HomeMy WebLinkAboutRESOLUTION - 45-75 - 6/10/1975 - MFT 1975 STREET MAINTENANCE PROGRAMResolution No. 45-75
L
STATE OF ILLINOIS
RESOLUTION FOR MAINTENANCE OF STREETS AND HIGHWAYS BY
MUNICIPALITY UNDER THE ILLINOIS HIGHWAY CODE
BE IT RESOLVED, by thin PRESIDENT AND BOARD OF TRUSTEES of the
(Couoetl at President and Board of Trmlem)
VILLAGE op ELK GROVE VILLAGE Illinois, that there is hereby
(City, Tom or Village) (Name)
appropriated the sum of $ 229,768.47 of Motor Fuel Tax funds for the purpose of maintaining
streets and highways under the applicable provisions of the Illinois Highway Code, from January 1, 19 75
to December 31, 19 75 .
BE 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 connection with this resolution, are eligible for maintenance with Motor Fuel Tax funds during 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, on forms
furnished by said Department, a certified statement showing expenditures from and balances remaining in
the account(s) for this period; and,
BE IT FURTHER RESOLVED, that the Clerk shall immediately transmit two certified copies of this
resolution to the district office of the Department of Public Works and Buildings, Division of Highways, at
S CHAU14BURG , Illinois.
APPROVED
19—
Dept. of Public Works and Buildings
Division of Highways
Dbtriet Engineer
I,Mr.
ss Eleanor G. Turner Village
Mrs. (City. Tom or Village)
Clerk in and for the Village of Elk Grove Vi l lane
(City, Tom or Village)
of Cook & DUPage , County of
hereby certify the foregoing to be a true, perfect and complete
copy of a resolution adopted by the Pres i dent & Board of TruE
ees (Counca or President and Board of Trustees)
at a meeting on 24th , day of June is 75
IN TESTIMONY WHEREOF, I have hereunto set my hand
and seal this 24th
June
A.D. 1975_.
(SEAL)
VilYa e
Clerk
(City, Town or Village)
(60155—SMS-6()185-I Form But 361 lam. 3.68)
STATS OF ILLINOIS
MUNICIPAL ESTIMATE OF MAINTENANCE COSTS
(SLest 1 of 2)
Period from January 1, 19 75 , to December 31, 19-75— Municipality
ESTIMATED COST OF MAINTENANCE OPERATIONS
MAINTENANCE OPERATION
7pr0[6CRIPfIW✓I'OTAL OUANTRY)
MATERIAL, EQUIPMENT, OR LABOR
OPERATION
== T
ITYM AND SPECIFICATION REFERENCE
AND QUA,NTITY
T
CHI
T
AMOUNT
Paving
CONTRACT_
114,907 S.Y.--.-55--
Y.
632198.85
MATERIAL
Bituminous Conc.Surface Class I
7,000 Ton
12.00
Ton
84._000.00
Prime Coat (SS -1)
9,000 Cal
.80
Gal
7,200.00
(2) Slurry Seal
CONTRACT
54,004 S.Y.
.53
S.Y.
28,622.12
f3) Breakout & Re-
CONTRACT
3.000 L.F.
7.25
L.F.21
750.00
placement Curbs
(4) Breakout & Re-
CONTRACT
15,150 S.F.
1.65
S.F.24
997.50
placement
Sidewalks
TOTAL ESTIMATED MAINTENANCE COST 1229,768.47
Submitted 19 Examinees , 19
BY
1[mI01De1 OIDo41 Title DletrlC! F.nalneer
Submit Four (4) Copies to District Engineer PYLAR SLR 601 (1 of 2)
(Rev. 2.64)
MUNICIPAL EST@9A'. A.AINTENANCE %.OSTS
LOCATION
SURFACE MAINTENANCE OPERATION
HTRr
eL
FROM
TO
�jrypg O
Fs�
LGTN
WIDTH NO.
O[BCRIPfION
O ANTI" S
� 1
Tonne S.
Landmeier
Walnut
Asph.
7,610
Resurface
93
2
Greenleaf
Live I,y
Tonne
S30
37'
Resurface
10.401
3
Arthur
Elmhurst
Rte, 83
As h.
5,720
36'
Resurface
22,880
4
Cypress
Walnut
Kennedy
As h.
4,510
24'
Resurface
12,026
5
Wildwood
Landmeier
oakton
As h.
2,860
24'
Resurface
7,626
6
Ridge
Landmeier
E.G.Blvd.
As h.
4,400
33'
Resurface
16,133
Love
Laurel
E.G.Blvd,
As h
1.815
24'
Resurface
4,840
8
Touhy
Estes
Tonne
As h.
1.860
22'
Resurface
4,546
Shadywood
Wildwood
o kton
Asph.
2,014
24'
Resurface
5,370
10
Fleetwood
Redwood
Redwood
Fleetwood
Landmeier
Fleetwood
As h.
As h.
1,542
1,405
24'
-24-r-Resurface
Resurface
4 112
—3-N 6
12_
Cottonwood
Fleetwood
Redwood
As h.
700
24'
Resurface
1,867
IT—
Rockwood
Shadywood
Redwood
As h.
400
24
Resurface
11067
TOTAL
114,907
14
Tower
Ride
E.G.Blvd.
Asph.
2'
5-5 41
Maple
VictoriaWalnut
497'
,
241
Slurr
13,26615
16ari-[T
r�ggss
E.G.Blvd
Ridge
s h
3.327,
241
Slurry
8.872
17
Crest
lvd,
Laurel
As h,
1.500'
24'
Slurry
4.000
18
Verde
Crest
Asph,
1,300'
24'
Slurry
3.466
19
Corrinthia
Love
As h.
930'
24'
Slurry
'_,480
20
Bianco
Victoria
As h.
1,612'
24'
Slurry
4,298
21
Bonita
o
Del hia
As h.
1,150'
24'
Slurry
3,066
22
Del hia
o
Ridge
As h.
1,431'
24'
Slurry
3,816
23
Victoria
E.G.B1vd.E
As h.
1,150'
24'
Slurry3.0
6
24
Lilac
Verde
As h.
800'
24'
Slurry
2,133
F
TOTAL
S2i , 04
Submit Four (4) Copies to District Engineer Form SLR ar) (2 or 2)
(Rev. 2-H)
i
1 i
1 i
STATE OF ILLINOIS
NOTICE OF LETTING
(1) Sealed proposals will be received in the office of the Village Clerk
until
004,641"e4(en
o'clock M., 19. for furnishing materials required In the maintenance
Maintenance Program CaU1 5, Elk Grove Village
of Section Patrol Municipality Road District
and at that time publicly opened and read.
BeuuQ+y
(2) Proposals shall be submitted on form furnished by the Municipality which may be obtained at the office of
Village Hall — Engineering Department , and shall be enclosed In an envelope endorsed ":Material Proposal,
Section , Patrol
(2) The right is reserved to reject any and all proposals and to )calve technicalities. Proposal guarantee In the amount of
not less than 10%r of the bid, or as provided in Article 2.7 of the Standard Specifications for Road slid Bridge Construction, will
be required. A surety bond for the full amount of the award Will not be required. Where a surety
tells or wW not)
bond Is not required, the proposal guarantee of the successful bidder will be held in lieu thereof. Failure on the part of the con-
tractor to deliver the material within the time specified or do the work as specified herein will be considered just cause to forfeit
his surety as provided in Article 8.11 of the Standard Specifications.
BY ORDER OF
19^
To Village of Elk Grove Village
tawa)eing body)
Address 901 Wellington Avenue
The undersigned agrees, if this bid Is accepted within 16 days from date of opening, to furnish any or all of the materials upon
which prices are quoted, at the respective unit prices, subject to the following conditions:—
(1) U Is understood and agreed that the "Standard Specifications for Road and Bridge Construction" prepared by the Depart-
ment of Public Works and Buildings, Division of Highways, adopted January 2, 1958, Including the Supplemental Specifications
effective July 2, 1973 shall govern Insofar as they may be applied and Insofar n, they do not
conflict with the speemi provisions attached hereto.
(2) It is understood that the quantities listed are approximate only and that they may be increased or decreased as may be
needed to properly complete .the improvement within Its present limits or extensions thereto, not to exceed 25%. at the unit price
stated and that blds will be compared on the basis of the total price bid for each group.
(9) Delivery In total or partial shipments as ordered shall be made within the time specified In the special provisions or
by the terms of acceptance at the point and In the manner specified In the "Schedule of Prices." If delivery- on the job site is
specified it shall mesa Any place or places on the road designated by' the awarding authority or Its authorized representative.
1QYlX4b'ti"Kti�l1ti71FCK.tiKtWWG>A>clbxl( 71ci6?f Uc;Sdc'&x1duXKxxxxxxx}zXtxxxxxxx,, 1�7c}gg tixxxxxxxxx, ytxxxXxX,
1C?i�XKU?uitJi?i;'GKiiJi'�}LKxt241i�tiX75i€KX1i)X±&?c11ib2TdiilCtfAt24tQei'hlili:tigxCb6 NbJi}tJkiSF67(x?�lSy4f{nodi?[�'eYibiF%6`E14i�}ii4§�it�Eh�4Attxt`3i1)'tit i7�`
Xd@IM)G}i.'dN91xdr1fdS
Rid
(88829-5M— 34Q
Title.
Form BLR 287 (Rev. 2.64)
State o' ]inois
DEPART= OF PUBLIC WORKS AND BUILDINGS
Division of Highways
Bureau of Local Roads and Streets
i SUPPLEY=AL SPECIFICATION
FOR
SECTION 102 BIDDING REQUIREN=S AND CONDITIONS
Effective April 15, 1969
/ This supplemental specification amends the provision of the Standard
Specifications, adopted August 1, 1968, and shall be construed to be a
pert thereof, superseding any conflicting provisions thereof applicable
/ to the work under the contract.
102.01 (b) Prequalification of Bidders.
Revise the 1st sentence of a•ticle 102.01 (b) to read:
"When the awarding authority for contract construction work is the
board of supervisors or county camnissioners of a county, the council or
the president and board of trustees of a city, village or town."
e
Form LR 121
(4-15-69)
Statc of Illinois
Department of Public Works and Buildings
Division of Fiighvays
SPECIAL PROVISION
FOR
F:.LR FeTLOY!•Lr•I'T PRACTICES
Effective August 1, 1968
In addition to all other labor requirements set forth in this proposal and
in the Standard Specifications for Road and Bridge Construction, adopted
August 1, 1968, during the performance of this contract, the contractor
for itself, its assignees, ana successors in interest (hereinafter referred
r to as the "contractor") agrees as follows:
(1) Comnliance with Laws of State of Illinois: The contractor
agrees: That in accordance with An Act to prohibit dis-
crimination and intimidation on account of race or color in
employment under contracts for public buildings or public
works," approved July 8, 1933, as amended, no person shall
be refused or denied employment 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 Fmploynent Practices Act," approved July 21,
1961, as amended, be.cemmitted by the contractor, his subcon-
tractors, suppliers of materials or services to the contrac-
tor or his subcontractors or any labor organizations furnishing
skilled or unskilled labor to the contractor or his subcontrac-
tors.
(2) Nondiscrimination: 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 Sec-
tion 3 of the Fair Employment Practices Act.
(3)
for Subcontracts. Including Procurements of Materials
and Equipment: In all solicitations either oy competitive binning
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
a.IATERIAL PROPOSAL
SCHEDULE OF PRICES
GROUP
ITEM
DELIVERY
POINT
APPROXIMATE
QUANTITY
UNIT
PRICE
AMOUNT
Dollars
Cent.
1
STREET PAVING
F.O.B.
7,000 Ton
Bituminous Concrete Surface
Village Trk
Class 1
at Plant
2
Prime Coat (SS -1)
F.O.B.
9,000 Gal.
Village
Yard
666 Landmei
r
Road for
distributio
on various
Village
streets
NOTE
All material shall conform to the State
of Illinois Department of Transporta-
tion Standard Specifications for
Road and Bridge Construction,
July 2, 1973.
Hauling 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.
I
Submit to the Distrct Engineer:
3 copies or. Municipal and County Work.
4 copies on Township Work.
Signature of Bidder
Address
I?s:U—So�I—S-uYI Form DLR 231
M
1
Bnxrn L Mn -_J L —
1 F� rl a r PARSVII �I w i'r. f.• ��
Y
'I FA5
rz
III v nD 1 ID.
f DNN C C r:r e
C7 r i
N G
no
17
1j _ J rJ r � CA J � � I i •
M s 1 •'r� i �L�_1; :110 Q 1 1 G
A•n'Y; 41 i f � ° �1,•rn � ' Ov �i j r,1„y ^� �— Yv `��
FY � ^-'- � C ��' / � �.�: I _ F �y�; ' i`'xi � ^ •xJUN , i
," • (ural` ��� r x 1 � w w ��,\_�}
j/ 4 k 'JpT i StANIEr
mi M1 r )
MA IN • -
B NNIF
a'en AV.
D I ,
DINY oNl'ND'N -1
�I
�-v + a v zr
1 RKIN —r n q r c a
A
S N S O W E /.r/ 1
uD
y J V ro O �•
ti r -1
4. a o I
— �•��.—r t xIx< 11 clnl +r a� `K y":17
T/v