Loading...
Resolution 1995-04 .. ............... ...::..................................» _ .._...W. . .W: . ». . ....__ . q5 Illinois Department Resolution for Maintenance of Streets and Highways of Transportation By Municipality Under the Illinois Highway Code BE IT RESOVVED,by the Mayor and City Council of the (Council or President and Board of Trustees) City Yorkville of , Illinois,that there is hereby (City,Town or Village) (Name) appropriated the sum of S 10, 000 . 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_95 to December 31, 19-1a BE IT FURTHER RESOLVED, that only those streets, highways, and operations as listed and described on the ap- proved Municipal Estimate of Maintenance Costs, including supplemental or revised estimates approved in connec- tion with this resolution,are eligible for maintenance with Motor Fuel Tax funds during the period as specified above. BE IT FURTHER RESOLVED, that the Clerk shall, as soon as practicable after the close of the period as given above, submit to the Department of 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 this resolution to the district office of the Department of Transportation, at Ottawa Illinois. Mr. Jackie Allison City I, Miss Clerk in and forthe M rs. (City,Town or Village) of Yorkville County of Kendall hereby certify the foregoing to be a true, perfect and complete copy of a resolution adopted by the Mayor and City Council ata meeting on March 23 19 95 (Council or President and Board of Trustees) A IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this day of A.D. 19 (SEAL) _ i '-- City Clerk (City,Town or village) APPROVED 19— Department of Transportation District Engineer SLR 4123(Rev.6/87) I L 494-0354 r 'flinois DeParUpent Municipal Estimate of of- Transportabon Maintenance Costs Period from January 1, 19--9-�to December 31, 19 9_Municipality YORKVILLE Estimated Cost of Maintenance Operations Material.Equipment or Labor Operation Maintenance Operation Quantity Unit Amount Cost (No.-Description-Total Quantity) item and Specification Reference and Unit Cost SEC 358 2054 S.Y. 0.50 11027.00 AGGREGATE BASE REPAIR SEC 3 BIT MATS (PRIME- COAT) 1027 G 1. 751797.25 _BIT MATLS (COVER/SEAL COAT SEC 4 2054 GAL 1.60 3286.40 COVER COAT AGGREGATE SEC 401 26 TON 20.00 520.00 COAT AGGREGATE SEC 403 26 TON 20.00 520.00 TOTAL MAINTENANCE ' R15n_f,5 PRELIMINARY ENGINEERING ENGINEERING INSPECTION 489.04 TOTAL ENGINEERING 1489.0 metal Estimated Maintenance Cost 9639.69 U mitted t L , 19 \J Approved ' 19 Village Administrator B District Engineer Muni alOffioial Title Submit Four(4) Copies to District Engineer BLR 8202 (2-90) DROPOSAL SUBMITTED BY i - RETURN WITH BID Contraaor s Name Sweet P.O.So: Ciry State Lp Cate STATE OF ILLINOIS J Q Cn COUNTY OF Kendall O E 0 LL O City of Yorkville (Insert name of City.Village,Town or Road District) UJ O ESTIMATE OF COST, SPECIFICATIONS, PLANS, Z m MATERIAL PROPOSAL,CONTRACT PROPOSAL, UJ CONTRACT AND CONTRACT BOND. W O _ ;Strike out 7tatwnictt is not apolitable) Z Z �-- FOR LU r-- O Q, THE IMPROVEMENT OF F— C ZSTREET NAME OR ROUTE NO. Various Streets in Yorkville Q U SEC71ON NO. 04-000("2-02—GY W UJ N TYPE OF FUNDS 1"otor Fuel Tax Z W O TO BE CONSTRUCTED UNDER 0 Z THE PROVISIONS-OF C° THE ILLINOIS HIGHWAY CODE Submitted Approved/Passed 19 APPROVED DEPARTMENT OF TRANSPORTATION Higttway CommtssioneaMayorrPresident of Board of Tnutees For County and Road District Projects Only 19 OATS .,ubmitted/Approved t 9 - Disuict Engineer ounry ngineer/supenntendent of Hignways BLR 5701 (Rev. 1/94) IL 494-0328 Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent loss when bids are processed. By Order of CITY OF YORKVILLE (Awarding Authority) / / Municipal Clerk YORKVILLL- ` f O • H 30 5 Q 1 J a • ASS f .r yP _ o •~l[ RfL LM r+ � MYtM Wr F.1� i) I �\ 2! ). Jz C p_ _ - IvfR aC �, I Imo sr . I .t 01..) .F I I ST � �aLSjT w 12t � )1 )i ) Y ` 1 OCAI ' �� �;: Ends D,rartm( MunrL,pai Maintenance of Tiranspottabon Operations Location Surface Maintenance Operation Existing Street From To Type Length Width No Description Quantity ___j WORSLEY ST. E. MAIN STT SOUTH SEAL COAT 523 16 1 ( PREP OF BASE 930 S.Y. 2 JAGG BASE REPAIR 45 TON I 3 IBIT MATL PR CT 465 GAL j 1 14 ( BIT MATL COV/SEAL CTI 930 Gal 15 ICOVER COAT AGG 1 12 TON I 6 ISEAL COAT AGG 12 TON 1 I I I I I 1 I I I GAWNE ST. JE. MAIN ST.I SOUTH ISEAL COATI 632 1 16 1 1PREP OF BASE 1124 S.Y. I 2 IAGG BASE REPAIR 1 55 TON I I 3 1BIT MATL PR CT 1 562 GAL I I i I 4 IBIT MATL COV SEAL CTM124 GAL I i I 5 ICOVER COAT AGG 114 TON I 6 ISEAL COAT AGG 114 TON I j I I I i I I I 1 I I I 1 I i I 1 I I I I I I I I t I j 1 I I I I I I I I I I I I I I I I I I I I i I I I I I I I I i 1 I I 1 I I I I I I I I i I � I ► I I I I I I I ( I I I 1 I I I i I i I I I I I I I I I 1 I I I I I I I I I I I 1 1 I I I I I t I I I I I I 1 I i I I I I j I I I I I I I I I I I I I I I I I I I 1 I I I I j I I I I I I I Submit Four(a)copies to District Engineer BLR 8203 (2-90) IL 494-0652 INDEX OF CHECK SHEET FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS Adopted July 1, 1994 This Check Sheet contains a listing of SUPPLEMENTAL SPECIFICATIONS and frequently used RECURRING SPECIAL PROVISIONS. SUPPLEMENTAL SPECIFICATIONS Std. Soec. Page No. Sec. 901 WORK ZONE TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . 3 RECURRING SPECIAL PROVISIONS CHECK SHEET # 1 R.R. Protection Liability Form (Eff. 6-10-58)(Rev. 9-29-67) . . . . . . 4 2 State Required Contract Provisions All Federal-aid Construction Contracts (Eff. 2-1-69)(Rev. 10-1-83) . . . . . . . . . . . . . . . . . . . 14 3 Specific Equal Employment Opportunity Responsibilities NonFedera)-aid Contracts (Eff. 3-20-69)(Rev. 1-1-94) . . . . . . . . . 15 4 Required Provisions - State Contracts (Eff. 4-1-65) (Rev. 04-1-93) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 5 Asphalt Quantities and Cost Reviews (Eff. 7-1-88) . . . . . . . . . . . 22 6 Subletting of Contracts (Federal Aid Contracts) (Eff. 01-1-88) (Rev. 05-1-93) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 7 Grading and Shaping Ditches (Eff. 5-1-93) . . . . . . . . . . . . . . . . 24 8 Earthwork (Eff. 7-1-94) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 9 Construction Layout Stakes Except for Structure (Eff. 05-1-93) (Rev. 08-1-93) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 26 10 Construction Layout Stakes (Eff. 5-1-93)(Rev. 8-1-93) . . . . . . . . 28 11 Controlled Low - Strength Material (CLSM) (Eff. 1-1-90) (Rev. 3-1-90) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 12 Bituminous Surface Removal (Cold Milling) (Eff. 11-1-87) (Rev. 4-15-91) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31 13 Bituminous Surface Treatments Half - Smart (Eff. 7-1-93) (Rev. 8-1-93) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33 14 Subsealing of Concrete Pavements (Eff. 11-1-84) . . . . . . . . . . . 37 15 Asphaltic Emulsion Slurry Seal and Fibrated Asphaltic Emulsion Slurry Seal (Eff. 8-1-89)(Rev. 10-1-90) . . . . . . . . . . . . 40 16 Polymer Modified Emulsified Asphalt (Eff. 5-15-89) . . . . . . . . . . 44 17 Bridge Deck Overlay (Eff. 10-1-83)(Rev. 10-2-91) . . . . . . . . . . . .46 18 Pipe Underdrains, CA 16, Without Fabric Envelope (Eff. 8-1-93) . 61 19 Pipe Underdrains (Eff. 9-9-87)(Rev. 8-1-90) . . . . . . . . . . . . . . . 62 20 Aggregate Source Certification (Eff. 06-1-91) . . . . . . . . . . . . . . 63 i CHECK SHEET # Page No. 21 Calcium Nitrite Corrosion Inhibitor (Eff. 3-1-80)(Rev. 6-1-90) . . . 64 22 Sand Module Impact Attenuators (Eff. 10-15-76)(Rev. 7-1-93) . . 65 23 Traffic Barrier Terminal Type 313 (G.R.E.A.T. SYSTEM) (Eff. 10-1-86) . . . . . . . . . . . . . . . . . . 67 24 Measurement of Pavement Marking Quantities (Eff. 7-1-87) . . . . 68 25 Traffic Control and Protection (Std. 2409) With State Fumished Controller (Eff. 7-1-93) . . . . . . . . . . . . . . . . . . . . . . . 69 26 Traffic Control and Protection (Std. 2409) (Eff. 7-1-93) . . . . . . . 70 ii State of Illinois Department of Transportation ERRATA STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION Adopted: July 1 , 1994 Page 1 Article 101 .01 . Change "IPCEA Insulated Power Cable Engineers Association" to "ICEA Insulated Cable Engineers Association". Page 98 Article 250.07. Irr Table 1 — Seeding Mixtures, under Class 2 Roadside Mixture, Class 2A Salt Tolerant Roadside Mixture, and Class 3 Slope Mixture change "Alta Fescue" to "Alta Fescue or Ky 31". Page 105 Article 251 .03(b)(2) . Change the "75 mm (3—inch)" in the second sentence to "200 mm (8—inch)". Page 121 Article 280.02(f) . Change the Article reference from "781 . 13(f)" to "780.02". Page 129 Article 283.01 . Delete the words erosion control fiber blanket,". Page 268 Article 420.16. Change "Article 901 .06(b)" to read "Article 901 .06(f)". Page 277 Article 421 .11 . Add the following to the end of the Article: "If the contract requires the Contractor to furnish a profilograph, the profilograph will be said for as specified in Article 420.23." Page 286 Article 442.01 . Delete the word "not" from the Type III classification. Page 299 Article 442.11 . In the third paragraph change "Type B" to "Class B". Page 379 Article 504.06, Metric Table on Maximum Allowable Dimensional Tolerances for Precast, Prestressed Concrete I-Beams, change the following: "Depth (overall) . . . . .+5 to -3" "Width (web) . . . . .+5 to -3" "Horizontal Alignment (deviation from , a straight line parallel to the centerline of the beam) . . . . .± 3 per 3 m, Max + 30" Page 384 Article 505.04. In the first sentence of the first paragraph change "area" to "AREA". 7401I ERRATA - continued Page 440 Article 512.14. Change the metric formulas for precast and precast prestressed concrete piles from:- "P 6(S+2.54)ww t0 " and P ' 6(S+2.54A) ' " H(W+Ao) E ,s to "P N(W+Ao) or a E P a 6(S+2.54)ww °r off 6(S+2.54)wW 6(S+2.54A) 6(S+2.54wW) Page 492 Article 542.07(b)(1) . In the second paragraph, last sentence, change "Article 706.27(8)" to "Article 706.27(f)". Page 493 Article 542.07(d) . In the second full paragraph on the page, in the second sentence, change "Article 706.27(g)" to "Article 706.27(f)" Page 497 Article 543.02. In the row for the 1350 mm nominal size, move 1371 .6 and 1450.3 to the columns for I.D. and O.D. of the RPM-03262. Page 498 Article 543.02. In the row for the 54 inch nominal size, move 54 and 57.1 to the columns for I.D. and O.D. of the RPM-03262. Page 519. Article 563.03. Revise the fourth" Iine on the page to read: Is . . conform to the Standard Specifications for Water and Sewer Main Construction in ." Page 614 Article 704.01 (c) Table of Coarse Aggregate Gradation. Delete Note 5/ and all references to it. Page 642 Article 706.29(d) . In the last paragraph, first sentence change "Alloy 6061-T6 (2024-T4)" to "Alloy 6061-T6 or 2024-T4". In the last paragraph last sentence change "Alloy 6061-T6 (6262-T9)" to "Alloy 6061-T6 or 6262-T9". Page 642 Article 706.30(b) . • Change "Alloy 6061-T6 (6351-T5)" to "Alloy 6061-T6 or 6351-TS". Page 751 Article 781 .13(b) . Revise the first line of the Article to read: "Fence Stakes. Fence stakes, except for silt filter fence, shall be 2.4 m (8 ft.) minimum in length metal . . .". Page 751 Article 781 .13(f) . Delete this Article. 7401I ISP 94-4A State of Illinois Department of Transportation SPECIAL PROVISION FOR FAILURE TO* COMPLETE THE WORK ON TIME Effective: February 1 , 1994 Revised: June 30, 1994 108.09 Failure to Complete the Work on Time. Revise the table of liquidated damages in this Article to read: Schedule of Deductions for Each Day of Overrun in Contract Time Original Contract Amount Daily Charge From More To and Than Including Calendar Day Work Day $ 0 $ 25,000 $ 250 $ 350 25,000 100,000 375 500 100,000 500,000 475 650 500,000 1 ,000,000 650 900 1 ,000,000 2,000,000 850 1 ,150 2,000,000 3,000,000 1 ,100 1 ,500 3,000,000 5,000,000 1 ,450 2,000 5,000,000 7,500,000 1 ,800 2,500 7,500,000 10,000,000 2,175 3,000 10,000,000 15,000,000 2,525 3,500 15,000,000 20,000,000 -,900 4,000 20,000,000 25,000,000 3,250 4,500 25,000,000 30,000,000 3,600 5,000 30,000,000 35,000,000 4,325 6,000 35,000,000 and over 5,400 7,500 ISP 94-15 State of Illinois Department of.Transportation SPECIAL PROVISION FOR TRAFFIC CONTROL DEFICIENCY DEDUCTION Effective April 1, 1992. To ensure a prompt response to incidents involving the integrity of the work zone traffic control devices, the Contractor shall provide a telephone number where a responsible individual can be contacted on a 24—hour—a—day basis. When the Engineer is notified or determines a deficiency. exists, (s)he shall be the sole judge as to whether the deficiency is. an immediate safety hazard. The Contractor shall dispatch sufficient resources within 2 hours of notification to make needed corrections of deficiencies that constitute an immediate safety hazard. Other deficiencies shall be corrected within 12 hours. If the Contractor fails to restore the required traffic control and protection within the time limits specified above, the Engineer will impose a daily monetary deduction for each 24—hour period (or portion thereof) the _ deficiency exists. This time period will begin with the time of notification to the Contractor and end with the Resident Engineer's acceptance of the corrections. For this project, the daily deduction will -be * per day. In addition, if the Contractor fails to respond, the Engineer may correct the deficiencies and the cost thereof will be deducted from monies due or which may become due the Contractor. This corrective action will in no way relieve the Contractor of his/her contractual requirements or responsibilities. *The cost of the daily deduction will be calculated- by.dividing three percent of the awarded contract price by the number of calendar days anticipated for this project. The number of days anticipated for this project is 2-6 . This prccedure is to be followed regardless of whether the contract is based upon working days, contains a completion date, or has an incentive/disincentive clause. ISP 94-44 State of Illinois Department of Transportation SPECIAL PROVISION FOR TYPE III BARRICADES, STANDARD 2299 Effective: June 30, 1994 This work shall be constructed in accordance with Standard 2299 except that the dimension of the rail for the Type III barricades shall be 250 mm (10 inches) — 300 mm (12 inches) and variable in length from 3.6 m (12 ft.) maximum to 1 .2 m (4 ft.) minimum. 7561I State of Ilrinois 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 sucessors 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 During the performance of this contract, the contractor agrees as follows: (1 ) That it will not discriminate against any employee or applicant 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 underutilization. (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 by a collective bargaining or other .agreement or understanding, a notice advising such labor organization or representative of the contractor's obligations under the Illinois Human Rights Act and the Department' s Rules and Regulations. If any such labor organization or representative fails or refuses to cooperate with the contractor in its efforts to comply with so such Act and Rules and Regulations, the contractor will promptly so notify the Illinois uit employees from HotherRsourcesnwhenenecessaryito and employees thereunder. LR 120 Pg. 1 of 2 (Rev 1-89) (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 this contract, the contractor will be liable for compliance with applicable 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 munincipal corporations. LR 120 Pg. 2 of 2 (Rev 1-89) State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION for WAGES OF EMPLOYEES ON PUBLIC WORKS This contract may be subject to "AN ACT regulating wages of laborers, mechanics and o er workers employed in any public works by the State, County, City or any public body or any political subdivision or by anyone 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 mechanics employed by them 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 revised the prevailing rate of hourly wages to be paid by the public body, the revised rate as provided by the public body shall apply to this contract. LR 121 (Rev. 1 -90) State of Illinois DEPARTMENT OF TRANSPORTATION Bureau of Local Roads and Streets SPECIAL PROVISIONS For SELECTION OF LABOR The Contractor shall comply with all Illinois statutes pertaining to the selection of labor. EMPLOYMENT OF ILLINOIS WORKERS DURING PERIODS OF EXCESSIVE UNEMPLOYMENT Whenever there is a period of excessive unemployment in Illinois, which is defined herein as any month immediately following 2 consecutive calendar months during which the level of unemployment in the State•of Illinois has exceeded 5 percent as measured by the United States Bureau of Labor Statistics in its monthly publication of employment and unemployment figures, the Contractor shall employ only Illinois laborers. "Illinois laborer" means any person who has resided in Illinois for at least 30 days and intends to become or remain an Illinois resident. Other laborers may be used when Illinois laborers as defined herein are not available, or are incapable of performing the particular type of work involved, if so certified by the Contractor and approved by the Engineer. The Contractor may place no more than 3 of his regularly employed non—resident executive and technical experts, who do not qualify as Illinois laborers, to do work encompassed by this Contract during a period of excessive unemployment. This provision applies to all labor, whether skilled, semi—skilled or unskilled, whether manual or non—manual . LR 123 (7-91 ) State of Illinois Department of Transportation SPECIAL PROVISIONS FOR BITUMINOUS SURFACE TREATMENTS Effective February 1 , 1992 Revise the last sentence of Article 403.13 to read: "Upon completion of the work and after the final set of the asphalt, excesses of loose aggregate shall be removed to the satisfaction of the engineer. " LR 403 (2-92) ARROW BOARQS 7.e m Nl min.- WMALAPELISAIIQN£DE t.f ll min TYPE JILBARRILAQES.S.I.QS1 G A RQAQ 1.2 m m i 141 min 1.2 m tai mIn. 730 ISM min • goo 1241 non. — L6 m t67 min.Ro 1 I.,in I I Po _ f.1 m 111 non 7.7 m 1I7 into. rl� Tlalitf�blrnl TypeAfusner-- �rlsolama.. 150 161 �r}}'glaMax. LU UU TYPE MQWAf1EQ RQ➢E➢RIR6LLERMOUNIEQ IBAUtI MQUNIEQ SWEET TYPE Edps Allow boards shall conform to Artkle 7N 04 of the standard i OI Shoulder Speclllcallons.On toad$with speed of 10 km/h 145 mp1N and above,Type C units are to be used for all operations 24 hours or mote In dwallon and IyOf 1 units maybe used la PS10111-7 operation less than 24 hour$h1 Duration.Type A.R,M C units R4AQ ClQSEQIQdII]aAFEK may be used for all operations on roads with speeds less than 00 enuh 145 mp1N.Arrow bonds shall not be used to direct i Re11KEOrlled striping may be smutted on the Passing moves Into lanes used by opposing Traffic. bull side of barricades.The bnrkades shag be to the edge or the shoulders except when otherwrlse directed by the Engineer or shown on the detailed construction aunt.When specified. TYPICAL SIGN INS.TALU91 MS Type A Iushloo tight$shag be Installed where r shown. � Is mole 11 ----- ..___.r T 1.1 m161 ndn.—y i I l6 m(12'1 max, r goo 1241 min. WQRK1IMIT_SIG INQ 1.2 m x41ma4. 1 i r 1 c 1 r Edge of I l001121mIn. ROAD L-"-" -"-' pavement 100 x 100 lnxa room. CONSIRUCIION END wood posts Ise a notes i ofcwo- emll0.Im1n. NEXT X MILS COMSIflUC110N Edge of 2.6.and 71 /See note„ 10 m 11001 Mx. pavement Tripod , G2011016036 G2s INN 6024 1.7 m 141 1.9 m ISl min. 10011T mil Isere I se 1001121 nNn:�-1 x-Distance 10 ENO CONSTRUCIMM sign. No l!fl OIe SI t. IYpe A Ilasllff �-"T SIGN STO.all-e _ '-r 10Aa clOf[0 ROAD Clost1 ROAD CONSTRUCIION NEXT x MILES sign(hall N Is De Inttalled In a0wn[a o)tiler Ilr, Work INAU TRAFFIC TNAV MAIM area at each end or prolects over$700 in 1.1 m rSl min. I I Uevation Of edge of pavement 17 miles)In length.file ENO EMSIR.1.011 sonbednNnt ,I sips shalt DO aeCled near the cnd OI these protects,unless another the a l Is f t h job. 6001241 ndnlmunl to face of Curb. S.WeTh.ts of conci If,stone,or brkk will not be allowed and all welphU �� 5700 m 17 Mllesl beYOnU the end or the lab. lose fisUWlis sPgns airier than undbaps null be rlpWtV attached to e I pt nerr,fnl• 7.Alternate designs and or nlal erlals may be pnMUad omen auUwrhad the sign sUppat 8 CI'S to lM OrounO of DOstj I bV the Engine!!.AM malertals shag De subs mllal m0 durable. ROAD CIQSEQIOAIIIWtUIIIAFfK S.Two pollsehall beofdf sign$yeah loan 1.S sq.As.(19 sq.111N s.Add 600124111 parking exists within so m 17001In advance of the slgn area I.wnsn lha h'4t etwaM the ss)lppn and IM Oround txceedf 7.1 IOUIIOn Of If DeOeflrlan P1OVfinent is Naaly to occur al eny lime dultng m 171.etacmp rs0 h jr:.r than 10 x 10077x41 neclNrlal dlmensloned Iha protect. woos may De used paO sup c MYOIKe psace0 paraMl to the RerlectorinD ftrlpNq filter allpex On Dalh$Idol Of rod shay be sbOeOown towns apprOKnuq Nallk. j bnrlcadec.the barricades Mha1 be to list edge 0f 4 Sign$On lem0o11s7ry suppair shag be w11111n 20'OI ver Ulteri eo111`6011. 7.g a wed DY uhf Engineer skbs may W tNeD t0 Wppat sign$W1ere the Pa dis. h except es$h s berto the by Vo.t nlounled flpnf silaN ba ended and maInUIne�wllt,ln S Or 1 lsf Q are he 1.Y life,1 s$hall not ordf'g tM$WClwal Oe$1pn the En vertical Poslllon. 0 IYPf a loot ado End fhsll bf 110 ytaler than 1.2 Re Nl M krglh, t pine err shown on the detailed construction Ptah.When speWled,slide A flashing NOW$half be Installed where shown. AN dimensions we In millimeters Iklch6sl when ftllendae eruWll. r; DATE REVISIONS s! 1+..r•e«�r....r.r r•..wr•rs.. TYPICAL APPLICATION Of TRAFFIC f Added m/trk.lights On IV.N en. CONTROL bfVKgl mONWAY s u "had Road Consl Mead sign. CONafRdtlmN AM CONTRACT IAAL410MAM rr poslmaertess pons erect wNMe$1. ISnOet 1 Of 21 'O ' . *"t•.r.,,. __.- ...-_----. STANDARD 2298-10 f�f f' i 1.•m1611/. --- le ELEXI@lEl?EL&EATQSS YWMf+BAQEICAPES - -1-' o u4 -731,1 niln. EkM 0114 iaxlDa dOYn ulOfk knit De IubWaf in snipe and - _- Tee 3lflpaf iha4 bs 150161 wide,allenullnY ralleclOrlred gongs and 1.t m IS1 0114 designed l0 bond under repeated Impact,and 100141 (elleclo/lacd white,Sloping downward at 45•toward ant slue on which nAn. 0114 return to on uptight position without damage to Iralllc will pus.The«Ilecllve sheeting shall meet the requkaments of IM Impacting vehicle Or IM tubes.They Shia be 10A AM its 764.06 and 7"0S of the Standard Speclllcatlons lino shag 0114 attached 10 the Davoment With opory mteting like appear On both sitlas 01 ban lciuet On two ana hlpOwayt. ,- rec0(Ilmon0at101U of IM deYnutof ma/tataclotor. -�- IMUse 01 Slutll whin Iwl b0 DOfMllmd WllhOUt IM 100 W Sand belle play Ue placed On the bps for UaWnl.No Otrier hypes 01 ,��` edge O/DavamMl goo IIJI Mn. 4301/4(/ approval of the Enpinelr. -`- •001241 Weionts wig be alwwed. 100141 The tubes Mall be Orange in color and have two -` 114111119 light,11,111 De used doting hours 01 darkness and shag De ERAMES SIfALLRE NQ.HEAYIER It AN- rellectotiled Orange and two relleclosited While mounted above Ind top fag of the fide neatest traffic. bands meeting the rtqulenallta lot Signs Article long 109 le#O WOm.thin Woodor 76406 of the Standard SpOC11ki1100t. Barricade(alit sham be wood no thickef than 2311).Meat aluminum, :OX small cx2R1/Y steel lubing of plastic or Ilbel0155s. 60xsOg3 17x2xu1W Steel angles 2"2&W Eg nu Ibl 11ta0s slug Do Why(emOvable 1(am ins -t7 17117 meal --------- bases t0 perM[Deal replacement.All missing 1110 Optional bat bracing ShOwO On the wood or metal baftka00 '�- -• ' or severely damaged tubes$all be replaced QNE QR TWO PIECE @ASE may be used provided 11 attaches to Ilia upright no higher than -- ------------ p/lor to suspension Ol work each working day 3001121 above lie bottom and provided that It wood It used.the and Once each Ron Working day o0 a schedule bracing shill be no heavier than sOk100 Ux41 in i12e. __-- _ �_. approved by file Engineer. ----- ----------- Other light weight designs may be used Willi the approval of the ------------ _ TOO IIJI mare. Engineer. . ..� -- -/ AN lalglllf shown Shag be nlaastatel above Ill,pavement G`-'_,=�=J L cm Jl_:I so.fact 1NQQQ OR MEIAL SLPPO 15 PVC PIP SNPPORTS Ilia name of Ills agency,contractor,or supplier them not its shown Olt Ilia lace pails 01 any wfrkades Identllkation markings may be IY��I�ESIflI1l5 Placed only on IM back fide of lne Darllcada rams. IEMP(1SAHYRUMBLE HM - —•001241.1- CQNSTgLICIIQM SPLEQ 111>AII SI tar 0-A too Ilia Sign afu0nhbly shag be trigger mounted.Ilia lreMr siaY - - - - - - - - W2111011011616 .—4361 - ISO goo is 10 conform to Article 194 OS of Ilia Standard Specbkatlons. ill(- — -- • .. IBack on uran0el [--ISO I D -1'II whir �• WOM(ERS L-25017! AN signs Shag Us u11ec1a1aad maelYq 914 requYamtnlf of -- Jill, I s�110 .• •• AHEAD -�„Oto A/tkia 76 406 of the Standard S0ac11KasIaiS.Thor signs may _- L'=________ _______' ;_=-= p - \` be contained on a single Panes 0104 In1 r/• Warp holes a M1251 a Or __ t m- construction advanca SlroUa Ygnl The faslana Yyhts bar IM comtruction speed Wart isgrk ihat • m 1751 �om7 n11 warning SPEED leafwsrnonakullonelannberanfes with rallac(asan0 1700'1 h/• 10171 1/ 0 m sham be Wtlble tlxough a range Ol 12o-When vlowed facing - - - - -- - - - - - - - - - - - emits IF LIMIT Dolton.Ina Whit.$liner since,halogen or kwanciescant 1.t m IS'P p .� talflpi,Map D1 visible!or a fNsWhwm sm/lante Of 1600 m a7l Sbee (1MW&Whave a MMllWnt rush(8100140 perclglYl/a.A Watk on Wmtol unit lathing oon•Indicator Yong 11a*0e provided on the A _ TYPICAL.IN5IALLATIQN back of the workers rs VISItild Ohs light tI o m ugbl to Provide contl• I Is attic n,1llon t0 Worker,lug battery If Powering soar pan snag Opa/a1t On either IuY Watery DOwH wllh soar panel M1110,3610 WIZEN tn]rglnY mapaOa uffMlnlaUUnOaCharged battery avtY taucx sin whin an Ft Atl111NU lino Its snip,l7 von dNp[yin UallaMxa ipnOYne Of 014441 Poweltd generator With a Imaxloxwll fuel Ilia rumba strip sham De back in tow(and formed of high strength formed I CeOaChY OI SS 1125 pale. 13 D Lit 1 F•---� lace may big stopped priygrponata.It this be of one pace construction with two channels on Iha O(311100[I17 underside for flexibility and proper adi4tive nongage_Ilia channels Slat 00 / 1M utentaly play ONy M sited white sDacYled or whin f— 7(10IIK InlercOnnected at four Or more locations 10 pemlit Iha bona np mlaterial to approved Dy lM EnpinN/.IM 14dwhg Yphu dull be 1611121 i f (low Irons one channel td the other.There shah be at least dx weep holes 600 IS61 min. }— a activated ci on when workers ale pfererd 13 it closed olIahe i Through one Or both charnels to the upper surface of Ilia strip and at last I aolacant go one open t0 treI1K.1M,peed gnat s110Wh lax Ituough Ilia leading edge Of the still)to prevent al(voldl Detwecn the sham Of 60 mouth NS mph l Of 10 starts IIODlp1Y DIIOW lM Epory chin eb strip and IM bonding material. ,mod .-C�{� normal posted speed AWE whicMvu h lower.At 106 other F- p t0 n 1rn 11 I ins runtaa strip urea support l a wait of 7100 kg 16,000 ins 1.Ilih 51,10 Ut _ _ illy --=1®jyy_ I*moved wine sign covered oft arw era attenlDly determined by placing a Ship over like open end OI a as 111 high 1 vo(Ikily positioned hokow metal cylinder having an internal diatneur 0172 ee 131 and a Will Inlckn/ii of 4 o/0.in$load shim be applied slowly through a 75 QETAIL9EEUMOLESIBIPS 111 dlanblmr ny 23111 h1qu metal rod Centered On the lop fat patlOn of Ind AN dlu10nelons are In mmdmstere dnehefl Un ees otherwua Sh Wd. st,ip.wo weep holes sham DO In the compression at as l Breakage or DATE RI VISIa+S signuKanl permanent d6formalion Of the Drip slam Constitute failure. TY/ICAI A►Pi ICATWM Of TBARIC 1F'i1�WW1 o.w 1•.101 ar 1.rilaa•1a14t _B1S 11 AdG�alelrfc. -TT VJ ilia strips Sham gig placed end l0 slid and almost Completely KIGIS the lta1llC COON 06 ONVA AC M AIN 1306.1Day snag 010 attached 10 Ina pavement with an agltolly minting Ilia _ �pevUW IaaYxl d•W1Ntor wlgln. COM•I WC7NA)AIIO COM1aACT faAWTBMAMGB 1 ucomnunatlont 01 the(umbis strip manufacturer. Ye li d n0(u. r��rta 11Ip11S. 1hn Il --11-_3 ISltul 2 O! 21 O ` Other similar designs may be used with 1110 apprdv1100 JIM Engineer. STANDARD 2298-10 GENERAL NDIES I. Type 1 and IA 6arikades ate Intended la use on Iowa speed roads and$hall not be used when normal speeds ere greater than 70 kmm le0 mohl unless in*fellect"woes of the upper fail is at least 0.11 f0-mete"12"sit 1111. ' TYPE 1A.HARRICARE 11YEEJ 2ARRICADE IYPE-"ARRICADES 2. Type 1 and Type a utrkades snap not be Intandeed within M Individual Strong OI burkades. 3. Type N aufkades ere Intended lot road and Line Cks mot and Shah root be used for channekatlon or delineation. 70?10016.1t�' $001741 min, goo 1241 min. a. AN height$shown Mao be measured above the pavement mime. T ]00lL00 --r e001701 nnn.— S. Unless otherwhe noted,the reflective$healing Stood for Daffkade{,Drums and veftkal psneh 11171 I ]00300 fhaol meet the regWremanls of Arlkle 7M OS and 16.0601 the standard SpecNkalbnf. I r 11121 ^I I 11100-1050 �-I- 6. AM ba"kades and vertical pane"shah have akanulnp relkclorl[ed wnlleaM«Ilaclorl:ed 136 421 ]00700 600 1050 orange stripes sloping downward at a$-toward the Side on which traffic VAN pass,tafrkade Qrago NO-1050 It471� 136 421 stripes shall be 1S0mm N'1 In width on bxfkadn 100 mm I169 Or gloater N length and 100 It1J61 O6 421 ••!-� T mm 14'1 In width on bankades lets than 60O morn/3H M length.Type 1 and Type a earkadq ' '�� 117 161 X1)/.600 Mall be Ilrloed on both sides.Types gxrkades"be Striped On both Sides whole trallk bottom ran 12f 361 'l approaches from either direction.Vertical Panama placed on the OuWde of nwp"be DollOm rap loo tulped on both sides.the predominant Color for Other barfkad@ Components this be while, r rt11 Orange,or NNer,except that galvioNzed metal Or aluminum components may be used. 7. Unions Mal be non metalec and have alternating rNNClakaO oramgst and r6rleclOrlsed white hoilrontal,circumstantial stripe$100200front 46'1 N Width.Then shallbe&I bast two Orange and at bast two while tlflpn on each drum.N nwVelleClNe Slices Ste left between the Orange and white Stripes.they%half be no more then SO mm 121 M wbtit.M noroellectoilted portions of the alums alas W Orange.alums may be SNOhuy conker In HYPE ILHARRICAM shape and may have one of mots flat hN faces to minkrgte Feeling when lit. Variable 4 Framo%for Type 1 or Type N larikadef shall be designed so x t0 Provide a stable Support and 1.� 1.2 m 1111 mar. Should be constructed of Ngmt weight stool Or akMmnurrl onern or lubrlg,wood,plastic,or 1 1.2 m N7 min' rubber and have they m y be Ora[tng for•A'Inure r maitt.lst than Ili e I or Type we Only 1 used at closures,they may DO[ontpucled of heavier malerlNs Ihtn Trpe 1 or Sype N 1 tafticades.However,they Should not have any vertical sloping Supports heavier than ,o0 L 10%30x,t)%2xSrta Angle err Or Su 100X100 mm 14'X4'1 lumber,SOXSOXS mm Q'%1'x(/19 steel IubinO.Or SOXSOXS mm SOX 70%317x1%IIBI lubllhp 1171 / 1T%Yx0169 Steel angles. 1101 17,1731 1oOX 100 T 14X41 /. euficade rails Map be he heavier Than 25 nun Ito Ihke llnWol Or DNwOOd except for the 1 1.1 m 'SawhO is'design Type I A anicede which may have a FAST no havter than SO min 119 Ihkk ' f2p1 ISt min. 6!0 1XA1per su0pm11 L ab6d Lumber,Otnu goht weight w6lhu«11SUnt mater 4h{uch of plaslk lWxOUsf at Shat sbminum nay De u«d.Barricade falb Maybe Sbotnp of Walker Nominal lumber i ndn 1001121 dimensions may bit Used to MIISIV wooden barked@ component dimensions. 1 1.a lx 7 150161 10 Ilia name and phone number f nh of an agency,contractor,of supplier may be shown an the Contorting of support — non«flective surface of the face part of a burkade.such oontlikstlon Mesa be N one color 1N OI 1�. 1M O1 •11.Kl Sleelplatat PIO use and nomellective wllh Inlets not to exceed 25 non 11'1 In height. length lenpU --- ,—AVnentPedllrol ISl 11.When used.wunbglghlsOrlDarrkadat,Orwnf.OrVallkalPanels MaaDe Mounted above 1.1 m 1.7 m Ina lop 01 the device to the fide on whkh trarik who pats and Mall not obscure any IB'1 relle[lorifed portion of INS device. IYPICAL�AL04JZSIIPPDBI- IYPJCAI SiEEI.SUPPDBI 11.weights 01 concrete,s lone,wood,or mkt will not be slowed and ON weight$used to Sawls Z Darrkades other than Sandbags must be rigidly,attached to the loot of the bxrkades at cote to the ground as possible.No Sandbags who be&lowed On[no lop Sall of barricades.Sandbags ' inlay tie placed on bxrk&de 1005,Over sUlped bOl10m ram not ptrq 1«Ilk,over unitrlped bottom alb.or Suspended from the barrkado fall or home In Such a manna So that the busk REELECIDRIZEDSDNES HIGH_LEYELYYARIIIM MICE of the sand is at least 450 nun nn below the lop of the barricade.Dfu lei may be welgh«d t Internally warn first enough sand.water,or other Malalal to provide stability. i DRllmS YERILCAL_PANELS 13.Cones shall be constructed Of durable mwtsrlel able 10 withstand abale by vehicular llelft i 4SOX4so 1«X le"orange$taps Mlnrnum weighlt shah be 2 kg 14 bs 11Or 4SO nor"081,S kg S lb%1 for)OO mm 114"1 and Sao 430 Itx min. 1!0161 _T 110 bs I for 100 nun 1741 Conn with a minnwm of W patent ol the total wegnl lo the Da«. 10 171 min 100I100 — _ !00 where posted speeds ate gloater than 70 eNh 140 mp1N cones Mall be a mhNnMNm of 700 Mon QQ j1I n21 100 141 1149 In neigh cones ere required la day NWd operxl0nk AM shag only be 100-200440 used as Sped: of on Ina plant or of approved by the Engineer.When used,relleclorlled etlo 13a.) 10620014 a cones shaft be a rNnumarn 700 mm 1261 In height and Shaft have two white collective bands; L OM a minllmsm Of 150 mm 169 wide placed 73 mm 139 from the top of the cone and the other Ormu Soo /100141 a mrnknum of 100 mm 14'1 placed SO mm 12'1 below the 150 mm K'1 band. 1241 14.Vertical panels may be either Post MOUM«d,Train@ supported a attached to the lop of A min bufler.roll mounted vertical anels Shall be IY Ie10N IF 1 p ma above pavement e weight wood or 11Nn1 os0mrl01 L approved p veto lag Him E o minlmWn height p 1.2lv ql above lM shag twlo the gFa CONES ot8.6 DytheE 12 of Stemsrdpperted vertical panels MatconTOrmtotheoenxal f Notes 1,/,World 17 of lmt Standard m0{1YN onllr De used whole mama speeds m 70 stele"" 140 mDN Or lets wllh the top a minimum height 01600 mm Ste's above IM pavement Suflac @. 11 Sea note 141a Support Of Thls device snap Onh•be used as specified on the plans of x drertod by the"near_ ; mounting requirements I 75 IN lean. 2.4 m 1x nNrh. OAIE 11rylilrpi5 uo-6ao ®lira.@.e.rw.r.r � �dmarc. leed — bawN Or TNAn000krNa w TI �, Added reflector lied cones. D HIGHWAY 1 i CONelNYC110N eycN6 ANFgN 0 MAWIINANCN $- fype 1 ad lA bafdCLdos. 1 •..,1.June lS rnr }i _-- U Rflange AN almenriona are In milnmeten sincheal omen other-Ise anew". STANDARD 2299-14 N t $ s t —{001711—.------ 75111 ._.!001171— �_ — 11354s) 1{0111 7S sl 7d'sl I --�--� L ,wI m fg71 200 181 federal series C — J160 eralseries l001171 T 1— {00174 17151 1.R M K7 men. 111 90IS 1111 1 d— r f 1!1701/71 1!119ISL 10 ISAI Ms.1110191 SIAEE EEDMUME REVERSE-SIDE GENERALNDIES 1.Ilre'f10V'lace shaN conslsl of white letters and border on a red rallecloriled background. J.llla'SIOW'face shaN consist of black loiters and border on an orange rallectgrlted background. J.AN rflleclive laces shaN be labrkaled with$treating meeting ilia re0ultements of Ilia Article 75.06 of the Slandard l Specifications. j 4.Areas outside sign borders shag be Nohl blue or black. 1`t1 S.IM portion of the slalf within the sign face shaN match the [ Sign colors. [[[ f 6.AN Colors and letter$shag Intel appNCable federal standards. j 7.the 11411 shall consist of two sections joined by a coupling located 1.S m 151 from 1110 bottom of IM Slat(.Altarnalf deslgnl may tie used when approved by the Engineer.All All dimensions,are In millimeters tlncheal wNasa otherwise shown, malenals shall be substantial and durable. OAIE OEVISIONS � ®IMla eywl�anl al 1.�naar lelW 9.IINS Sign shag be lurnithed by the contractor and shall be {IS 91 a maG Cf 1 used by Tile flapper M Neu of lugs or other signaling devices. ►tA6WR TRAFFIC CONTROL SIGN ' IM cost of llunishmil and Maintaining the sign shag be nagger paddy N octagonal r considered incidental to Iho contract and no additional Shealing per Sid Specs. Ck ".Me lobo/s INS Compensation will be allowed. O STANDARD 2900-4 1i1 i i c. ' Route 01T/ Illinois Department Municipality of Transportation YORKVILLE Road Dist.lTwnshp. BRISTOL Proposal County KENDALL RETURN WITH BID I Section 94-00000-00-GM 1. Proposal of for the improvement of the above section by the construction of Various Streets as listed on BLR 8203, Municipal Manintenance Operations, including preparation of existing base, bituminous surface treatment class A-2 and all incidental and collateral work necessary to complete the project. a total distance of 1155 feet/meters, thick a distance of 1155 (feet/meters), ( 0.219 miles/kilometers ) are to be improved. 2. The plans for the proposed work are those prepared by Pavia-Marting & Co. 910 West Lake Street, Roselle, Illinois 60172 and approved by the Department of Transportation on 1994 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 within working days or by_ unless additional time is granted in accordance with the specifications. 6. Accompanying this proposal is either a bid bond on Department form BLR 5708 or a proposal guaranty check, complying with the specifications, made payable to the City Treasurer of Yorkville The amount of the check is 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 Bid Bond or check shall be forfeited to the awarding authority. IL 494-0361 BLR 5705(Rev. 1/94) _---_ --- - -' - -' -- -'---'-_--__--'____-�------_-_-___- ' 8. Each pay item should ea unit p mda total price. . 9. The unit price shall govern ifno total price ke shown orif there ioa discrepancy between the product of the unit price multiplied bv the quantity. |fa unit price hy omitted, the total price will be divided bv the quantity in order Vo 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 ofa responsible official of the firm. The undersigned finnfurther certifies that itia not barred from contracting with any unit of State or local government as a result ofaviolation 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 proposal guaranty check will be found in the proposal for Section No. 13. The undersigned submits herewith this schedule of prices covering the work to be performed under this contract: SCHEDULE OFPRICES (For complete information covering these items, see plans and specifications) Item Unit No. ITEMS Unit � Quantity Pdce Total � PREPARATION OF BASE ISQ.YD. 1 2054 2 JAGGREGATE BASE REPAIR TON 100 3 � BITUMINOUS MATERIALS (PRIME COAT) GAL. 1027 4 BITUMINOUS MATERIALS (COVER AND SEAL COATS) GAL. 2054 5 COVER COAT AGGREGATE TON 26 6 SEAL COAT AGGREGATE TON 26 Carried Forward Illinois Departmt�j it of Transportation RETURN WITH BID Schedule of Prices Agency YORKVILLE Section No. 94-00000-00-G:I (For complete information covering these items, see plans and specificatgions) Item Quantity Unit Items Unit tY Price Total No. Carried Forward Bidder's Proposal for making Entire Improvements. 14. The undersigned further agrees that if awarded the contract for the sections contained in the following combinations, he will perform the work in accordance with the requirements of each individual proposal for the multiple bid specified in the schedule below. Schedule of Multiple Bids bins f Sections Included in Combination Tom BLR 5707(Rev.1194) (If an individual) Signature of Bidder Business Address (If a partnership) Firm Name Signed by Business Address Insert Names and Addresses of All Partners a corporation) Corporate Name Signed By President Business Address President Insert Names of Secretary Officers Treasurer st: Secretary Illinois Departm,.A Local Agency of Transportation Proposal Bid Bond Route RETURN WITH BID Municipality YURKVILLE Rd.Dist(Twnshp BRISTOL County KENDALL Section 94-00000-00–GM WE as PRINCIPAL,an as SURETY, are held and firmly bound unto the above Local Agency(hereafter referred to as"LA)in the penal sum of 5%of the total bid price,or for the amount specified in Article 102.09 of the"Standard Specifications for Road and Bridge Construction"in effect on the date of invitation for bids.We bind ourselves,our heirs,executors,administrators, successors,and assigns,jointly to pay to the LA this sum under the condi- tions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above-designated section and the PRINCIPAL shall within fifteen(15)days after award enter into a formal contract,furnish surety guaranteeing the faithful performance of the work,and furnish evidence of the required insurance coverage,all as provided in the"Standard Specifications for Road and Bridge Construction"and applicable Supplemental Specifications, then this obligation shall become void;otherwise it shall remain in full force and effect. IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph, then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above,together with all court costs, all attorney fees,and any other expense of recovery. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this day of A.D. 19 Principal (Company Name) (Company Name) By: By: (Signature 8 Title) (Signature 3 T Itle) (If PRINCIPAL is a joint venture of two or more contractors,the company names,and authorized signatures of each contractor must be affixed.) Surety By: (Name of Surety) (Signature of Attorney-in-Fact) STATE OF ILLINOIS, COUNTY OF I, ,a Notary Public in and for said county, do hereby certify that (Insert names of individuals signing on behalf of PRINCIPAL 8 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 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 this day of A.D. 19 — NOTICE My commission expires 1. Improper execution of this form(i.e.missing signatures or seals or incomplete certification)will result in bid being declared irregular. 2. If bid bond is used in lieu of proposal guaranty check,It must be on this form and must be submitted with bid. IL 494-0316 Notary Public BLR 5708(Rev. 1194) 11fnois Department Maintenance Engineering to be of Transportation Performed by a Consulting Engineer (to be attached to BLR 8202 or BLR 8205) I The services to be performed by the engineer, pertaining to the various items of work included in the estimated cost of ' maintenance operations (BLR 8202 or 8205), shall consist of the following: I PRELIMINARY ENGINEERING shall include: Investigation of the condition of the streets or highways for determination (in consultation with the local highway authority) of the maintenance operations to be included in the maintenance program;preparation of the maintenance resolution, estimate and proposal; attendance at meetings of the governing body as may reasonably be required; attendance at public letting; preparation of the contract or acceptance of proposal forms; and the preparation of the maintenance expenditure statement. ENGINEERING INSPECTION shall include: Furnishing the engineering field inspection (including preparation of payment estimates and/or checking material invoices) of those maintenance operations requiring professional on-site inspection, as opposed to those ordinary operations such as street sweeping, snow removal, tree trimming, crack filling, cleaning ditches and culverts, etc., which typically require no professional inspection. For furnishing preliminary engineering, the engineer will be paid a base fee PLUS a negotiated fee percentage. For furnish- ing engineering inspection the engineer will be paid a negotiated fee percentage. The negotiated preliminary engineering fee percentage for each group shown in the "Schedule of Fees" shall be applied to the total estimated costs of that group. —he negotiated fee for engineering inspection for each group shall be applied to the total final cost of that group for the items ihich required engineering. (See reverse side for additional instructions). In no case shall this be construed to include supervision of contractor operations. SCHEDULE OF FEES BASE FEE 4 {$:S;};!i:.i::Si:'i'r}::}i:!:}}jjii:::>.::i::�;<Li:_:�}:':.;:;:ti:`ii}:�::Si•isji:}i:::?jti::t:i::i::}t}iiii::iJ'?::{::Q::itv' :::G.::..:•r::::. r::.>:.�.}':.}'•}:.}':.}:}.n}:•}}YL;:.}}jiiv:^i::}:�i;vii;}}}::;;ii?VyL}:.'Jyv:S}. •v.4. •.JN.•nr.:w: t:J::�i•}:•}:n:.}}:ti-}fin-..... :ij'2i:.:iv,:::ji;::i:•t.:;:j:<:.ii:{;:�:ii?}::}:•i:;•}rii}}:{:<-:::'r,:}:•}}:J}}}}}:;:v:4:{;;6}:n}}}`x Programs of$15,000 or Less Over$15,000 Negotiated ($1,000 Maximum 1,000 ...ti:.N:.:•}:::.;:}:..�Y.;:<.::.:<.:}>.:;.>: is ti;. .%;T•}: :}\,..h.. t.�•;t•it ;.}'.;. }n PLUS :::�ii i::}}f�`::Y:i'.-:_;{�;:;�};�:J iii?i}:if :�:�:�::i'rji:i:ij::}:y>;:iiii'rriirii<iii' 0}.. Group Preliminary Engineering Engineering Inspection Operation to be Acceptable Fee% Negotiated Fee % Acceptable Fee % Negotiated Fee% Inspected, Etc. I NA NA NA NA NA II 2% NA NA I NA III 4% I 4% IV 5 % 6% 489.04 8150.65 SIGNATURES BY: Pavia—Marting & Co .4"� \' Agency Of iai sulting Engm"er � :. vil age Administrator By: t'° r\";L C rtle Date Date IL 494-0325 BLR 4310(Rev.11/93)