Loading...
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