Loading...
1991-52• o RESOLUTION NO. 91 -52 A RESOLUTION AWARDING A "CONTRACT FOR PAVEMENT CRACK SEALING 91- 00000 -00 -GM IN THE VILLAGE OF BUFFALO GROVE WHEREAS, the Village President and Board of Trustees of the Village of Buffalo Grove desire to cause pavement crack sealing on designated Village Streets; and, WHEREAS, the approval of a joint contract which was bid through the Northwest Municipal Conference is necessary in order to economically proceed with the program; and, WHEREAS, the Illinois Department of Transportation has approved specifications prepared by the Northwest Municipal Conference; NOW, THEREFORE, BE IT RESOLVED by the President and Board of Trustees of the Village of Buffalo Grove, Cook and Lake Counties, Illinois as follows: 1. The contract as prepared by the Northwest Municipal Conference for "Pavement Crack Sealing 91- 00000- 00 -GM" is hereby approved and the Village Manager is hereby authorized and directed to execute the contract. A copy of said contract is attached hereto and made a part hereof. AYES: 4 - Marienthal, O'Malley, Rubin, Braiman NAYS: 0 - None ABSENT: 2 - Reid, Kahn PASSED: May 20 1991 APPROVED: May 20, 1991 ATTEST: Vill&ee Clerk o O Bond #S200 -7736 We Behm Pavement Maintenance Incorporated as PRINCIPAL, and Uashington International Insurance Company as SURETY, are held and firmly bound unto the above Local Agencies hereafter referred to as "LA") in the penal sum of Three Hundred Thirty Thousand and Fifty Dollars $$ 330.050.00 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 herein at length, and whereby the said Principal has promised and agreed to perform said work in accordance 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, or corporation, 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. Municipalities Arlington Heights Wheeling Barrington Winnetka Buffalo Grove CONTRACT BOND Glencoe Glenview Libertyville Mount Prospect Northfield Strearnjood Vernon Hills Section 01- 00000 -GM We Behm Pavement Maintenance Incorporated as PRINCIPAL, and Uashington International Insurance Company as SURETY, are held and firmly bound unto the above Local Agencies hereafter referred to as "LA") in the penal sum of Three Hundred Thirty Thousand and Fifty Dollars $$ 330.050.00 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 herein at length, and whereby the said Principal has promised and agreed to perform said work in accordance 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, or corporation, 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. s 0 Illinois Department of Transportation 1. THIS AGREEMENT, made and concluded the 19 91 , between the _ Vi 11 age of Contract 20th day of May Buffalo Grove acting by and through its Presi den and Village Board Behm Pavement M ;_ntenance, Tnc. or assigns, known as the party of the second part. known as the party of the first part, and his /their executors, administrators, successors 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 ac- cordance 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 Section __ 91- 00000 -00- P1 in Buffalo Grove , approved by the Department of Transportation of the State of Illinois April 8 , 19 91 , 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: i ,I Clerk (Seal) ; Attest: Secretary BLR 5710 The Vill amz of . By - _ ism Party of the First Part (If a Corporation) Corporate Name Behm Pavement Maintenance, In( By /�'� Pr ent Party of the Second Part (If a Co- Partnership) Partners doing Business under the firm name of Party of the Second Part (If an Individual) Party of the Second Part ..IN TESTIMONY WHERE Whe said PRINCIPAL and the sa�URETY have caused this instrument "Co be signed by their respective officers�nd their corporate seals to be hereunto affixed this Gth day of May A.D. 1991 PRII 011PAL Behm Pavement maintenance, Inc. Company Name (seal) Company Name seal By /_ ,� t ewe 6y ix Signature & Title Signature & Title (If PRINCIPAL is a joint venture of two or more contractors, the company names, seals and authorized signatures of each contractor must be affixed.) SURETY Washington International Insurance Company By: Name of Surety seal Signa of Attorney -in -Fact J( o}il STATE OF ILLINOIS, COUNTY OF Lake I , Carol A. Doughe rty , a Notary Public in and for said county, do hereby certify that William J. Behm and J. S. PoIll 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 19 91. My commission expi CARCL A. DOU HERTY ft. ^-y �. C a of lilirnois My Cc;n;r,s !on Ezoires lisiar Approved this :"/ ;Zf._ Attest: e Clerk �J (Seal) this 6th day of ma" A. D. &�, ti �No ary Public day of A.D. 19 Aw n Chairm / yo 'President r/ i PROP AL SURMITTiD ,#Y CONIRAC10irS NAME Sol 0 & e 176 ADDRESSC�ys�4/ 1.4k��z�, Goole STATE OF ILLINOIS NORTHWEST MUNICIPAL CONFERENCE 1616 E. Golf Road, Des Plaines, Illinois 60016 COOK COUNTY =WX1KXQ1XCE= SPECIFICATIONS, x-4MIRX WX35RM1XRREI0AM= CONTRACT PROPOSAL, Gg�Gx� of ,v)?eAe,7-�a ovD (Strike out that which is not applicable) FOR THE IMPROVEMENT OF Various (Street or Road Name) STATE HIGHWAY NO. COUNTY HIGHWAY NO. EXTENSION TO COUNTY HIGHWAY NO. SECTION NO. 91- 00000 -00 -GM TO BE CONSTRUCTED UNDER THE PROVISIONS OF THE ILLINOIS HIGHWAY CODE PASSED tg 91 Z G6" NWdYJtaiWi Executive Director APPROVED DEPARTMENT OF TRANSPORTATION V ED ��0 21991 extxrltaoe . 0 0 CHECK SHEET FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS Adopted June 2, 1990 This Check Sheet contains a listing of SUPPLEMENTAL SPECIFICATIONS and frequently used RECURRING SPECIAL PROVISIONS, BRIDGE SPECIAL PROVISIONS and TRAFFIC CONTROL ITEMS. SUPPLEMENTAL SPECIFICATIONS The SUPPLEMENTAL SPECIFICATIONS listed below supplement the "Standard Specifications for Road and Bridge Construction ", adopted July 1, 1988. All SUPPLEMENTAL SPECIFICATIONS are applicable to and included, by reference, in all contracts advertised and awarded by the Department. Std. Spec. PAGE C. NO. ERRATA Standard Specifications for Road and Bridge Construction (Adop. 7 -1 -88) (Rev. 6- 1- 90) ............................... 101 . .... . Definition of Terms (Rev. 6- 1 -90).. v 107 ... „ ................ Legal Relations and Responsibility to� Public .. ........... .......... ........... 1 2 108 Failure to Complete the Work on Time (Rev. 6- 1- 90)........ 3 208 Granular Embankment, Special ............................................ .. 4 212 ....... Subgrade.. 217 .. ........................... Final Shaping �Trimming, �and �Finishing 5 218 .... ............................... Stabilized Subbase 6 301 ......... ............................... .....� ....... Aggregate Base Course.. 7 406 ...... ........ Bituminous Concrete Binder and Surface Course, �Class �I .................. 8 9 408 Portland Cement Concrete Pavement....... ...... 10 409 ..................... .. ... ........... Continuously Reinforced Portland Cement Concrete Pavement............... . 11 410 Portland Cement Concrete Shoulders....... 12 501 Removal of Existing Structures..... .... ..........•.................... 14 503 ������������..... .. Concrete Structures...... 504 ..... ... Concrete For Structures And�Incid ental'Construction..*.......� ......� .. ..� 15 17 507 ........ Steel Structures. 509 ... .. ........... Cleaning and Painting �Metal �Structures ........................ ............... 18 21 511 ........ Pipe Culverts 513 .:.......... .............................. Test Piles............ 22 603 ................. ............................... ............ .. Storm Sewers 23 607 ........ ......................... Pipe Drains and Pipe �Underdrains......... 24 620 ............................. Pavement Patching ........................ ............................... 25 26 632 .... Delineators.... 659 ... ............ ............................ ..... Lime Stabilized Soil Mixture 27 28 674 .. ............................... ....... Bituminous Curb 675 .............. ......................:.o...... .... ... Fabric For Ground Stabilization ........................... 32 33 676 .... � Silt Filter Fence 35 703 ........................ .............................. Fine Aggregates .......... ...................:....... 36 704 ............ Coarse Aggregate.... 705 ...... ......... ......:.... . .... .. .. . ............ Stone, Concrete Blocks and Broken Concrete for Erosion�Protec tion, 37 Sediment Control and Rockfill :............. 38 ........................ 1 of 3 4809I/1 0 Q CHECK SHEET # PAGE NO. 30 31 ....... ...... ........................... ............ Reserved... � � � Pavement Rehabilitation by the Heat-Scarify-Overlay Method (Eff. 4- 1 -84). 102 103 32 Single Pass Asphalt Repaving (Eff. 4- 1- 84) ............................... 105 33 . Reserved .................................. .............................. 107 103 34 Reserved ................. ............................... .......... ...... 109 35 36 ..... ... ....... � .. .. .......... ...... • � Reserved ................ � � � Traffic Barrier Terminal Type 3B( G. R. E. A. T. System) (Eff.10- 1- 86)...... 110 37 Slipformed Parapet 'gall (Eff. 11- 22 -82) (Rev. 6- 1- 90) .................... 111 38 Insertion Lining of Pile Culverts (Eff. 6 -1 -84) (Rev. 4- 1- 89) ............. 113 39 Use of Geotechnical Fabric for'French Drains (Eff. 4- 15 -82) 40 (Rev. 7- 1 -88) . Measurement of Pavement �Marking �Quantities � (Eff.�7- 1- 87) ................. 115 116 41 Reserved .................................. ............................... 117 118 42 Reserved.. .. ... ............................... Wall �Drain � (Eff.�11- 1 -86) 119 43 Geocomposite� .. . ............................... 120 44 Haul Road Strean Crossings (Eff. 1- 1- 88) ................................. 121 45 46 Reserved ....... . .......................... .... . ........ . ................ Portland Cement Concrete Patching Mixture (Eff.10- 1 -84) 47 (Rev. 5- 1 -86).. ....................... Asphalt Quantities and �Cost �Reviews � (Eff.�7- 1- 88)........................ 122 124 48 Crack Sealing Bituminous Pavement (Eff. 2- 15 -88) (Rev. 6- 1- 90) ........... 125 49 Crack and Joint Sealing Jointed P. C. Concrete Pavement (Eff. 2- 15 -88) (Rev. 6- 1- 90) ......... ............................... 126 50 51 ..... ... .......... .... ...... .... .. . � Reserved......... .... . � � Filter Fabric For Use WithRiprap( Eff. 4- 1- 88)(Rev.12- 1- 88)........... 128 129 52 Crack and Joint Sealing Continuously Reinforced P. C. Concrete Pavement (Eff. 2- 15 -88) (Rev. 6- 1- 90)....................................... 132 134 53 Aggregate Type B Base Course (Eff. 12- 5- 88 ) .............................. BRIDGE SPECIAL PROVISIONS BSP -1 Bridge Seat Sealer (Eff. 7 -1 -71) (Rev. 10- 1 -83). .. ...... 135 BSP -2 Portland Cement Mortar Fairing Course (Eff. 1- 2- 80) ................... 136 BSP -3 Concrete Joint Sealer (Eff. 7- 1- 71) ..... . ..................... 137 BSP -4 Elastic Joint Filler (Eff. 7 -1 -71) (Rev. 10-1-86) ................... 139 BSP -5 Deck Slab Repairs (Eff. 1 -2 -80) (Rev. 6 -1 -90) .... . .. ........... 140 BSP -6 Waterproofing Membrane System (Eff. 4- 15 -74) (Rev.7- 1- 88)............ 143 BSP -7 Finishing Cast -in -Place Concrete Bridge Floors (Eff. 7- 1- 71) .......... 149 BSP -8 Sand Backfill (Eff. 7 -1 -71) (Rev. 12- 1- 75 .) ............................ 150 BSP -9 Reserved.. � .. . .......... ............................... 151 BSP -10 Temporary Bridge Rail (Eff.• � � 1- 2- 80)... ..... .. .... .................. 152 BSP -11 Epoxy Grouting of Anchor Rods and Bars (Eff.7- 1 -73) (Rev..6- 1- 90) ................ ... .. .............. ........... 154 BSP -12 Texturing Concrete Bridge Decks (Eff. 7 -1 -77) (Rev. 5- 1- 87)........ BSP -13 Bituminous Density Test on Bridge Decks (Eff. 2- 15 -78) (Rev. 6- 1 -90). . ....... ...................... 155 BSP -14 Epoxy Crack Sealing �(Eff.10 -1 -83) (Rev. 6- 1- 90)....................... 156 BSP -15 Epoxy Mortar Repair (Eff: 10 -1 -83) (Rev. 6- 1- 90) ...................... 157 BSP -16 Reserved ............................... ............................... 158 3of3 0 � Illinois De�arU'i'f Of 'j'fdll5ppf-Ld-on _ Special Provisions The following Special Provisions supplement the "Standard Specifications for the Road and Bridge Construction." adopted July 1, 1988 the "Supplemental Specifications and Recurring Special Provisions," adopted June 2, 1990 (as indicated on the check sheet included herein), the "Standard Specifications for Traffic Control Items," adopted April 1, 1989 and the latest edition of the }Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" in effect on the date of invitation for bids. These special provisions included herein apply to and govern the proposed improvement designated as Section 91- 00000 -00 -GM and in case of conflict with any part or parts of said specifications, said special provisions shall take precedent and shall govern. 1 0 C, - . I I TO: Potential Bidders for Crack Sealing Services FROM: Brian C. Nigbor, NWMC Purchasing SUBJECT: Bid Request for Crack Sealing Services DATE: March 27, 1991 The Northwest Municipal Conference, a regional council of governments serving 34 municipalities and 5 townships in north and northwest Cook County, is seeking bids for pavement crack sealing. You are invited to review the attached specifications and submit a bid which will be publicly opened at the Northwest Municipal Conference Office Oakton College Campus, 1616 E. Golf Road, Des Plaines, IL on Thursday, April 18, 1991 at 2:00 P.M. Sealed bids must be received prior to opening in an envelope labeled "Bid for Crack Sealing Services." Please review the attached materials carefully. Feel free to contact the NWMC office if you have questions or require clarification on any points. ms enc. I. FORM OF BID Sealed bids will be received in the Northwest Municipal Conference office until time of opening at 2:00 P.M., April 18, 1991 for furnishing materials and services required by this contract. Proposals shall be submitted on the forms provided herein, and shall be enclosed in a sealed envelope marked "PROPOSAL FOR CRACK SEALING SERVICES." Unless a bidder has previously been awarded the NWMC crack sealing contract, bids must be accompanied by evidence substantiating bidder as having been regularly engaged in business similar to that herein specified and are fully prepared with the necessary capital, materials, machinery and manpower to conduct the work described. Bidders must quote on all items appearing on the "Bid Form." Failure to bid on an item may disqualify bid. Bids presented in terms other than those described on the "Bid Form" may disqualify bid. Bids shall be accompanied by a Proposal Guaranty in the form of a certified check or bank cashier's check, payable to the Northwest Municipal Conference of 50 of the total amount of the bid. Said check is forfeited to the Northwest Municipal Conference if a contract is awarded and the awardee does not furnish a satisfactory Surety Bond for the com pletion of the work, and sign the contract within ten days after the award of the contract (see attached). Bids shall also be accompanied by an estimated schedule for the completion of work required by this contract. II. PRODUCT SPECIFICATIONS Joint sealant shall be a mixture of virgin polymer, asphalt, plasticizers, and inert reinforcing fillers that will form a resilient and adhesive compound capable of effectively sealing joints and cracks in concrete and asphalt pavements against the infiltration of moisture and foreign material during cycles of expansion and contraction with temperature changes and that will not, at ambient temperatures, flow from the joint or be picked up by vehicle tires. Sealant shall conform to ASTM -D 3405 -78 or ASTM -D 1190 -74 specification. A copy of this specification is available upon request from the Northwest Municipal Conference office. o Q Quantity - _12 municipalities will be participating in this years Northwest Municipal Conference joint contract for crack sealing services. The table below indicates the participating jurisdictions and the amount of money each jurisdiction has available for crack sealing. III. Arlington Hts. Barrington Buffalo Grove Glencoe Glenview Libertyville $100,000.00 10,000.00 30,000.00 12,500.00 4,800.00 60,0.00.00 Mt. Prospect Northfield Streamwood Vernon Hills Wheeling Winnetka $35,750.00 7,000.00 30,000.00 20,000.00 10,000.00 10,000.00 TOTAL = $330,050 In most instances street surfaces are asphalt and routing is re- quired. A complete list of the streets to be sealed is available upon request to the Northwest Municipal Conference at 296 -9200. Contractors are asked to propose the number of pounds of sealant they will apply for the amount of money available through this contract. We assume one pound of sealant will fill approximately 4 foot of routed and 6 foot of unrouted crack. SERVICE SPECIFICATIONS 1) Definition of Terms Wherever the term "Owner" appears -in the following provisions it shall be construed to mean the Northwest Municipal Conference and its duly authorized representatives and the municipalities that are.participating in the contract and their duly authorized representatives. Wherever herein the term "Director" is used it shall be construed to mean the Director of Public Works or his designated representative of the municipality in which the work specified herein is performed. Wherever herein the term "Contractor" is used, it shall be construed to mean the company or individual to whom.the contract is awarded and its superintendents, workmen, agents or assignees. Wherever herein the term "work" is used it shall be construed to mean all phases of the operations required to completely perform all parts of the work as described in the specifications. 2) Control and Inspection of Work All work performed by the Contractor shall be done in con - formance with the specifications of this document or the directions of the Director of the jurisdiciton in which work is being conducted. The specifications of this document take precedence unless the contractor, Director, and NWMC agree otherwise. Any work or material that is found not to meet the specifications of this document shall be redone or re- placed at the Contractor's expense. 3) Notice to Director Contractor shall notify the-Director of a municipality at least three business days in advance of the commencement of work in a municipality. Directors may require a "pre- work" meeting with a "Contractor ". 4) Delivery and Storage of Sealant Material The Contractor may be required to deliver the contract limit of crack sealing material to a secure location designated by the representative for the municipality prior to the commence- ment of work in the municipality so that an inventory of said material can be made. 5) Supervision at the Work Site Contractor shall at all times have a foreman on the work site(s) that is fluent in the use of the English language, and who has full authority to act for the contractor and is able to receive and execute orders from representatives of the jurisdiction in which work is being conducted. � o 6) Sequence and Speed of Work Unless instructed otherwise by the Director of the municipality in which work is being done, work shall continue within a municipality on all consecutive weather permitting non holiday weekdays until the contract limit for the municipality hasbeen reached, or the Director indicates work is to end. Workhours shall be limited to 7:00 AM thru 5:00 PM. Work within a municipality will proceed from highest to lowest priority streets as indicated by the municipality. 7) Notice to Property Owners Contractor shall notify property owners that might be in- convenienced by Contractor work. Contractor will take necessary steps to minimize any inconvenience contractor work brings upon property owners. 8) Protection of Public and Private Property Contractor will take precautions to avoid damage to public or private property during all stages of Contractor's work. 9) Traffic Control Contractor shall be responsible for traffic control during all phases of work. Traffic control procedures shall be in accordance with the Illinois Department of Transportation's guidelines outlined in the latest edition of the standard specifications for Road and Bridge Construction IDOT manual on uniform Traffic Control Devices. Two way traffic will be kept open on all roads during work. 10) Condition of Work Site During Work Hours All machinery, equipment and materials of the Contractor shall be situated so as not to endanger the public, or inconvenience public travel on sidewalks open traffic lanes and other throughways. Contractor's equipment and work operation shall not cause unnecessary annoyance to the public. 11) Routing, Cleaning and Sealing of Cracks and Joints The routing, cleaning and sealing of crack must be conducted on the same day. The routing and cleaning of cracks prior to the day of sealing shall not be permitted. The crack sealing shall not be applied unless the ambient air temperature is 45 degrees F and rising. At the locations indicated by the Director for a municipality, the contractor will route-cracks to a minimum depth of 3/4" and a width of 1/2 ". o 0 Immediately before placing of'the sealant in the routed cracks, the cracks shall be blown clean and dry with an air compressor or other devices approved by the municipality. If.blowing fails to provide a finished crack with the desired results then wire brushing or sandblasting may be required followed by blowing to provide bonding faces which are free of moisture, dust and other contaminants. All routed and unrouted cracks will be dry and free of loose particles before sealant is applied. The sealant mixture shall be heated in an applicator designed for this purpose with a temperature controlling device. The sealant material shall be constantly agitated in the applicator dispensing tank in order to maintain a homogeneous mixture. Sealant should be applied as hot as possible consistent with the manufacturer's recommended pour temperature and safe heating temperature (usually 390 degrees - 410 degrees F for, this product). Cracks /joints should be slightly overfilled with sealant and then squeegeed to conform to the level of the existing pavement and leave a strip extending at least 1" to either side of the crack. 12) Openina Sealed Streets to Traffic Contractor shall not open sealed streets to traffic until material has cured and will not be pulled up by vehicle tires, or until the Director for the municipality has so instructed. 13) Street Sweeping The municipality will provide street sweeping services on all sealed streets. In some jurisdictions vendors will be required to blow routed materials to the side of roadway. Vendor will quote a service charge for this extra activity for each individual jurisdiction. 14) Overnight Storage of Equipment and Condition of Work Site Work sites shall be restored to an orderly condition with no loose debris and materials and equipment neatly arranged at the end of each working day. Contractor will comply with Directors instructions concerning overnight storage. Municipalities may provide contractors with temporary storage space. In doing so however, the Northwest Municipal Conference and the municipality do not assume responsibility for materials and equipment stored. 15) Return and - Collection of Sealant Containers At the end of each work day, or before the commencement of the next work day, the Contractor shall return empty sealant con- tainers to the Director for the municipality, and collect an inventory of sealant for use during the upcoming day. 16) Restoration of Work Areas Upon completion of work, contractor shall restore the work site area to a condition similar to that before work commenced. Restoration shall include paved surfaces, lawns, and any private or public property affected. 17) Completion All work required by this contract shall be completed by November 1 of the current year. If work remains incomplete in some jurisdictions after November 1, the Directors from those jurisdictions may deduct charges for each calendar day after November 1 until work is completed. The deducted amount will be based upon the original value of the work to be done in the jurisdiction as provided in section 108.10 of the Illinois Department of Transportation 1988 Standard Specifications for Road and Bridge Construction. 18) NWMC*Administrative Fee The NWMC is responsible for the development, execution, and monitoring of the crack sealing program. The NWMC also serves the contractor and participating jurisdictions by serving as a contact point and liaison during the program. The NWMC is compensated for program costs it incurs through payment, from the Contractor, of an administrative fee. The fee varies with the size of the contract and is calculated on the following basis: Fee = ($.008) (lbs. of sealant purchased) One half of the fee is due before June 1 of the contract year with the remainder due before''August 1. IV. BILLING All billings shall be sent to the municipality in which the work took place for payment by that body. All prices quoted herein shall be the uniform delivered price for all municipalities participating in the contract for the term of the contract. The Northwest Municipal Conference and the municipalities participating in this contract are exempt from all Illinois and municipal taxes. This work will be paid for at the contract unit price per pound of sealant applied for a total cost of $330,050.00 as programmed for the routing and sealing of cracks in asphalt and concrete pavement. V. INSURANCE AND LEGAL CONDITIONS 1) Workers Compensation C] Prior to the commencement of any work under this contract, the contractor shall supply certificates of insurance covering_Workmen's Compensation, or satisfactory evidence that this liability is otherwise taken care of in accordance with Section 4 of the Illinois Workmen's Compensation Act as amended. Such protection shall be in force until all work required under this contract is complete. Failure to maintain such protection shall be considered a breach of contract. 2) Contractor's Insurance The Contractor shall not start work under this contract until he has obtained all insurance required under this paragraph and such insurance has been approved by th-e Owner nor shall the Contractor allow any Subcontractor to commence work in his sub - contract until all similar insurance required of the Sub - contractor has been so obtained and approved. Such insurance shall be maintained during the entire life of the contract. This proof of insurance shall name as the insured, t:he Owner, the Contractor, and Sub - contractor, and any authorized representatives of the herein named for claims for damages which may arise from operations of said work, so as to impose liability on any here named insured whether such operations be by himself or by any Sub - contractor or by anyone directly or indirectly employed by either, said claims to include those made by any employee of said Contractor or Sub - contractor. None of the following insurance provisions is intended to preclude any common law indemnity. a) Public liability bodily insurance of not less than Five Hundred Thousand Dollars ($500,000.00) for injuries, in- cluding death, to any one person. $1,000,000.00. each occurrence and $1,000,000.00 aggregate limit. b) Public liability property damage insurance of not less than Five Hundred Thousand ($500,000.00) on account of any one occurrence with an aggregate limit not less than $1,000,000.00. c) Automobile public liability bodily injury $500,000.00 each person, $1,000,000.00 each occurrence and property damage $500,000.00 each occurrence. 0 0 d) Underground property damage and structural property damage insurance on a single limit basis of not less than Five Hundred Thousand ($.500,000.00). e) Contractual insurance of the same limits as required under paragraph (a). The Contractor shall effect and maintain extended coverage insurance equal in amount to the payments made on account of the contract plus the retained percentage. Insurance shall be made payable to the Owner. Failure on the part of the Contractor to comply with the insurance requirements shall not relieve him of the liability thereunder. The Contractor shall deposit said policies or true copies thereof with the Owner. 3) Compliance with Laws All work performed by the Contractor that is associated with the fulfillment of this contract shall conform to the terms of this document and the Illinois Department of Transportation Standard specifications for Road and Bridge Construction where this document is silent. The Contractor will also comply with all federal, state, and local laws, all rules and regulations, orders and decrees of any court, administrative body or tribunal that effect the performance of this contract. A partial list of applicable laws includes the Illinois Toll Highway Act, Workers' Compensation Laws, Fair Labor Standards Act, Minimum Wage and Prevailing wage. Pleas of misunderstanding or ignorance thereof will not be considered. 4) Indemnification The Contractor shall indemnify and hold harmless the Owner, its directors, employees and agents and the member municipalities/ townships of the Northwest Municipal Conference from any and all claims, suits, actions and cost of every nature or description, arising from, growing out of or connected with the work to be performed under this Contract, or on account of or in consequence of any neglect in safeguarding said work or on account of or in consequence of using unacceptable materials in performing said work, or because of any act or omission, neglect or misconduct of the'Contractor and his Sub - contractor(s) or because of any claims or amount recovered by reason on any infringement of any patent, trade mark or copyright or by reason of the violation of any law, ordinance, order or decree, and such indemnity shall not be limited by reason of the enumeration of any insurance coverage n o herein provided. Nothing herein contained should be construed as prohibiting the Owner, its directors, agents or employees and the member municipalities /townships of the Northwest Municipal Conference from defending any actions or suit brought against them. The Contractor shall likewise be liable for the cost and attorney's fees, incurred by the Owner, its directors, agents or employees and the member municipalities /townships of the Northwest Municipal Conference, in defense of any such suit. In any and all claims against the Owner, its directors, agents or employees or the member municipalities/ townships of the Northwest Municipal. Conference by any employee of the Contractor and Sub - contractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this provision shall not be limited in any way by any limitation on the amounts of type of damages, compensation or benefits payable by or for the Contractor or any Sub - contractor under Worker's Compensation acts, disability benefits acts or other employee benefit acts. 5) Contractor's Default If the Contractor is unable to meet its contractual obligations for any reason, including strikes and acts of God, as set out in the contract documents, then the Conference, at its option, may secure materials and /or services from any other available source and any difference in price shall be a liability of the Contractor and payment of any differential shall be under such terms and conditions which the Owner, in its sole discretion, deems the most practical and cost effective method of supply available to obtain the material. 6) Cancellation of Contract The Owner reserves the right to terminate this contract -at any time and for any reason during its period of performance upon giving thirty (30) days written notice to the Contractor of such cancellation. 0 0 However, the Owner reserves the right to cancel this contract at any time, if the Owner judges work is not progressing in a manner adequate for completion of work within the time specified, and the Contractor neglects to take sufficient steps, in the opinion of the Owner, to improve the progress of work. The Owner also reserves the right to cancel the contract any time if work is not progressing in accordance with the specifications of this contract. When cancellation of the contract occurs because of any negligence on the part of the Contractor, the Owner shall have full right and authority to take the work out of the hands of the Contractor and employ other workmen to complete the unfinished work, or to relet the same to other contractors, and to deduct the expense occasioned by such default from any money that may be due and owing to the Contractor. 7) Assianment of Work No part of the work herein specified shall be assigned without the written consent of the Director, and in no case shall such consent relieve the Contractor or his surety from the obligations herein entered into by the same or change the terms of this.agreement. 8) Term of Contract Contract shall be in force from time of award until all work required by this contract is completed, unless the terms of the contract are honored and the right to cancel as described in paragraphs 5 and 6 above have not been exercised. VI. AWARD OF CONTRACT Award of contract will be based upon the total number of pounds of sealant that will be applied for the contract amount available. The contractor shall provide in the schedule of prices the number of pounds of sealant to be applied, and the per unit cost for sealant material including all labor and other costs associated with completely performing all parts of the contract described here. The Northwest Municipal Conference shall be responsible for determining conformity with bid specifications. The Northwest Municipal Conference reserves the right to reject any or all bids and to waive technicalities. The Northwest Municipal Conference's determination of what constitutes a technicality will be final. n o The contract shall be deemed to have been awarded when written.notice of award has been received by the intended awardee from the Northwest Municipal Conference. The successful bidder shall be required to submit a performance bond, issued by a corporate surety licensed to do business in the State of Illinois, to the Northwest Municipal Conference office within ten (10) days of receipt of notification of award by the Northwest Municipal Conference. The performance bond shall be in the amount of 100% of the contract face value. 0 � State of Illinois DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR 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, 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 labor. II. EQUAL EMPLOYMENT OPPORTUNITY Luring the performance of this contract, the contractor agrees as follows: (I) That it will not discriminate against any employee or app IIcant for employment because of race, color, religion, sex, national origin, ancestry, age, marital status, physical or mental handicap or unfavorable discharge from military service, and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underuti I I zati 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 employees 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 on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, national origin, ancestry, age, marital status, physical or mental handicap or unfavorable discharge from military service. (4) That it will send to each labor organization or representative of workers with which it has or Is bound ty a collective bargaining or other agreement or understanding, a notice advising such labor orcanization or representative of the contractor's obligations under the Illinois Human Rights Act and the Department's Rules and Regu.iations. If any such labor organization or with representative fails or refuses to cooperate frith the contractor in its efforts to comply such Act and Rules and Regulations, the contractor will promptly so notify the Illinois Department of Human Rights and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations thereunder. (5) That it will submit reports as required by the Department of Human Rights Rules and Regulations, furnish all relevant information as may from time to time be requested by the Department or the contracting agency, and in all respects comply with the Illinois Human Rights Act and the Department's Rules and Regulations. (6) That it will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Illinois Department of Human Rights for purposes of Investigation to ascertain compliance with the Illinois Human Rights Act and the Department's Rules and Regulations. (7) That it will include verbatim or by reference the provisions of this clause in every subcontract so that such provisions will be binding upon every such subcontractor. In the same manner as with other provisions of thls.contract, the contractor will be liable for compliance with appiicabie provisions of this clause by all its subcontractors; and further it will promptly notify the contracting agency and the Illinois Department of Human Rights In the event any subcontractor fails or refuses to comply therewith. In addition, the Contractor will not utilize any Subcontractor declared by the Illinois Human Rights Commission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. LR 120 n LJ State of Illinois DEPAMM OF TRANSPDRTATZON This contract may be subject to "AN ACT regulating wages of laborers, mechanics and other workers employed in any pm —r3-c works by the State, County, City or any public body or any political subdivision or by anvane under contract for public works ", approved June 26, 1941, as amended, except that where a prevailing wage violates a Federal law, order, or ruling, the rate conforming to the Federal law, order, or ruling shall govern. If it is determined that the "prevailing rate of wages" will be used for this contract, the following conditions will be required: Not less than the prevailing rate of wages as found by the (public body) or Department of Labor or determined by a court on review shall be paid to all laborers, workers and mechanics performing work under this contract. These prevailing rates of wages are included in this contract. The contractor and each subcontractor shall keep an accurate record showing the names and occupations of all laborers, workers and umhamcs emploved by then on this contract, and also showing the actual hourly wages paid to each of such persons. The submission by the contractor and each subcontractor of payrolls, or copies thereof, is not required. However, the contractor and each subcontractor shall preserve their weekly payroll records for a period of three years from the date of completion of this contract. If the Department of Labor revises the prevailing rate of hourly wages to be paid by the public body, the revised rate as provided by the public bodv shall apply to this contract. LR 121 (Rev. 1-90) 0 O •� v�ivt /w . ••q �ycs ,. oe nc,uoed in the contracts and [heir advertised ipenf�u ......... �• `�• toed In section 2 -t J, Pr e.rat Hnq�Wgt Act (111.v�fte v. Stu. 1987, Ch. 48. par. J%-1), 16 a party, for the construction reconstruction. maintenance and/or repair of NLII buildings or Public wrks .. ithin the State of Illinois which requires or involves the aapioyment o! laborers. *10"kers, and OeCh&ntci, and orner /ooeratont Minimum woes, overtime rate and fringt benefits certtfted herein snail be paid. This Solt of Drtwi1inr wgts to be paid shall be posted by the contracto in a prominent and easily accessible place at the site of wra. rhis determination is the Prover tv o the Illinois Department of labor and shall ��[ U altered - ithout their consent in vriting. NAME OF TRADE RG ASBESTOS AST -MEC ASBESTOS ABT -GEN HT /FRST INSUL. BOILERMAKERS BRICKLAYERS CLNRS,CKRS,PNTS CARPENTERS CEMENT MASONS ELECTRICIANS LINEMEN /OPR GROUNCMEN ELVTR CNSTRCTRS GLAZIERS MACHINERY MVRS ORN IRON WRKRS FENCE ERECTORS STEEL ERECTORS LABORERS MACHINISTS MARBLE SETTERS OPER. ENGINEERS .OPER. ENGINEERS OPER. ENGINNERS OPER. ENGINEERS OPER. ENGINEERS OPER. ENGINEERS OPER. ENGINEERS OPER. ENGINEERS OPER. ENGINEERS PAINTERS PAINTERS (SIGN) PiPEFITTERS PLUMBERS PLUMBERS - TECH PLASTERERS SPRINKLER FITTERS GOOF ERS SHEETMETAL WRKRS SIGN HANGERS NONE WORKERS _ERRAZZO WORKER 'ILE LAYERS 'ILE HELPERS "RUCK DRIVERS _U`CK DRIVERS -RUCK DR 1 VERS -RUCK DRIVERS -RUCK DRIVERS W RUCK DRIVERS W RUCK DR I VERS W RUCK DRIVERS W "ROCKERS -OLD MAT "RUCKERS -BLD MAT C L TYP S BLD BLD BLD BLD BLD BLO ALL ALL BLD ALL ALL BLO BLD BLD ALL ALL ALL ALL BLD BLD BLD BLD BLD BLD HWY HWY HWY HWY HWY BLD BLD BLD BLD BLD BLD BLD BLD BLD BLD BLD BLD BLD BLD ALL ALL ALL ALL ALL ALL ALL ALL ALL ALL 1 2 3 4 1 2 3 4 5 1 2 3 4 1 2 3 4 1 2 HOURLY RATES 13ASIC 16.700 16.700 20.450 21.300 19.260 20.350 20.250 19.400 21.000 19.900 14.900 21.820 20.000 15.650 20.700 14.940 19.270 16.700 19.650 21.080 22.500 21.200 19.550 17.800 20.800 20.250 19.100 17.700 16.500 19.550 16.290 21.800 21.250 20.050 19.000 20.900 20.250 20.350 16.470 17.760 20.100 19.900 17.000 16.500 17.050 17.250 17.450 17.650 17.800 18.000 18.200 17.225 17.475 17.350 17.350 21.450 22.300 20.260 21.350 21.250 20.150 22.500 21.400 24.550 21.000 17.150 21.700 15.940 20.270 17.350 20.650 21.480 23.250 •a 20.300 16.540: 22.800 22.250 21.050 20.000 22.050 21.250 21.650 16.970 18.760 20.600 OVERTIME RATE M-F 11A I SU111L AFTER ALL ALL 8 HRS HRS HRS HRLY FRINGE RATES WLFR PENSN VACTN 1.5 1.5 2.0 2.170 2.150 .000 1.5 1.5 2.0 1.470 1.300 ,000 1.5 1.5 2.0. 2.170 2.150 .000 2.0 2.0 2.0 2.760 2.000 .000 1.5 1.5 2.0 1.750 1.100 .000 1.5 1.5 2.0 2.150 1.350 .000 1.5 1.5 2.0 1.930 1.460 .000 2.0 2.0 2.0 3.150 1.730 .000 1.5 1.5 2.0 2.760 1.890 .000 1.5 2.0 2.0 2.398 1.692 1.512 1.5 2.0 2.0 1.810 .820 1.132 2.0 2.0 2.0 2.795 1.890 .000 1.5 2.0 2.0 1.850 '1:400 .000 2.0 2.0 2.0 3.070 3.400 .000 2.0 2.0 2.0 2.200 3.420 .000 1.5 1.5 2.0 2_200 1.820 .000 2.0 2.0 2.0 2.600 5.360 .000 1.5 1.5 2.0 1.470 1.300 .000 2.0 2.0 2.0 1.600 1.000 .000 1.5 1.5 2.0 1.700 1.000 .000 2.0 2.0 2.0 2.250 2.250 1.250 2.0 2.0 2.0 2.250 2.250 1.250 2.0 2.0 2.0 2.250 2.250 1.250 2.0 2.0 2.0 2.250 2.250 1.250 1.5 1.5 2.0 2.200 2.200 1.250 1.5 1.5 2.0 2.200 2.200 1.250 1.5 1.5 2.0 2.200 2.200 1.250 1.5 1.5 2.0 2.200 2.200 1.250 1.5 1.5 2.0 2.200 2.200 1.250 1.5 1.5 2.0 1.600 .950 .000 1.5 1.5 2.0 1.350 1.050 .000 1.5 1.5 2.0 2.250 1.750 .000 1.5 1.5 2.0 2.650 1.680 .000 1.5 1.5 2.0 2.250 1.250 .000 1:5 1.5 2.0 2.250 1.250 .000 2.0 2.0 2.0 2.450 2.100 .000 1.5 1.5 2.0 1.750 .750 .000 1.5 1.5 2.0 2.300 2.260 1.000 1.5 1.5 2.0 2.110 1.150 .000 1.5 1.5 2.0 1.750 1.100 .000 1.5 1.5 2.0 1.800 1.050 .000 115 1.5 2.0 1.550 1.550 .000 2.0 1.5 2.0 1.550 1.200 .000 1.5 1.5 2.0 2.400 1.300 .000 1.5 1.5 2.0 2_400 1.300 .000 1.5 1.5 2.0 2.400 1.300 .000 1.5 1.5 2.0 2.400 1.300 .000 1.5 1.� 2.0 1.750 1.525 .000 1.5 1.5 2.0 1.750 1.525 .000 1.5 1.5 2.0 1.750 1.525 .000 1.5 1.5 2.0 1.750 1.525 . OW 1.5 1.5 2.0 1.725 1.425 .00U 1.5 1.5 2.0 1.725 1 -479 .(kris n o Cook county TRUCK DRIVERS w That part of the county West of Barrington Road. The following list is considered as those days for which Aolfdar rages of wages for wort performed apply: New tears Day. Memorial /Decoration Day. Fourth of July. Labor Day. Veterans Day Thanksgiving Oay� Christmas Day. Generally, any of these holidays which fall ��unday is celebrated on the following lionday. Tanis then makes work performed on that Monday payable at tt.e +pproortate overtime rate for holiday practice in A given local may alter certain days of celebration such as the day after Thanksgiving for Veterans Day. If in doubt. Please check with IDOL. EXPLANATION Of CLASSES TRUCK DR1VfR - BUILDING. HEAVY AMU HIGHWAY CONSTRUCTION -COOK COUNTY Class I. A -frame truck .hen useJ for transportation purposes: Air Compressors and Welding Machines, including those pulled by cars, pick -up trucks and tractors; Ambulances: Barth watt lGCktrS' Batch Hbpperman: Car and crock Washers: Carry Alls: fort lifts and Roisters- Helpers- Mechanics lklpers and N;rease n : Otl Olttrt0uton , Z -man operation; Pwwent flrmatars; Pole iratler, up to a0 feet: Power Matter tractors; Self- Prooftl4d Chip Soreader• Shipping ono receiving Clerks aid Checkers: Skipman; Slurry Trucks. 2-am operation: Slurry trucks. Conveyor Operated 2 or 3 -man operation; teamsters, Unskilled Ouromen Warehouseman and Ooeknen. (ruck Drivers havlfng wasting lights. barricades, and portable toilets oa the }ob site. Class 2. Dispatcher: Dump Crets and Adgetors Crider lfyards: Oumpsters. Track Trucks, Euelfds. Hug Bottom Dump iunuPuliS or Turnatrailers when Pullingq other that self - loading equipment or similar equipment.Ciedecal6 Cubic yarns: Mixer (rucks under I yards; ReadY -M11 Plant Hopper Operator; Winch trucks. 1 Aries. Class 3. Dump Crets and Adgetors 7 yards and over' Ourosters. Track trucks. Euclids Nil Bottom Dump Turnatraflers or Turnagtlls when put lfng other than self - loading agvipwent Or similar equipment over 19 cubic yards. Explosives and /or t:iss[on Material Trucks- Mixer (rucks 7 yards or over: Mobile Cranes worm 1, in transit: Oil Distributors, I-man Operation: Pble Trailer, over e0 feet: Pole and Expandable trailers hauling material over 50 feet long; additional 5U9 pet hour; Slurry trucks. 1 -man operation; Minch Trucks, 3laxles or more: Mechanic - Truck Welder and truck Painter. Class a. Asphalt Plant Operators io areas where it has been past practice Dual- purpose vehicles, such as mounted crane trucks with ho foreman: Master Mechanic; Self- loading egwhpfiwnt like P.S. and trucks with.seoops on the front. ist and accessories: OPERATING ENGINEERS - BUILDING -COOK COUNTY Class 1. Assistant Craft foreman: Craft foreman: Mechanic' Asphalt Plant: Asphalt Spreader; Autogrsde: Batch Plant: Senate (requires Two Engineers): buli,r and throttle valve: Caisson Rigs. Central Redi -Nix Plant; Nombination Back Hoe front End - loader Machine: Compressor and Throttle valve: Concrete Breaker Truck Mounted)-. Concrete Conveyor; Concrete Paver; Concrete Placer: Concrete Pump (truck Mounted); Concrete lover, Ganes, A11. Cranes, Concrete Br "erica rane: Crusher, Stone - -etc.; Derricks. All; Derricks, traveling; formless Cu rO and butter Machine: Grader. Elevating: Grprtinq Machines- Highlift Shovels w Front Endledder 1 -1 14 yd, anJ over: hoists. Elevator-, outside type rats and Pinion and similar machines• foists, one. two and three Orum: Hoists, two tuw(t, One etetoor• Hydraulic Bac ►hoes• Hydraulic Boom (rucks: locomotives AI1: Motor Patrol' Pile Drivers and Skid Rig: Post Hole Oicger• Pre- Stress Machine• Pu+c Squeere Crete: -scan■ Type Puros: Gypsum Sulker and Ouse: ilafstd and Blind Hole Drill; Rock Drill: Rota Mill Grinder: Scoops — Tractor Drawn: Slip -dog, Paver; Straddle Buggies: lourmapwlt: Tractor with Book and Side bow: trenching Machines. C1x s 2. Bobcat (over 314 cu. yd.): Boilers• Brick forklift; Broom, All Power Propelltd: Bulldozers; Concrete Mixer (Two Bag and Overt: Conveyor. Portably: forklift Trucks; Greaser Engineer- Hiqnllft Shovels or front lm loaders under 2 -1 14 ya.: Hoists. Automatic: to tt ta, Inflde Fee lqh[ Elevators; yor. Sews Dragyn Machine: Hoists. Tugger (Cngft Ortex; Rollers; All: Steam Generators; tractors, All: tractor Drawn vibratory Ro11er (Receives an /ad, Iona 1.50 oar hour j: Pinch Trucks with 'A• frame. Class J. Air Compressor - Combination - Sm411 Equipment Operator; Generators: Heaters Mechanical: Hoists. Inside Elevators - SRheostat Manual Contrail"). Hoists, Inside Elevators - Push Button with Automatic Odors; H rautic Power Units (Pile Driving and Extracting : Pumps.'over J (1 to 3 not to e■ceea • eot.t of 300 f.t.); Pkrpt. Weil Points: Welding Maehfhes (2 tMuwgm 5 Winch ", a small Electric Drill Winches: Bobcat (up to and including 1/1 Cu. yd-). Class a• Hoists- Inside Elevators, Push Bottom with Automatic Doors; Oilers. -Brick forklift. OPERATING ENGINEERS -HEAVY ANO HiCF&AT -COOK COUNTY Class 1. Craft foreman: Asphalt Plant. Asphalt Heater and Planer Combination' Asphalt Spreader; autograder, Belt Loader; Caisson Rigs. Car Ouroer: Centrau Redt -Mix Plant: C40btnation Backhoe front Endleader Machine, (I cu. yd. Dackhoe Bucket or over or with attachments) Concrete Breaker ?Truck Mounted l: Concrete Conveyor: Concrete Paver over IN Cu. ft.: Concrete lacer: Concrete Tube float: Cranes, all attachments' banes. Ham.ernead. Lindew, Peco t Macnon- of a like nature- Crete Crane: Crusher. Stone. ttC•. Derricks. All: Derrick Boat %; Derricks. traveling- Dredges' Field Mechanic - Welder: formless Curb and Gutter Machine: rradall and Machines of A like mature; Grader, Elevating; Grader. Motor Grader. Motor Aatrol Auto Patrol, Form Grader. Pull Grader Subgrader; Guam Rail Post Driver Mounted' Hoists. One, Iwo and three Drum: Hydraulic Backhoes: Locomotive. III: Mucking Machine: Pile Drivers and Lila Ru : Pre -Stns: Machine: pump Cretes Oual Ran ?Reguiret frequent lubrication and water): Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted: Rota MIT, cinder: Slip -form Paver-7 Soil Test Drill Rig (truck Mounted); Straddle Bwggtes' Hydraulic Ielescooing form (funnel=: tractor Drawn Belt Loader: lract:,r -nth Boom; Tractor -afire with AttaChrmtnts: trenching Machine- truck Mounted Concrete �ump with Boom; Railed or Iltind Hole: Drills (Tunnel Shaft); Undergrouna b:.rh,.0 and/or Miming Machines: Witeel Eacavator; Widener (APkd). Class 1. Batch Plant: Bituminous Miner; Bobcats (over 314 Cu. Id.): Boiler and throttle Valve: Bulldozers: Car loader trailing Coney ors: Combination b.c.n Front Endloader machine (less than l cu. yd. SackMe duo et or ever or with attachments) Compressor and Throttle Valve- Campy "tor, Common Receiver (:r: Concrete Breaker or Hydro Hater; Concrete Grinding machine: Coney «e Miser or Paver IS 3`ertes to and Including 27 cur. ft. Concrete Spreader: Concrete uwrtng machine. our lao•Marn cease, setting "aching mid Sealfr4 Machine: Conveyor Muck Cars (Ha land or Similar Type): finishinq machine - Concrete; Greaser Engnn ,rt : Screw tt Shovels or Front Endloaand Hoist - Sower OragZiwg machine; Hydraulic Boon trucks (All Attaehmenlsl; Locomotives. Dinky. Puna Cretes:• Squtete Screw Type Pumps, 4ypsum Balker and Pump; Roller, Asoha t; Rotary Snow Plows- Rotatilter, Seaman etc. seIfj- pproppeetied• Scoops - tractor Oratrn, SSeel!- ProweilrJ Compactor; Spreader -Chip ' Stone. «t Scraper• Scraper - Palma Move in tandam (Regardless of Size� (Add 11.00 to t`)x t If hourly rate for each hour .,a for each ■amine attached thereto. Add It. DO to Clots ll hourly rate for each hour?; tans Car heater. rectors. Push. Pulling Sheeps foot. Dist. Compactor. etc. Tug Barns. Class 3_ Boilers; Brooms. All Power Propelled; Lenten Supply fender: Compressor Cemnot Receiver (2); Concrete Miser (Two Bag and Over Comreyor, Pbrtatie: f•rw -type tractors Used for ►b.nmiq SeedsMgi et C.; fireman Ow bailers: forklift trucks• Grouting Machine: Hoists. Automatic- Hoists. At Elevator%: Hoists. tugger single Drum: Jeep Oiigers Ripe Jacking Macmtnrs; Post Hole Oiggee. Power Sr, L ¢rote Power Orivem; Pup Mills: Rollers. other than asphalt; Seed A•J Stew slower: Steam tieitei'atGR: frump Mats mast: mtwo iruckt with 'A' Frame: Won {oats: Tamper - form -Rotor Ortven. Class A. Air Compresscr Small and Large; Asonalt Spreader, Baaend Maw• Combination . Small Equipment Operator; Generators - Small SOkw and Udder: Generators - large over 50aw: Heaters Mechanical: Hydraulic Power Unit ((Tile Driving, EAtratttnqq, or Orillnn94; Liqht Plants All (1 througn 5): Pumps 3' (1 to 3 :at to e.ceta a total of 160 ft.); Rrapt. Neil Points: iract•afre; Welding Machonss (Z through 5): inches. 1 Small Electric OrilI Winches: d.o.a,• (up to and including 3/4 cu. ram Class S. Oilers. Other ClaSsifiratitas of Work: for definition% of tlassificatiens not otherwise set out the Oeoartmewt generally has on file such definitions which are available. if there is ro such out. t t D ow file, tee Bwpois of labor Statistics SIC Iist will be used. If A task to be performed is not subject to one of the classification% of pay set out. the Department will upom Otimq contacted state which nehgnbertoq county has such a classification and Provide such rate. such rate being deemed to e. ask by reference two this document. Hurther. if no such netgekportma fle county rate applies to the task, the partmemt shall undertake a special detetsihnat$Co. swch special deters UattOm poling them dseeied to have emisted under (his deisrz•iduttah. Prevailing rat" of wages have Peeve determined for the following classifications which new oat Pe listed: barber, hairdresser and costrtologtat: baker: bartender: coos (Coot. Sangamon►: elevator operator: food service worker (Cook. Sangamon. U of 1-C): furniture power (Gook janitor (Cook. liIst: mamwtenahte worker-oossr plant' millwright: moving picture mackine operator: operating engineerstatlotury, seen*! or Cosa��anA enter Punt, floating platform: patrol officer (Cook i; piludn per; railroad construction aw maintenance worker: security guard- stationary firenaw• sound technician; telecommunication service technician: theetrical stale employee' tug boat operator• underwater diver; wail do lIen. I( a pro Uect requires these, or Any classification nix listed. Please contact IDOL at Z11/78L1710 for wage rates or clanfications. C 3 State of Illinois DEPARTMENT OF TRANSPORTATION Bureau of Local Roads and Streets SPECIAL PROVISION FOR PROPOSAL GUARANTY 102.09 Proposal Guarantv. Revise first paragraph and schedule of this Article to read: "Each proposal shall be accompanied by a bank cashier's check or a properly certified check for not less than 5 percent of the amount bid, or for the amount specified In the following schedule: Amount of Bid Proposal Guarantv S up to 5,000 S 150 5,000 10,000 300 10,000 50,000 1,000 50,000 100,000 3,000 100,000 150,000 5,000 150,000 250,000 7,500 250,000 500,000 12,500 500,000 1,000,000 25,000 1,000,000 1,500,000 50,000 1,500,000 .2,000,000 75,000 2,000,000 3,000,000 100,000 3,000,000 5,000,000 150,000 5,000,000 7,500,000 250,000 7,500,000 10,000,000 400,000 10,000,000 15,000,000 500,000 15,000,000 20,000,000 600,000 20,000,000 25,000,000 700,000 25,000,000 30,000,000 800,000 30,000,000 35,000,000 900,000 over 35,000,000 1,000,000 103.03 Return of Proposal Guaranty. Delete the second paragraph of this Article. R 3 i pi i .o I 5; 9 nY _.ga i u I 69 C ♦ y p 3 p of Q. sStio • a S s _ I•�I s � II ice °1 e I �� i�ga =3a 3to °'�n �� �: � < i � � _ • H atT�3 ;expo -o x a o S S sn'o S w i�ppp � 6 )x �xaolYtt'oc o z is ff��aYH: o -.1 �"• N 9 €e=� 3pai = S �� s T z w ♦ u ^v om .g £.. °aO• °�f. •03 > ggig E 33 _ , -- 70 s �o••wn °R o 0 kir U� Y °S o O ;i O °aifrn x :' 2 II w i�ppp � 6 )x := f H f it °waz I z Q �"• N 9 ' ^ 3i - - • a i � <z s T zogQ 01 3Pys w it c paT� 711 OT D 0, '9 i3 L -SS q i" //s0y9 z �_ W ;y �3• e T Dn �N T , -- 70 s �o••wn °R o 0 kir U� Y °S o O ;i O °aifrn V _1 i io :' gggggg II w i�ppp � 6 )x it °waz I z Q �"• o =�tieoi3 9 iggS' <z s s:a c paT� 711 r i - - -- ------ z �_ A 3.=0 O z i s y V _1 a i L T o z 0 -i { M D n 22 D n r oO � n o -' cn z g D M O D v A :' gggggg II w i�ppp � 6 �teL cf;i:a= z Q 3 o =�tieoi3 9 iggS' <z s s:a c paT� i a i L T o z 0 -i { M D n 22 D n r oO � n o -' cn z g D M O D v A II i L �teL -1 - i - �w <z =_ i t O i m O D O N L, j O I i �'a "9 a %Q3ar�r T. • I .'x.;34 Hit LOW Z film'! IL II ,� ti4 t LU �► I: I I m �: t e: ss �tiis T ', I e r.aecnva ur°s p i i i .-M III ! I;I s c ' i � ! 4 a q €age 9. CO.- I >; _ _ > -it IRL Off it � Ef z i� i y e i a �' xgzaiY gists ' s I €° E� 4 . r v i g • j 9 f x Rrs f! ;E a dig 3 z d Y ?N SF X !. IL a i mx � m # m s s :: r < !i �=!e'It. D ; Na<� B c Y�8 �!• °° r i Z 'a I&P-1gl4i ° D _ 43 � g qpi _ _Y • sae = p z ;i 3Sa`— 4 ,j ; n `rt'' 14141414;4` O T "•2Y3f8� !E l ;s q T .._. ........ c9 .! sot. S A a ;���ig• �! _F 'r a� � {p °? ; stj�9 f lak xa A �0 co I D t• =14 D T z f° n T Rio 9 —=[ I � • s C 2 : A r �� z 9 n m e s r 2 O 2 U• Q - N T � Z> T G — > O JI i TI • jj7, f e l T 71 a > T N •� if -p ww �f a 3� cs t 2 rtF r -3431 S3i :3> YY3 gr _• • s . u w - ` - z, -•;; °t; ' i x_ » ;, Ysa. tea s.- s =TIM N c m #.1 s S�*.- e a ;': = -A. waA -14 P '- _ g 4 f - -. . _ . D a � �Y �fge.e" � S:e ; p�•.S 4•Si�Y{ i= r .: 1•11 lit lit I !f j -;.ff, s'= _f F etf 4:0 sj a�rs it qi$ t� i'. t -_ f•p i- .;� �ps >Rts s ! ? =Sp � it � 6 f� 2 0 C �3•f iF� .t3 �a,sg i:a �:�� ;d;;��� Y ���� t3 i�i� 9:i g ; _ of N ifijr.� �x ; i ssa c is'e :gig: :'� ;s� �f:s f ` H `LtT�p;af r� '�� r!•� g3 >�ltL �f3i•i asd� !�� E 7 s S �� # r-r Ifg ill. t q f r>eaf ft i i m ti H t T s > N � ! ®� � �2� � � w� � ! n » N m C , r | i � ! q «1 |" | � | al | 1; all i filly |i |ƒ ! figs 3.4; � f ƒ , ! ;� ,� ��f| � ■i | I| '� &; ■! ¥�| ` ! �| �� ||k� ■i �! ��- ` #|�k : ■! | k ; a ■� � w # e{| ) ] ||! : 2 J 2k 00 ;y { k| ;e ` ƒ }� {2.z ) C) ` J. kz &�| k ; . ;! J J ��` K < 2 a a ¢i� z ZZ » .fit !��§ ■ |§ ■. °t || §� � | I a 9 . .| . % 2 �o ■ 2 _ f \8 � || | I � || � � | } � ■) ` , k ! § . ■ ! | | ! � � � I � .fit !��§ ■ |§ ■. °t || §� � | I a 9 . .| . % 2 �o ■ 2 _ f \8 � || | I � || � � | } � ■) ` , k ! § . ■ ! | | i i : -° 3 •• a f3g•9 '.: =3l�= 4� •f � `��� E�i� �a8,3 8f Y4fg �5:� 9 ;4i i:�34 Ui; 4lS�• e - •n � x ^!'ra �_ �is� Vii=• •�Poa ?fie- 3on3 ee 3� Ss: lilt- Ei� i zo Y 4 r O • • � ti3 a3 •3 x,if • 2 • E z; !4 !£• ai f �• Y. fe f lip; Yc_ 9i !'• � s f ° 04 3 = : tsc.i t: §Z -i E s :t fl €:Y 0 m z m r- r z O m to dot3 a�•=1 0 $ 0 g ��S n s� 0 s � » Q j =r 4 4 = i3 f ` a E� ffi O- 0 O O O O 0 x0 20 0 20 �0 �0 O 0 O O 5o O 0 0 0 0 :lw O 0 O } :Y. 0 i 404 tai O �S 0 0o Ss� 0 i[0 00 I O 0 -o,7 O i V O O 3�• O---L f x 00oo r II = O OT f = P i 0 § s 0 s — : Y x "" S% ® o . f c y E ti F v F' I� 4 » 4 0 _ ��6 r w 8 Q i O x0 }Its \ Sir = $ fit a � Q 4 $ a 4 o� o • Illinois Department of Transportation ' Proposal j Municipality Various as listed Road Dist. cook Lake court y 91- 00000 -00 -GM Section 1. Proposal of Behr Pavement Maintenance, Inc. for the improvement of the above section by the construction of sealing approximately -1,260,000 lineal feet of crack in asphalt and concrete pavement with routing to a depth of 3/4" and a width of 1/2" being required in most instances. a total distance of feet, of which feet. ( miles ) are to be improved. 2. The plans for the proposed work are those prepared by Brian C. Nigbor, Project Coordinator, Northwest Municipal Conference, 1616 E. Golf Road, Des Plaines, IL 60016 on 19_ . and approved by the Department of Transportation 3. The specifications referred to herein are those prepared by the Department of Transportation and designated as "Standard Specifications for Road and Bridge Construction" and the "Supplemental Specifications" there to, adopted 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 by December 31, 1991 unless additional time is granted in accordance with the specifications. 6. Accompanying this proposal proposal guaranty check, complying with the specifications. made payable to the xxxxxxxxxxxxxxR4gaVjMrj5jc Northwest Municipal Conference. The amount of the check is _ Five ^e rcent B; r r�nn � 5% Bid- Bond 7. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the check shall be forfeited to the awarding authority. R1 Q 57n5 IQ&. A /AA% 8 Each ?a Y item should have a unit price and Ptal price. 9. The unit price shall govern if no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity. 10. If a unit price is omitted. the total price will be divided by the quantity in order to establish a unit price. 11. A bid will be declared unacceptable if neither a unit price nor a total price is shown. 12. The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois. nor has the firm made an admission of guilt of such conduct which is a matter of record. nor has an official, agent. or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a vioiation of State laws prohibiting bid- rigging or bid - rotating. Attach Cashier's Check or Certified Check Here In the event that one proposal guaranty check is intended to cover two or more proposals. the amount must be equal to the sum of the proposal guaranties which would be required for each individual proposal If the proposal guaranty check is placed in another proposal: state below where it may be found: The or000sal auaranty cneck will be found in the proposal for: Section No. 91- 00000 -00 -GM 13. 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) Number of II Item ITEMS pounds of ��$ /lb. Total No. '{ sealant ,PP lied I launlied for the routing and sealing or cracx in 1' {roadways with ASTM 3405 or 1190 sealant. 2. Quote an as i i harge /lb. of sealant applied ':when the following extra labor is required. When routed material is to be blown to the curb a. before sealant is applied. b. When work occurs on arterial level streets 'requiring more involved traffic control measures Surcharges are applied only to sealant used on the NOTE !C� YPPt C rPauirinq the extra labor. Carried Forward II i q7 0$330,050.00 xxxxxxxxxxxxxx :Std 9 ,/ lb i xxxxxxxxxxxx ixxxxxxxiKxxxxxx i i$ . 0 9` lb � xxxxxxxxxxxx i I474ib .978 I$830, 050.0 (If an individual) (If a partnership) n e Signature of Bidder Business Address Firm Name Signed by Business Address Insert Names and Addresses of All Partners (If a corporation) Corporate Name -2ehm Palrament- -Ma ;rt r ac- , Inc Signed By President Business Address 3010 R;ou to 176 Crystal Lave, IT. 5QO14 President i 11 i am J , Rehm Insert Names of Secretary William J. Rehm Officers Treasurer T i i 1 i am J. Behm Attest: Secretary