Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
87-0618 Eagle Heights Sub. IDOT
LGM SEC. c7- 0O/v0- OD - ies Illinois Department of Transportation Division of Highways/District 1 1000 Plaza Drive/Schaumburg, Illinois/60196 JUN 181987 COUNTY CITY ) MATERIAL INSPECTION AND SUBLETTING OF THE CONTRACT • TOWNSHIP TO: CONTRACTORS : ,L/41 2 r • AU/A) , J N C. Gentlmen: All improvements being constructed under the Illinois Highway Code require tne construction be approved by the Department of Transportation. The Department requires that all material, regardless of the source or amount, entering into any MET improvement be inspected by the Bureau of Materials, of the Division of Highways, or acceptable commercial testing laboratory. In compliance with Article 106.03 of the Standard Specification, all material must be approved before being incorporated into the work and construction should not proceed until sucn approval has been obtained. Final Pay Estimate, • Form BLR-6303, submitted to this office for approval upon completion of a construction project will not be approved by this office until we have notification from our Bureau of Materials that all material incorporated in the project is acceptable and satisfactory in accordance with all approved specifications. With regards to subletting of contract work, please refer to Article 108.01 of the Standared Specification. Subletting of work will be permitted, however, the contractor shall perform with his own organization, work amounting to not less than 50 percent (50%) of the contract cost. No portion of the contract shall be sublet, assigned or otherwise disposed of, • except with the written consent of the awarding authority. Requests for permission to sublet, assign or otherwise dispose of any portion of tne contract, shall be in writing and accompanied by showing that the organization which will perform the work, is particularly experienced and equipped for such work. Written consent to sublet, assign or otherwise dispose of any portion of the contract, shall not be construed to relieve you of any responsibility for fulfillment of the contract. Very truly yours, R h C. Wehner Ostlrict Engineer t 0)0 By -r Raymond Harris Bureau C�y' •of Local Ro C s and Streets cc: R. C. WoelfelMp� CCC m4gr0 yrAtt u1�C5 . MEctroge ad</G , d..e. or•�d• 7 PROPOSA SUBMITTED R .� A)c . CONTRACTOR'S NAME v. bntt 3LCL NEkrbiL I, . ADDRESS (Doi BQ STATE OF ILLINOIS CITY OF FI GIN (City,Town or Village) KAW COUNTY ESTIMATE OF COST, SPECIFICATIONS, PLANS, MATERIAL PROPOSAL, CONTRACT PROPOSAL, CONTRACT AND CONTRACT BOND. (Strike out that which is not applicable) FOR THE IMPROVEMENT OF FAGI F HFIGHTS SLRDIVISL (Street or Road Name) STATE HIGHWAY NO. — COUNTY HIGHWAY NO. — EXTENSION TO COUNTY HIGHWAY NO. — SECTION NO. $7—n0140-00—RS TO BE CONSTRUCTED UNDER THE PROVISIONS OF THE ILLINOIS HIGHWAY CODE APPROVED DEPARTMENT OF TRANSPORTATIONR 1SSED- �'t T— 2 2/ 19%7 DAT J U N 8 19u7 6"' 19 ;!C'1M or, District Engineer BLR 290(Rev.9-72) TELEPHONE 312/695-6500 : OF EEC • • !. - tit 150 DEXTER COURT ELGIN, ILLINOIS 60120-5555 pq Z� ' IIIFLs April 30, 1987 ADDENDUM TO: Prospective Bidders SUBJECT: 1987 Resurfacing, Eagle Heights Section 87-00140-00-RS BID OPENING: May 19, 1987, 11 :00 A.M. Please note that the only water hydrant available for your use is located at the northeast corner of Royal Boulevard and Carol Avenue. You will not be permitted to use any other water hydrant. Please sign this addendum and include i with your bid documents. Signature i t 1 e 7611.1.72-EiJc T L1 I cName of Firma4\-01/3 \\ Address �_ r�� . leD �L / LJ HZ 3`� IL_ . I_ Phone Number � ( 7.3 .2) ----- I TELEPHONE 312/695-6500 `,c� OFE • J;J , V-.... "' ELGIN, ILLINOIS 60120-5555 I G. �, , 150 DEXTER COURT _ �'*HIiEj` . May 6, 1987 . ADDENDUM NO. 2 TO: Prospective Bidders SUBJECT: 1987 Resurfacing, Eagle Heights b Section 87-00140-00-RS BID OPENING: May 19, 1987, 11 :00 A.M. Your attention is drawn to the fact that the asphalt tOssurface eECIfrom thetgutterlflag _ shall be removed as a part of BITUMINOUS in the Schedule of Prices. It will be paid for at the contract unit price per square yard. Attached also is the revised first ethe sheet int of the hthele of Prices specification booklet and item Numbers 1 to 13. Please discard substitute with the attached sheet. Please sign this d ndum and include i w. h your bid documents. Signature 7l.) s---- Title VC___E —' 1D` __ 1 Name of Firm V\irAQ L_Y Lv• VV -''1 . P3C---- Address Phone Number STATE OF ILLINOIS Municipality City of Elgin Township NOTICE TO County Elgin CONTRACTORS Section Kane • 87-00140-00-RS TIME AND PLACE OF OPENING OF BIDS Sealed proposals for the improvement described below will be received at the office of Purchasing Agents City of Elgin, 150 Dexter Ct. , Elgin, IL 60120-5555 Kane County, Illinois, until 11 :000'clock A. M, May 19 1987 . Proposals will be opened and read publicly at that time. DESCRIPTION OF WORK Name 1987 Resurfacing Route - Length23,572 Feet(17952) ( 3.4 Miles) Location Eagle Heights Subdivision Proposed Improvement Removal and Replacement of Deteriorated Concrete Curb & Gutter and Sidewalk; Removing Existing Bituminous Pavement Fcige R Replacing with I " of Bituminous Concrete Leveling Binder Courses & 1" of Bituminous Surface Plant Mix (Class B, Modified) . BIDDERS INSTRUCTIONS 1. Plans and proposal forms will be available in the office of Purchaing Agent, City of Elgin , 150 Dexter Ct. , Elgin, IL 60120-5555. 2. All proposals must be accompanied by a proposal guaranty as provided in Article 102.09 of the "Standard Specifications for Road and Bridge Construction," prepared by the Department of Transportation. 3. The awarding authority reserves the right to waive technicalities and to reject any or all proposals as provided in Article 102.08 of the "Standard Specifications for Road and Bridge Construction," prepared by the Department of Transportation. By Order of City of Elgin (Awarding Authority) Superintendent of Highways/Municipal Clerk BLR 5704 (4-84) SPECIAL PROVISIONS The roadwork shall be done in accordance with Standard Specifications for Road and Bridge Construction, adopted by the Illinois Department of Transportation on October 1, 1983, herein referred to as Standard Specifications No. 1. The following Special Provisions supplement the Standard Specifications No. 1: 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, the "Standard Specifications for Traffic Control Items," adopted Feb. 1, 1984 and the "Supplemental Specifications and Mimeographed Special Provisions" indicated on the Check Sheet included herein which apply to and govern the proposed improve- ment designated as Section 87-00140-00-RS (Eagle Heights Subdivision) and in case of conflict with any part or parts of said specifications, the said Special Pro- visions shall take precedence and shall govern. The sanitary sewer shall be constructed under the provisions of the Standard Specifications for Water and Sewer Main Construction in Illinois, 4th Edition, published in May, 1986, by the Illinois Society of Professional Engineers, herein referred to as Standard Specifications No. 2. PREQUALIFICATION OF BIDDERS • It shall be in accordance with Article 102.01 (b) of Standard Specifications No. 1. BITUMINOUS MIXTURE COMPLETE, (CLASS B MODIFIED) This work shall be in accordance with section 405 of Standard Specifications No. 1. Material shall conform to Article 704.03 of said Standard Specifications. All course aggregate shall be crushed stone or crushed gravel. The graduation of the Coarse Aggregate shall be as follows: Passing 1/2 inch sieve 100% Passing No. 4 sieve 60-85% Passing No. 10 sieve 40-55% Passing No. 40 sieve 15-35% Passing No. 200 sieve 5-10% Bituminous Material shall be AC 5 (Viscosity Grade) BITUMINOIUS MATERIALS (PRIME COAT) SS-1 Description of Work The prime coat shall be of the type specified, applied at a rate of 0.10 gallons per square yard, except where otherwise noted. Basis of Payment This work will be paid for at the contract unit price per gallon for BITUMINOUS MATERIAL (PRIME COAT) SS-1. PAVEMENT PATCHING This work shall consist of the removal of all Bituminous Pavement and Aggregate Base for a minimum depth of 10 inches for the new Bituminous Base, Leveling Binder, and Surface Course to meet the existing grades. This work will include reshaping and compacting of the subbase material. Surplus or waste material from the removal and replacement operations shall be disposed of by the contractor, at his expense, in accordance with Article 202.03. Care must be taken to protect the curbs and other existing structures during construction. Payment for such will be at the contract unit price per square yard for PAVEMENT REMOVAL AND BITUMINOUS REPLACEMENT of the type specified. AREA REFLECTIVE CRACK CONTROL TREATMENT, SYSTEM A In addition to the mimeographed special provision contained herein, the following shall apply. Surface Preparation The surface on which the fabric is to be placed shall be free of dirt, water, and any foreign material. Cracks between 1/8 inch and 1/4 inch will be filled with Mixture for Cracks, Joints and Flangeways as directed by the engineer. Prior to application, all loose dirt shall be removed by compressed air blower or some other approved method. Basis of Payment This work will be paid for at the contract unit price: (a) Per square yard for AREA REFLECTIVE CRACK CONTROL TREATMENT, SYSTEM A (b) Per ton for MIXTURE FOR CRACKS, JOINTS AND FLANGEWAYS (c) Per gallon for BITUMINOUS MATERIALS (PRIME COAT) AC 85-100 BITUMINOUS SURFACE REMOVAL (BUTT JOINT) The surface shall be sawcut at locations shown on the plans and the material shall be removed without disturbing the adjacent pavement surface. The removal area shall be primed in order to secure a good butt joint. Cost of prime shall be incidental. This work will be paid for at the contract unit price per square yard for BITUMINOUS SURFACE REMOVAL ( BUTT JOINT) . BITUMINOUS SURFACE REMOVAL (SPECIAL) This work shall consist of removing the existing bituminous surface at varying depths to the limits specified on the plans. The machine used for surface removal shall be a self-propelled grinding machine capable of removing, in one pass, a layer of bituminous material at least six feet (6') in width and 3 inches in depth. The grinding machine shall be capable of accurately and automatically establishing the grade for the variable depth required. It shall also have an effective means for removing excess material from the surface and for preventing any dust resulting from the operation from escaping into the air. BITUMINOUS SURFACE REMOVAL (SPECIAL) -continued The nature and condition of the equipment and the manner of performing the work shall be such that the ground surface is not torn, gouged, shoveled or otherwise injured by the grinding operations. Sufficient cutting passes shall be made so that the profile (0" to 3" or the top of old payment, whichever is less) can be obtained to the satisfaction of the Engineer. Removing the pavement to the required depth adjacent to structures in the pavement surface, such as drainage castings and utility covers, shall be accomplished in a manner satisfactory to the Engineer, using machine or hand methods. Unless otherwise specified, excess material resulting from the operation shall be removed and disposed of as specified in Section 202.03 of the Standard Specifications No. 1. Bituminous Surface Removal (Special) will be measured in place and the area computed in square yards. The square yards measured will be paid for only once regardless of the number of passes needed to remove the material. This work will be paid for at the contract unit price per square yard for BITUMINOUS SURFACE REMOVAL (SPECIAL). TOPSOIL AND SEEDING All grass areas disturbed during construction shall be restored with a minimum of 4 inches of topsoil and seeded in accordance with applicable portions of sections of 216 and 642 of Standard Specifications. The cost of this work shall be considered incidental to the contract. SANITARY SEWER This work shall include all excavation and proper disposal of the material in order to replace each two 3-fcct sections of deteriorated sanitary sewer. Also, included is the removal and replacement of sanitary sewer of the size indicated. Allowable pipe for this work is as follows: Extra Strength Vitrified Clay Pipe (ASTM C-700 and ASTM C-425) Polyvinyl Chloride Pipe (ASTM D 3034-73) Ductile Cast Iron Pipe (ASA A21.51, ASA A21.10 and ASA A21.11) Replacement pipe shall meet existing pipe and shall be installed at the original slope. The new pipe shall be connected to the existing pipe with mission couplings. Where service connections are involved, no additional compensation will be allowed for WYE connections. This item includes the pipe cradle and all labor and material necessary to complete the work. METHOD OF MEASUREMENT The quantity of Sanitary Sewer Replacement, 8" shall be measured for payment from the outside of the manhole for the actual length replaced. BASIS OF PAYMENT This work will be paid for at the contract unit price per lineal foot for SANITARY SEWER REPLACEMENT, 8". SERVICE CONNECTION During the sanitary sewer replacement operations, it may be necessary to replace a portion of the sanitary service connection to the homes. All work for this item shall be in accordance with Standard Specifications No. 2. This work shall consist of the removal of the last section of the service connection at the main regardless of the length. Allowable pipes for service connections are the same as in sewer mains. Mission couplings shall be used for connections. This item shall include all labor and material to complete the work. METHOD OF MEASUREMENT This item shall be measured complete for each service connection. BASIS OF PAYMENT This item will be paid for at the contract unit price each for SERVICE CONNECTION. • TRENCH BACKFILL This item shall be in accordance with Section 210 of Standard Specifications No. 1 and it shall consist of the backfill for sanitary sewer replacement at each location. Trench Backfill shall be placed in one foot lifts and mechanically compacted. METHOD OF MEASUREMENT Trench Backfill quantities are based upon an excavated trench measuring 8' x 4' at a depth six inches below the pipe and 10' x 5' at the top. Depth of the trench is to include full pipe replacement up to roadway subgrade. No additional quantities shall be allowed unless additional sewer main is to be replaced. BASIS OF PAYMENT This work shall be paid for at the contract unit price per cubic yard for TRENCH BACKFILL, measured as specified herein. TRAFFIC The contractor shall keep the road open to traffic at all times. At locations where construction operations are in progress, minimum of one lane shall be kept open to traffic. A minimum of two lanes shall be kept open to traffight all times where there is no construction operation in progress. When the contractor is engaged in construction operations, traffic shall be confined to one half the existing road bed, and he shall furnish, at his expense, two flagmen at each location to protect his workers, and to warn and direct traffic. Should the Engineer require additional flagmen to direct traffic or for safety purposes, they shall be provided at no extra cost to the City. The contractor shall provide appropriate warnings signs in advance of the construction zone. He shall also protect the adjusted and reconstructed catch basins and frames and grates by barricades as deemed necessary by the Engineer for the safe movement of traffic. Cost of all signs and barricades shall be incidental to the contract. MANHOLE ADJUSTMENT If manhole castings , either frames or grates are damaged during adjustment, they - - shall be replaced by the contractor at no additional compensation. An approved sealant shall be used between the frame and pre-cast concrete adjusting rings. GUTTER FLAG The thickness of new gutter flags shall be nine inches regardless of the composition or thickness of adjoining pavement. QUALITY CONTROL TESTS The Portland Cement Concrete and Bituminous Concrete shall be subject to rigid quality control tests by a certified testing service at no cost to the contractor. The contractor shall be responsible for furnishing materials for testing and any test document from the Illinois Department of Transportation. He shall also fur- nish Portland Cement Concrete Cylinders and Bituminous Concrete cores for density tests at no extra compensation. CHECK SHEET /29 State of Illinois Department of Transportation SPECIAL PROVISION FOR REFLECTIVE CRACK CONTROL TREATMENT ) Effective September 1, 1981 Revised March 1, 1985 Description. This wort shall consist of furnishing all materials, equipment and labor and performing all operations for constructing AREA REFLECTIVE CRACK CONTROL TREATMENT or. STRIP REFLECTIVE CRACK CONTROL TREATMENT. Unless otherwise specified AREA REFLECTIVE CRACK CONTROL TREATMENT shall be Reflective Crack Control System A (Petromat or approved equal), or Reflective Crack Control System C (Asphalt-Rubber Membrane Interlayer) at the option of the Contractor. Unless otherwise specified STRIP REFLECTIVE CRACK CONTROL TREATMENT shall be Reflective Crack Control System A (Petromat or approved equal), Reflective Crack Control System B (Heavy Duty Bituthene or approved equal), or Reflective Crack Control System C (Asphalt-Rubber Membrane Interlayer) at the option of the Contractor. Surface Requirements. The surface on which reflective crack control system A, 8, or C is to be constructed shall be clean and dry. All base failures shall be repaired and all cracks, spells, potholes or other depressions shall be sealed with an approved crack sealer or filled with mixture for cracks, joints and flangeways in accordance with Article 406.11 of the Standard Specifications and to the satisfaction of the Engineer before any crack control system • is constructed. Leveling Binder. When. in the opinion of the Engineer, the existing pavement surface cannot be rendered sufficiently smooth, by crack sealing and patching, to receive the reflective crack control systems specified, a leveling binder shall be placed prior to construction of the reflective crack control system. The leveling binder shall be constructed in accordance with Section 406 of the Standard Specifications. Leveling binder placed on top of any reflective crack control system shall be placed at a maximum temperature of 3000 F. Preparation, Transportation, Placing and Compaction of Bituminous Mixtures. Bituminous binder course or surface course mixtures placed on top of any reflective crack control system shall be placed at a mix temperature of 3000 F. All other preparation, transportation, placing and compaction of bituminous mixtures shall be done in conformance with Section 406 of the Standard Specifications. Reflective Crack Control System A Materials. The reinforcing fabric shall be a nonwoven polypropylene or other approved plastic fabric having the following properties: Weight (ASTM 0 1910) oz./sq. yd., min. 4.0 Grab Tensile Strength (ASTM D 1682) lbs.. ■in. 90.0 Grab Elongation at Break (ASTM 0 1682) S, min-sax. 40-100 Asphalt Retention gals./sq. yd., min. 0.20 The asphalt binder shall be 85/100 penetration asphalt cement meeting the requirements of Article 713.07 of the Standard Specifications. Blotter Aggregate: Small quantities of washed concrete sand may be needed to blot excess asphalt or facilitate movement of construction equipment over the fabric during the overlay operations. Blotter aggregate, If used. will be incidental to this work. Equipment. The pressure distributor shall conform with Article 802.05 of the Standard Specifications. Mechanical laydown equipment shall be capable of handling full rolls of fabric, and shall be capable of laying the fabric smoothly without excessive wrinkles and/or folds. Stiff brush brooms to smooth the fabric and scissors to cut the fabric shall be provided. Construction Method. The area to be covered with fabric shall be sprayed uniformly with asphalt binder at a rate of 0.25 to 0.30 gallon per square yard as directed by the Engineer. Binder application shall be accomplished with a pressure distributor for all surfaces except, where the distributor does not have room to operate, hand spraying rill be allowed. The width of the spray application shall be no more than six inches wider than the fabric and no less than the fabric width plus two inches. The binder shall not be applied at a temperature greater than 3250 F. to avoid damage to the fabric. After the binder has been sprayed, the fabric shall be unrolled or hand placed onto the binder without delay. Every effort must be made to lay the fabric as smoothly as possible to avoid wrinkles. In no case shall wrinkles large enough to cause laps of the fabric be permitted. Such wrinkles shall be cut and laid out flat. The fabric shall be broomed or squeegeed to remove air bubbles and make complete contact with the road surface. The fabric shall overlap the adjacent fabric panel a minimum of two inches. Additional binder shall be applied to make the joints where overlap is greater than two inches. This shell be a hand application. The transverse joints shall be made in such a manner to avoid pickup by the paver. The direction of paving shall be in the direction of fabric placement. When placed as a strip treatment the strip shall be 24 inches wide. 123 CHECK SHEET 029 Reflective Crack Control System B Materials. Nat suitably membrane interlayer shall incorporate a high strength fabric embedded in a layer of plasticized bitumen with the following properties: Property Value Test Method Thickness 0.065 inch. min. Permeance-Perms 0.10 ma. ASTM E 96 Method B (grain/sq. ft./hr.. in. hg.) Tensile Strength 50 lb./in., min. ASTM D 882 (modified for 1' opening) Puncture Resistance (fabric) 200 pounds. min. ASTM E 154 Pliability - 1/2 inch No cracks in fabric ASTM D 146 or plasticized bitumen The primer to be used with the waterproofing membrane shall be supplied by the manufacturer of the membrane and shall be compatible with the membrane. Construction. The waterproofing membrane interlayer shall be placed as shown on the plans. Placement of the membrane shall be done only when the temperature is above 400 F. and the pavement surfaces are dry and free of dirt and debris. The surface shall be primed in accordance with the manufacturer's recommendations prior to placement of the membrane. The primer shall be placed on the concrete surface at a minimum rate of 300 square feet per gallon, shall extend 1 in. wider than the membrane, and shall be allowed to dry until tackfree before applying the membrane. Primer shall be placed on both Portland cement concrete and asphaltic concrete pavements. Any spell greater than 3 in. In diameter which will cause a failure of the material to bond to the pavement or will leave a cavity under the material shall be corrected prior to the placement of the waterproofing membrane interlayer. The membrane shall be installed in nominal 12 in, widths (11-3/8 in. minimum) and shall be centered over the Joint or crack within a 1 in. tolerance. Laps will be permitted in the membrane with a minimum overlap of 2 1/2 in. The membrane shall be installed straight and wrinkle-free with no curled or uplifted edges. Any wrinkles over 3/8 in. width shall be slit and folded down. All membrane shall be surface dry before placement of the asphaltic concrete overlay. Paving may begin immediately after membrane placement. Reflective Crack Control System C Materials Asphalt. The grade of asphalt cement for the asphalt-rubber mixture shall comply with the applicable requirements for Section 713.07 and shall be either 100-120 or 120-150 grade. Emulsified asphalt for tack coat shall be S5-1, SS1h, CSS-1, CSS-lh and shall comply with the requirements of Section 713.09. Vulcanized Rubber. The granulated crumb rubber shall be 100 percent vulcanized and meet the following gradation requirements: Sieve Size Percent Passing No. 8 100 No. 10 98-100 No. 30 0-10 No. 40 0-4 The specific gravity of the material shall be 1.15 • 0.02 and shall be free from fabric, wire or other contmainated materials, except that up to 4 percent calcium carbonate may be included to prevent the rubber particles from sticking together. Vulcanized rubber will be accepted by certification from the rubber supplier. Diluent. The diluent shall be a solvent with an initial boiling point (IBP) of +350 when tested In accordance with 1STMD66. Crumb Rubber Blend. The rubber shall be a blend of 40% powdered devulcanized rubber and 60% ground vulcanized rubber scrap specially selected to have a high natural rubber content. The blend shall meet the following specifications: Sieve Analysis (ASTM D 1151) Sieve Size % Passing No. 10 100 No. 30 60 - 80 No. 50 35 - 70 No. 100 10 - 25 The natural rubber content shall be a minimum o' 30 percent by weight (ASTM D 297). -2- 124 CHECK SHEE T The devulcanized rubber content of the blend shall be 40 percent by weight and shall be determined by a will test as follows: When 40-SO grams of rubber retained on the 30 mesh sieve art added to the tight six inch (6') rubber will. the material will bond on the mill roll in one pass, and will usually be retained on the m111 roll. This will indicate the presence of a suitable quantity of devulcanized rubber. The crumb rubber blend rill be accepted by certification from the rubber supplier. Extender Oil. Extender oil shall be compatible with all materials used and be a high flash. high viscosity resinous aromatic rubber extender oil. Cover Aggregate. Aggregates for cover material shall meet the requirements of Section 704.03 for Class A bituminous • courses except only CA-14 or CA-15 will be allowed. Equipment m General. The equipment used by the contractor shall include a mechanical sweeper meeting the requirements of Section 801.03 for pavement cleaning and excess cover aggregate removal and a self-propelled pressure asphalt distributor meeting the requirements of Section 802.05. Asphalt-Rthber Equipment. All equipment utilized in processing and application of the asphalt-rubber material shall be as described belo (1) A truck or trailer mounted self-powered distributor equipped with a heating unit, a mixing unit capable of producing a homogenous mixture of asphalt and rubber. pumps) capable of spraying asphalt-rubber within + 0.05 gallon per square yard of the specified rate, and a fully circulating spray bar capable of applying isphalt-rubber without a streaked or otherwise irregular pattern. (2) The distributor shall also include a tachometer. pressure gages, volume measuring devices, an onboard weighing device to aid in proportioning materials and a thermometer. A 'boobman' shall accompany the distributor and ride in a position so that all spray bar nozzles are in his full view and readily accessible for unplugging. Cover Aggregate Spreader. The cover aggregate (chip) spreader shall be a self-propelled machine with an aggregate receiving hopper in the rear, belt conveyors to carry the aggregate to the front, and a spreading hopper equipped with full-width distribution auger and spread rolls. The spreader shall be in good mechanical condition and be capable of applying the cover material uniformly across the spread at the specified rate. Rolling Equipment. Self-propelled pneumatic-tired rollers meeting the requirements of Section 801.01 shall be used for the required rolling of the cover material. Construction Details \ General. Immediately prior to application of a tack coat, the surface shall be thoroughly cleaned by sweeping. When placed as a strip treatment, the strip shall be 24 inches wide. Also when placed as a strip treatment, a self-propelled distributor will not be required for applying the tack coat nor the asphalt-rubber, nor will a self-propelled spreader be required to place the cover aggregate. Equipment which meets the approval of the Engineer and applies a uniform application of tack coat, asphalt rubber and cover aggregate may be used. Tack Coat. A tack coat of diluted emulsified asphalt, of the type and grade designated previously, shall be applied to the cleaned surface and allowed to fully cure before spreading of the asphalt rubber material. The emulsified asphalt shall be diluted 1 part water to 1 part emulsified asphalt by volume with from 0.10 to 0.15 gallon per square yard of the diluted material applied. Asphalt-Rubber Mixture. The contractor has the choice of using two alternates, one a vulcanized rubber in asphalt with a diluent (mixture 1) and the other a crumb rubber blend in asphalt which has been treated with an extender oil (mixture 2). Mixture 1. The percentage of vulcanized rubber shall be 33 • 4 percent by weight of the asphalt cement in mixture 1. The temperature of the asphalt shall be between 3500 F. and 3950 F. before addition of the vulcanized rubber. The material shall be carefully combined and mixed and reacted for a period of time as required by the Engineer which shall be based on laboratory testing by the asphalt-rubber supplier or contracting agency. The temperature of the asphalt-rubber mixture shall be above 3250 F. during the reaction period. After the reaction between asphalt and rubber has occurred, the viscosity of the hot asphalt-rubber mixture may be adjusted for spraying and/or better 'wetting' of the cover material by the addition of a diluent. The diluent shall not exceed 7 1/2 percent by volume of the hot asphalt-rubber mixture. If a job delay results after the full reaction has occurred, the material may be allowed to cool and be slowly reheated to an acceptable spraying temperature just prior to application. However, because of the polymer reversion that can occur when crumb rubber is held for prolonged high temperatures, the material shall not be reheated to temperatures above 3250 F. Additional diluent up to a maximum of 3 percent by volume of the hot asphalt-rubber mixture may be used after reheating of the material. Mixture 2. The percentage of crumb rubber blend shall be 25 + 4 percent by weight of the asphalt cement. Prior to adding the crumb rubber blend the asphalt end extender oil shill be mixed in such quantities to produce an absolute viscosity of 600 poises at 1400 F. when tested in accordance with the requirements of AASHTO T 202. The asphalt oil blend shall first be heated to 4000 F. minimum and be thoroughly mixed before beginning incorporation of the crumb rubber blend. The crumb rubber blend shall be added as quickly as possible and the mix shall be given adequate circulation and agitation during the addition mixing process to provide for proper dispersion. As soon as the mixing of the rubber is complete mixture 2 may be applied to the roadway. However, if the material is not to be used within one hour of mixing the temperature shall be reduced to below 3250 F. and reheated on the project site. -3- roma CHECK SHEET /29 Application of Asphalt-Rubber Material. Placement of the asphalt-rubber shall be made only under the following conditions: (1) The pavement surface temperature is not less than 600 F. and rain is not imminent. (2) The pavement surface is clean and dry. (3) The wind conditions are such that excessive blowing of the spray bar fans is not occurring. and (4) All construction equipment such as asphalt-rubber distributor, aggregate spreader. haul trucks with cover • aggregate, and rollers are in positioi. and ready to commence placement operations. The asphalt-rubber mixture shall be applied at a temperature of 290° F. to 325° F. at a rate of 0.6 + 0.05 gallon per square yard (based on 7 1/2 pounds per hot gallon). Transverse joints shall be constructed by placing building paper across and over the end of the previous asphalt-rubber application. Once the spraying has progressed beyond the • paper, the paper shall be removed imsmediately and disposed of as directed by the Engineer. All longitudinal joints shall be lapped a minimum of 4 inches. Application of Cover Material. Cover material shall be applied immediately to the asphalt-rubber after spreading at a rate of 30 to 40` pounds per square yard. At the time of application to the asphalt-rubber, cover aggregate shall not contain any free moisture. Rollin At least 3 pneumatic-tired rollers shall be provided to accomplish the required embedment of the cover material. At some project locations or where production rates indicate, fewer rollers may be utilized as directed by the Engineer. Sufficient rollers shall be used for the initial rolling to cover the width of the aggregate spread with one pass. The first pass shall be made immediately behind the aggregate spreader, and if the spreading is stopped for any reason, the spreader shall be moved ahead or off to the side so that all cover material may be immediately rolled. Four complete coverages with rollers shall be made with all rolling completed within 2 hours after the application of the cover material. Opening the Completed Asphalt-Rubber Membrane Interlayer to Traffic. Except when it is necessary that hauling equipment must travel on the newly applied membrane, traffic of all types shall be kept off the membrane until it has had time to set properly. The speed of all hauling equipment shall not exceed 15 miles per hour when traveling over a membrane which is not adequately set. The minima traffic free period shall not be less than two hours. Removing Loose Cover Aggregate. The sweeping shall be sufficient following placement of the membrane to remove all loose aggregate without dislodging any embedded aggregate. Placement of Asphalt Concrete. The placement of the asphalt concrete overlay shall be delayed as directed by the Engineer for sufficient time to allow for adequate evaporation of the diluent or extender oil. A minimum of 2 hours shall elapse. Area Treatment-Method of Measurement d Payment. Area Reflective Crack Control Treatment will be measured in place and the area computed in square yards. This work will be paid for at the contract unit price per square yard in place for AREA REFLECTIVE CRACK CONTROL TREATMENT. Strip Treatment-Method of Measurement I Payment. Strip Reflective Crack Control Treatment will be measured in place along the joint or crack parallel to the centerline of the pavement. This work shall be paid for a the contract unit price per lineal foot for STRIP REFLECTIVE CRACK CONTROL TREATMENT. *If steel slag is used spread quantities shall be increased in proportion to its higher specific gravity. • • -4-(f) 126 i r-- State of Illinois DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR EMPLOYMENT PRACTICES • In additio n to all other labor requirements set forth In this proposal and In the Standard %' Specifications for Road end Bridge Construction, adopted by the Department of TrensportatIon, during y: 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 .shell 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: I (I) That It will not discriminate against any employoe 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 k classifications to determine If minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underutillzaticn. P portion I.; (2) That, If it hires additional employees In order to perform this contract or any hereof, it will determine the availability of minorities and women In the area(s) from which It may reasonably recruit end it will hire for each Job classification for which employees are hired In such • way that minorities and women are not underutilized. i. (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 physical or mental of race, color, religion, sex, national origin, ancestry, age, marital status, p y handicap or unfavorable discharge from military service. c i. .. (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 f Rights Act and the Department's Rules end Regulations. If any such labor organization or representative falls or refuses to cooperate with the contractor In its efforts to comply with such Act and Rules end Regulations, the contractor will promptly so notify the Illinois Department of Human Rights and the contracting agency end 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 fDepartment or the contracting agency, and In all respects comply with the Illinois Human Rights r Act and the Department's Rules and Regulations. F (6) That It will permit access to all relevant books, records, accounts and work sites by le.r. 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 end the Department's 5. Rules and Regulations. (7) That It will include verbatim or by reference the provisions of this clause In every 1 • 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 E' with applicable provisions of this clause by all Its subcontractors; end further it will promptly notify the contracting agency and the Illinois Department of Human Rights In the event any ' subcontractor falls or refuses to comply therewith. In addition, the Contractor will not utilize r. 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 F (10-85) 6 . Affirmative Action - City Contracts. A. The City shall not contract in an amount exceeding ten thousand dollars with any contractor or vendor, maintain any financial relation with any financial institution, or use the services of any labor or- ganization or member thereof, which employs fifteen or more persons, which does not first submit to the City a written commitment to provide equal employment opportunity. The written commitment required by this section shall : 1. Set out and agree to maintain specific employment or membership practices and policies sufficient to achieve equal opportunity. 2. Set out specific goals for participation by minority groups and female persons qualified by or for training or through previous work experience. This provision will not infringe upon the right of the employer to determine the need for or qualifications of employees. 3. Agree to submit to the City upon request written evidence of the effectiveness of the above required practices, policies and goals. 4. Agree to submit to the City upon request statistical data concerning employee composition or membership composition on race, color, six, and job description. 5. Agree to distribute copies of the above commitment to all persons who participate in recruitment, screening, referral and selection of job applicants , prospective job applicants or members. 6. Agree to require any subcontractor to submit to the City a written commitment which contains the provisions required Dy paragraph ( 1) through (5) above. 7. The written commitment required by this section may also be satisfied by filing a copy of an affirmative action program of the contractor/vendor which is in effect and which has been approved by any local , state or federal agency with jurisdiction to approve such programs. B. All such contracts by and between the City of Elgin and contractors and vendors for the purchase by the City of Elgin of goods and/or services shall contain the following clauses: "The contractor/vendor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, ancestry, national origin, place of birth, age, or physical handicap which would not interfere with the efficient performance of the job in question. The contractor/vendor will take affirmative action to comply with the pro- visions of this ordinance and will require any subcontractor to submit to the City of Elgin a written commitment to comply with those provisions. The contractor/vendor wil; distribute copies of this commitment to all • persons who participate in recruitment, screening, referral and selection of job applicants , prospective job applicants, members or prospective subcontractors. " "The contractor/vendor agrees that the provisions of Chapter 3. 12 of the Elgin Municipal Code, 1976 is hereby incorporated by reference, as if set out verbatim. " • • Prevailing Wage Rate. It shall be mandatory upon the contractor to wnom the contract is awarded, and upon any subcontractor under him, that the • general prevailing rate o; wages in said municipality for each craft or type of workman or mechanic needed to execute the contract or perform such work, and also the general prevailing rate for legal holiday ana overtime work as ascertained by the City of Elgin or by the Department of Labor, shall be paid for each craft or type of workman needed to execute the contract or to perform such work. Special Notice. Pursuant to the "Affirmative Action -- City Contracts" provisions CEOpy attached) , the following information is required: 1. Number of employees 2. Written committment to provide equal employment opportunity or copy of your company' s current Affirmative Action Program is attached with this bid. CHECK SHEET FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS Adopted March 1, 1985 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 Specifica- tions for Road and Bridge .;onstruction," adopted October 1, 1983. All SUPPLEMENTAL SPECIFICATIONS are applicable to and included, by reference, in all contracts ad- vertised and awarded by the Department. Std. Spec. Sec. ERRATA Standard Specifications for Road and Bridge Construction (Rev. 3-1-85) 104 Scope of Work (Eff. 3-1-85) 105 Control of Work (Eff. 3-1-85) 107 Legal Relations and Responsibility to Public (Eff. 10-1-83) 109 Measurement and Payment (Eff. 10-1-83) (Rev. 3-1-85) X 405 Bituminous Surface Road Mix (Class B) (Eff. 3-1-85) 406 Bituminous Concrete Binder and Surface Courses (Class I) (Eff. 10-1-83) (Rev. 3-1-85) 408 Portland Cement Concrete Pavement (Eff. 3-1-85) • 503 Concrete Structures (Eff. 10-1-83) (Rev. 3-1-85) 504 Concrete for Structures and Incidental Construction (Eff. 3-1-85) 507 Steel Structures (Eff. 10-1-83) (Rev. 3-1-85) 509 Cleaning and Painting Metal Structures (Eff. 10-1-83) 511 Pipe Culverts (Eff. 3-1-85) 512 Reinforcement Bars (Eff. 3-1-85) 603 Storm Sewers (Eff. 3-1-85) 607 Pipe Drains and Pipe Underdrains (Eff. 3-1-85) 612 Catch Basin, Manhole, Inlet and Valve Vault Construction Adjustment and Reconstruction (Eff. 3-1-85) 617 Removal of Existing Pavement, Curb, Gutter, Combination Curb and Gutter, Driveway Pavement, Sidewalk and Bituminous Surface; Texturing Existing Pavement (Eff. 3-1-85) 620 Pavement Patching (Eff. 3-1-85) 624 Portland Cement Concrete (Eff. 3-1-85) 625 Curing Portland Cement Concrete (Eff. 3-1-85) 642 Seeding (Eff. 3-1-85) 646 Engineer's Field Office and Laboratory (Eff. 3-1-85) 647 Pavement Marking Tape (Eff. 3-1-85) 648 Traffic Control (Eff. 3-1-85) 660 Electric Cable (Eff. 10-1-83) (Rev. 3-1-85) 1 of 4 March 1, 1985 ' • SUPPLEMENTAL SPECIFICATIONS - Cont'd. Sec. 661 Unit Duct (Eff. 10-1-83) (Rev. 3-1-85) 662 Trench and Backfill for Roadway Lighting (Eff. 10-1-83) 663 Conduit (Eff. 10-1-83) (Rev. 3-1-85) 664 Control Installation (Eff. 10-1-83) 665 Light Pole Foundation (Eff. 10-1-83) 666 Light Tower Foundation (Eff. 10-1-83) 667 Light Pole (Eff. 10-3-83) (Rev. 3-1-85) 668 Light Tower (Eff. 10-2.-83) 669 Luminaire Sodium Vapor (Eff. 10-1-83) (Rev. 3-1-85) 670 Sign Lighting (Eff. 10-1-83) (Rev. 3-1-85) 671 Temporary Lighting System (Eff. 3-1-85) 690 Electrical Testing (Eff. 10-1-83) 704 Coarse Aggregate (Eff. 3-1-85) • 710 Metals (Eff. 10-1-83) (Rev. 3-1-85) 711 Timber and Preservative Treatment (Eff. 10-1-83) 712 Paint Materials and Mixed Paints (Eff. 10-1-83) (Rev. 3-1-85) • 718 Miscellaneous Materials (Eff. 10-1-83)Highway Lighting Materials (Eff. 10-1,83) (Rev. 381) (Re 801 General Equipment (Eff. 3-1-85) v. 3-1-85) 803 Portland Cement Concrete Equipment (Eff. 3-1-83) END OF SUPPLEMENTAL SPECIFICATIONS 2 of 4 • March 1, 1985 RECURRING SPECIAL PROVISIONS The following RECURRING SPECIAL PROVISIONS and BRIDGE SPECIAL PROVISIONS indicated by an "X" are applicable to this contract and are included by reference: CHECK SHEET 0 1 R. R. Protection Liability Form (Eff. 6-10-58) (Rev. 9-29-67) 2 Required Contract Provisions - All Federal-Aid Construction Contracts (Form PR 1273) (Rev. 9-75) 3 Reserved 4 State Required Contract Provisions - All Federal-Aid Construction Contracts (Eff. 2-1-69) (Rev. 10-1-83) 5 Reserved 6 Specific Equal Employment Opportunity Responsibilities - Non-Federal- aid Contracts (Eff. 3-20-69) (Rev. 10-15-75) 7 Required Provisions - State Contracts (Eff. 4-1-65) (Rev. 10-1-83) 8 Pozzolanic Base Course, Type A (Eff. 4-1-64) (Rev. 3-1-85) Skid Resistant Bituminous Surface (Eff. 6-16-75) (Rev. 1-1-84) 10 Asphalt Repaving (Eff. 4-1-70) (Rev. 11-1-75) 11 Sand Module Impact Attenuators (Eff. 10-15-76) (Rev. 4-1-81) 12 Placement Temperature for Bituminous Concrete Binder and Surface Courses (Federal-Aid Contracts) (Eff. 10-15-76) • 13 P. C. Concrete Pavement Surface Test with 16-foot Straightedge (Eff. 7-1-77) (Rev. 4-1-81) 14 P. C. Concrete Pavement Surface Test with State Furnished Profilograph (Eff. 7-1-77) (Rev. 4-1-81) 15 P. C. Concrete Pavement Surface Test with Contractor Furnished Profilograph (Eff. 7-1-77) (Rev. 4-1-81) 16 PCC Pavement, PCC Base Course and PCC Base Course Widening (Eff. 1-2-80) (Rev. 3-1-85) 17 Open-Graded Asphalt Friction Course (Eff. 1-2-80) 18 Price Adjustment of Bituminous Materials (Eff. 7-1-79) (Rev. 10-1-79) 19 Temporary Concrete Barrier (Eff. 7-1-79) (Rev. 4-15-80) 20 Concrete Barrier (Eff. 7-1-79) (Rev. 10-15-80) 21 Drier Drum Hot Mix Plant (Eff. 7-1-79) 22 Permissive Use of Drier Drum Hot Mix Plant (Eff. 8-1-79) 23 Expansion Anchor Ties (Eff. 1-2-80) (Rev. 11-1-81) 24 Bituminous Curb (Eff. 4-1-80) 25 Calcium Nitrite Corrosion Inhibitor (Eff. 3-1-80) (Rev. 10-15-80) 26 Precast Concrete Box Culverts (Eff. 6-15-82) 27 Reserved 28 Bituminous Stabilized Mixture (Hot-Mix Recycling) (Eff. 10-1-83) 1.41X (Rev. 3-1-85) 29 Reflective Crack Control Treatment (Eff. 9-1-81) (Rev. 3-1-85) 3 of 4 March 1, 1985 RECURRING SPECIAL PROVISIONS - Cont'd. CHECK SHEET 0 30 Erosion Control (Eff. 10-1-83) 31 Erosion Control Plan (Eff. 10-1-83) 32 Bituminous Concrete Binder Course (Hot-Mix Recycling) (Eff. 5-1-80) (Rev. 3-1-85) 33 Bituminous Concrete Leveling Binder (Machine Method) (Hot-Mix Recycling) (Eff. 7-1-82) (Rev. 3-1-85) 34 Delays Caused by Unknown Utilities (Eff. 10-15-82) 35 Reserved 36 Reserved 37 Continuously Reinforced PCC Pavement Patching 38 Period of Establishment for Plant Material (Eff. 9_19 83)83) 39 Reserved 40 Pozzolanic Base Course, Type A, Pozzolanic A • and Cement Aggregate Mixture Sub-base Eff. • 33-1 Mixture Sub-base, 41 Protection and Preservation of Aboriginal Records and85)Antiquities (Eff. 3-1-85) 42 Domestic Source for Steel (Eff. 3-1-85) 43 Fabric Formed Concrete Revetment Mats (Eff. 11-15-79) (Rev. 11-1-84) 44 Fiber Glass Fabric Repair System (Eff. 1-1-85) BRIDGE SPECIAL PROVISIONS BSP-1 Bridge Seat Sealer (Eff. 7-1-71) BSP-2 Portland Cement Mortar Fairing Course (Eff.10-1-83)1- -80) BSP-3 Concrete Joint Sealer (Eff. 7-1-71) BSP-4 Elastic Joint Filler (Eff. 7-1-71) (Rev. 11-1-81) BSP-5 Deck Slab Repairs (Eff. 1-2-80) ESP-6 Waterproofing Membrane System BSP-7 (Eff. 4-15-74) (Rev. 10-15-80) Finishing Cast-in-Place Concrete Bridge Floors (Eff. 7-1-71) BSP-8 Sand Backfill (Eff. 7-1-71) CRev. BSP-9 Neoprene Expansion Joint (Eff.. 7_1-7S) (Rev.) BSP-10 Temporary Bridge Rail (Eff. 1-2-80) 10-1-83) BSP-11 Epoxy Grouting of Anchor Rods and Bolts (Eff. 7-1-73) (Rev. 10-1-83) BSP-12 Texturing Concrete Bridge Decks (Eff. 7-1-77)Bituminous Density Test on Bridge Decks (Eff. (Rev) BSP-14 Epoxy Crack Sealing10-1-83) 2-15-78) (Rev• 8-15-78) BSP-15 Epoxy Mortar Repai (Eff. 10-1-83) BSP-16 Bridge Deck Concrete Overlay • (Eff. 10-1-83)Metal Shoes for Steel H-Piles (Eff. 3-1-85) ) (Rev. 3-1-85) 4 of 4 ;lc, , • ` r. ( • j; ‘• • • ISP 85-15 ii '' r. :: State of Illinois Pii- • Department of Transportation • R ' �. Special Provision P • for - Bituminous Paver Speed ,I Effective April 15, 1985 ¶' - Bituminous mixtures shall be placed in accordance with Article 406.14 except that _ ; the 4th paragraph is amended to read: . : The operating speed of the paver shall be subject to the approval of the 4 . Engineer and shall not exceed that speed which is necessary to produce a uniformily spread and struck off mat having a smooth texture without tearing or segregation of the material . In any event the paver speed shall be mated i.4 - with the required vibratory roller speed to provide a minimum of 10 impacts 1., per foot and shall not exceed that which coincides with the average rate of t• delivery of the bituminous material to the paver so as to provide, as nearly i as possible, continuous operation of the paver. In no case, shall the speed i of the paver exceed 50 feet per minute. � I • b. 1 r T: P. f: I: I. rf`: [ • C• • • i 'r • • 1 1 1 I I I ! 1 i • • SIDEWALK RAMPS FOR THE HANDICAPPED 1 3.1 I ___ t- TYPE Y' I • TYPE"Er —.... -.- IV _ Oawe P�wwce ae..A \k + \ r i +tw rewired ia..Nc.e.eariPc - •_--� ---, umw `+�_ Orlrimay -- 4 '`�. \ eenw led.ei�1:.� lapse+.si.4 p�114 �• 't p.wde YilaE4 pN..Iript OgarepAplq. /. TYPE'A' \\....... .......\\\\ Y.-" \ —ST T Y'rb^..NeW M Ca".ieMN. I x �\ x :": N._..__ ��` :11 1 IHA . }RECOMMENDED LOCATION OF ``—.- RAMPS TYPE"C"RAMP \ TYPE"B"RAMP C.O.1ow t)ype-C'R..p WO be mr..Nred.Ya..t`. mood wee unNS M4 a.Ml.ne do nor*vont ell...W 6.wap.pep.... 1-Per...ed C.p..al hare dowered II a perMutv., - NO . DETAIL A • • SECTION X•X • Poll wile el qv...h.' . . NOTE, Gr.e4n.e of aa.'w.Y0 eel reeveal. ee...l..aa..al.. Y r • nerve*odd - 4 M.v.sear.ale ape. bn M a.e..lcnalr a . plow d Ovel.ne - - Peon w.Nvwdd. TNdd Hopeittr eOp Wroree...7= �T�ppb went.seen` TYPE"A"RAMP V/p PROW CASTES n(EI. If 1 y _ire mowed a1foJ --�_� i.� GENERAL NOTES 2- ']2'4...,.N .b.o.w.well. R..p.Noll be Moored a even on pMn wen co..elewan.p.m TNdiMY or rapt will be II.venom tl.afferent peewit wt. pow'.. 4W normal reveal..Aswan and w.a,ntenacw aninww.wer.ane.el to pane b II red..t price ow pw.e. VIEW Y•Y d YI�«l oat,r.orn al mom null.le;me..t..nwolor rn b PC Cwtr...Sidewalk N meow,.p..e.ed Pr.c.Sao crone..t. womb. m ell'sewed N neiw.pe j od..N wr.ee.e neon.ode*IrNI- Ttve Pow .we r!-well. Pewee.ne.l t new a de woofer 0.1'Nr n loll. 1 not wt...loWWwP.dner r..er.cl.n..wl not p.m.. 7T.R Or ILLiNC.f •, .i i-l7 R.wow Nail be r...N..eee or PC Coe....w paweece with G(A.T4(NT Of TRANSPORTATION MviLOwf A.e2e el Me5r..ewe 5pw/rlcwd.e scope.e.......40 POMP... ...._.......n trawl.brown.NINp.wded. TO. IV STANDARD 2356 O..S.Ooll.nl / I a I A I / 1 / I 4 1 •• / • I I I 1 1 I • I • t a • • .'rio tb:Int?il"*" .....". t j'''..- ' •4-ET-1'I a 1.11 •N.•t• 1 • Cot 4 shoo toe 04111. . . I I r::'I'5°7,Z.:"., 1,-Le I Ae 10.2 RA e.,•• . , - Y ,Y. 1 1' -, • ler 0,10 be fallfed so ill 're .c•.4••.1 - ,_ ,, IO 1,rt..9,49 9'2, ..,6 6. 4-11•ii.9•NI.•4•i• th.•poens.on oltbe Z.'h•'roe u-•S• . te,ot ro•RR NO••,II i, I <--••1 -' I bet...r and tt" I • .. -,, r - ih*Lna 1 4 2 9•r•9.1 A 24 ...•'. 7 .0.•'''.'n-' i Stoo•‘•r Po 0 R•1"' \ ,' '''.."''.'.. ' Stove‘•-•pert" ,r2 :I r,T,w--,,,:,:9 1.•9 9 4 jil r-----I . ! i " I I ? J r • I . Rowse,* . . . o I-- ' t !1 1, N. ,h . • • :: • •, I Pr:,t.-,-. ., . .,1 :.17.1. s.,,,,...or. e I I a.\::. ''''.:'I , 0' .•__S_ • • .' • • • ' •-' I.! ‘a ,ts. • •. ri•:te he bats 13 2 etto, IN'.steel to hots•I.6%,- ei 0 001 ee INN•Z.-VON \ Ace,Ttoe`AA 2.4• -cncst...21•0.•••••is shown —"sr-ce bee•N tut INN,'...pea 0 Allen sub boo I a hated • MOUNTABLE CURB BARRIER CURB DEPRESSED CURB BARRIER CURB .. CONCRETE CURB TYPE B COMBINATION CONCRETE ADJACENT 10 PGC.FTWEMENT OR PC.C.BASE COURSE CURB AND GUT TER _ .... i._ at t 4,1,.„.1ta,g,wok.. ethored .:::;7 TT;f:l'..1'.'.2' 2' •• 64 P• ,. 13e.wet se worts,4 IAN .1..-- -.1 , .erereee.ee.be bottom S,00•3e've.rt. IA' . • 1 ,..figt 01' •• • ... . 11,. • 1 .I'1 '• , -.•,-I- • / .. VP sloe Nton Srao•so,.N...,12 TONI Soh. we.4.•Of.•.. _ L•,2"•...eel Le Pon.2 C co 4 i'•...":1•• or Vett.0 0.0 s,b atostoo.led.Nod end bout.s c.o.I Ted ohs.,Os thoof COMBINATION CONCRETE DEPRESSED CURB CURB AND GUT TER— _ TYPE__M-2 06 orM-2_ 12 COMBINATION CONCRETE CURB AND GUTTER GENERAL NOTES MINNS SIO LL.MIAS•The op..t cob*th A be dapfesod ono*th•cob•04,,Ile"cot. seAsel eurb sod Wier•csoatnotee oho..IS Renbl•minor&•T.•••••••lon MN MONOUTN1C CONSTRUCTION•Cob*end arefnhoolko neb end 4014 nag 21••••5441- 1MoCNd acre.•••••1...or tartrate dtaw••Of 04..4 Otat•I•41 by••••••••••• mal be ova tad at eon's et curvature to tholNdo•Cur..*•od et cooetnenon,.Nt ad monelfOoctrer oth KC powwow.se No dente et Ito Cams*To ten•••no be Coonebon'owe shod M RINed Solemn obensto paste 4 doehtneos net to smelted 21 It rotund Penn r•o on forreeent end be.standup 44•4•te*Rho S'3.4 heo the TO•CONSS•"t"•Thotne••of...woof bob el Os curb Al...pone.'croft NO be no•ONIted web•...anew I.(Oct••••••••4••1••••••••••• DRA•a•c,04.1.5405 At.0 so or...n.1...No,aer.o.••••lob.focolorood o no Cob Rot tete canton-sop In the conts•actler.LT th•curb eel Rune.ond.0 to pp...look Curb.and cornbotneo con and pate Roy be conetnaled merceeIteehe ase•PCC bat Rh,9011.•I'...coo,tont sh.•h•.coolad o tett cuo od pone s rt.,rts•ot 4 N •1.14-thaoterto•1 S.caned•*400.0 do...We confonune le Arecie 7,0 I tled of the none lob......•be...nal lob..ONO be hed n the pope Wee.tf•nova.pot toso•Ich oft,ma a Oh,Al*AV 4 t•tat.vnat4 he 0.4 o the's 9 Phorn•Itod the Standen,Stotoc•none Th•J0••1 her No/be Mud oth•cap he*.•Oohed Noe ON ban.ns•e•sr roast 1-loot I.,..ct o Earns,AA,•0•hers ten..04 o el he c0o......1 tral proode•fn noorn I•st*tear...co •••Notat Al o Ito 0.141 nt he a ottog•rn•than oe••••••of•••.1.41 ao0••••••2. Lonset.4o0 jonts heMeo•the ACC eenemoter PCC beeecesere•mr/curb me eeerleneber Croon•-ban pose conatocted A cob And ohnef el•••••••te ACC poem.*—PCC Noe nab end•••••+AI not To hoofed Nn•t•ton il.•1/-•pa...,rt....a.n•i 2.1 she.to oc,rost.0.1.ih•contoono 011•• town..Ned he proofed aNt•No•AN onned 041 be ton 30-len%TIe bee ONO be no of coo.on•softer o too nt fto.or., etecol on 9-•canton Orton..2 Po loved URIC./CONSTRUC TIC.•Vence Tepee Ma,talt bellow*.1 Ow nele et 3.4.Vet.00 0 ""0`,".SW"001arre asernenen• TR RAPS lobe.•Ofe he•rectos...coo.NIS h..Rul.•••lanw.<1.,1 Cor.s.no• TR.SITIONS-Th.boohoo boo ha halide oat Se depeseol nob•6•11 be mad.Otto ton.ont woo.on S....tool 0122 Who.son•o yoto•canon...,teRcent to Mon nfe et 3-no te4.04neth to Rene Ne paonNot.I-.Dom a•••et•0••••11••• *Ow=Peoll..a••••••••••••••• • JOINS•o atm.to no hoonnoos of Anode RI 4 04 et th•Suodani Soo,caettose ADJACENT ACC PAVEMENT.NAN*PCC steno*et bra mum.Mee then 1'4 soda '• r••• ton.00 be c oh...NO N ft ill.. RNA be conatnant0 toonoleho yob The curb sod whet Ito wee el pennon mil be CONCRETE CURB r, I,. ...Wed fn Mere*aeon 0 the M.N.Pooh.. •et.N 9.•. . ... • . ,... ).".... •' [Toffolon town oat•.hoonn p••••hs•to 004.IIII•h•C.Id,JO(..snel 0"""^"""""0"."eA.A.A."00e01ACC etneeeee et nee...A.••tere .^...-0"......0"ce"eecena,...os ConNabOn'coo.••••••• AND CON1BINATION CONCRETE CURB AND GUTTER o .: ......,....r.......,•.1••••••......1.KC...0.....•O..I va 0, -11 so_ °ILI..:... e..,a. •••• .. the Stoort1 coo button* STANDARD 2130-9 is.. ,..," ,.....s...) ,..,, • • • • I - I ! I I I . I: { I I •F•.V.V.•w•,Nt••••.•w•.. •.•R 9•Y•.•9• _CGMR,ui,a ca.cwv $__E_H CORP WC Gutit•I VP!S w.G6e•r�, e 9.2 e9.) w.`.2 •• ••w«...... e.I.n..„s...,n9 1 1 .r.. P•.• e 9�• w. P•.•rMM 1T •Powwow./ L. e.61. 11-971 w,t!• - • 9" . PCC Nose Cow. oil• PCC Bose Coop/ -ICZ '.n.e PC Bose ..Cow...9- y'•,.. ..•Pews• r'a'nn • DEPRESSED CURB BARRIER CURB COMBINATION CONCRETE CURB AND GUTTER ADJACENT TO PC.C. BASE COURSE AND BITUMINOUS SURFACING CONCRETE CURB TYPE B ADJACENT TO FLEXIBLE PAVEMENT eoww...., s,..I.C. e•" : ..9 7- ,v� . . . Oln:.roc.rc.T n•s • I I • ON DISTURBED SUBGRADE ON UNDISTURBED SUBGRADE COMBINATION CONCRETE CURB AND GUTTER ADJACENT TO FLEXIBLE PAVEMENT NOTES i fR/w..•r,......•.......nr., tn.boss row..lowed..sew..cut r.e pow..1 no/ w...to.. . a,w pow..NO ...n I..n hal inT...r., r..W Iv,C06.0wW,ION COMCec,c Cuiu.ONO GunIP•. CONCRETE CURB D M•. r" T.tope•„we.n i... ' 7.•. _n W w. 1 • .�..,»M.. W.�w... glean.,• • .. ....wi.n 1......P. AND ,� / '"°'w`w..ep."'°" '°"`°" '"' COMBINATION CONCRETE CURB AND GUTTER R / ' ,/ WO. w S.at...w.Wq.»Woo cow..anewino cwt woe who.T.w.t owl"OW.way be ._ .O y-.R/ Pow..mw..n.w Ow.,Woln 0 T•pownwo1 STANDARD 2130.9 is.:..:1 V- IF.I.S..•1 DPP S. I. I : ir _a r riot**l.lets. I u moms • --„s L 0 w _._ a PAIN iffi + -06 / �� r OM-aA]NOTES O STAFF FRONT SIDE REVERSE SIDE GENERAL NOTES I. The"STOP" lace.hell consist of while looms and 7. The stet,shell consist of two sections joined bye co..- border on a Ted rellewalssd beckgnwM. hng located 60 In I.o.,11r bolt..o1 the sta11.Alter 2. The"SCOW"lace shell consist of block Idles and .'ale daspm ley he wed when apaoo.d by The bade on en owing.ashes toriced Dec.grouM. Engines..All maleiats shall he substantial end dumb.. 3 MN.outside..gn bade.shell he I. blue or bleak. IT This sqn shell be Swooshed by the contractor and.hen be used hl•the flag*.in Ire of flags a e od s.gnehgg pr 4 . The sqn blank may he octagonal Inels...lie of deince.The coal of lennhiag f nn4nirq The stun . Inw crown.. shell be considered Odeon&to the coots.I end no 6. the Per lion of the s411 within the sign lace shell n.alck eddrt.nN contpensel.or.writ be ellowad the wan colors. 6 All cob.end lotto. shell...set.PPlrbbls f.de.sl ala.deb *o..00re.a.lade.. *maw.. o.r.ta :.1•. _ t°°' € FLAGGER TRAFFIC CONTROL SION II _� co STANDARD 2300-3 w 0 • • i, TYPE I BARRICADES TYPE II BARRICADES GENERAL NOTES 1.lose I Rowans ere tondo)Ise woe en Iwo now/web end OW M S. Kind..Rae nowt wen are'yew Own 40 MPH a..ne tn....we N • 1)' }e MIN Lr-_)d..MIN_ �1 Mn waw..arN o•.••1)fr now min.. 1— 1 f �).'MIM- 7 low I and Int 11 M..N...OW n..l be Wombed win.win lnlandos1.74e ''i' ]1,pe III 4.awns a...ad.d for ronl and We closes.eon WWI wr M weed 011 �J ,` dt" Ti d ARWensWow M.1 M owned WowMe...we.lMMe. t" 17 -_._ - te_. e7.. air . t) ]` _�' ♦ e toed la bow.. d.wnn..n.T,.no5 pate.NW rL ' d7 X._ - r B wn•.I I,K�.en.lm�en a tie.. 1) os f•of A...c.71 f 17 wed 11 e II el We 5lwdad{yeah. OPTIONAL VNSTNIRD �AL A —- o Rona on,Inn Cm ion BOTTOM MIL B All Wynn.ant,....cat pw..l. hall hasp Wern.Ien.elNeleuyed Wile M en>.•i,w,..Iw••n done wad N 46"Inwad We.w en WNW Winn llX • a no Rm.• e n Wen be f R.cn..P.wont W w on ei.A*•.y,• aM 4 inc wain•n b Ins Ma IAinch...lane. Iry.I And 1we I!Sauce..WM N.ono.en both odes type 111 Rw1.c•d..het:►•n.l".d an bon one Were tench.now..Wen ▪ e..a tion Valw.l p.n.s Nw.M on the w,.n of now ahoy se Aland on loath.Men TYPE HI BARRICADES 7.Dons Won N.non aeI•nw end here• •ring nt.t.e.N Wine.eel re• Ne.•a.ted wnNn....•a.r enewlr.1.1 wowd Itches Ie.Inns.wg?R. Thine anon be of loos,1we..w.e.end•I loop two wenne•I..w.en..♦1..1I. N nemelleel..e wren a•Irk Mtwwn M.pence And...INIe•1Npps Mey ah.. VArMV ! l be no me fen)Pro,".. n •lied.•eel porn.N the now It'MA■d MINowl be acne.p:.rn.N DIwn.M•n.bin w,N.Oy ten.C.I.Ow..end moo Wee one a wee WIs wa a e own roams.Ron RIC ' B I.a...tot Type 1 at,',IOW N BAnc•••.Mon be..sir./S.r N L •.pin new.on Owen b•sewn.top f bent I I I poise•• —_ _ ...elon.. .Linn..w.md pl lot..a..Ruin.sea Rare no wt..ley.Kwe In•-A- /0' I) � �~.-J�� ''B" T �II Wene ens. .l yo 1110....sw.pinsA w.M w closer.Hwy nay be ew _ T r r d_By din. .ku•:Ind o�n,. 7"By]"By]l I""UANSI!RING w moon.Won Tor•I a T,w n no....y./...7'By t By WI"7UBIN0 ahw.d al W.e API r•Pt.'.IhNnle WNW*now IRe.d..1t►y d NW •M 7"By din.17 PT$IUWON7I lora • ).�1.by)inch by III mcl.else!Nb.ne.co 2 Min by 7.RI4.►1 �� lin 1' B" ' I 3:1F mcn•leet endn e'MIN. MIN i TUBING WEIDEO �.�1L 1' .1��_ ID BASF B Bw.cal.rain WWI M no Rennet Mon 1..NR nN..Nmba a.,weed seen, ��� �y> � 0'� I h 1R.noo in, 'de iv 1 1•••••%1 Wt.ma.•••w a fal.Mena �i f J IMn)'non Pin,I..ml.e.Other IpR!r. nI...lc.. Iwt Mel.swR r ... w I '\-CINTINIINI or SU•Koo J �_ ,\� m _— pin•„,�Mre1..pop.•Iw.ttm.nm en.Mw•M Gown Ws mot be WOW 10 lnp•.n.w e __I 1f01 1. 1rbM lA"ST[II KATIS I f" •AS! leesnc ontlm«acla.a owe!..Won on be M.ewenM lK•eat. ���•••III f'- lll • .•Womadn, er n h Mnea wl l.l•nub.,wt mann. ING. MSG1NIm"MNa:W a.'eInMebrN abn•I,MRpr.ewseW.12. S� _�111 II WMo o.N lone pen.w Mn•adw.d.wn. a.Akin!Awls Won N sine• IRe nonce Ie Ihe ale a h whc Intro w ....end S hell not•I.....n on,WOKlo Is.por lion of the Pone TYPICAL WOOD SUPPORT TYPICAL STEEL SUPPORT 12....ob.el..wp.te,pap w Mk0 woo wet be Wow.. grab w•lehla won to ▪ ....sea t Wet,hen Iewdbq ne .mos!be ed., d M .owned to • e.el o We ereond on ones.*No...weedbe,.rd•M ..aM. Sena...may I.Nrbd en.wok..Nil. set! a••e b I...d bolo.nolo.en wopwa•d HIGH LEVEL WARNING DEVICE :..�,n.•e• inn l..ao�h such mown so h•We er lha.aa•ut ,., bins.. .bin.used.duel. on I.wwNn•d...ei ,•..1 •op.n wpn inane sew el e1Mt.alw1•1 le a..se on.. DPUMS u •n ORANGE aADS VERTICAL PANELS +]Cawe Wan hemy.,watMef dw..N Inlet.Wekw IIe S... wandeW 4whleve Own la 1•arl. Mrn.mo.....polo shall w d panel.Ise 1•haw.1„asps.M„.din. • I A MIN 1 I W,d 1 f pow..Not X.din cameo son•on mows!el IA....I et ew'owl weir.. InMe I...On lop•...onwan..lea nee.eons shallM w•snow.el 20 .I �—)'ION --1e +)M ..bon inn,.J I �. ]I .. • e 'er- �� \,'' y r A 111 4 e CONESI "din . 44 \ Y J' 24 • 1 ISIGN If\I A )+Il MIN S•ICIIRO 1B X_ 24 MIN 1011 AS NOTED ` e MIN IN WI PI ANSI -IWNIWIIG WOOD • ew�e� ON MI IAI PU POS1 __ ORANGE •`••i ��---� DESIGN Of TRAFFIC CONTROL DEVICES FOR T �•••• '•I-__ -- I• HIGHWAY CONSTRUCT ION AND CONTRACT MAINTENANCE O) — • STANDARD 2299-10 N - m • BASIC APPLICATION OF TRAFFIC CONTROL DEVICES FOR CONSTRUCTION. MAINTENANCE AND UTILITY OPERATIONS °:41111h con....:(11 *eruct.for_sit II A ,.r, .nisi' nay he i.InrJ al NI 11 •rnlen wM�n Jrurm.t fis re 1..r),ia'II "nn.ade•are u.eJ.the mlrr..l brlwecn Jarr.e.may "r J..uMtJ /N. —,. Fr- _ a • } .0 4.IM♦ -+pOne Way-One Lane Operah*I r—Woi Cm Zl — -- — -- — — r — — — to' b • ' o0000 — — H 0 I 1 m I _ ...1 ..— f h+� — -'.i- -I-m. tern tot..I I I I I I O N 1 KJ See Note 1 fur l unirT9 un.trulwn nnKrns * * t:ttll.n GENERAL NOTES his-I I an (_F.II IF - I. Elie taper shall he tormeJ by placing one cone for each 10. All Signs should he post nnwutled if the closure time )..' hoot of lane width or a drum or barricade Ibr each Iwo exceeds limn Jay..w.uuren.n..e_.. m.K.n. foul of lane width. 11. Where puked vehicles block the line of sight to normal Z. try pe I or Ey pe II Barricades with steady horning lights sign locations.ns.or signs enldttIJCli 1111 a normal pedestrian t -Eta" shall he used in lieu of tunes Or dnnns for night walkway, the signs dull he post mounted with the CASE U-1 operations. bottom not less flan 7 ft. above the edge of the i. Emetics may he substituted for flashing lights. When riadw'T. Fur used,torches must he Iat.e.On the gronuJ. I_s. High intenwty flashing lights shall he used on each t!au. P a n„ n . Fot opeatn os within 50 ft.of am in se terctinn.Iraffie approach in "link:of the wink area luring hours of TWO LA\L. TWO WAY TRAFFIC '" SYMBOLS conmol plans shall he approved by the Engineer. darkness and installed allowthe tint two signs in each l\DIVIDl- R I) 1' BAN D W OR I-I ii a" I. Where the wsnk area ex un tends through the e(ec n se to , tias. s h.unc.ules and adequate warning signs dull he erected 13. Longitudinal dimensions may he adjusted to fit field NIGHT OPERA!TONS ® Work Area. on the chss street. Omdltlons. rile lateral placement of the flagmen may Where, al any tune. any vehicle. u. If the work area Is III the parking lane and the parking he vaned from that shown. equipment, men Or their xbt oes Sign with IN in.by Is in.11aiuimnnt)oulii:e exits during work boon a RO:\D CO\SERI Y LION 14. All waning signs shall have Flack legend and bonder on encroach in the pavement requiring flag attached :telil-AD tot ROAD WORK AHEAD or an orange retleaoriied hackpountil. When the posted the closure of one traffic Line tat ni CO\SERI.1'I I. :\IIE:\I) .fps shall he instalkd 210 speed I is 35 Of-II/\I P II. all waning signs shall area where the posted speed limit is o Cone,brunt 155 of 30 gallonl,type I ft. m advanie of One work area and the area protected have minimum dimensions of 4$in.by 4$in.,of with 40\I.P.II.or less. or Es pc II Ilatrucade. will,dimes ofbatliCade.. file approval of the 1-'lowerih in. hs 36 in. If the 7. If the work opeatron is pert J between r1:100 a.m. . po.led speed Emit is 30 N.P.It or less Al warring signs Sign ant IoraWe or permanent wtprott and 1 tNl p tn.and does not exceed I;minutes.traffic dull hate minimum dimension.oI 16 in.Is s ib in protection shall he as shown for C.I.A.\'II.Signs.when 15. All selucles, equipment. men (except Ragmen, and Hagman wall I1.1t11.; 'old r.d sign required.shall he installed at 200 It.spacing. their act lanes ate restricted a1 ell dines to one side of N Construction.1e14110TO drill be et'llhoed In tnle 10111e lire pat ettleut tanks Otherwise authatved by the i Iv pit•I 01 I s le II Rnncade will'flashing Irene.leasing the opposite lane open to Iatte. Engineer. 'PC light. .). I lie flagmen dull he tat sight of each other of m direct A aanmmnucatisn at all nines When a travel lane is closed < N. the Bagman will he present whether wink is being ., polo •J or not. C. A v J I I I I I I I I I I . JI I i i • BASIC APPLICATION OF TRAFFIC CONTROL DEVICES FOR CONSTRUCTION. SIAINTENANCE AND UTILITY OPERATIONS Im...',al:••11 .enter.I..r:(II 11 11,I,Ir1r,N,Jf,,.n..on..Is eIJ.:.t al)lr 11 rrtrr. %%No.1,.ri,h.N l/ls'I of Ills II Ivm...0e. Jo toed Ifte rntd04 t•rlrr:n,lc.,.:.I..J, hr ,h..J.1.1 l l I ly I I I I I C. C. a poo° 'p` b I C I , - - )00--I{ - ft -_ . 700'--(It 1 100'-1-.1.,Trpr 101.1 I I I I I * * • * L- No w ae 1 - «i rtri 1 olio JI:a 11 ,rn1r..our 250 rl 1J.10tooI o.n.•.ono IvR4.500.10114 C27.1I4N / tar.11l JN pined 0SU 11 .o•r,lrr. when.Irrnx,N Ilia'1.4 Isis 11 ;111/111b- han.a.le.or r^rJ.nIN•n,Irr.Jl M•Irren dr,.,e.n1J, Is. I I / I J,.^Mol I I r I rSee Nat a -- r Torn 10.1 I — 200• r )00 -:f—.. 200•� _.- y 11 C. o0000o0o00Io0o 00010000 • f' 6 `I I— _• �' 1 $::... �i o0,, a d 0 °' I -' -- T - (a Foy —(w,lrxl (.rn.lrurhw, (t011,'" """'" .--- / GENERAL NOTES F. — Ms,^'•^•"^ I. The taper shall he firmed by placing one cone for each 9. This ease does not apply when Mull is I)Cin1 performed �^r"` loot of lane width or a chumm,ha,,eade lot cad,two in the middle lands)of a six or noire lane highway.l!:n�N foot ml Ian,'width. in plans approved by the Intince,will he requiter'. 2. l)pe I or is pe II It,.,nodes with stead)burning lights 10. All signs should he post mounted d the dosme time shall he used in lieu 0l cones or di fo,night ore,. exceeds four days. for SYMBOLS ahons. II. Where paled\abides Mock the line of sight to normal — l,J,,, ?. 1•.t,lies may he suhsiiluted fur flashing lipids When sign locations.in signs encroach on a nrnnial pellcstttall M1o9r61s used.wishes must he placed on the ylullrRI. NJlkwa)', the signs shall he post mounted with the CASE U-2 (:I I IJN En Wull Area. J I it .p.ral lulls%illlnl SO It.of an Ilntmet:lion.tuffs.: h.itolll not less 013117 ft above the eds.,.of the,hallway. et mho!plans shall he appnred by the I ngine.,. 12. High mlensits Ilashnny lights shall he used on each 9. Whet,•the wont. ale,a•ctands II gh the IIiIe,se tn,l, al•p.adl inadvance of the wont. MINI during limns of MULTILANETWO WAY TRAFFIC.40 Sign Wldl IN in hI.m. � I .(nunnunn'1,n.u'e` ban.:airs and adryu:ne wanting signs shall he nccte,l JA1knass and installed abuse the IIIsI INm signs inrail 1'N 1)I V 1I)I-I) l'K K A N 0K flay auJrhed on the ahss sheet x•nrs 411'I.111.AN1. 1N'O WAY 1 KAFFI('. ( I. It the Noll ilea is in the patkmy lane and the parking LI. I r.ncnmhnal duuruwons ma) Ire Amsted In In field DIVIDLD URBAN W1111 MOl'N1- O 1'one.Ununl.S ol.i Ugalot,).T)I"I esils lorry wink !toms a KOAl)IONS1RI'('1ION conditions. 'Ile lateral OAeltIrut of the flown may AKLh MIIIIAN. DAY OK NI(:IIT un 1n pe II HJ ,caJr. A111 All",ROAD N(IKA Alll Al)utCONS1 RI'('lI1N: he caned Ihrnn that shown. OI'I NATION Sir,on lxnlahlr or Ih'1111J111'111 supp.olt. Alit All sign sh.d1 he msljllcd 210 it. itr ails.ohe of 14 All w,unhly signs shall hawblast.legend and holder on d,r wink area and the ale.. pnnacted will cones nil an mange wiles towed backgnrmwl %hen the Iasleal Whete, at aq. Ism•. Joy senile. I IJg111J1,wldl71a11K fusion Slgn. bans,Ades specs' II1111 Is 15 of 411 SI1'.11 all%amine Angus shall eynlprnenl• melt or then jells'!" 7. When thew,s no,work bring perintmrJ.Ow I 1 AI MAN b.oc mnnnnnn Jmlrusl..ns nit Jh III h\ Jh ii,..of will, errs roach un the pasenN•nl tequunlg AIII XI) swill al and the (layman will nut be Iequne& the aplrosal o1 the I wince, ,, It, In ?,,In II lira. Ow ch lsllte of at feast one battle lane Is pe I in 11'pe II KAllread(N111,flashing light A IiSI I ANI KII:V)AIIH AI)sigh rI shall he installed posted speed hunt is?U M.I'.11 of less all sn-Milo,:Ii signs .n an ate,. where the posted speed in ph,.of the I'I A1d1AN AIII Al)slg'Nsl. shall base,11inimll,ln rlimrwtrsion s of?h 11, hl il,r,. limit is 40 M.1'.II or less. CD444 N. II Ills•Nuns ulh•latioll is lh•Il.omeJ hrlween n INI a.nl. IS. All selri.les. equipment, Iren and then jinn\'Iha•) are and 3(Nl pins ;nil dohs nor exceed IS nunutes.ttallic Ie•Ithtell at all Aries 111 one side of Ihr pasemenl V. plote:hou shall he as sln.an 101(ase VII Signs.when unless otheiwme aulhonn•d b)the I ngit,eer 11. h•q III ed.shall be installed at_`tNl II spacing 4 v v BASIC APPLICATION OF TRAFFIC CONTROL DEVICES FOR CONSTRUCTION, MAINTENANCE AND UTILITY OPERATIONS comet at:5 ft tenter.for'SO II AJJan.nal tone,owe he third al so ft tenter. When drum.or Type I nr Tye II erne.sir_(n.semen rw-Sit n leeir rwal errr.,,,,>II • harntwle, are used.the interval het.een deli,.our he pbced al son aenrm rrtoen 6rrre.w tip 1 rr hp 11 dotage) bane ale. arc erred.the�nrenA trt.een Jevim roar M III I I errhlI I I . I I I I I I I I I / _ ,.. - - - - •,. - - - — - - H ,,,,,,,,, fir D00 ti:.± r— 1 41101 t Soo Rae 4 11 rre Cr0w_I •r r/rtY CD " C_y11 4 11 1I►11114x v, 0 ga Fur ArRet. f, —4 For that, rewire% 171.11 Jh .. I. The taper shall he formed by placing one cone for each 9. This case does not apply when work is being performed (rot of lane width or a drum or barricade for each two in the middle lane(sl of a SIX or more lane highway. tool of lane width. Special plans approved by the Engineer will he required. 2. Type I or Type II Barricades with steady horning lights 10. All signs should he post mounted if the closure time shall he used in lieu of cones Or drums (or night exceeds four days. operations.SYMBOLS l'e I I. Where parked vehiclesirig block the line Of sight to normal CASE U-3 3. Torches may he suhslilutrJ for flashing lights. When sign locations,or signs encroach oil a II011tlal pedestrian used.torches must he placed on the gnnnld. walk%ay. the signs shall he post mounted with the ® Work Area. d. For operations within 50 ft. of an intersection,traffic bottom nil less than 7 ft. above the edge of the control plans shall he approved by the F.nrnteer. roadway. MULTILANE,TWO WAY TRAFFIC. Sign with IM in.by IM in.(minimum)orange 5. Where the work area extends through lire intersection, 12. Ihgh intensity- flashing lights shall he used on each W I T II NON TRAVERSABLE flag attached. barricades and adequate w':Irrtiny signs shall he erected appuoa It in advance of the work area during hours of hlFD1/%N. OR Mt LII1_1Nl. ONE tin the cross street. darkness and instilled above the first Iwo signs in each WAY TRAFFIC. URBAN. DAY OR Cone,Drum 155 or 30 gallunh Type I 6. If the walk area is in the parking lane and the parking .roes. NIGHT OPERATIONS or Type II Banicri exists during work hours a ROAD ('ONSTRI'CTION 13. Longitudinal dimensions may he adjusted lO fit field AHEAD Or ROAD WORK AHEAD or conditions. The lateral placement of the flagmen may Where, al any time, any vehicle, ij Sign On portable or permanent support. CONSTRUCTION AIIFAD sign shall he installed 200 he varied from That shown. equipment, men or their actavniee ft, in advance of the work area aid the area protected 14, All warnutg signs shall(rase black legend and harder on encroach on the pavement requiring with sines sir barricades. the closure uI one or mine tally • Flagman with Traffic Control ago. an orange rellectonn•J background When the p •I 7. II the work oper 6 operation is performed between 9-00 a.m. speed lunit is 35 Sir 40 SI P H. all wJnung signs shall lanes in an area where the posted Type!or Type II Barricade with Ilashnlg light. and 3 IN}p m and Jues not exceed 15 minutes,traffic have mmlmunl dimensions oI JN in. hp 4k i n.or with speed limit is 40\LP.11.or less protection shall he as shown fit Case VII.Signs.when the approsal of the Engineer 36 un by 36 in. II the acquired,shall he installed at 201)It.spacing. posted speed limit us 111\1 P IL or less all warning signs N. (bits case ale.applies when work is being perlirmed in shall has e nununum dimensions of 36 in.hp 3e III. the extreme lett Lune all lanes. Yoder these conditions IS. All vehicles, equipment. men and their acrlsmes are 1.1-Fr I.A\F CI OSED signs shall he substituted tar the restricted at all Ihres to one side of the pavement RIGIIT LANE(l.(ISF.D signs unless otheiw se authonred by the Engineer. w e9 C. A v J i I, RESURF,ACING - 1987 EAGLE HTS. M.F.T. SECTION 87—00140—00—RS --"-_---, A1gR-�y•'_ L� r--TlMB R yr ..'c., •.. Q ::;:y • N. • 44 TOM h / LN 48e0T Mil ORE O iai AVE. ! a GETZE, o r III z --� NO SCALE r• W -+In l I1 .J GI •J` .... ':........_..........; �_ BLVD. Li C 0 I =r 1 Q l C . - 1ir OR 1113 u p \ c' 01- f. c ARLAN T� KIMBERLY AVE �• �\ �� V s K K45KIA �+ Igt _,-) L_ , r f ��a.Si i tom. �� � � _ >♦ • '41111.---:, rjs,"Vieceiro%. \r PROJECT ,0I , 1 / s i :i ti`: gam. i ..' i. LOCATION I t i•P. ... .`...1 • � �M ^.�. a ,emu • ..• 11 TYPICAL PAVEMENT SECTION EAGLE HEIGHTS 33 F-F / 41.5' ON ROYAL BLVD. -�6yf 30 E-E 39' ON ROYAL BLVD. i 6 3"BITUMINOUS CONC. 8 STONE BASE EXISTING 6 DETAIL: BIT. SURFACE REMOVAL 34 B-B *30. F-F / 41.5' ON ROYAL BLVD. 30 E-E / 39' ON ROYAL BLVD. v' C — p O P.M. ENGR. DIV. 2/87 • y I SURFACE CSE. (Mtn.) I' LEVELING BINDER • 8"STONE BASE PROPOSED * EXCEPT ON THE FOLLOWING STREETS, RUTH DR., KEVIN AVE., STEPHEN AVE., VIRGINIA CT. 8 MARLENE DR. (STREET WIDTH IS 30 FOR SURFACE CSE) .. .. SANITARY SEWER REPLACEMENT — 8" SECTION 87 - 00140 -00-RS II 1 ` ktibftk-wiiim.44.1. 44' iv*, - • ! Ncy ' , 1 / , ii 'IA Di t•-zi!--; ,i--)r ( >')F/1;+ 'f git c, t POINT REPAIR `i '`I1. ,Trnr- IM - - . ,..„r ___.....,,.,. . ,, 4 MI* ,, fliiiiiifil I MOW. #4N . 7.71;"111 : 14'. ' i 4 ' . Ail pall 141 - '- , )0,-,'zs.— - , ; Km" - Nvi ,Atto , a , , . . -, --4.4z.:,,r,'-11111 . 1 ire m .. ...:_;44.14.7c%, . .._. .. jaw 62„gizt,wills -;, ,,,L,,,tahat sr: wiel --0„.". pi-. as I i 16111111, ' '\li" • 14111 .t. _ 4-3ii" 1 tOrt‘ - 8, p .•' z NO SCALE Q0 NO SCALE 0 m DIANE AVE. • M.H. M.H. M.H. - 0 - ® - O1 — - 0 1 266 1 117 1): 1 379 J '--- . POINT REPAIRS (AVG. DEPTH- IS) PM. 4-22-87 Municipality STATE OF ILLINOIS City of Elgin Township Elgin PROPOSAL County Kane Section 87-00140-00-RS 1. Proposal of '" 1_4 W t /U_ W/\L LOC_ MI . li . bo all (am ) A-rUN.) L . 9 for the improvement of the above section by the construction by resurTacing with Bituminous Mixture Complete. Additional work items are surface removal , manhole adjustment, pavement removal and replacement, reflective crack control and other miscellaneous items , a total distance of 23,572 feet, of which 17,952 feet, ( 3.4 miles) are to be improved. 2. The plans for the proposed work are those prepared by Engineering Division, City of Elgin, 150 Dexter Ct. , Elgin, IL 60120-5555 and approved by the Department of Transportation on CiriLi b2C/ 19 87 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 Special Provisions" contained in this proposal . 5. The undersigned agrees to complete the work within 120 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 Elgin . The amount of the check is ei 0 6olOb ($ ). BLR 5705 (4-84) s proposal is accepted and the undersigned shall fail to execute a contract and contract bond as required, it is eby agreed.that the amount of the check or draft or bidder's bond substituted in lieu thereof, shall become the operty of the awarding authority and shall be considered as payment of damages due to delay and other causes ,uffered by the awarding authority because of the failure to execute said contract and contract bond; otherwise said check or draft,or bidder's bond substituted in lieu thereof shall be returned to the undersigned. ATTACH BANK DRAFT, BANK CASHIER'S CHECK, OR CERTIFIED CHECK HERE In the event that one check or draft is intended to cover two or more proposals, the amount must be equal to the sum of the proposal guarantees of the individual sections cov- ered. If the check or draft is placed in another proposal, state below where it may be found, as follows: The check or draft will be found in the proposal for Section No 87-00140-00-R5 7. The undersigned submits herewith his schedule of prices covering the work to be performed under this con- tract: SCHEDULE OF PRICES (For complete information covering these items, see plans and specifications) Imm IY�1S Apps nsate UNIT PRICES AMOUNTS Na Quantities Dollars Cents Dollars Cents 1. Leveling Binder (Machine Method) 3,380 Ton 2Li fCO g2.It2© c s 2. Leveling Binder (Hand Method) 50 Ton 5L CO ZS COC CC, 3. Bituminous Mixture Complete, 3,558 Ton 2t (Class B. Modified) 4. Pavement Removal and Bituminous 984 Sq. Yd. 2 An 28, 1LI cc Replacement, Type III 5. Area Reflective Crack Control 10,525 Sq. Yd. �C SD Z CCD Treatment, System A 6. Sidewalk Removal 100 Sq. Ft. DLU l DLL) UU 7. Portland Cement Concrete Sidewalk-4" 100 Sq. Ft. 5 D 3 fir✓ (a 8. Combination Curb and Gutter Removal 2,286 Lin. Ft. 2 (os t'o57 9u t. 9. Combination Concrete Curb and Gutter, 2,286 Lin. Ft. c) -7S ZZZia� Ec Type B 6.18 • 10. Catch Basins To Be Adjusted 5 Ea. 04LU DL) —7oco 0D 11. Manholes To Be Adjusted 97 Ea. \L{v CAD , `z3(D CMG 12. Bituminous Surface Removal (Butt Joint) 344 Sq. Yd. l SS 13. Bituminous Surface Removal (Special) 22,923 Sq. k D L] `ZD(o-Cs "7O Carried Forward STATE OF ILLINOIS SCHEDULE OF PRICES (For complete information covering these items, see plans and specifications) imm 1TEIdS Amwm.m.t. UNIT PRICES AMouDalianlNo. 1Quanotia Dalian Gnu --onNTS Brought Forward Corms 14. Bituminous Materials (Prime Coat) 2,632 Gal. • AC 85-100 /(c)C?S 5Z 15. Bituminous Materials (Prime Coat) 5,134 Gal. CD t U 373 "AD • SS-1 16. Mixture For Cracks, Joints And Flangeways 14 Ton /[�(D CEO �IL� C� 17. Driveway Pavement Removal 20 Sq. Yd. 70 00 2 a7 w 18. Portland Cement Concrete Driveway 20 Sq. Yd. Pavement -6" Z S �(3 SC�Q C� 19. Aggregate (Prime Coat) 50 Ton S b CD L S0 do 20. Sanitary Sewer Replacement -8" 16 Lin. Ft. 2C)CD LAD 32_0v 00 21. Sanitary Sewer Service Connection 1 Ea. 75G Dv 75U cx. 22. Trench Back Fill 30 Cu. Yd. i 3_ Q,� "-LSD co Bidder's 'Proposal for making Entire Improvements. 27 7 b ij Z 7. 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 G.eu.- time Loam f.mlr La uda is ^,,.:��_ linitlp4 Did no+t.n Coos • BLR 5707 (4-84) individual) Signature of Bidder (SEAL) ' Business Address •� (If a co-partnership) Firm Name (SEAL) Signed by (SEAL) Business Address ' I Insert Names and Addresses of ' All Members of the Firm _... (If a corporation) W:.. 2.% Kuhn,Corporate NameSigned By .... President. • Business Address P.O. Box 366, W eaton, IL 60189 (Corporate Seal) Insert President Harry W. Kuhn Names of Secretary Ronald J. Kuhn ... •�- Officers Treasurer Ronald J. Kuhn Attest• Secretary 1 It�nois Department Proposal Bid Bond of Transportation Local Agency Municipality CITY OF ELGIN Township . County Section 87-00140-00-RS WE HARRY W. KUHN, INC. �� ��ppA� UNITED STATES FIDELITY & GURR�A�TYNN ROI1AI d 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 conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRIN- CIPAL is submitting a written proposal to the LA acting through its awarding authority for the con- struction 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 evi- dence 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 instru- _ ment to be sigirfl 1by their respecye officers and their corporate seals to be hereunto affixed this day of A.D. 193_1 PRINCIPAL HARRY U 'N, INC. (Comp el `� (Seal) (Company Name) (Seal) /L` B HARRY W. KUHN (Signature , Title) i2i5 y (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.) UNITED STATES FIDELITY & SURETY / �' i i. GUARANTY COMPANY f `"etc'""`` _ (Name of Surety) (Seal) By. (Signature of Attorney-in-Fact) T.J. ADAMS STATE OF ILLINOIS, t ^z COUNTY OF DUPAGE n m o Z O I, PENELOPE A. O'NEILL a Notary Public in and for said county, ; E -rn T do hereby certify that HARRY W. KUHN & T.J. ADAMS � L � (Insert names of individuals signing on behalf of PRINCIPAL & SURETY) o 10 � who are each personally known to me to be the same persons whose names are subscribed to the "rn D foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person. ; - 1-- and acknowledged respectively, that they signed, sealed, and delivered said instrument as their free m D and voluntary act for the uses and purposes therein set forth. Cl., o O cn Given under my hand and notarial seal this 1 AT day of MAY A.D. 193_ N , 1 i �J � ''rn My commission expires 12-9-90 - - D --Q/) , �� �'�� Notar--Public o U,j— NOTICE 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. CERTIFIED COPY GENERAL POWER OF ATTORNEY No. 91880 Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint T . J . Adams , Ernfred Carlson , Patricia Lea and Joanne Costa of the City of Oak Brook , State of Illinois its true and lawful attorney S in and for the State of Illinois for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and conforms all and whatsoever (*MX C ATTORNEY-IN-FACT AFFIDAVIT :STATE OR COMMONWEALTH OF TT,T,TNOTS COUNTY OR CITY OF DU PAGE 'SS Before me, a Notary Public, personally came � �ADAMS known to me, and known to be the Attorney-in-Fact of United States Fidelity and Guaranty Company, a . Maryland Corporation, which executed the attached bond as surety, who deposed and said that his signa- ture and the corporate seal of said United States Fidelity and Guaranty Company were affixed by order and authority of said Company's Board of Directors, and that the execution of the attached bond is the free act and deed of United States Fidelity and Guaranty Company. Given under my hand and seal this 19TH _ - day of MAY , 19_8�. ,i' / Notary Public. My Commission expires_ /� a • Jud.876 (9-67) • whom I am personally acquainted, who being by me severally duly sworn, said that they,the said It O U e c L. L. L e a.. n e and Robert G . Bruce were respectively the Vice-President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice-President and Assistant Secretary,respectively, of the Company. My commission expires the first day in July, A. D. 19 82 (SEAL) (Signed) Margaret M . Hurst Notary Public. STATE OF MARYLAND Sct. • BALTIMORE CITY, Charles W. Mackey , J r. . Clerk of the Superior Court of Baltimore City, which Court is a Court of Record, and has a seal, do hereby certify that Margaret M . Hurst , Esquire, before ▪ whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgment, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said Notary,and verily believe the signature to be his genuine signature. In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court of Record, this 19 t h day of June ,A. D. 19 81 Charles W . Mackey , Jr . (SEAL) (Signed) Clerk of the Superior Court of Baltimore City. FS 3 (6-77) •" COPY OF RESOLUTION That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice- Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys-in-fact. or agent or agents of said Company, in its name and as its act, to execute and deliver any and all con- tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or • by law allowed,and Also, in its name and as its attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsover, conditioned for the doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. Richard Calder , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true correct co by said Company to andcopy of the original power of attorney given T. J . Adams , Ernfred Carlson , Patricia Lea and Joanne Costa of Oak Brook , Illinois , authorizing and empowering forth, which power of attorney has never been revoked and is still in full forced effect. them to sign bonds as therein set And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 11th day of July, 1910. at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said + resolution,and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on MAY 19 (Date) 1987 c �I Assistant Secretary. TELEPHONE 312/695-6500 \'� • 4 *•\12 • jet # ! 150 DEXTER COURT ELGIN, ILLINOIS 60120-5555 04,4411 F tj • April 30, 1987 ADDENDUM TO: Prospective Bidders SUBJECT: 1987 Resurfacing, Eagle Heights Section 87-00140-00-RS BID OPENING: May 19, 1987, 11 :00 A.M. Please note that the only water hydrant available for your use is located at the northeast corner of Royal Boulevard and Carol Avenue. You will not be permitted to use any other water hydrant. Please sign this addendum and include i with your bid documents. Si / gnature Title 6L1< ( L Name of Firm :tA-4\-0 ( • 1\_1 4\ 1 Address \ r) LD , HtiA>1G Phone Number ( ( Z� _(__� L TELEPHONE 312/695-6500 .4 OF Et ♦AJAX Iniiir„.41fk''7'1 ELGIN, ILLINOIS 60120-5555 k I I 150 DEXTER COURT R'�f U F t % t •May 6, 1987 A D D E N D U M N 0. 2 TO: Prospective Bidders SUBJECT: 1987 Resurfacing, Eagle Heights Section 87 00140-00 -RS BID OPENING: May 19, 1987, 11 :00 A.M. Your attention is drawn to the fact that the asphalt ssurface ceECIom)thetgutterlflag US SURFACE REMOVAL shall be removed as a par t of BITUMINO 3 - in the Schedule of Prices. It will be paid for at the contract unit price per square yard. • the revised first sheet of the Schedule of Prices containing ainingklet and Attachedm elso is item Numbers 1 to 13. Please sheetdiscard the sheet in the specification substitute with the attached::: 9nth ndumand include ' hyourbid documents. ture Title Name of Firm \\P _1 Li. Val Hi . 161L,• Address Phone Number � I • h SUBCONTRACTED TO OTHERS. cow the work,according to each contract on the reverse,which you have subcontracted to others.DO NOT Include work to be per- nother prime contractor in a joint venture. .Is subcontracted to others,show NONE. . Awards r u1L)A`) 261�)l /_) 4 I a Pending 1 3 - • V' ��1( (/inr�L ontractot V1{ZLa1l—��C)� 1 of Work C_l�►C�i L ( /I.' r., L(ILLs eCif/'7 ui2_(L ontract Price Zfir I OO( _ I I"1`0OD ,'1� ��U LI h(-v punt ZIZU(_)[� Ii 1 fill( > I"S-1 `-ful� z)P) "y' I( , e) ( ( 'I)(..) >mplpleted:ontraCtor Tit CT i t4/10 �A �(att�►1r�n :of Work LLl(ZL> t i)' • (._./1011, /4 r i /1,1;/J i1 /1 dE L ILLAiQL',); E contract Price L/r:_i(00 ) ( 1( )I ) LI S L DU l e3 St v 2 L 0 o count / 77) / I lr N LIS ZDLD ( �5�� �� L(_�L7 ompieted : ,contractor n1 LC7/OV_,. l�a„r� ��lC ELCC7/z'L 4P_i) R I le of Work j77�ll'/IU Cr l�EC7 7""�IC 1 Z OLD v IL 3 00 ) S 3 SLJ ti 9 DOD �contrect Price /l l l r nount 1 n�L � r� ���\l I J(Jt�1J completed I Z D(�L� bcontractor L.rJ7J`y`":f(.)L'. peofWork 1 /za it/c ibcontract Price /0/(:)D(. S 2 D L7 i vmount DvC� icompleted ll_.` 1C. � ibcontractor . fpe of Work A-- ubcontrecl Price Amount _ LDU--j Incompleted Toal C� /- j� ` � )/� Lf ) /�� T ^� v Inctompleted 2 /9it,0�V Z ]�Z 3:_J I T rI )L_) 119,k) Y) �t�( L_L_� 1 LIJO ein unty,duly sworn,do and private hwork Includeclare dingthat ALLthis subcont act work,ALL pending low bidsstatement yets ig to ed or rejected,and A contracts estimated completion dates. Federal,State, . Al, Subscribed and sworn to bef Signed 1 , • �� " N / , Company F1� 1 ��'' !�i' s "day 19 Address P-0 . �_ I Way y c mission expires' {- /9�"2 l3 'rom , IL. 40169 v��o f Transportation illent PART I. WORK UNDERAffida bids Hoist below all workCONTRACT Y, estimate.Yet awarded or rejected. The you have under contract as typing Forrt uncompleted either a prime co g or using -'•LULL t dollar value !s to berbased actor r a subcontractor, Includin SECCTION NO v most race g all pending n�E ' nt engineers or owners GONTRACT WITH 1 I t-11 f�(,(_ ESTIMATED Ua�+.1� _ 1,61,10111111 Awards COMPLETION [� ' ��l_1((\( Pending i DATE e o vc._ �' ,,1 I�'.;I � fj- MurzrttS/j n,, CpuP 'E 'OTA CONTRACT ONTRACT ��-'�7 PRICE ` ILL C S'I-J 7 31 - 7 ,\C, LOEST UNCOMPLETED Ltr� ( ri DOLLAR VALUE �UL 87 7 << ��. I ��>' �7/ �1{c Use U) 7 7 p additional PART 11. AWARDS PENDING ` allealitift'.' _ L G]7 forms as List below theuncompleted �, � aft others will be listed on AND UNCOMPLETED 1 j, / need _ Mat needed the reverse dollar value of work /_ 7� (O of this WORK K TO BE DONE WITH ��f)/ Ries (0,7/3 3 ��i� TOTAL s loan.Ina torn(ventu a I�ttonclY that portion pending t UR OW FORCES. ? X �� � dXCLEARINGDING work to be done by your�omOUTPany forces.All work subcontracted d TO • wie MENT CONCRETE PAVING VING AVINGaft BITUMIN ��� ` MIX Sl1gFgCEOT 1 ... L�C�l_1 -7 _ TOTALS AGGREGATE /� (� AGGREGATE �� [7 - I -',1)11% I! ") 3 SURFACE BASES -�) IIGHVVAYa L C)/j STRUC7URE5 illftrallaillal 4AINAGE I ammmaeaall(SLlv`� imenummallinaelliall ECTRjCAL ftel L COATallimiliaiiMiliWANIM-- 4111111 :.CONC. 106000 Iliftil BIT-CONC. illiaillaaIIIPIIIIIIIIIIIIIIIIII IfteMenaftelftil RAIL ftMillftell ft I IMMI I la a I Ilailleanallaftli minna I I I I I iWallialleftellialillin N lignialgalleallaill. DING REIlail VSTA I�C) A. I _('-, MN , • S�Z��zammi-T?97goy//�•` / - ISI Disclosure " )'-C ,// U l�Z closure of (t__) // fnisl Is /3 i ',)u lani loan Ihos f been approved bhe issuance of oontor-bidding protRED posal accomplish the statutory (-I ,_ _-_ - by the State Forme to acc fBm s Proposal lorrnspu Pose as outlined and Management Center. bidding will not be far Section 5 of'The Illino is Purchasing Act' ewe of this for Failure to m are completed comply will ed In detail.This 1 1 1 MI. WORK SUBCONTRACTED TO OTHERS. ' m List below the work,according to each contract on the reverse,which you have subcontracted to iers. DO NOT include work to be performed by another prime contractor in a joint venture. r If no work is subcontracted to others, show NONE. • 1 I 2 3 4 V 5 ubcontrector /�« T . 0. fit0 • Lrfss /LLB (AsS 1)L_rtrz.► .) L.,1IUA,S/r1Gtt: CLECr LLIZC% rrI(ZGIL rt_ < rp.ofWork /flitk14LA/� _ L?�.fiLSL4RRE:_ LLCCTr;'/C/1L ELF/7teler1L LL EL.7/2ICfkL ubcontrect Price /(n �i) 20 elrYN 357,6t)c , S,bon /_�-C)U/ Amount I completed 7GDL,C n j,/V C) 7, LYE/) !�5,OO ) 13 (G t,L) (2) ubcontractor 1-?(I) -ct<_S r%aTL L_ I_ Aiu vt7 r_ i /"/i/l/AJ�%` . Elt,T ,<j, UEli,tJ, r l itD L_v(ltJlir_S UILLL 7rL.r' ).. YPeolWork r ECTKV/'/ CLIeL L1ti112S1 n✓�t_ _`;7-g'rl3iit.-/+ 772IP/AJ (, ubcontract Price // _,;./. ,cry, 123L? I (oen 1) (_)O( l Amount Ln l7,0o�-) ,) %. ore) '`/ 7 C '1 ( C rl C) 2-,:. Z)or. Uncompleted ��n.f�` ,� r iubcontactor 1-4 1/1-)«In f_' C'J/i'tr !,__< r?l i i L I _SLAGLL 1 ,) , -._r r !l r'_�T r r t,l.�C r—. 610 k Wit T7• I liri4/tJ/' rfl 7E.=. Li,/1,U/)Ci%/ 'ype of Work //-n i;7r=t.' 6Lit /,'t)t-A.L L r'r ,r.,, L►10.)$(r1t/_7. eui1 e) t lubcotetraet Price q 0,C)n I/,ono l!.-) -1 v84 1 i,°atm 12'7 3 I,DuAmount Uncompleted ,_I/nOLJ /Z.VV) /1 70,9.1 II, ' /L 7) UL)U lubcontractor t /riht /. /(/t1 rrt.)l.,_ f-1 C h✓l PI4 7 L��/vA/ .ype of Work //'/PA_I 4 _Siei O/AJG l t"Pre .1 l tilAniSc:/)(-7E_ >ubcontractPrice 9 von /D,Doc) 2/ S3 n 2--1 Dot Amount ►- ? Uncompleted 1'11 1 /C",LX_)C) T/ ._.) 2C) 1 (-)( .) L.., - Subcontractor WF dt .J l AJ6 /// 1e, I l le iT� � tLGL., type of Work /t/t/ /L_ CL,(r, /L/I L L L I c X 6ubcont►act Price 12, O(')[) 70,D( ' /Ls-oon . Amount Jncompleted 7,civet -In,CY"C) 76 .c fy ) ,oral Uncompleted 27?5on l.w,cry) 74Z 73�` loZotn 3i 9, L�vLD i being duly sworn, do hereby declare that this affidavit is a true and correct statement relating to ALL ncompleted contracts of the undersigned for Federal,State,Co ty,C:ty and private wo1 including ALL sub- ntract work, ALL pending low bids not yet awarded or rej e , d ALL estimated lm tion dat:.. Sub,c ' ed a d sw rn to befor me Signed ' nr t f i is 1 Company a ` / ' f�_. ..1 _ • Address •O _ DX I " CO - .. nnrnnniccinn ovnir c _ /: ' / c/ 7 1.1t= cra• J 1 LL. a 6(69 Illinois Department of Transportation PART I. WORK UNDER CONTRACT Affidavit of Availab‘ tComplete Form BC 57 by eitt� 1 List below all work you have under contract as either a prime contractor or a subcontractor, or using black ink. including all pending low bids not yet awarded or rejected. !vvv COUNTY AND v L Award SECTION NO k/ / f U f>'/� Pending aSl(', 1,l3L/l 6i /1 d5 Lil.r1 11,L L/V( /7f I._ OL/Pac,- ii CON7RACT WITH 31 "�4 I Z AJ-)' <4 Z72 8� ESTIMATED i Doi ID nr 10.E ® / D Q7- COMPLETION DATE IIIII Use tionet O 7 ad i TOTAL CONTRACT MM. / 'L� / f, L[� d needed. tJ�'C� 7 forms as PRICE P7,I z5 Q7,`,� Z, // g needed. UNCOMPLETED 11� ,.���7 io3 !i'ot�D 17$�Liz TOTAL DOLLAR VALUE 6/'7�� Fline,_7/ 9, �1Z®MIN PART II. UNCOMPLETED WORK TO BE DON ( I 'Mg E WITH YO List below the uncompleted dollar value of work�tor each OWN cFontract to own forces. All work subcontracted TO others will be listed on the reverse of this form. list only that portion of the work to be done bybe completed with your your company, In a joint venture, EXCAV.GRADING TOTALS 8 CLEARING FallffniMIL...111111111(02_775P PORTLAND CEMENT ONCRETE PAVING BITUMINOUS HOT MIX SURFACE ? 000 !i D :, ' ill _3 Z( _) i/',l / 9_1 �OCYY1 BS��ad • AGGREGATE MIX _ I J1LJCID- BITUMINOUS AGGREGATE BASES Wairinflan `�(2„�,t)/Y_)®M f a SURFACE _� HIGHWAY 8 R.R. 111111119g r () STRUCTURES ���� LJ CM. ' IIIIIIREIMMI117V-) 3...3 mimoIMIIIIcmmllIllIlIllMMIIIIIMIIIIIIIIIIIIIIII INIMIIIIIIIIIIIIIIIIIIIIII1111111111111111111 to u SEAL COAT __ MISC.COAT 11111111111111111111111111111 GUARD RA IL IIIIIUIMIIIIIIMIIIIIIIIIIIIIIIMIIII FENCING 11111111111111111111111111111111111111111 SIGNING IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIMIII 111:111111111111111 LANDSCAPING __ OTHER CONSTR. (List) _'_ 611111111011MINE"1_..e)r)/1r/. /0%61 filiallillin I ,(aoCp/s9 TOTALS O,ci rini / i REMARKS: r 576, /D ® �� )` 1 BC 57 (Rev. 6-79) Proposal Forms for bidding will not be issued unless both sides of this form are Completed in .-•.�..... _ . _.,--- -._ detail. r` , . O. 12-0120-11062-87-3 STATE OF ILLINOIS Municipality hLGIN Township CONTRACT BOND County , KANE Section 87-00140-00-RS We Harry W. Kuhn, Inc . as PRINCIPAL, and United States Fidelity & Guaranty Company are held and firmly bound unto the above Local Agency hereafter refeds SURETY, rre "LA") in the penal sum of , ndred seventy-nine t0 as and 42/100 Dollars and Three Hundred 9, 0.42 the Unite States, we and tru y to be paid unto said LA, for, thewful paymenteofof which we bind ourselves, our heirs, executors, administrators, successors, jointl to pay to the LA this sum under the conditions of this instrument. y 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 p 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 an company, or corporation, to whom any money may be due from the Principalfirm, subcontractor or otherwise, for arty 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. BLR 5711 (9-84) IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers and their corporate seals to be hereunto affixed this 5TH day of JUNE A.D. 19 PRINCIPAL HARRY W . KUHN . INC . (Company Name) (seal ) (Company Name) (seal) By: t By: ig ture & Title (Signature & Title) (If PRINC PAL is a joint venture of two or more contractors, the company names, seals and authorized signatures of each contractor must be affixed. ) SURETY UNITED STATES FIDELITY & _ /I) GUARANTY COMPANY By:(Name of Surety) (seal ) (Signat of Attorney-in-Fact) T.J. ADAMS STATE OF ILLINOIS, COUNTY OF DU PAGE PENELOPE A. O'NEILL , a Notary Public in and for said county, do hereby certify that HARRY W. KUHN & T.J. ADAMS (Insert names of individuals signing on behalf of PRINCIPAL & SURETY) z Z Q who are each personally known to me to be the same persons whose names are )? T subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, aiD ec ; before me this day in person and acknowledged respectively, that they signe. ,? m D sealed, and delivered said instrument as their free and voluntary act for t enuesf- and purposes therein set forth. ; n;D Given under my hand and notarial seal this 5TH day of JUNE "�p�D 1 .; rrn -of , O ter My commission expires r 2-9-90 i_ Nota Public Approved this rj' ' day of , A.D. 19 ,7 Attest: 41. (Awa g A thori iff Clerk �� /Mayor/Rt) (Seal ) ATTORNEY-IN-FACT AFFIDAVIT STATE OR COMMONWEALTH OF_ ILLINOIS as: COUNTY OR CITY OF Du PAGE Before me, a Notary Public, personally came___—s.J_ ADAMS known to me, and known to be the Attorney-in-Fact of United States Fidelity and Guaranty Company, a Maryland Corporation, which executed the attached bond as surety, who deposed and said that his signa- ture and the corporate seal of said United States Fidelity and Guaranty Company were affixed by order and authority of said Company's Board of Directors, and that the execution of the attached bond is the free act and deed of United States Fidelity and Guaranty Company. Given under my hand and seal this__ 5th day of JUNE __, 19&L. OFFICIAL SEAL N Public.PENELOPE A, O'NEILL NOTARY Pt1490TE OF ILLINOIS My Commission expir. MY GOMMi551UN EXPIRES 12/9/90 Jnd.878 (9-57) • CERTIFIED COPY GENERAL POWER OF ATTORNEY No. 99203 Know all Men by- these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland. does hereby constitute and appoint T. J. Adam, Ernfred Carlson, Joanne Costa, Edward A. Schell and Dennis D. Gamache of the City of Oakbrook , State of Ill1I1oL . its true and lawful attorney in and for the State of Ilhno1b for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds,and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us. its Board of Directors. hereby ratifies and confirms all and whatsoever anyone of the said T. J. Adam and the said Ernfred Carlson and the said Joanne Costa and the said Edward A. Schell and the said Dennis D. Gamache may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice-President and Assistant Secretary, this 5th day of • May , A. D, 19 87 UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) By Cecil E. Estes Vice-President. (SEAL) P (Signed) Stephen J. Trecker Assistant Secretary. • ' STATE OF MARYLAND. } ss: BALTIMORE CITY, 1 On this 5th day of May , A. D. 1987 ,before me personally came Cecil E. Estes , Vice-President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and Stephen J. Trecker ,Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they,the said Cecil E. Estes and Stephen J. Trecker were respectively the Vice-President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their names thereto by like order as Vice-President • and Assistant Secretary,respectively, of the Company. 90 My commission expires the first day in July, A. D. 19 Margaret M. Hurst (SEAL) (Signed) • Notary Public. FS 3 (1-87) °: COPY OF RESOLUTION That Whereas,it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces and territories of Canada; Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice- Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys-in-fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all contracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Also, in its name and as its attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances. obligations, stipulations, undertakings or anything in the nature of either of the same. which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces or territories of Canada, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. I, F. J. Willey ,an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to T. J. Adam,, Ernfred Carbon, Joanne Costa, Edward A. Schell and DenniE D. Ga ache of Oakbrook, IllinoiE , authorizing and empowering them to sign bonds as therein set forth,which power of attorney has never been revoked and is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the • Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 25th day of November.1981, at which meeting a quorum of the Board of Directors was present. and that the foregoing is a true and correct copy of said resolution,and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on June 5, 1987 (Date Assistant Secretary. STATE OF ILLINOIS CONTRACT 1. THIS AGREEMENT,made and concluded the '5 ` day of ►1-'�- 19 ,between the of ,. actin b and throw hits —� 9 Y 9 ' known as the party of the first part,and avY j W. YOU\Ah , his/their executors,administrators,successors or assigns, known as the party of the second part. 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 accordance 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 e-]-Oo 14Q-db-J�S , in E I 5-12.t'q,&-fs e_b;k, , approved by the Department of Transportation of the State of Illinois (3ij( 19M,are all essential documents of this contract and are a part hereof. I_ 4. IN WITNESS WHEREOF,The said parties have executed these presents on the date above mentioned. r Attest: The of _.)-L.A__,L,44fluoiladygk-S Clerk By U�. /?'72 -- X Party of the First Part (Seal) (If a Corporation) Attest: Corporate Na ARRY W. KUHN , 1 By secretor / President P y of the Second Part (If a Co-Partnership) (Seal) (Corporate Seal) (Seal) (Seal) Partners doing Business under the firm name of • t Party of the Second Part (If an Individual) (Seal) Party of the Second Part BLR 5710 (4-84) 4 w ., a ,, 40 41.• ''•N,,:it 4/ 441 7 0 , %, *49' ..............44, a i , M.F.T. RESURFACING - 1987 EAGLE HEIGHTS, SECTION: 87-00140-00-RS ELGIN, ILLINOIS CHANGE ORDER NO.1 SCOPE: This Change Order No.1 covers the 1987 M.F.T. Resurfacing of streets in Eagle Heights that was completed recently. The contractor for the project was Harry W. Kuhn, Inc. of Wheaton. REASONS FOR CHANGE: They may be summarized as follows: • (a) 115 of the 272 driveways had to be repaired due to a large drop between the driveway and the street after the asphalt surface was removed. (b) Extra curb & gutter removal and replacement due to the unforseen deteriorated condition discovered when the asphalt was removed from the gutter flag. (c) It is a City policy to construct handicap ramps whenever curb & gutter is removed at an intersection. When the curb & gutter was removed it was necessary • to remove the sidewalk to construct the handicap ramps in accordance with City policy. (d) Force account on Kimberly Drive due to watermain break. (e) Additional asphalt surface removal from the gutter flag that was not included in the bidding process. (f) Additional pavement fabric and prime over areas that developed alligator • cracks after the project was started. SUMMARY OF CHANGES IN CONTRACT AMOUNT: The amount of the contract will be revised as follows: ITEM ADD DEDUCT Leveling Binder (Machine Method) 1,102.4 Tons @ $24.00 $26,457.60 Leveling Binder (Hand Method) 50 Tons @ $50.00 2,500.00 Bituminous Mixture Complete (Class B Mod) $48,920.00 1,956.8 Tons @ $25.00 Pavement Removal & Bituminous Repl., Type III 26,506.00 914 Sq.Yd. @ $29.00 Area Reflective Crack Control, System A 1,687.68 3,516 Sq.Yd. @ $0.48 Sidewalk Removal 1,102.2 Sq.Ft. @ $1.00 1,102.20 P.C.C. Sidewalk-4" 1,102.2 Sq.Ft. @ $3.50 3,857.70 Combination Curb & Gutter Removal 2,475.3 L.F. @ $2.65 6,559.55 Combination Curb & Gutter Type 86.18 2,475.3 L.F. @ $9.75 24,134.18 Manholes to be Adjusted-5 Ea. @ $140.00 700.00 Bituminous Surface Removal (Special) 5,733.3 Sq.Ft. @ $0.90 5,159.97 Bituminous Materials (Prime Coat) AC85-100 536.19 879 Gals. @ $0.61 Mixture for Joints, Cracks and Flangeway 1,400.00 • 14 Tons @ $100.00 Driveway Pavement Removal 978.5 Sq.Yd. @ $10.00 9,785.00 • P.C.C. Driveway 978.5 Sq.Yd. @ $25.00 24,462.50 Sanitary Sewer Service Connection 1 Ea. @ $750.00 750.00 Trench Backfill 22 Cu.Yd. @ $15.00 330.00 Repair of the pavement, curb & gutter and a drive- 7,742.73 way due to a water main break on Kimberly Totals $134,977.70 $57,613.60 Net Addition to the contract - $77.364.10 The original contract with Harry W. Kuhn, Inc. was for $279,370.42. By reason of this Change Order No.1, the contract for Eagle Heights Resurfacing, M.F.T. Section 87-00140- 00-RS, will be increased in the amount of Seventy-seven Thousand Three Hundred Sixty Four and 10/100 Dollars ($77,364.10), the total value of the contract being Three Hundred Fifty Six Thousand Seven Hundred Thirty Four and 52/100 ($356,734.52). M.F.T. RESURFACING - 1987 EAGLE HEIGHTS, SECTION: 87-00140-00-RS CHANGE ORDER NO.1 • Page 2 OTHER CONTRACT PROVISIONS. All other contract provisions shall remain the same. Agreed to this {t _ day of , 1987 Recommended: Approved: ENGI ING DIyIS CITY OF ELGIN II Part of the First 8Y t(Ow, r) Date: By: Date: gC2Op , 9, 19g7 Accepted: HARRY W. KUHN, INC. Party of the Second Part (Contractor) • By: J Title: Date: IZ ' `�• 8 7