1978-07-10 - Resolution 1978-27 - Maintenance of Streets and Highways by Miunicpality under the Illinois Highway code ' SUPPLEMENTAL
STAT= OF IWNOIS
RESOLUTION FOR MAINTENANCE OF STREETS AND HIGHWAYS BY
MUNICIPALITY UNDER THE ILLINOI:; HIGHWAY CODE
BE IT RESOLVED,by the Pre sid.nt and Board of Trustees of the
coma or i'eddat sal awl et Trucial
Village of Buffalo Grove
, Illinois, that there is hereby
tam aim se MN) awe
o.
appropriated the sum of 9.045.00 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 7R
to December 81, 19 78 -
BE IT FURTHER RESOLVED,that only those streets, highws.ya, and operations as listed and-described
on the approved Municipal Estimate of Maintenance Costs, include.g supplemental or revised estimates ap-
'proved in connection with this resolution,are eligible for•mainterance with Motor Fuel Tax funds during the
period as specified above.
BE IT FURTHER RESOLVED, that the Clerk shall, as soon zs practicable after the close of the pt riod
as given above, submit to the Department of Transportation, 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 trait
resolution to the district office of the Department of Transportation,at Schaumburg , mimic
APPROVED
I.Itout Vcrn2 L. Clayton—. Vi 7:1 agP
Mrs. tam time.r mow
ant bs and for ►' Village
(an.Taw sr Mad
Of Buffalo ;rove fib, Cook & Lake
19 _ hereby certify the foregoing to be a true, perfect and cor3pletr
• Department of Tronsportation Pres. & Board of Trustees
copy of a reeoln�3on adopted by the
(rAsa sr?Wart nil Spiro at Tat Mr)
at a meeting or July 10 . 19 78
•
{ IN TESTIMONY WHEREOF, I have hereunto setmy t.and
District Engineer and seal tt(e• / ds ` -'-'' _y
A•D• 19? )
.e.%
•
/ (au:Tee sr Moo) Cleric
Form SLR 361 (ii.,v,3-75)
PROPOSAL SUSMITTEC 07
�reol ft...d • • "V• �.0L11TRACTOR'S NAME
AOORESS i
• • '
STATE OF ILLINOIS i'
•
Vt11ava OF Buffalo C nvp
(City.Town or Village)
Cook/Lake COUNTY .
ESTIMATE OF COST, SPECIFICATIONS, PLANS, • ;
CONTRACT PROPOSAL,
.. . i
' -. (Strike out that which is not applicable) '
i
THE IMPROVEMENT OF
A. Bernard Drive Resurfacing (Estate to Raupp) `
B. Plum Grove .Circle Resurfacing (Arlington Ars. to Country Lane) t
C. Anthony Road Resurfaci Name)Harvard Lane to Cambridge Drive)
. STATE HIGHWAY NO. •
•
COUNTY HIGHWAY NO.
• • • EXTENSION TO COUNTY HIGHWAY NO.
SECTION No. 78-00000-00-GM
•
TO BE CONSTRUCTED UNDER
• THE PROVISIONS OF .
-.THE ILLINOIS HIGHWAY CODE •
•
•
. • APPROVED
DEPARTMENT OF TRANSPORTATION
•
/0 t9 2 Si CATF.�- to
• PASSED
�I( 41J C� __ _
..
Mayor,or President of Scud of Trustees Distrie. Enema
SLsifo ve..►s tt) •
:i..- -- ;_ . .. '= i''' =. ,.�-,= T.. > :sr.-ate- -, ..
' STATE OF ILLINOh
NOTICE TO CONTRACTORS
For Work to be Constructed Under The Illinois Highway Code
I. Time and Place of Opening Bids. Sealed proposals for the improvement of the thoroughfare(s)described herein `.
will be received at the office of the Council or President and Board of Trustees ofthp Village of Buffalo Grove
-Cook and Lake'" County. Illinois, until 10:30 o'clock M, Tuesday
August 1 19 78 and at that time publicly opened and read.
2. Description of Work. (a) The proposed improvement is officially known as Section • • ,.
and is located A. Bernard Drive_between Estate`-'Drive and Raunp Boulevard
B. P2umCtove Circle between Arlington Hts. Road and Country Lane
C. Anthony Road between Harvard Lam. and Cambridge Drive
_
6250 {� 6250 1.18
a total distance of ___ xlesf whi}l feet. ( iailes) are
to be improved.
(b) The proposed iInpr'overnen onsiets-.of- thy.-r. wA1-•pnd TPeroration of bage rourgps
and the construction of bituminous concrete binder and surface courses and related
ronstrurtien_
•
*3..Instructions to Bidders.' (tl`)"Ptans and proposal forms stay be oblainectfrom the Municipal Clerk or.Municipal
Engineer at the department _of En ine-ring Sc'rvirPe. Pnhlir Sercrire Cr ' ,Qnp 51 Raupp
Boulevard, Buffalo Grove, Illinois 60090
b)::Ail-propasatnn-asF-Wac�-7n ,arced by-a bank cashier's check;"ban crdraft, or certified check for not less tt an
ten (10) per cent of the amount of the bid,or as provided in Article 102.09 of the "Standard Specifications for Road and
Bridge Construction,"prepared by the Department of Transportation of the State of Illinois.
4. Rejection of Bids. The Council or President and Board of Trustees reserves the right to reject any or all proposals as
provided in Article 102.08 of the "Standard Specifications for Road and Bridge Construction,"prepared by the Department
f Transportation of the State of-illinojc
By order of
e Council or President and Board of Trustees of the Villas'of Buffalo Gr ve
/v 197( - /�
Clerk.
•
Form BLR 291(Roy.12.73)
STATE OF ILLINOI \"'`1 •
SPECIAL PROVISIONS
The "Standard Specifications for Road and Bridge Construction" prepared by the Department of Transportation of
the State of Illinois and adopted by said Department on July 1, 1976 and the enclosed."Mimeographed
Supplemental Specifications"govern the construction of the proposed improvement designated as Section78-00000—QOr,GIB,
•
The following special provisions supplement the said specifications, and in case of conflict with any part
or parts of said specifications, these special provisions shall take precedence and shall govern:
Bituminous Material (Prime Coat) : This work shall be done in accordance with applicable
portions of Section 406.06 (a) and (b) of the State Standard Specifications. When priming
streets in preparation of laying the bituminous concrete mix, only that amount that can be
covered in one day's resurfacing operation will be sprayed. Absolutely no prime coat will
be sprayed for work to be completed after current days operations.
•
This work will be paid for at the contract unit price per gallon for Bituminous Material
(Prime Coat).
Aggregate Material (Prime Coat) : This work shall be done in accordance with the applicable
• portions of Section 406.06 (a) and (b) of the State Standard Specifications, following
application of the Prime Coat, and all excess material shall be removed prior to the
application of the leveling binder.
•
This work will be paid for at the contract unit price per ton for Aggregate Material (Prime
Coat).
•
Pavement Removal, Patching and Subase Stabilization: This work shall consist of the removal
and disposal of existing bituminous pavement, base course, and the necessary excavation of
subase to firm material as shown on the plans and as directed by the Village Engineer.
Areas so excavated will be refilled, to a maximum depth of 12" below existing pavement
elevation with bituminous mixture in accordance with applicable portions of Section 620
of the State Standard Specifications. Priming of saw cut edges and subase will be considered
incidental to the cost of Pavement Patching.
This work will be paid for at the contract unit price per square yard for pavement Patching.
Areas excavated more than 12" below existing pavement elevations will be primed, refilled
and compacted with CA6-1/9 aggregate to an elevation 12" below existing pavement elevation,
all in accordance with Section 620 of the State Standard Specifications.
Priming of firm subase and saw-cut edges will be considered incidental to the cost of Subase
Stabilization.
This work will be paid for at the contract unit price per ton for Subase Stabilization.
•
Bituminous Concrete Surface Removal Along the Edge of Pavement: This work shall consist of
the removal and disposal of bituminous surface. This will be done by the cold planing
method, or its equivalent, a distance of three (3') fo 'four (4') feet from the edge of
gutter. - ____ _
The planing machine to be used shall be self-propelled and capable of planing and cutting
the old surface and depositing the cuttings into one windrow in one or more processes.
Form BLR 292
(Rev. 12.73)
SPECIAL PROVISIONS
The depth of removal will be 3/4" to 1" at the gutter flag to obviate the necessity of
feathering the edge of new surface. The removed area shall be cleaned out to solid
material before priming and application of the final surface course. •
This work will be paid for at the contract unit price per square yard for Bituminous
Concrete Removal Along the Edge of Pavement.
Leveling Binder (Machine Method): This work shall be done in accordance with applicable
portions of Section 406.06 (c) of the Standard Specifications.
This work shall be paid for at the contract unit price per tan for bituminous concrete
leveling binder (machine method).
Catch Basin, Valve Vaults, Manholes and Inlets to be Ldiusted: This work shall consist of
removing the old pavement around the castings, and bring the frames to the finished grade
of the proposed improvement. Chips of broken concrete brick are not allowed as shins for
1 inch or more height adjustment. Common bricks are not acceptable for height adjustment.
. Concrete adjustment rings must be used for 1 inch or more height adjustment. Concrete mix
of approved source shall be poured around the castings after adjustment. A minimum of
11-inch difference in elevation between the top of frame to the finish concrete must be
observed. This work shall be done with the applicable portion of Section 612 of the
Standard Specifications.
This work shall include all material and labor and will be paid for at the contract unit
price each for catch basins, valve vaults,manholes and inlets to be adjusted.
Minimum Wages: This improvement is subject to the minimum cage provisions of the Illinois
Revised Statutes, Chapter 48, Sections 39S-1 to 39S-12.
Accident Prevention: The contractor shall exercise every precaution at all times for the
protection of persons and properties. The safety provisions of all applicable laws and
ordinances shall be strictly observed. Any practice obviously hazardous in the opinion
of the Village Engineer or his authorized representatives shall be immediately discontinued
by the contractor upon his receipt of instructions from the Engineer or his authorized
representative to discontinue such practice.
Barricades and Warning Signs and Lights: The contractor shall erect substantial barricades
to protect his work at all points deemed necessary by the V311sge Engineer, said contractor
shall place at such points the necessary warning signs, red lights, and other suitable devices
to protect his work properly and to provide for the convenience and safety of the public
at all times. The contractor shall maintain such barricades, signs, lights, and protection
devices until the need for them in the judgement of the Village Engineer or his authorized
representatives has passed.
"Fresh Oil" Sign shall be installed on a Type 2 barricade when the Bituminous Material
(Prime Coat) is sprayed on the pavement surface. It shall be placed at every street
intersection where work is done. The sign shall be according to Illinois Manual on
Uniform Traffic Control Devices for Streets & Highways sign code C41-1, 36"x36" - Black/Orange,
Diamond shape "FRESH OIL" sign. Barricades and warning signs shall be incidental to the
contract.
-2
•
•
�J `� SPECIAL PROVISIONS
•
Final Policing of the Sites and of Complete Project: Before the complete work will be
ready the Village Engineer's final inspection must be acquired. The contractor shall
have removed from the project sites all surplus equipment, machinery, material debris,
barricades, and signs. The contractor shall leave said project sites in the best
possible condition to the complete satisfaction of the Village Engineer. No vehicles
of any kind shall be placed, parked, or operated upon over any sodded areas at any-
time except as authorized by the Village Engineer or his authorized representative.
The contractor shall consult with the Village Engineer, or his authorized representative,
concerning the detail and scheduling of the work contemplated herein, and shall be
governed by the decisiots of said Village Engineer or his authorized representative.
Sequence of Operations: The contractor shall coordinate his work in a manner that will
cause as little inconveneince to traffic as is possible. The contractor shall work
closely with Village Officials, Fire, Police in coordination, with the least amount of
interruption to normal traffic and parking facilities, access to homes and inconvenience
to the public.
General: The contractor shall at all times have a competent person in charge of his
work crew at the job-site, to whom the Village representative may issue directives.
Such a person shall be authorized to accept and act upon such directives.
Protection of Existing Drainage Facilities During Contruction: Unless otherwise noted
in the Contract Plans, the existing drainage facilities shall remain in use during the
period of construction. Locations of existing drainage structures and sewers, as shown
on the contract plans are approximate. Prior to commencing work, the contractor at his
own expense, shall determine the exact location of structures which are within the
proposed construction site. All drainage structures are to be kept free of any debris
resulting from construction operations. All work and materials necessary to prevent
accumulation of debris in the drainage structures will be considered as incidental to
the contract. Any accumulation of debris in the drainage structures resulting from
construction operation shall be removed at the contractor's own expense and no extra
compensation will be allowed.
Maintenance of Existing Utilities: The contractor shall be responsible for interference
with or damage to any existing utilities, such-as watermains, sewers, gas mains, cables,
conduit, etc., and shall repair or replace same at his own expense and with the least
possible delay. The contractor shall give prior notifications to the Utility Companies
of his intention to begin work.
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 anyway
inconvenience traffic, and the contractor shall at all times conduct the work in such
a manner as to insure the least obstruction to vehicular and pedestrian traffic. When-
ever possible, the contractor 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 improvement.
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 obligations. All transactions of the Engineer shall be with the
• contractor; subcontractors shall be recognized only in the capacity of employees or
workmen and shall be subject to the same requirements as to character and competence. The
contractor shall not assign, transfer, convey, sell or otherwise dispose of the whole
or any part of his contract to any person, firm or corporation without written consent of
the Engineer.
- a}
DIAL PROVISIONS
Mixtures for Cracks, Joints and Flangeways: All excess crack filler, cold patches
and other bituminous patches which contain an excess of bitumen or which are unstable
in hot weather shall be removed from the pavement which is to be used as a base.
A11 bituminum shall be removed from expansion joints and cracks more than 1' inches
wide. The Contractor shall perform this work in the most economical manner possible
and as directed by the Engineer. All waste material placed on the shoulders during
the pavement cleaning operations shall be removed at the close of the day's work and
shall be disposed of outside the limits of the right-of-way at locations acceptable
to the Engineer. This work shall be coordinated with the priming and paving
operations so that the pavement will be properly prepared before the priming and
paving is done. If the preparation is done too far in advance of the following
work so that the preparation must be repeated, no compensation will be allowed for
preparation work following the original preparation.
Prior to placing leveling binder course mixtures for multiple course construction,
all open cracks and open expansion joints having a width of 1 inch or more, expansion
joints and cracks that have been cleaned shall be filled completely with mixture for
cracks, joints and flangeways. The mixture shall be hand tamped in place with hand
tools. This work shall be completed at least 24 hours prior to placing the first
course of bituminous mixture. -
This work will be paid for at the contract unit price: per ton for mixtures for
cracks, joints and flangeways.
P.C.C. Curb and Gutter aemoval and Replacement: This work is to be done in accordance
with Sections 616 and 617 of the Standard Specifications. The location and grade
of the new curb and gutter shall be the same as the original unless otherwise
specified by the Engineer. Existing reinforcement bars shall be left in place and
used to tie in the new curb and gutter.
The work will be paid for at the contract unit price per lineal foot of P.C.C.
Curb and Gutter Removal and Replacement measured in place along the face of the
curb.
•
Advance Notice: The contractor shall post suitable advance notice on streets
scheduled to be resurfaced, at least 24 hours, but not more than 48 hours, before
resurfacing operations are started. All notices shall be removed by the contractor
immediately upon completion of work in that block.
Starting Time: The time limit for completion of all work under this contract shall.
be in accordance with the requirements of Article 108-09 (b) of the Standard
Specifications. The completion date of this contract is 30 working days after
"Notice to Proceed".
•
•
•
•
•
•
STATE OF ILLINOIS '
DEPARTMENT OF TRANSPORTATION
BUREAU OF LOCAL ROADS AND STREETS
•
T SPECIAL PROVISION -'
•
-x,
•
•
•
_
= ` PREQUALIFICATION OF .BIDDERS in-accordance with Section 102.01(b)- of _ —
the S'taiidard Specifications will be required of all bidders on this
proposal.
•
•
•
•
•
••
•
•
•
•
•
-
e
.
•
State of Illinois
DEPARTMENT OF TRANSPORTATION •
r
Bureau of Local Roads and Streets
SPECIAL PROVISION
• FOR
FAIR EMPLOYMENT PRACTICES
.
•
•
In addition to all other labor requirements set forth in this proposal and in
• the Standard Specifications for Road and Bridge Construction, adopted by the
Department of Transportation on July 1, 1976, during the performance of this
contract, the contractor for itself, its assignees, and successors in interest
(hereinafter referred to as the "contractor") agrees as follows:
I. SELECTION OF LABOR
The Contractor shall comply with all Illinois statutes pertaining to the
selection of li.bor. .
II. EQUAL EMPLOYMENT OPPORTUNITY
•
. During the performance of this contract, the contractor agrees as follows:
(1) That it will not discriminate against any employee or applicant
• for emplo}rent because of race, color, religion, sex,_national origin
or ancestry; and further that it will examine-all job classi fi caticns
to determine if minority persons or women are underutilized and willt
. take appropriate affirmative action to rectify any such underutiliza- .A` s
ti on.
(2) That, if it hires additional employees in order to perform this -
contract or any portion hereof, it will determine the availability of
. minorities and women in the area(s) from which it may reasonably -
- recruit and it will hire for each job classification for which em-
ployees are hired in such a way that minorities and women are not
underutilized. •
• (3) That, in all solicitations or advertisements for employees placed
by it or cn its behalf, it will state that all applicants will be
• afforded equal opportunity without discrimination because of race,
color, religion, sex, national origin or ancestry.
(4) That it will send to each labor organization or representative
of workers with which it has or is bound by a collective bargaining or
other agreement or understanding, a notice advising such labor organ-
• ization or representative of the contractor's obligations under the
Illinois Fair Employment Practices Act and the Commission's Rules and 1
Regulations for Public Contracts. If any such labor organization or
representative fails or refuses to cooperate with the contractor in
Its efforts to comply with such Act and Rules and Regulations, the •
Form LR 120
(10-76)
• Sheet 1•of 2
. •
contractor will promptly so notify the Illinois Fair Employment -
Practices Commission and the contracting agency and will recruit
employees from other sources when necessary to fulfill its obliga-
tions thereunder. '
(5) That it will submit reports as required by the Illinois Fair _
Employment Practices Commission's Rules and Regulations for Public
Contracts, furnish all relevant information as may from time to time
be requested by the Commission or the contracting agency, and in all
respects cunply with the Illinois Fair Employment Practices Act and -
the Cannission'S Rules and Regulations for Public Contracts.
• (6) That it will permit access to all relevant books, records, -
accounts and work sites by personnel of the contracting agency and _ _
the Illinois Fair Employment Practices Commission for purposes of
investigation to ascertain compliance with the Illinois Fair Employ-
ment Pract=ces Act and the Commission's Rules and Regulations for
_ Public Can:facts. _ _ __ _
(7) That it will include verbatim or by reference, the provisions of
__ paragraphs 1 through 7 of this clause in every performance subcon-
tract as defined in Section 2.10(b) of -the Ccmaissicn's files and
Regulation5 for Public Contracts so that such provisions will be
• binding up•3n every such subcontractor; and that it will also so .
include the provisions of paragraphs 1, 5, 6 and 7 in every supply
subcontract as defined in Section 2.10(a) of the Ca-mission's Rules
and Regulations for Public Contracts so that such provisions will j
be binding upon every such subcontractor. In the same manner as
• with other provisions of this contract, the contractor will be liable
for compliance with applicable provisions of this clause by-all its ' `, e
subcontractors; and further it will promptly notify the contracting - 1
.agency and the Illinois Fair Employment Practices Cco=ission in the
• event any subcontractor fails or refuses_to_conply ,therewith.
- -
`- --- -__ - _ _ _- � LR 120
-"- _ Z_ - = _ t 2 of 2
•
•
• State' of Illinois
DEPARTMENT OF TRANSPORTATION
Bureau of Local Roads an& Streets
•
•
SPECIAL PROVISION
TRAFFIC CONTROL DEVICES •
•
•
The material and construction shall conform to the "Standard Speci:Ei-
cations for Road and Bridge Construction" adopted by the Department of
Transportation on July 1, 1976; the-Manual of Uniform Traffic Control Devices
for Streets and Highways, adopted by the Department of Transportation; :he
Standard Specifications for Traffic Control Items adopted by the Department
of Transportation on:January 1, 1977; and all subsequent revisions or additions
thereto.
•
•
•
•
Form LR 124
(1-77)
•
Ak'
3
•
•
' STATE OF IDLIITOIS • - - .
• . DEFA.RTYZIT. CF i3ANS7CRT'ATIC11 ,
- BUREAU OF LOCAL ROADS AM STRL TS .
.
• SPECIAL PRGVI3ICU - :I
. z�
•• t. -
• -J - - - .
- — = -.. . "-.'-PREQUALIFICATIOir OF -BIDDERS in-accordance with-Section 102.01(b)- of = -— --
the Staaidard Specifications will be required of all bidders an this
. proposal. - -
•
.
! -
.
.
•
•
• - I
•
.
t 3-3 J
i.
State of Illinois
Department of Transportation • •
SUPPLE'E:.TAL SPECIFICATION ,
. FOR - .
. - • - SECTION• 704. COARSE AGGREGATE
• • Effective October 15, 1976 .
Revised February 15, 1978
•
This Supplemental Specification amen.-;s the.provisions of the Standard Specifications
for Road and Bridge Construction, adopted July 1, 1976 and shall be construed to `
.,..,tbvp.ea=par;-.-:t}re:•ecr.; supe:sed .ng =ary-, ocfli:tLag-.,provisions •.tre:reof.,apal,icabl.e,.zo
the work under the contract. • •• -
704.01 Materials. Add :he following descriptions to subarticle 704.01(a).
"Chert Gravel. Chert gravel shall be the coarse granular material occuring in
- alluvial deposits resulting from reworking by weathering and erosion of chert-
bearing geological formations and containing a minimum of 80 percent chert- or • - •
similar siliceous material.
Crushed Concrete. Crushed concrete shall be the angular fragments resulting
from crushing portland cement concrete by mechanical means." • .
Revise Nbte 3/ of subarticle 704.01(b) to read: -
"3/ Includes deleterious chert. In gravel, and crushed gravel aggregate deleterious
c ert shall be the light weight fraction separated in a 2.35 heavy media separation.
In crushed stone aggregate deleterious chert shall be the lightweight fraction
separated in a 2.35 heavy, media separation."
Revise the percent passing the No. 4 sieve for the CA 6 gradation in the gradation
table in subarticle 704.01(c) to read:
•
"43+13" . 1
704.01 Materials. In the Coarse Aggregate Quality table of subarticle 704.01(b)
revise the percentage of Deleterious Materials Soft and Unsound Frag. Maximum allowed
for Class 8 from "4.0" to "6.0"; also revise the Total Deleterious Maximum for Class 8
Quality from "3.0" to "6.0". Add note 6! indicator to the Class A quality percentage
allowed by the Los Angeles Abrasion AASMTO Max. % Loss test and add the following
Note 6!:
"6/ For portland cement concrete the maximum % loss shall be 45."
Add the following paragraph after the third paragraph of Subarticle 704.01(e). .
"Crushed slag for portland cement concrete shall be stockpiled in a moist condition
(saturated surface dry or greater) and the moisture content shall be maintained .
uniformly throughout the stockpile by periodic sprinkling."
•
-04.02 Coarse Aggregate for Portland Cement Concrete. Revise subarticle 704.02(a)
to read:
"(a) Description. The coarse aggregate shall be gravel, crushed gravel, crushed
stone, crushed concrete, or crushed slag.
•
t:;sr'e 14;4:c;,atc - con'.., •
•
. delete the second paragraph of sub-article :04.02(d) and insert the fallowing two
raragrnphs therefore: t
"Coarse aecregate fer Portland cement concrete shall be furnished in the separate
sines as specified above, or• at the option of the Contractor, a unit coarse
aggregate gradation CA-- may be used. When a unit coarse aggregate is used, -the
• cement content for pavement and base course including base course widening shall
• be not less than 5.64 hundredweight per cubic yard, except that if the concrete is
produced by a transit mix or shrink mix operation the cement content shall be
not less than 6.02 hundredweight per cubic yard.
When a water reducing admixture is used, a reduction of up to 0.=a hundredweight
. •. r cubic yard, ,from .4 concrete..des±gned r-smec.:--i- .sIZ. i•without .the..ad.2xture,
. will he permitted in the cement contents specified herein. If the coarse
ngcregnte is furnished in separate sites, they shall he comhined in proprrtions
• :a provide a .uni_formlv.graded coarse.agvegate grading within the following
704.073 Coarse Aggregate for 3it-. inous Ceu-ses_ Ret^_'se the first sentence of
suharticle "U4.03taj to react:
"(a) fescription. The coarse aggregate- shall be c-cashed gravel, crushed stone,
crushed concrete, crushed slag or chats."•
-(4.04 Coarse Aggregate for Waterbound Macadam Base Course. Revise subarticle
-045O.t a) to read:
• "(a) Description. The coarse aggregate shall consist of crushed stone, crushed
concrete, or crushed slag."
704.05 Coarse Aggregate for- Aggregate andStabi.Iired Aggregate 3ase, Sub-base,
and Shoulder Courses; Aggregate Sur:ace Course; and Aggregate Erbanicnent Soecial.
Perise suhnrticic 704.05(a) to read:
"(a.' ;+escr:-'t hens The coarse aggregate shall be put r 1 gravel, gravel, crushed
gravel, novaculite gravel, crushed stone, crushed concrete, or crushed slag."
•
•
•
•
•
. • •
•
1 I
•
•
•
•
• r
}
f
1
-
State of Illinois = '
Department of Transportation -•
- '-
• SUPPLEMENTAL SPECIFICATION
FO: -
SECTION 504. CONCR-TE FOR STRUCTURES •• `=
AND INCIDENTAL CO`STRUCTION - :-
- i
• • Effective February I, 1977 _ _ _
• Revised February 15, 1978
This Supplemental Specification amends the provisions of the Standard Specifications
for Road and Bridge Construction, adopted July 1, 1976 and shall be- construed to A
a part thereof, superseding any conflicting provisions thereof applicable to the. - - -
work under the contracts. _ _ _
504.05 Falsework. Revise the fourth paragraph of this Article to read:
"Falsework bents shall generally be founded upon piling driven to a capacity
sufficient to support the load without appreciable settlement. If the soil is firm and
well compacted, the Contractor may, as on alternate, place falsework bents upon
concrete footing or mud sills of sufficient size that the pressure on the soil will
not exceed 1 1/2 tons per square foot or he may support falsework from the piers or
abutments, provided sleeves for any tie bolts can be cast into the concrete and the
method proposed meets the approval of the Engineer. Sleeves or other appurtenances
cast into the concrete shall be constructed so as to permit their removal to a- depth -
of at least 1 1/2 inches from the face without injury to the concrete. Drilling into
existing piers or abutments that are to remain as a part of the final structure will
not be permitted for the support of falsework. The Engineer may require the
Contractor to use screw jacks or hardwood wedges to tale up any settlement in the form
work, either before or during the placing of the concrete."
• 504.08 Composition of Concrete. Revise the fifth paragraph of this Article _to read:
"At the option of the Contractor or when specified by the Engineer, a water
reducing admixture may be used except that when a retarding admixture is required no •
water reducing admixture wil be permitted." - .
- -
Delete the penultimate: sentence of the seventh paragraph of this Article which reads:
.
"When water-reducing admixture is used, no reduction in cement content will be
• permitted." -
Revise the fourteenth paragraph of this Article to read: - -
• "When the atmosphere or concrete temperature is 65°F. or higher, a retarding
admixture meeting the requirements of Article 718.01 shall be used in the Class X
- Concrete for concrete floors on superstructures. The amount of retarding admixture
to be used will be determined by the Engineer. The proportions of the ingredients of the
concrete shall be as would be used without the retarding admixture except that the -
,4r amount of mixing water shall be reduced, as may be .necessary in crder to maintain - -
the consistency of the concrete as required by the specifications. Type I or Type IS
cement shall be used." .
C-2
•
•
3'
•
State. of Illinois .
•
Department of Transportation - .
• SUPPLEMENTAL SPECIFICATION
•
• FOR 1 • - • ..
•
• SECTION 800. EQUIPMENT
SECTION 802. BITUMINOUS EQUIPMENT
Effective February 1, 1977
• Revised July 1, 1977
This Supplemental Specification amends the provisions of the Standard Specifications
. for Road and Bridge Construction, adopted July 1, 1976 and shall be construed to be
a part thereof, superseding any conflicting provisions thereof applicable to the •.. -
work under the contract. - -
800. General. Add the following paragraph after.the firs para
tgraph of this Section:
"All equipment utilized in the removal of rradway,surfaces or waterproofing
,membranes shall meet, and shall be operated in compliance with a visual e:iission
' limitation of 30 percent opacity or Ringlem.n 1 for a period not longer than
• one minute and for not more than four minutes in the aggregate in any 60 •
minute period. The Contractor shall comply with the applicable provisions •
: of the Environmental Protection Act and Rules adopted thereunder." -
802.01 Hot-Mix Plant. Revise subarticle (a) of this Article to 'read:
"(a) General Requirements. The plant shall be approved before production begins. .
. It shall be equipped with adequate and safe stairways to the mixer platform
and sampling points. Guarded ladders shall be placed at all points where
accessibility to plant operations is required. Accessibility to the top of
truck bodies shall be provided by a platform or other suitable device to
enable the Engineer to obtain samples and mixture temperature data. A hoist
or pulley system, if required by the Engineer, shall be provided to raise •
scale calibration equipment, sampling equipment and other similar equipment
from the ground to the mixer platform and return. All gears,- pulleys, chains,
sprockets, and other dangerous moving parts shall be thoroughly guarded
and protected. Ample and unobstructed space shall be provided on the mixing
platform. A clear and unobstructed passage shall be maintained at all times
in and around the truck loading area. This area shall be kept free from
drippings from the mixing platform. The plant shall be equipped with an
approved dust collecting system. The collected dust shall be stored in an
approved hopper other than the dust collector and shall be fed to the boot
of the hot elevator at a uniform rate by a variable speed vane feeder or •
mechanical feeder during the period when a full stream of aggregate is being
fed from the drier to the hot elevator. The accuracy of the feeder shall
not be affected by the head of material in the collected dust storage hopper.
• A low bin indicator shall be required ahead of the feeder. The plant shall
be equipped with a laboratory and equipment meeting the following:
1. Laboratory.. The plant laboratory shall have approximately 200
square feet•of floor for performing the necessary tests for control
of the mixture. The room shall be provided with sufficient heat,
natural and artificial light, air conditioning, and be equipped with
a desk, chair, drafting stool, work bench 3' x 10' x 36" high with
drawers and cabinets below, service sink and water supply, and 110
volt outlets. First aid equipment, telephone, fire extinguisher 'l
having a minimum underwriters laboratoryratingo ���
f 2AlOBC and sanitsry C
• (Bitu=i.s Equipaeh .,../con'ti,,.../ Lam,/
facilities shall be available. When approved by the Engineer a '
room with sufficient space for performing the necessary tests for
control of the mixture, either in a building occupied by. the
bituminous concrete operator or in a separate building satisfactory
to the Engineer, may be substituted for the aforementioned facility.
2. Equipment. Plants producing bituminous mixtures totaling 2500 tons or •
more for a particular job shall be supplied with the following •
• equipment meeting the approval of the Engineer.
1 Reflux extractor of approximately 2000 grams capacity. "
1 • Power vented fume hood with sliding glass door.
1 Hot plate .for extractor.
1 -Eureka testing outfit for density test. •
1 Balance and weights (approximately 2.5 kilograms capacity) _ -
with an accuracy to 0.1 grams.
1 Set of sieves (1 1/2", 1", 3/4", 1/2", 3/8", No. 4, No. 8,
No. 10, No. 16, No. 30, No. 40, No. SO, No. 80, No. 100,
No. 200, pan and lid). •
1 Mechanical sieve shaker and. timer.
1 Oven of approximately 6 cubic fees with a controllable range
from room temperature to 350 F.
- 2 Samples splitters (1 for coarse aggregate and 1 for fine aggregates)
• and 3 pans.
6 Small drying pans (approx. 8 1/2" diameter.
The Engineer may accept alternate equipment proposed by the Contractor provided .
the substituted equipment will perform the same quality assurance function."
•
•
•
•
•
•
•
—2-(fl
•
•
• ,
`;: I •
State of Illinois
Department of Transportation
• SUPPLEMENTAL SPECIFICATION •
FOR
SECTION 703. FINE AGGREGATES
Effective February 15, 1978
This Supplemental Specification amends the provisions of the Standard Specifications
for Road and Bridge Construction, adopted July 1, 1976 and shall be construed to be
a part thereof, superseding any conflicting provisions thereof applicable to the
work under the contract.
703.01 Materials. In the Fine Aggregate Quality Table of subarticle 703.01(b)
revise the Deletericus Materials - Shale Max % and the Conglomerate Max % for both
Class A and B quality to read: "3"
Revise Note 1/ of subarticle 703.01(b) to read: -
"1/ Aggregate exceeding the calorimetric test standard of 11 (AASHTO T 21) will
be checked for mortar making properties according to AASHTO-T 71 revised by the
Illinois Department of Transportation, and shall .develop a compressive strength
at the age of 14 days when using Type I or II Cemea: of not less than 95 percent .of the
• comparable standard."
•
703.02 Fine Aggregate For Portland Cement Concrete and Mortar. Revise the first
sentence of subarticle 703.02(d) to read:
"The mixing, alternate use, and/or substitution of fine aggregates from
different sources fcr use in portland cement concrete will not be permitted without
the approval- of the Engineer."
•
{
t
•
• c
-
•
•
•
•
.. "'✓ ;' •
•
•
•
• ••
•
• 1 SAWCUT EXISTING PAVEMENT -
• I"SURFACE COURSE -
I" LEVELING BINDER
EXISTING BIT.CONC.SURFACE
12"MAX. BIT.CONC. PATCH
IN ACCORDANCE WITH - - -
SEC. 620.11 OF SSRBC
- VARIABLE DEPTH AGGREGATE " UNSUITABLE SUBASE 123
CA6-06 IN ACCORDANCE AWITH SSRBC .
LIMITS OF SUBASE TO BE REMOVED
s._ • AND REPLACED,AT THE DIRECTION
• OF THE VILLAGE ENGINEER
} • • •
• l
.TYPICAL SECTION FOR FLEXI3LE PAVEMENT REMOVAL, PATCHING AND
• SUBASE STABILIZATION
•
•
i . E
• •
•s .... •o •r - _ .
d -
•
•t
•
• . • e
• •
•
•
•
•
•
•
•
•
•
. • ,
.. I" THICK BIT.CONC. SURFACE COURSE •• CLASS X
• - 1" THICK LEVELING BINDER COURSE — MACHINE METHOD
'EXISTING CONC. CURB GUTTER AS REQUIRED CORRECT CROWN OEFECENCtES S
•
. • - FINISHED SURFACE SHALL BE
BIT. MAT'L• A - • I/4" HIGHER THAN GUTTER ' /
AGGREGATE (PRIME COAT)
1 EXISTING
PAVE-��ENT 1
•
. t • -
• 1+631to 4'
- VARIES 1 • - • . 3 to 4 -
- WIDTH . VARIES VARIES �`•
•TYPICAL - SECTION FOR FLEXIBLE P : 'EMENT RESURFACING
•
-
•
•r„
•• •• . «o • ,
•
• . , tp•'.rr •n
• • c •
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
• • . s
-
. 4 FINISHED SURFACE I/4"
HIGHER THAN GUTTER
•
3/4"to i" DEPTH
I"SURFACE COURSE • - VARIES 3' TO 4' AT GUTTER
•
.1"LEVELING BINDER ---+
EXISTING BIT. CONC. SURFACE
•
EXISTING CONCRETE
• EXISTING BASE COURSE CURBS GUTTER
• •BITUMINOUS CONCRETE _
'f `• . SURFACE REMOVAL "'
•
•
• TYPICAL SECTION FOR BITUMINOUS CONCRLTE SURFACE REMOVAL
COLD PLANING METHOD
• -
•
e. a .w .. ° . 4 -
it • ' • • •
, •
• '
I, being duly sworn, do hereby declare that the following is a true and correct state-
. ment relating to all uncompleted contracts of the undersigned for Federal, State, County,
City, and private work, including all subcontract work; and all pe ding low bids mot yet
.awarded or .refectad; and equipment available.
Section No. i -
1
Contract with -
Contract Price '
" DNCCO=T iiCE.K - 17"... DOLLAM • TOTALS
Grading ,
Structures '
- Gray. or Cr. St. `(Surf. or ease) I I. _
Bituminous
Surf. Treat.
Bituminous Hot Mix ! `
Mix Type
P.C.C. Pts.
-------
Electrical Work i - f
a
Curb & Gutter z
- Severs •
Other (Explain) 1
TrTAL
Date Equipment .
Available for
New Work
. r
Remarks •
•
Subscribed and sworn to before me this Signed _
day of , A.D., 19 . ,My -
Commiss Lou expires '—" . Cam
Address
• I
Use additional forms as needed. ' Fora MR M-2t8
• s (Rev. 8-72)
A_21
•
•
•
- _
co anises
PROPOSAL
TO THE COUNCIL OR PRESIDENT AND BOARD OF TRUSTEES OF
_
L Proposal of
Pima and address of bidder)
„for the improvement, designated in Paragraph 2 below, by the ifingliwatiinte...r-emoi,gal—aed....___
restoration of designatad sections of base courses, and the construction of bitumir.ous
blinder and gnirfprp rrinrapg And rAlArpri cnn&tIMICtlen On; CA) Aernard Drivp Ivatroppn
Estate Drive and j_k_aups_31ysl, (B) Fi Go. .e Circle hatmnArlingtcalits....3acLanti__
Country Lane., (C) 4ntho•ly _ENO betweemianzarLyne_anti ramthrifiges nrive_
_
_ a tottl distance of 6250 fe et,_
of which_ 6250 feet, ( 1.18 miles) are to be improved.
-
2._ The plans for the proposed improvement are those prepared byliepar.tment pf rnginpoi-jrig
SWasigfia...Yil1,age...QL14ti1sLas).Y.e.......71 1 iijg
7- --
approved
by the-Department—of Transporzation of the-State of Illinois un ., 19,which:151:4i are
desigriated-as-Sectio -2ED.010:-M.7.21—_____.4iiti which coverthe-wmk debciibed in paragraph 1 abovc.
The ifieFiffcations herein reTeiled to are the "Standard SpealMaTibirs—fi-ir Road and Bridge ConstiuLtioir" 1.fleydred
by the Department of Transportation of the State of Illinois.and adopted by said Department on—aulx...4.-.1.91L--
___
8. The undersigned declares that he will comply-r-With-the-applicableT-p-mvisioniraf-Section-1-007General
Requirements and Covenants of the specifications.
4. The undersigned agrees to complete the work within....30 working days or by._.........
z unless additional time is granted in accordance with Article 108.09 of the:spicifications;„
5. Accompanying this proposal is a bank draft, bank cashier's check, or certified check, complying
with the requirements of the specifications, made payable to the Village Treasurer of
The amount of the check or draft is
(1
Form BLR 293
- - (Sheet 1 of 4)
(Rev.12:73)
`./ ' 1
If this proposal is accek jnd tldersigned shall fail to ex cont'.1v/and contract bond as required,
it is hereby agreed that tflramount of the check or draft or bidderand substituted in lieu thereof, shall be-
come the property of the City, Town, or Village, and shall be considered as payment of damages due to delay
and other causes suffered by the City, Town, or Village because of the failure to execute said contract and '
contract bond; otherwise said check or draft, or bidder's bond substituted in lieu thereof shall be returned to
the undersigned.
•
ATTACH BANK DRAFT, BANK CASHIER'S CHECK, OR CERTIFIED CHECK HERE •
In the event that one check or draft is intended to cover two or more proposals, the
amount must be equal to the sum of the proposal guarantees of the individual sections cov
ered.
If the check or draft is placed in another proposal, state below where it may be found, as
follows: _ y
The check or draft will be found in the proposal for Section No..7.8-0000D-00-GM . •
• 6. The undersigned submits harewith his schedule of prices covering the work to be performed under this
contract.
SCHEDULE OF PRICES
(For complete information covering these items, sae plans and specifications)
Item TIEtiIS Approximate UNIT PRICES AMOUNTS
No. Quantities Dollars Cents Dollar
1. Bituminous Concrete Surfaces 1164 Ton
Course Class I
2. Bituminous Material (Prime Coat) 1515 G
3. Aggregate Material (Prime Coat) 30.4 Ton
4. Leveling Binder (Machine Method) • 884 Ton
5. Bituminous Concrete Surface •
Removal Along Edge of Pavement
(Cold Planing Method) 4861 sq.yds.
6. Pavement Removal and Patching 1838 Ton.
7. Subase Stabilization • 887 Cu.Yds.
8. Mixture for Cracks, Joints and
Flangeways 2.25 Ton
9. Inlets to be raised 6 each
10. PCC Curb and Gutter Removal and
Replacement . 182 lin.ft.
•
i
1
Carried Forward I
Form BtR 293
( Rev. (o6..70)
S.11 .„-1
(If an individual)
Signature of Bidder...... ... .:.................:... ......._.(SEAL)
•
Business Address.... ...____......_........_. _.._. _...
(If a co-partnership)
Firm Name..._.............._..._......._..........: .... (SEAL)Signed by.......................... • (SEAL)
Business Address ........._.._...._........_.... ..�........... ..
Insert .._.._...............�.
Names and
Addresses of •
.--._�....._ _......__.._._ .._ _._......_ ...._....
All Members
of the Firm
(If a corporation)
Corporate Name......_..._............._......._ _ ...
Signed By-._-.
President.
Business Address ....._
(Corporate Seal)
Insert President.. _ ..._..,_
Names of
Officers Secretary_. ___........ ._......
Treasurer..
Attest: ..:_.�_...
Secretary
•
form SLR 293
Ow Al of 4)
Roy.(670)
a
11,
I
,
_. ,,/ `1 STATE Of IIWNOIS \�/ -
• . MUNICIPAL ESTIMATE OF MAINTENANCE COSTS
1 s 1of21 •
Period from January 1. 191-. to December 31, 19J_._ Municipality Village of Buffilo Grove •
ESTIMATED COST OF MAINTENANCE OPERATIONS
MATERIAL. EQUIPMENT, OR LABOR -
' MAINTENANCE OPERATION
OPERATION
040".00CRIPTI N�TOTAL pygmy/Ty) REM ANC SPECIFICATION neren riot QUANTITY UNIT AMOUNT COST
ANO UNIT COST
. Bituminous Resurfacing - 1 . Bituminous Surface 650 ton 23.00 14,950.00 •
Bernard Drive 2. Bituminous Matl . (Prime Coat) 845 Gal . .75 633.7fp
(Estate to Raupp) 3. Aggregate Matl.(Prime Coat) 17 Ton 16.00 272.0)
4, Leveling- Binder 520 Ton 23.00 11 ,960.0V
5. Bituminous Surface Removal 2255 sq.yd. 3.50 7,892.50
6. Pav't. Remvl . and Patching 1535 Ton 30.00 46,050.00
Z, Subass Stabilization , 740 cu.yd. 10.00 7,400.00 •
8. Mixture for cracks __) Ton 50.00 50.00
., Inlets to be raised _ 1 each 100.00 100.0')
10. PCC Curb & Gutter Removal :;
Replacement 89,j08.0i
- 1. - 110% 93,239.00
Bituminous Resurfacing- 1 . Bituminous Surface 307. Ton 23.00 7,061.60
Plum Grove Circle 2, Bituminous Matl. (Prime Coatl 400 gal . .75 300.6)
(Arlington Htc. to _1, Aggregate ilatl . (Prime Coat) . 8 Ton 16.00 128.0)
Country lane) 4. Leveling Binder 217 Ton 23.00 4,991 .0)
5. Bituminous Surface Removal 1556 sq. ydi 3.50 5,446.0)_
6. Pav't. Remvl. and Pa_tching 114 Ton 30.00 3,420.0)
7. Subase Stabilization 55 cu. yd, 10.00 550.03
8. Mixture for cracks . 3/4 Ton 50.00 37.5)
9. Inlets to be raised ,_9 100.00 0
t 1I. PCC Curb & Gutter Removal & 163 l in.ft. 15.00 2,445.00
1 Replacement _ 24,379.0)
110% 26,816.00
•
. Bituminous Resurfacing- 1 . Bituminous Surface , 207 Ton 23.00 _ 4,761 .00
Anthony Road - 2, Bituminous Matl . (Prime Coat) 270 gal. .75 202.5)
(Harvard Lane to Cambridge 3. Aggregate Matl . (Prime Coat) 5.4 Ton 16.00 86.40
Drive) . Leveling Binder 147 Ton 21.00 3.381 .00
5. Bituminous Surface Removal _1050 sq,yd. 3.50 ._3 675.0)
6. Pav't_.RemvL and Patching 190 Ton 10.00 5,700.00
• 2, Subase Stabilization 92 cu yd. 10.00 920.00
. 8. _Mixture for cracks • 112_Ton 6 00 25.00
9. Inlets to be raised 5 100.00 500.00
• 10. PCC Curb & Gutter Removal I 19 lin. ft-15.00 285.00
Replacement _ 19,516.0)
110% 21 .490.00
Inspection & Testing 2.500.00
• TOTAL.ESTIMATED MAINTENANCE COST • $1 1i9,045.00
Submitt d 19 2r Approved . 19
iineOl al Meal -.-?-7,2 ---,-- ,//,....J2, (a?,/4(
nir
District/Regional Engineer
•
Submit Four(4)Copies to Dist./Reg.Engineer
Dorm 1ILR59111 ol•21
''Rev. 12.731
f