0? ILLINClS MUNICIPAL EMNIATE 07 MAINTIMMANCE COSTS ISI�W I of 2) Period from January 1, 19-7-5—, to December 31, 19 75 Mun ESTIMATED COST OF MAINTENANCE Wr"RATIONS 14AINTENANCr OPERATION au�) MATERIAL- EQUIPMENT, 03? LADOR cosr rMM �D n.�-CIFICATION RLV�ENCC 0 )A�Tl� I A'ND uNir UINIT co� AMOUNT —S —.Y.— Bituminous Conc.Surface Class 1--,7090 Ton_12.00 Ton -84�000-010 —Priin Coat (SS -1) —4Q -N ---Gal -80 (2) Slurry Seal GONTR.WT �5 4 As.X. .53 S.Y. �28 6L2 .12._ (3) Breakout & Re- —__-_IZONT \QT 3,00k L 25 F. _viz_ �_._e r —bS (4) Break ut & Re- CON-URAQ-T--- 15�1 K-S�El�l 6 5_ '��F 2 4 99 0 Placement Sidewalks �AL V�IMATFD MAIWrM�CE COST 1229,768.10 sl:bmi 19— . Exam mwftlolv�l mew TWO Dlot�lct Rn,ln�r Submit Four (4) Copies to District En.-ineer 19-- ro"M BUI 691 (1 of 2) (R�v. 2 64) MUNIC1, � ISTIMA. 14 4AINTENANC COSTS LOCATION SURFACE MAINTENANCE OPERATION 5'r. 0`41M ST"FET 1,110M TO SXI�TING �Pa LVNGTH WIDTH No. I TonIAL S. 1,andnioier Walnut — i%sph. 7 610 -T'-r-- 4 90 293 -9 1 "a f Lively -X-Q P. �, 9,530 37' Re,,:,urf -!-Q�l 01 3 Arthur H 111hurs t Rue. 83 5,720 36' Resurf , �?F, F, 0 4 Cypress NalliuL Kennectv A s 2Li . 4,510 24' R e s u r f a c e 1.� 026 5 I'li-ldwood 1-and,-,ieier Oakton ___�%suh. 860 �2 24' R e -, u r fa c. e 7,6 6 LandT.nei-er E.G.Blvd. A,,;2Li, 4,A00 33' Resurface 16 133 __Li.d,e 7 Love Laurel Asph. 1�815 214' Resurface - �4840 8 Touhy __L.C,[',lvd. Estes Tonne As,)h. 1�860 22' Resurface �4546 9 Shach-,qood Wildwood oaktorl Asnh. 2 .014 24' Resurface 5,3 0 10 Fleetwood Redwood TandT-eier ASP11. 1,542 24t Resurface 4,112 TT— 7-e dwo —od FleeTw`ood Fleetwood Asph. 1,405 -� �/ 24 Resurface — 3,746 172— -Fo—ttonwood Fleetwood Redwood h. 700 241 Resurface 13 Rockwood Shadvwood Redwood _As Asph. 400 24' Resurface _l867 110-67 TOTAL 114,9 7 T4— RidiZe E.G.Blvd. AsT)h 2,078' 24' S J Urry 5,5 1 15 Maple Vi.ctoria 1,�alilut Asph. 4197-5' 24' Slurry 13,2 6 T6— E.C.Blvd. R i d �_r e Asph. 3J27' 24' Slurry 8,8 2 T7— Crest E . G. B lvd. Laurel Asph. 1,50 ' 24' Slurry 4, 0 0 18 Verde Love Crest: Asoll. 1.300' 24' Slurry 3,4 6 1 9 To— rrinthia 7 erde Love AsDh. 930' 24' Slurry 2 480 -1 .1 20 Manco Love Victoria A s pn . 1 �61 2 ' 214 Slurry 4,2 8 21 -T—onita Blauco Delphia Asph. 1 150' 21, Slurry �3O 6 6 22 Delphia Bi.anco R i d g, e Asoh. 1,4311 24' Slurry 3,816 23 Victoria d �e F.G.131vd.E Asi)h, 11150' 24' Slurry 3,0 6 24 Lilac _11 Verde Crest -7sph. 800' 24' Slurry __2,l33 TOTAL 54,004 Submit Four (4) Copies to District Engineer Form OLFt Doi P of 2) (Rev. 2.64) STATE OF ILLINOIS (1) Scaled proposals will be received In the oflice of the villaF'e Clerk until �' watl�� 19-- for furnishing InaterlaN requirad In the maintenance Maintenance Program jzo�� Elk Crove Village of Patrol- Munlelpality-- Road District--__ and at tlntt time publicly opened and read. G�oe,nt�- (2) Proposals shall be submitted On form furniahed by the Municipality which may be obtained at the Fit,, of FilLineering DeparLment all envelops endorsed "Materisl Proposal, and shall be enclosed in , (3) 'File light Is reserved to reject any and all proposals and to N�alve technicalitics. Prnpo.4al guaran-tee In the amount of not less tilan 10% of the bid, or as provided in Article 2.7 of the Standard Specifications for Road end Bridge Construction, Ivill be required. A surety bond for the full amount of the nward will not —be required. 'Whers a surety (will or will not) bond Is nDt required, the proposal guarantee of the Bucc�-qful bidder ivill be held In ]fell thereof. Failure on the part of the con- tractor to deliver the material ivithin the time speciflea or do the work as specified herein will be conaldered just cause to forfeit his surety K3 provided in Anticle 8.11 of the Standard Spsclficatkms� BY ORDER OF 19— To Village of Elk Crove V ill age — (awan)lng body) Add,es 901 VIellington Avenue S�-- The under -signed agrees, if this bid Is accepted within 16 days from date of openfng� to furnish any or all of the material-, upon which prices are quoted, at the respective unit prices, subject to the folloiving corditlons:— (1) It Is understood and agreed that the "Standnard for Road and I�rldge Construction" Prepared by the Depart- ment of Public Worha and Bullillngs, Division of Highways, adopted January 2, 1958, Including the. Supplemental Specifications effective July 2, 1973 shall govern Insofar in they rraty be applied and Insofar as they do not conflict with the spe�ia! provisions attached hereto, (2) It In understood that the quantities listed are approximate only and that they may be Increased or decrease(] as may be needed to pronerly complete the Improvement within Its present limits or extensions thereto. not to exceed 25%. at the unit price stated and that bids will be compared on the basis or the total price bid for each group. (3) Delivery In total or partial shipments on ordered shall be made within the time specified In the special Provisions or by the terms of acceptance at the point and In the m%moar specified In the, "Schedule of Prices." If (1,-I!very on the Job site 1, upecified it shall mean any place or Places on the. road des�gnnttesl by the awarding authority or Its authorized representative. fly Ad M919—SM— I�C4� rorm 111 -It 237 (R,Y. 2.64) State 0� ;,inois DFI�ikRVE,7 OF PUBLIC WORKS AIM BUIL---,;GS Division of Highways Bureau of Local Roads and Streets SUPPM'ra:NTAL SPECIFICATION FOR SECTION 102 BIDDr,;G REQUIM-TN�TS AND C014DITIONS Effective April 15, 1969 This rupple=ntal specification amends -the provision of the Standard Sp-cifications, adopted August 1, 1968, and shall be construed to be a pert thcrcof, superseding any conflicting provisions thereof applicable to the work under thc! contract. 102.01 (b) Prequalification of BiddcrG. Revise the lst sentence of article 102.01 (b) to read: "When the awarding authority for contract construction work is the board of supc�rvisors or county cc=_Issioners of a county, the council or the preGidt:nt and board of trustees of a city, village or town." Form LR 121 (4-15-69) a c� i3linois L-_part� t of i'�:blic Vcrr*-.s and B`uildin95 :)�vl_zicn of R f-, - r;WayG C"--- "CiAL PTIOViSION FOR FAIR E.'.'LOITENT PRACTICES Fffective AuFuGt 1, 1968 In addition to all other labor requirements set forth in this proposal and in the Standard Gpccificaticns for' Road and Bridge Construction, adopted August 1. 1968, during the rcrfcrmance of this contract, the contractor for itself, its assienees, and successors in interest (hereinafter referred to as the "contractor") acrees as follows: (1) Comnliance with 1_�ws. of S�tate of Illinois: The contractor agrees: �that in accor6ance with *An Act to prohibit d1s crimination and 'Intimidation on account of race or color in employ,.nent under contracts for public buildings or public works," approved. july 8, 1933, as amended, no person shall be refused or denied er.PIOYTT�ent in any capacity on the ground of race or color, nor be discriminated against in any manner by reason thereof in connection with the performance of this contract; nor shall any unfair employment practice, as defined in the "Fair Fmploy-ment Practices Act," approved July 21, 1961, as amended, be.covnitted by the contractor, his subcou- tractors, suppliers of mat-crials or services to the contrac- tor or his subccntractors or any labor organizations furnishing skilled or unskilled labor to the contractor or his subcontxac- tors. (2) 1�ondiscrimination: The contractor, with regard to the work performed by it after award and prior to completion of the contract work, will not discriminate on the ground of race, color, or national origin in 'the. selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not -participate either di- rectly or indirectly in the discrimination prohibited by See - tion 3 of the Fair lCmployment Practices Act. I (3) Solicitations for Subcontracts, Including Procurements of Materials and Equipment: in all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed un- der a subcontract, including procurements of materials or equipment, each potential subcontractor or supplier shall be notified by the contractor's obligations under this contract.relative to nondis- crimination on the ground of race, color, or national origin. (4) information and Reports: 'The contractor will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the awarding agency to be pertinent to ascertain compliance with the aforecited laws. Form LR 120 (8-1-68) STATE OF ILLINOIS qAMLAL PROPOSAL SCHEDULE OF PRICES GROUP ITFNI DELIVE:RY POINT APPROXIMATr QUANTITY UNIT PRIcr AMOUNT Dolla� C�nt, I STREET PAVTNG F.O.B. 7,000 Ton Bituminous Concrete Surface Village Trk Class I at Plant 2 Prime Coat (SS -1) F.O.B. 9,000 Gal. Village Yard 666 Landmeier Road for I distributioti on various Village streets NOTE All material shall conform to the State of Illinois Departmant of Transporta- tion Standard Specifications for Road and Bridge Construction, July 2, 1973. I 11auling differential of $.10 per ton per mile from the plant to the Village Garage at 666 Landmeier Road will determine the low bidder for Group 1. S�nmit 1, tb� Distr:ct Vngin�er: 3 COPiCS 01-. tylUniClal Nld COUntY WOrk. 11 copios on Township W�rk, Signa-kire of Addre3s Otill 0r --- S., - 11) 1`�,n 111.1t 233 ;4 r Ir l� 17 f �7�, 71 k" "�l 0 to Tl 7,7 TI 4 FJ S -I,- y CID., W, Ilk AV 1 1 "A- < A �11 cl �j jx/ ;1j rrl