Loading...
04-13 G/ �it,so‘. c tab. O k-i3 • Illinois De artment Resolution for Maintenance of p Streets and Highways by Municipality of Transportation Under the Illinois Highway Code BE IT RESOLVED, by the City Council of the (Council or President and Board of Trustees) City of Elgin , Illinois, that there is hereby (City,Town or Village) (Name) appropriated the sum of $3,223,000.00 of Motor Fuel Tax funds for the purpose of maintaining streets and highways under the applicable provisions of the Illinois Highway Code from January 1, 2004 to December 31, 2004 BE IT FURTHER RESOLVED, that only those streets, highways, and operations as listed and described on the approved Municipal Estimate of Maintenance Costs, including supplemental or revised estimates approved in connection with this resolution, are eligible for maintenance with Motor Fuel Tax funds during the period as specified above. BE IT FURTHER RESOLVED, that the Clerk shall, as soon a practicable after the close of the period as given above, submit to the Department of Transportation, on forms furnished by said Department , a certified statement showing expenditures from and balances remaining in the account(s)for this period; and BE IT FURTHER RESOLVED, that the Clerk shall immediately transmit two certified copies of this resolution to the district office of the Department of Transportation, at Schaumburg , Illinois. I, Dolonna Mecum Clerk in and for the City (City,Town or Village) of Elgin , County of Cook and Kane hereby certify the foregoing to be a true, perfect and complete copy of a resolution adopted by the City Council at a meeting on January 28, 2004 (Council or President and Board of Trustees) Date IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this e,e day of January, 2004 . • (SEAL) / Elgin City Clerk (City,Town or Village) APPROVED MAR 0 2 2004 Date Departm nt of Transportation District Engineer B'R 4123 (Rev. 6 2003) Illinois Department Municipal Estimate of Of Transportation Maintenance Costs Period 01/01/04 to 12/31/04 Municipality City of Elgin Estimated Cost of Maintenance Operations Maintenance Operation Material, Equipment or Labor (No.-Description-Total Quantity) Item and Specification Quantity Operation Cost p and Unit Unit Cost Cost Catch Basin Cleaning Equipment $ 60,000.00 Labor $ 80,000.00 $ 140,000.00 Bituminous Patching Equipment $ 60,000.00 Labor $ 90,000.00 Sect.#04-00000-00-GM Bit. Mix Group 1 1360 tons $ 25.00 $ 34,000.00 Sect.#04-00000-00-GM Bit. Mix Group 2 200 tons $ 80.00 $ 16,000.00 $ 200,000.00 Bituminous Paving Equipment $ 10,000.00 Labor $ 25,000.00 Sect.#04-00000-00-GM Bit. Mix Group 1 4000 tons $ 25.00 $ 100,000.00 $ 135,000.00 Snow& Ice Control Equipment $ 150,820.00 Labor $235,500.00 Salt state contract) 5? tons $ 32.00 $ 4,R9•00 Deicing Chemicals(state contract) $ 20,000.00 $ 597'OLp.c Storm Sewer Cleaning Equipment $ 16,000.00 Labor $ 35,000.00 $ 51,000.00 Curb&Gutter Equipment $ 25,000.00 Labor $ 30,000.00 $ 55,000.00 Street Sweeping Equipment $ 180,000.00 Labor $220,000.00 Dump Fees for sweepings $ 40,000.00 $ 440,000.00 Traffic Markings Equipment $ 10,000:00 • Labor $ 10,000.00 Sect.#04-00000-02-GM Thermoplastic(contract) $ 75,000.00 Sect.#04-00000-01-GM Paint(contract) $ 85,000.00 $ 180,000.00 Traffic Signals Sect.#04-00000-04-GM Paint(contract) $ 50,000.00 Maint:(IDOT contract IL 19) $ 7,000:00 Sect.#04-00000-07-GM Maintenance(contract) $ 120,000.00 $ 177,000.00 Street Resurfacing Sect.#04-00000-03-GM Intermittent(contract) $ 600,000.00 Sect.#04-00000-06-GM Unimproved Streets(contract) $200,000.00 Sect.#04-00000-08-GM Crack Sealing(contract) $ 25,000.00 $ 825,000.00 Street Lighting Materials Bid (04-00000-00-GM) $ 50,000.00 Equipment • $ 40,000.00 Labor $ 50,000.00 Energy(power costs) $ 50,000.00 $ 190,000.00 Bridge Maintenance Sect.#04-00000-05-GM By Contract $ 100,000.00 $ 100,000.00 Maintenance Engineer By Contract(see attached sheet) $ 140,000.00 $ 0_10 _00.00 Total Estimated Maintenance Cost $ 3,223,000.00 Submitted MAN U 2 2004 Approved By.� ' .__�_ 1` Cit/ Mana•er ( • Municipal Official Title s ct Engineer Submit Four (4) Copies to District Engineer CI 1218103 , O S 2004 BRIDGE MAINTENANCE-PRELIMINARY Highland- Chicago- Highland- Bluff City- National- Riverside ti item Unit Fox Fox Sandy Poplar Fox Fox Total Unit Price Total Price 1. Epoxy Crack Sealing Fool 300 300 600 $10.00 $6,000.00 2 Formed Concrete Repairs S.Y. 50 10D 150 100.00 15,000.00 3. Repair Joint Mastic System Foot 200 200 20.00 4,000.00 4. Steel Plate Boem Guardrail Foot 250.00 250 30.00 7,500.00 5. Traffic Barrier Terminals,Type 5 Each 4.00 4 1,000.00 4,000.00 6. Traffic Barrier Temiinals, Type I.Special Each 3.00 3 ' 3,000.00 9,000.00 7. Traffic Control and Protection L Sum 0.12 0.59 0.29 1 17,000.00 17,000.00 8. P.C.C.Sidewalis S.F. 500.00 500 5.00 2,500.00 9. Concrete Removal C.Y. 5.00 4.00 9 1,000.00 9,000.00 cx 10. Neoprene Expansion Joint,2' Foot 130.00 130 75.00 9,750.00 a) A 11. Concrete Superstructures C.Y. 5.00 3 00 8 900.00 7,200.00 '_ t„ 12. Formed Concrete Repair C.Y. 2.00 2 700.00 1,400.00 0 13. Clean/Repaint Bearings Each 4.00 4 1,000.00 4,000.00 U - 14. Epoxy Mortar Repair C.Y. 1.00 1 700.00 700.00 a15. Mobilization L Sum 0.50 0.50 1 4,000.00 4,000.00 16. Galvanized Drains Each 14.00 14 350.00 4,900.00 17. Reinforcement Bere,Epoxy Coated Lb. 200.00 200 1.10 220.00 18. Remove/Re-erect Railing L.Sum 1.00 1 1,500.00 1,500.00 Subtotal $107,670.00 ro co +15%Contingency 516,150.00 as w .a Total $123,820.00 r, r USE $125,000.00 -r co r-: -c, w oc CA CD w CZ gn C., 2004 beginning estimate for Engineering Services Prelim Mull. Prelim.Total Bid Amount Const. Mutt. Const.Total base fee Iotal Intermittent Resurfacing $ 600,000.00 0.05 $ 30,000.00 $600,000.00 0.06 $ 36,000.00 $1,000.00 $ 67,000.00 "" unimproved Streets resurf. $ 200,000.00 0.05 $ 10,000.00 $200,000.00 0.06 $ 12,000.00 $ - $ 22,000.00 striping paint epoxy $ 85,000.00 0.05 $ 4,250.00 $ 85,000.00 0.06 $ 5,100.00 $ - $ 9,350.00 �. striping thermoplastic $ 75,000.00 0.05 $ 3,750.00 $ 75,000.00 0.06 $ 4,500.00 $ - $ 8,250.00 Bridge maintenance $ 100,000.00 0.05 $ 5,000.00 $ 100,000.00 0.06 $ 6,000.00 $ - $ 11,000.00 traffic signal painting $ 50,000.00 0.05 $ 2,500.00 $ 50,000.00 0.06 $ 3,000.00 $ - $ 5,500.00 bituminous quotation $ 155,000.00 0.02 $ 3,100.00 $ - $ 3,100.00 traffic signal maintenance $ 58,140.00 0.05 $ 2,907.00 $ 58,140.00 $ - $ - $ - $ 2,907.00 bridge survey $ - street light material bid $ 30,000.00 0.02 $ 600.00 $ - $ 600.00 CD crack sealing S 25,000.00 0.05 $ 1,250.00 $ 25,000.00 $ 0.06 $ 1,500.00 $ - $ 2,750.00 TOTAL $ 132,457.00 'v C. r r A O 'S m rs 0 c N VI Illinois Department of Transportation Division of Highways/District 1 201 West Center Court/Schaumburg,Illinois 60196-1096 LOCAL ROADS AND STREETS Motor Fuel Tax—2004 Maintenance Program City of Elgin Section No.: 04-00000-00-GM 04-00000-07-GM Cook and Kane Counties March 3, 2004 Ms. Dolonna "Loni" Mecum Clerk City of Elgin 150 Dexter Court Elgin, IL 60120 Dear Ms. Mecum: The Resolution adopted by the City Council on January 28, 2004 appropriating $3,223,000 of Motor Fuel Tax (MFT) funds for the maintenance of various municipal streets, from January 1, 2004 to December 31,2004,was approved as of March 2, 2004. The Detailed Estimate of Maintenance Cost in the amount of$3,090,000 for municipal streets, $133,000 for municipal streets engineering, and the Material and Contract Proposals were approved as of March 2, 2004. Authorization for expenditure of$3,090,000 for municipal maintenance and $133,000 for maintenance engineering, from your unobligated MFT account, is authorized and will be recorded on your next monthly Allotment Notification Letter. A bid opening has been scheduled for March 16, 2004 at 11:00 AM for the subject 4 Section. Enclosed is one copy for your records. If you have any questions or need additional information,please contact Marilin Solomon,MFT Field Engineer, at(847) 705-4407. Very truly yours, John P. Kos,P.E. District Engineer By: Mari in D. Solomon, . MFT Field Engineer Local Roads and Streets Enclosure cc: John Loete w/encl. HLR, Inc. w/encl. S:\Gen\Wp2\Current MFT Letters\CSO40303MS-Elgin.doc de Illinois Department Request for Quotations of Transportation GROUP Date Municipality Company City of Elgin County Representative Kane and Cook Township Address Elgin and Hanover Section Telephone 04-00000-00-GM ( ) (1) Quotations will be received in the office of the Purchasing Director, 150 Dexter Court, Elgin, IL 60120 until 11 o'clock A. M. March 16, 2004 , for furnishing materials required during Date the year 2004 , and at that time publicly opened and read. (2) Quotations shall be submitted on the reverse side of this form and enclosed in a sealed envelope endorsed QUOTATIONS. (3) The right is reserved by the Local Agency(LA)to reject any or all quotations. By Order of City Clerk Dolonna"Loni" Mecum Name Date The effective date of these quotations will be the date of the opening above. These quotations will be placed on file and remain firm until revised by the supplier(s). The suppliers may revise their quotations by registered letter to the Purchasing Director at least five (5) days before the end of the month. Quotations may only be revised by this procedure on a monthly basis. Any change received will become effective on the first day of the month following notification. When quotations are revised by the supplier(s), the LA reserves the right to review other accepted quotations and purchase the materials from an available source that will result in the"lowest on-the-road cost." The LA reserves the right to readvertise for new or additional quotations if not satisfied with the original or revised quotations on file. The original and revised quotations shall remain in effect unless terminated in writing by the LA to the supplier(s). Purchases will be made only from those suppliers that submitted acceptable quotations at the initial or any subsequent public letting. It is understood that all material will be tested and approved by the Illinois Department of Transportation. The requirements of the Standard Specifications for Road and Bridge Construction adopted by the Department shall govern insofar as they apply. The quantities of materials shown are for information only. They represent the best-known estimate of material needed. The actual quantities purchased may be increased or decreased by any amount subject to any maximum quantities specified by the supplier. Quotations with limits or conditions shall be rejected. BLR 6102(Rev.6/2000) Page 1 of 2 MATERIALS QUOTATIONS Item Delivery Approximate Unit Amount Point Quantity Price Bituminous Patching Mixture, Group I F.O.B. City 4,560 Tons trucks at source of supply** *A haul rate of$0.50 per ton mile will Total Group I* be used to determine the low bidder **Source of based on distance from Public Works Supply Garage to source of supply. (Entry by Vendor) The undersigned agrees to furnish any or all of the above materials upon which prices are quoted at the above quoted unit prices subject to the following conditions: (1) It is understood and agreed that the current "Standard Specifications for Road and Bridge Construction" adopted by the Department of Transportation shall govern insofar as they may be applied and insofar as they do not conflict with the special provisions and supplemental specifications attached hereto. (2) It is understood that quantities listed are approximate only and that they may be increased or decreased at the sole discretion of the LA as needed to promptly complete the work at the above unit price quoted. (3) Delivery in total or partial shipments as ordered shall be made within the time specified in the special provisions or by the terms of acceptance at the point and in the manner specified in the "MATERIAL QUOTATIONS". If delivery on the job site is specified, it shall mean any place or places on the road designated by the awarding authority or its authorized representative. (4) The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter or record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid-rotating. Bidder By Address Title Accepted By Date (Local Agency) Approved District Engineer BLR 6102(Rev.6/2000) Page 2 of 2 Illinois Department Request for Quotations of Transportation GROUP II Date Municipality Company City of Elgin County Representative Kane and Cook Township Address Elgin and Hanover Section Telephone 04-00000-00-GM ( ) (1) Quotations will be received in the office of the Purchasing Director, 150 Dexter Court, Elgin, IL 60120 until 11 o'clock A. M. March 16, 2004 , for furnishing materials required during Date the year 2004 , and at that time publicly opened and read. (2) Quotations shall be submitted on the reverse side of this form and enclosed in a sealed envelope endorsed QUOTATIONS. (3) The right is reserved by the Local Agency(LA)to reject any or all quotations. By Order of City Clerk Dolonna"Loni" Mecum Name Date The effective date of these quotations will be the date of the opening above. These quotations will be placed on file and remain firm until revised by the supplier(s). The suppliers may revise their quotations by registered letter to the Purchasing Director at least five (5) days before the end of the month. Quotations may only be revised by this procedure on a monthly basis. Any change received will become effective on the first day of the month following notification. When quotations are revised by the supplier(s), the LA reserves the right to review other accepted quotations and purchase the materials from an available source that will result in the"lowest on-the-road cost." The LA reserves the right to readvertise for new or additional quotations if not satisfied with the original or revised quotations on file. The original and revised quotations shall remain in effect unless terminated in writing by the LA to the supplier(s). Purchases will be made only from those suppliers that submitted acceptable quotations at the initial or any subsequent public letting. It is understood that all material will be tested and approved by the Illinois Department of Transportation. The requirements of the Standard Specifications for Road and Bridge Construction adopted by the Department shall govern insofar as they apply. The quantities of materials shown are for information only. They represent the best-known estimate of material needed. The actual quantities purchased may be increased or decreased by any amount subject to any maximum quantities specified by the supplier. Quotations with limits or conditions shall be rejected. BLR 6102(Rev.6/2000) Page 1 of 2 MATERIALS QUOTATIONS Item Delivery Approximate Unit Amount Point Quantity Price Bituminous Patching Mixture, Group II F.O.B. City 200 Tons trucks at source of supply** *A haul rate of$0.50 per ton mile will Total Group II* be used to determine the low bidder **Source of based on distance from Public Works Supply Garage to source of supply. (Entry by Vendor) The undersigned agrees to furnish any or all of the above materials upon which prices are quoted at the above quoted unit prices subject to the following conditions: (1) It is understood and agreed that the current"Standard Specifications for Road and Bridge Construction" adopted by the Department of Transportation shall govern insofar as they may be applied and insofar as they do not conflict with the special provisions and supplemental specifications attached hereto. (2) It is understood that quantities listed are approximate only and that they may be increased or decreased at the sole discretion of the LA as needed to promptly complete the work at the above unit price quoted. (3) Delivery in total or partial shipments as ordered shall be made within the time specified in the special provisions or by the terms of acceptance at the point and in the manner specified in the "MATERIAL QUOTATIONS". If delivery on the job site is specified, it shall mean any place or places on the road designated by the awarding authority or its authorized representative. (4) The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter or record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid-rotating. Bidder By Address Title Accepted by Date (Local Agency) Approved District Engineer BLR 6102(Rev.6/2000) Page 2 of 2 �. y EXHIBIT 1 • , City of Elgin, Illinois X10" �h i► Certification Requirements mow,, �:•� f�., : Please submit all required forms and documentation, fully completed and signed, with your proposal. No proposal will be accepted without this information. A. To assure compliance with the City of Elgin's Affirmative Action Ordinance, all contractors and vendors, herein referred to as "bidders", are requested to submit the following information: 1. Workforce analysis using the endosed Bidder's Employee Utilization form. 2. Provide the information required by Item#3 on the employee utilization form if the answer to Question#2 on the form is "Yes". 3. Provide a written commitment outlining the steps that the bidder plans to take in the area of recruitment and promotion of minorities and females to assure equal employment opportunity. (A copy of the bidder's affirmative action plan may be submitted in lieu of this requirement.) B. To assure compliance with the City of Elgin's Sexual Harassment Ordinance, all bidders must submit a. signed sexual harassment form enclosed with the Invitation to Bid. • C. The undersigned certifies that the offerer is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. D. The undersigned certifies that the offerer is not barred from offering on this solicitation as a result of a conviction for the violation of State law prohibiting bid-rigging or bid-rotating. E. The successful bidder agrees that upon acceptance by the City of Elgin, the executed Invitation to'Bid along with all instructions, conditions, and specifications attached thereto constitute a binding contract which may be enforced by the city. Signature/Title Company Name Address Phone Number FEIN No. EXHIBIT 2 BIDDER'S EMPLOYEE UTILIZATION FORM This report is required by the City of Elgin and must,be submitted before the contract can be awarded. Chapter 3.12.1000 Affirmative Action - City Contracts 1. Name and Address of Bidder Description of Project • JOB CATEGORIES Total Whites Blacks Hispanics Asians or American Minority Female Employees Pacific Indians (M&F) (All Islanders Categories) M / F • M / F M / F M / F M / F Example:Managers 18 3 5 3 2 4 1 55.6% 44.4% • (10/18) (8/18) • TOTALS Signature of Company Official Title Telephone Number Date Signed Page____ of 2. Have you ever been awarded a bid by the City of Elgin? Yes No 3. If the answer to question#2 is Yes,please submit a copy of the Employee Utilization Form that was submitted with your last successful bid along with a fully completed copy of this form. 4. If the statistical data provided above shows under-utilization of minorities and/or females, please submit, according to the guideline provided in the attached document, a written commitment to provide equal employment opportunity. NOTE: In the event that a contractor or vendor, etc.,fails to comply with the fair employment and affirmative action provisions of the City of Elgin, the City amongst other actions may cancel, terminate, or suspend the contract in whole or in part. • `�� of E<ic, EXHIBIT 3 - •° .r City of Elgin, Illinois it °'�'ltEDFF� ' Equal Employment Written Commitment Guideline The written commitment required in Item #4 of the Bidder's Employee Utilization Form shall: 1. Set out the name and phone number of the bidder's Equal Employment Officer. 2. Clearly identify the bidder's recruitment area and the percentage of minorities and females in the. area's population and labor force. 3. Set out what the bidder has done and has set as a goal to ensure the recruitment of minority and female employees. 4. Set out the bidder's specific goals;to recruit minorities and females for training programs or other similar opportunities available.through the bidder's organization. 5. Indicate bidder's consent to submit to the City of Elgin, upon request, statistical data concerning its employee composition and recruitment efforts anytime during the term of the contract. 6. Show bidder's consent to distribute copies of the written commitment to all persons who participate in recruitment, screening, referral, and selection and hiring of job applicants for the bidder. • 7. Clearly show that the bidder shall,require all subcontractors, if any, to submit a written commitment complying with the above requirements of their affirmative action plan to the City of Elgin: Description of Groups for Classification Purposes. White: all persons having origins in Europe, North America, or the Middle East Black: all persons having origins in any of the Black racial groups of Africa Hispanic: all persons of Mexican, Puerto Rican, Cuban, Central South American, or other Spanish culture or origin, regardless of race Asian American: all persons having origins in the Far East, Southeast Asia, the Indian • • subcontinent, or the Pacific Islands American Indian: all persons having origins in any of the original peoples of North America and who maintain cultural identification through tribal affiliation or community recognition of zto EXHIBIT 4 City of Elgin, Illinois ,11111 Sexual Harassment -- Policies and Programs ogtrEDE -�,.- Effective July 1, 1993,. every party to any contract with the City of Elgin and every eligible bidder is required to have written sexual harassment policies that include, at a minimum, the following information: (I) the illegality of sexual harassment (ii) the definition of sexual harassment under state law (iii) a description of sexual harassment, utilizing examples (iv) the vendor's internal complaint process including penalties (v) the legal recourse,investigative and complaint process available through.the Illinois Depathuient of'Human Rights, and the Illinois Human Rights Commission (vi). directions on how to contact the department and commission (vii) protection against retaliation as provided by Section 6-101 of the Human Rights Act I hereby affirm that the organization which I represent has'-in'place sexual harassment policies which include the required information set forth above,and I hereby agree to furnish the City of Elgin - Human Resources.Department with a copy of these policies if they so request. Signature/Title Company Date Sexual harassment is defined as follows: "Sexual harassment"means any unwelcome sexual advances or requests for sexual favors or any.conduct of a sexual nature when (1) suubmission to such conduct is made either explicitly or implicitly a term or'condition of an individual's employment, (2) submission to or rejection of such conduct by an individual is used as a basis for employment decisions affecting such individual, or (3) such conduct has the purpose or effect of substantially interfering with an individual's work performance or creating an intimidating,hostile, or offensive working environment. Any questions by contracting parties or eligible bidders concerning compliance with these requirements should be directed to the City of Elgin Human Resources Department at (847) 931-5618.. I hereby agree to fully indemnify and hold the City of Elgin harmless from any and all liability, loss or damage including costs of defense or claim, demands, costs of judgment against it arising from any sexual harassment complaint resulting from the act of any member of my organization in the performance of this contract. Signature/Title • Company Date EXHIBIT 5 TAX/COLLUSION/DEBARMENT/PREVAILING WAGE AFFIDAVIT State of ss. County of , being first duly sworn, deposes and says: That he is of the firm of the party making the foregoing bid and that the bidder is not barred from contracting with any unit or local • government as a result of a violation of 720 Illinois Compiled Statutes, Section 5/33E-3 or 5/33E-4, as amended; and, no collusion or agreement among other bidders or prospective bidders to bid a fixed price or otherwise restrain freedom of competition by agreement has taken place; and, bidder is not delinquent in the payment of any tax administered by the Illinois Department of Revenue unless there is a pending proceeding contesting the tax. The bidder also certifies that it shall comply,where applicable,with the Prevailing Wage Act 820 ILCS 130/0.01 et seq. Signature of Bidder, if an individual: Signature of Bidder, if a partnership: Subscribed and sworn to before me this day of , 20 Signature of Bidder, if a corporation: SEAL Notary Public President Secretary REQUEST FOR QUOTATIONS Sealed quotations will be received by the Purchasing Director of the City of Elgin, 150 Dexter Court, Elgin, Illinois 60120 until 11:00 a.m., March 16, 2004, for materials for maintenance of various streets as follows: Bituminous Patching Mixture (Group I) 4,560 Tons Bituminous Patching Mixture (Group II) 200 Tons The hauling differential of$0.50 will be used to determine the low quotation for both Group I and Group II listed above. The new Public Works facility is located at 1900 Homes Road, west of McLean Boulevard. Suppliers may quote for either one or both groups. Quotations shall be submitted on forms furnished by the City of Elgin which may be obtained at the office of the Purchasing Director, 150 Dexter Court, Elgin, Illinois 60120. Dated: February 23, 2004 Gail Cohen Purchasing Director City of Elgin LR 442 Page 1 of 2 STATE OF ILLINOIS DEPARTEMENT OF TRANSPORTION DIVISION OF HIGHWAYS LOCAL ROADS AND STREETS BITUMINOUS PATCHING MIXTURES FOR MAINTENANCE USE Effective: January 1, 2004 This special provision covers course graded and fine graded bituminous mixtures for use in maintaining small areas on flexible and rigid type pavement. Materials.The materials, control, quality, sampling, testing, inspection and storage of material shall conform to the specific requirements of the Standard Specifications for Road and Bridge Construction adopted by the Department of Transportation. Bituminous Patching Mixtures. The material supplier or contractor may furnish any of the following Bituminous Patching Mixtures listed in the individual Group for which the award was made. Group I —Bituminous Patching Mixtures Serial No. M-17-02: Bituminous Mixture for Maintenance Use, Emulsified Asphalt Type Serial No. M-19-02: Bituminous Mixture for Maintenance Use, Liquid Asphalt Type Serial No. M-20-02 Bituminous-Sand Mixture for Maintenance Use Serial No. M-48-02: Bituminous Premix for Maintenance Use, Inverted Emulsified Asphalt CBAE-2 Serial No. M-126-95: Bituminous Mixes for Maintenance Use, Reinforced Fiber Mixture Bituminous Patching Mixture (Class B): This mixture shall conform to the material requirements of Section 405 of the Standard Specifications. The bituminous material shall be limited to asphalt PG 58-28 or PG 52-28. The aggregate should be limited to a CA 16 graduation. Bituminous Patching Mixture (Superpave): This mixture shall conform to the material requirements of the special provision Superpave Bituminous Concrete Mixture for Bituminous Concrete Surface Course, Superpave, IL 9.5, N50 or Superpave Bituminous Concrete Mixture for Bituminous Concrete Surface Course, Superpave, IL 12.5, N50. Group II —Bituminous Patching Mixture (Proprietary) Serial No. M-120-00: Bituminous Premix for Maintenance Use -Optimix, Sylcrete, UPM, QPR-2000, EZ Street- Proprietary Sources Serial No. M-133-96: Bituminous Premix for Maintenance Use, Instant Road Repair- Proprietary Serial No. M-134-02: Bituminous Premix for Maintenance Use, SMP - Proprietary Placing of Bituminous Patching Mixture.All holes and depressions in the existing surface which exceed '/" in depth shall be repaired by removal of all loose and defective material and replaced with the specified Bituminous Patching Mixture. The material shall be compacted to produce a tight surface conforming to the adjacent area. LR 442 Page 2 of 2 Method of Measurement. Bituminous patching mixture will be measured for payment in tons. Basis of Payment. This work will be paid for at the contract unit price per ton for BITUMINOUS PATCHING MIXTURE (GROUP I); BITUMINOUS PATCHING MIXTURE (GROUP II). When bids are taken F.O.B.trucks at the mixing plant a hauling differential of$0.50(fifty cents) per ton-mile haul from mixing plant to location designated in the proposal will be used to determine the low bid. Round-trip distance shall be used to calculate the hauling differential to be used to compare bids. Bidders are required to fill in the location of the plant from where they propose to supply the patching mixture on the material proposal form. SUPERPAVE BITUMINOUS CONCRETE MIXTURES NON QC/QA Effective: January 1, 2000 Revised: January 1, 2004 Description. This work shall consist of designing, producing and constructing Superpave bituminous concrete mixtures using Illinois Modified Strategic Highway Research Program (SHRP) Superpave criteria. This work shall be according to Sections 406 and 407 of the Standard Specifications except as follows. Materials. (a) Fine Aggregate Blend Requirement. The Contractor may be required to provide FA 20 manufactured sand to meet the design requirements. For mixtures with Ndesign >_90, at least 50 percent of the required fine aggregate fraction shall consist of either stone sand, slag sand, or steel slag sand meeting the FA/FM 20 gradation. (b) Reclaimed Asphalt Pavement (RAP). If the Contractor is allowed to use more than 15 percent RAP, as specified in the plans, a softer performance-graded binder may be required as determined by the Engineer. RAP shall meet the requirements of the special provision, "RAP for Use in Bituminous Concrete Mixtures". RAP will not be permitted in mixtures containing polymer modifiers. RAP containing steel slag will be permitted for use in top-lift surface mixtures only. (c) Bituminous Material. The asphalt cement (AC) shall be performance-graded (PG) or polymer modified performance-graded (SBS-PG or SBR-PG) meeting the requirements of Article 1009.05 of the Standard Specifications for the grade specified on the plans. The following additional guidelines shall be used if a polymer modified asphalt is specified: - (1) The polymer modified asphalt cement shall be shipped, maintained, and stored at the mix plant according to the manufacturer's requirements. Polymer modified asphalt cement shall be placed in an empty tank and shall not be blended with other asphalt cements. (2) The mixture shall be designed using a mixing temperature of 163±3°C (325 ± 5 °F) and a gyratory compaction temperature of 152±3 °C (305± 5 °F). (3) Pneumatic-tired rollers will not be allowed unless otherwise specified by the Engineer. A vibratory roller meeting the requirements of Article 406.16 of the Standard Specifications shall be required in the absence of the pneumatic-tired roller. (4) A manufacturer's representative from the polymer asphalt cement producer shall be present during each polymer mixture start-up and shall be available at all times during production and lay-down of the mix. Laboratory Equipment. (a) Superpave Gyratory Compactor. The superpave gyratory compactor (SGC) shall be used for all testing. (b) Ignition Oven. The ignition oven shall be used to determine the AC content. The ignition oven shall also be used to recover aggregates for all required washed gradations. The Engineer may waive the ignition oven requirement for AC content if the aggregates to be used are known to have ignition AC content calibration factors which exceed 1.5 percent. If the ignition oven requirement is waived, other Department approved methods shall be used to determine the AC content. Mixture Design. The Contractor shall submit mix designs, for approval, for each required mixture. Mix designs shall be developed by Level III personnel who have successfully completed all of the Hot Mix Asphalt Courses, Level I, II, and III under the Superpave system. If Level I and/or Level III were taken under the Marshall system, the additional courses "Superpave Field Control" and/or"Superpave Mix Design Upgrade" would be required. Articles 406.10 and 406.13 of the Standard Specifications shall not apply. The mixtures shall be designed according to the respective Illinois Modified AASHTO references listed below. AASHTO MP 2 Standard Specification for Superpave Volumetric Mix Design AASHTO PP 2 Standard Practice for Short and Long Term Aging of Hot Mix Asphalt (HMA) AASHTO PP 19 Standard Practice for Volumetric Analysis of Compacted Hot Mix Asphalt (HMA) AASHTO PP 28 Standard Practice for Designing Superpave HMA AASHTO T 209 Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures AASHTO T 312 Preparing and Determining the Density of Hot Mix Asphalt (HMA) Specimens by Means of the Superpave Gyratory Compactor AASHTO T 308 Determining the Asphalt Content of Hot Mix Asphalt (HMA) by the Ignition Method (a) Mixture Composition. The ingredients of the bituminous mixture shall be combined in such proportions as to produce a mixture conforming to the composition limits by weight. The gradation mixture specified on the plans shall produce a mixture falling within the limits specified in Table 1. TABLE 1. MIXTURE COMPOSITION (% PASSING)'' Sieve IL-25.0 mm IL-19.0 mm IL-12.5 mm" IL-9.5 mm°' Size min max min max min max min max 37.5 mm 100 (1 112 in.) 25 mm 90 100 100 (1 in.) 19 mm 90 82 100 100 (3/4 in.) 12.5 mm 45 75 50 85 90 100 100 (112 in.) 9.5 mm' 90 90 100 (318 in.) �#.74�mm 24 4221 24 502' 24 65 24 65 2.36 mm 16 31 16 36 16 4831 16 4831 1.18 mm 10 22 10 25 10 32 10 32 (#16) 600 pm (#30) (#0p 4 12 4 12 4 15 4 15 150 gm (#100) 3 9 3 9 3 10 3 10 75 µm 3 6 3 6 4 6 4 6 (#Z00) 1/ Based on percent of total aggregate weight. 2/ The mixture composition shall not exceed 40 percent passing the 4.75 mm (#4) sieve for binder courses with Ndesign 90. 3/ The mixture composition shall not exceed 40 percent passing the 2.36 mm (#8) sieve for surface courses with Ndesign >_90. 4/ The mixture composition for surface courses shall be according to IL-12.5 mm or IL-9.5 mm, unless otherwise specified by the Engineer. One of the above gradations shall be used for leveling binder as specified in the plans and according to Article 406.04 of the Standard Specifications. It is recommended that the selected combined aggregate gradation not pass through the restricted zones specified in Illinois Modified AASHTO MP 2. (b) Dust/AC Ratio for Superpave. The ratio of material passing the 75 µm (#200) sieve to total asphalt cement shall not exceed 1.0 for mixture design (based on total weight of mixture). (c) Volumetric Requirements. The target value for the air voids of the hot mix asphalt (HMA) shall be 4.0 percent at the design number of gyrations. The VMA and VFA of the HMA design shall be based on the nominal maximum size of the aggregate in the mix and shall conform to the requirements listed in Table 2. TABLE 2. VOLUMETRIC REQUIREMENTS Voids in the Mineral Aggregate Voids Filled (VMA), with Asphalt % minimum (VFA), Ndesign IL-25.0 IL-19.0 IL-12.5 IL-9.5 50 65-78 70 12.0 13.0 14.0 15 90 65-75 105 (d) Determination of Need for Anti-Stripping Additive. The mixture designer shall determine if an additive is needed in the mix to prevent stripping. The determination will be made on the basis of tests performed according to Illinois Modified T 283 using 4 in. Marshall bricks. To be considered acceptable by the Department as a mixture not susceptible to stripping, the ratio of conditioned to unconditioned split tensile strengths (TSRs) shall be equal to or greater than 0.75. Mixtures, either with or without an additive, with TSRs less than 0.75 will be considered unacceptable. If it is determined that an additive is required, the additive may be hydrated lime, slaked quicklime, or a liquid additive, at the Contractor's option. The liquid additive shall be selected from the Department's list of approved additives and may be limited to those which have exhibited satisfactory performance in similar mixes. Dry hydrated lime shall be added at a rate of 1.0 to 1.5 percent by weight of total dry aggregate. Slurry shall be added in such quantity as to provide the required amount of hydrated lime solids by weight of total dry aggregate. The exact rate of application for all anti-stripping additives will be determined by the Department. The method of application shall be according to Article 406.12 of the Standard Specifications. Personnel. The Level II Technician shall have successfully completed the Department's Hot Mix Asphalt Courses, Level I and II under the Superpave system. If Level I was taken under the Marshall system the additional course"Superpave Field Control" would be required. Required Plant Tests. Testing shall be conducted to control the production of the bituminous mixture at the frequency required by the current version of the "Project Procedure Guide". During production, the ratio of minus 75 pm (#200) sieve material to total asphalt cement shall be not less than 0.6 nor more than 1.2 and the moisture content of the mixture at discharge from the mixer shall not exceed 0.5 percent. If at any time the ratio of minus 75 pm (#200) material to asphalt or moisture content of the mixture falls outside the stated limits, production of the mix shall cease. The cause shall be determined and corrective action satisfactory to the Engineer shall be initiated prior to resuming production. During production, mixtures containing an anti-stripping additive will be tested by the Department for stripping according to Illinois Modified T 283. If the mixture fails to meet the TSR criteria for acceptance, no further mixture will be accepted until the Contractor takes such action as is necessary to furnish a mixture meeting the criteria. Construction Requirements Lift Thickness. (a) Binder and Surface Courses. The minimum compacted lift thickness for constructing bituminous concrete binder and surface courses shall be according to Table 4: TABLE 4—MINIMUM COMPACTED LIFT THICKNESS Mixture Thickness, mm (in.) IL-9.5 32 (1 1/4) IL-12.5 38 (1 1/2) IL-19.0 57 (2 1/4) IL-25.0 76 (3) (b) Leveling Binder. Mixtures used for leveling binder shall be as follows: TABLE 5—LEVELING BINDER Nominal, Compacted, Leveling Mixture Binder Thickness, mm (in.) <_32(11/4) IL-9.5 32 (1 %4)to 50 (2) IL 9.5 or 1L-12.5 Density requirements shall apply for leveling binder when the nominal, compacted thickness is 32 mm (1 1/4 in.) or greater for IL-9.5 mixtures and 38 mm (1 1/2 in.) or greater for IL-12.5 mixtures. (c) Full-Depth Pavement. The compacted thickness of the initial lift of binder course shall be 100 mm (4 in.). The compacted thickness of succeeding lifts shall meet the minimums specified in Table 4 but not exceed 100 mm (4 in.). If a vibratory roller is used for breakdown, the compacted thickness of the binder lifts, excluding the top lift, may be increased to 150 mm (6 in.) provided the required density is obtained. (d) Bituminous Patching. The minimum compacted lift thickness for constructing bituminous patches shall be according to Table 4. Density Control Limits. Density shall be within the following control limits: TABLE 6. DENSITY CONTROL LIMITS Parameter Individual Test Ndesign >_90 92.0-96.0% Ndesign <90 93-97% Basis of Payment. On resurfacing projects, this work will be paid for at the contract unit price per metric ton (ton) for BITUMINOUS CONCRETE SURFACE COURSE, SUPERPAVE, of the friction aggregate mixture and Ndesign specified, LEVELING BINDER (HAND METHOD), SUPERPAVE, of the Ndesign specified, LEVELING BINDER (MACHINE METHOD), SUPERPAVE, of the Ndesign specified, and BITUMINOUS CONCRETE BINDER COURSE, SUPERPAVE, of the mixture composition and Ndesign specified. On resurfacing projects in which polymer modifiers are required, this work will be paid for at the contract unit price per metric ton (ton) for POLYMERIZED BITUMINOUS CONCRETE SURFACE COURSE, SUPERPAVE, of the friction aggregate mixture and Ndesign specified, POLYMERIZED LEVELING BINDER (HAND METHOD), SUPERPAVE, of the Ndesign specified, POLYMERIZED LEVELING BINDER (MACHINE METHOD), SUPERPAVE, of the Ndesign specified, and POLYMERIZED BITUMINOUS CONCRETE BINDER COURSE, SUPERPAVE, of the mixture composition and Ndesign specified. On full-depth pavement projects, this work will be paid for at the contract unit price per square meter (square yard) for BITUMINOUS CONCRETE PAVEMENT, (FULL-DEPTH), SUPERPAVE, of the thickness specified. On projects where widening is constructed and the entire pavement is then resurfaced, the binder for the widening will be paid for at the contract unit price per square meter (square yard) for BITUMINOUS CONCRETE BINDER COURSE, SUPERPAVE, of the mixture composition, Ndesign, and thickness specified. The surface and binder used to resurface the entire pavement will be paid for according to the paragraphs above for resurfacing projects. • State of Illinois Department of Transportation Division of Highways Springfield SPECIFICATIONS FOR . BITUMINOUS PREMIX FOR MAINTENANCE USE ' OPTIMIX, SYLCRETE, UPM, QPR-2000 - PROPRIETARY Serial Number: M 120-96 • 1. DESCRIPTION. The patching material shall be composed of a mineral aggregate, plant-mixed with a liquid asphalt and chemical additives from the suppliers of the proprietary mixtures. The bituminous material shall be capable of coating wet aggregates without stripping, and shall be available in various grades so that one such grade will enable a stockpile to remain pliable and workable at a temperature of-26 °C (-15°F). The patching material shall be capable of maintaining adhesive qualities in patched areas which are damp or wet at time of application, and also after remaining in an uncovered stockpile for up to twelve (12) months. 2. MATERIALS. Control of the materials shall be in accordance with the general requirements of Section 106 of the current Standard Specifications for Road and Bridge Construction. A five kilogram (ten-pound) sample of the mineral aggregate and one-liter (one-quart) sample'of the liquid asphalt shall be submitted to the Bureau of Materials and Physical Research, 126 East Ash Street, Springfield, Illinois, for performing the tests specified herein. (a).Aggregate All Coarse Aggregate used in the proprietary mixtures shall consist of crushed stone of Class B quality or better as defined in Article 1004.01(a) & (b) of the above cited Standard Specifications. (b) Bituminous Materials The bituminous material shall be a formulation of the liquid asphalt blend prepared under the supervision of the proprietary mix supplier. It shall meet the requirements of ASTM D 2026 or ASTM 2027,whichever applies, modified as follows: • • #:=.;.•` i : - .OPTIMIX•• QPR-2000 2. •SYLCRETE.EV: SYLCRETE.VA• .' i..;...... ::f•.v:': •.• �:• :•♦ :. .�. ,$}'�, V1;.�4,ti '. 4�� .Y�ii�i+:;`;• • ASTM D 92 - Flash point(COC) 94 (200) 94(200) 94(200) . 94(200) 94(200) °C (°F)-minimum ASTM D 2170 Kinematic Viscosity • 60°C (140 °F) • 350-3000 '300-4000 • 300-4000 300-4000 • 400-2500 • mm2ls (cSt) ASTM D 95 Water .%-maximum 0.2 0.2 0.2 0.2 0.2 ASTM D 402 Distillate • % by Volume of • Original Sample Temperature Distillate to 225°C (437°F) 0 0 . 0 0 0 Distillate to 260°C (500°F) 0-5 0-5 0-5 0-5 0-0.5 Distillate to 315°C (600°F) 0-21 0-25 . 0-25 0-25 0-18 Residue from distillation • to 360°C (680°F) %Volume by Difference 70-94 72-95 --- -- • 73-95 Residue Tests: ASTM D 2171 Absolute • Viscosity 60°C(140°F) 11.5-44.0 12.5-42.5 12.5-42.5 12.5-42.5 .12.5-42.5 Pascal Seconds(Poises) (115-440) (125-425) (125-425) (125-425) (125-425) ASTM D 5 Penetration 26 °C (77°F) -- 200 -- -- — 100 g, 5s-minimum ASTM D 5 Penetration, modified with cone, 25 °C (77°F) 200 — 180 180 180 150 g, 5s-minimum ASTM D 113 Ductility . . • 21 °C (70.°F) 1 cm/min: — - 100 100 . - . cm-minimum ASTM D 113 Ductility 4°C(39°F) i cni/min, 85 100 --- • 100 cm-minimum ASTM D 2042 . • • Solubility in Trichloroethylene 99.0 99.0 99.0 • 99.0 99.0 -minimum • 2 (c) Stripping Tests The combined UPM and liquid asphalt shall also meet the following stripping tests: (1) Stripping Tests: Dry Aggregate. Two-hundred grams of the air-dried aggregate passing the 12.5 mm (1/2-inch) sieve and retained on the 4.75 mm (No. 4) sieve shall be combined with 6.3 percent, by weight, UPM liquid asphalt and mixed in a hemispherical metal dish with a stiff spatula for three to five minutes or until a uniform coating is obtained. Twenty-five grams of this material shall be immediately place in an oven at 60 °C,±3 °C.(140°F, f 5 °F), for eighteen to twenty-four hours, after which it shall be thoroughly mixed and allowed to cool to room temperature. The sample shall then be immersed in water at a temperature of 49 °C, ±3°C (120 °F, ±5 °F), and maintained at this temperature for twenty-four hours. At the end of this period, the area of the aggregate remaining coated shall be determined visually while the sample is still immersed in water. Surface coating of at least 90 percent must be retained on the aggregate. A test similar to the above using MC-250 shall be made for comparison. (2) Stripping Test: Wet Aggregate. Two-hundred grams of the aggregate passing the 12.5 mm (1/2-inch) sieve and retained on the 4.75 mm (No. 4) sieve shall be immersed in water for twenty-four hours and the excess water drained off, leaving the aggregate surface wet. This aggregate shall be combined with 6.3 percent, by weight, UPM liquid asphalt and mixed in a hemispherical metal dish with a stiff liquid spatula for three to five minutes or until a uniform coating is obtained: Twenty-five grams of this material shall be immediately place in an oven at 60 °C, ±3 °C (140 °F, ± 5 °F), for eighteen to twenty-four hours, after which it shall be thoroughly mixed and allowed to cool to room temperature. The sample shall then be immersed in water at a temperature of 49 °C, ±3 °C (120°F, ± 5 °F), and maintained at this temperature for twenty-four hours. At the end of this period, the area of the aggregate remaining coated shall be determined visually while the sample is still immersed-in water. Surface coating of at least 90 percent must be retained on the aggregate. A test similar to the above using MC-250 shall be made for comparison. In estimating the percentage of area remaining coated, any thin or translucent area shall not be considered as being coated Each of the following proprietary mixes, Sylcrete EV, Sylcrete VA, Optimix, and QPR-2000 shall also meet the following stripping tests. (1) Place 50 grams of cold mix into a beaker containing 400 ml of boiling distilled water. Bring back to boiling and boil for 3 minutes with constant stirring at 1 revolution per second. At the end of 3 minutes, remove the beaker from the heat source.and immediately decant the water. Empty the wet mix onto a paper towel and examine. The retained coating shall not be less than 95 percent. (2) AASHTO T 182 Coating and Stripping of Bitumen-Aggregate Mixtures. 3. INSPECTION. The Engineer or his authorized representative shall have access at any time to all parts of the plant in order to verify weights or proportions and quality of materials used in the preparation of the mixture. The manufacturer shall afford such facilities as may.be required for making inspection at the plant and for collecting and forwarding samples of the ingredient materials and bituminous mixture to the Department. 3 4. PLANT AND EQUIPMENT. Storage facilities and all equipment used in the preparation of. the mixture shall be approved by the Department. An approved drier shall be available for surface drying the aggregate when needed. The materials for individual batches shall be measured accurately, either by volume or weight, by approved methods and equipment. A batch type mixer of approved design and capacity shall be used in mixing the ingredient materials. However, approval for the use of a continuous mixer will be given if it can be shown that satisfactory results will be obtained. 5. PREPARATION OF MIXTURE. The aggregate and Optimix, or QPR-2000, or Sylcrete, or UPM liquid asphalt shall be proportioned into the mixer and mixed for at least 30 seconds or until a uniformly coated mixture is obtained. The liquid asphalt shall be heated to a temperature of 93 °C, t 28 °C (200° F, t 50° F), at the time of mixing, and in accordance with the instructions of proprietary mix supplier. When necessary to heat the aggregates, the aggregates should not be heated to more than 68 °C (155 °F). 6. COMPOSITION OF MIXTURE. The ingredients shall be combined to produce a mixture _ meeting the approval of the Department and conforming to the following composition limits, by weight, as determined by tests of the prepared mixture: Gradation of Extracted Aggregate (% Passing)1' ,.,. •.:•. ' -::-..:3',,::-:1...- s:--*,:-• . , . SYLCRETE:EVAND A - A:�v}.:::�.:.••;-. :UPM :Y:;,. . SIEVE.SIZE.; OPTIMIX:'. :°MIX#1:.,.: :A MIX#2:.... •'QPR=2000~ MIX#1 .MIX#2:: 12.5 mm(1/2") 100 100 100 100 100 100 9.5 mm(3/8") 90-100 100 90-100 90-100 90-100 100 4.75 mm(No. 4) 20-55 85-100 20-55 20-55 15-55 70-100 • 2.36 mm( No. 8) 5-30 10-40 5-30 5-30 1.18 mm(No. 16) 0-10 0-10 0-10 0-10 0-10 0-10 . 600 pm(No. 30) 0-7 0-7 • 300 pm(No. 50) 0-5 0-5 0-5 0-5 75 pm(No.200) 0-2 0-2.5 .0-2.5 0-2 0-4 0-4 Residual Bitumen ". . • 3-6.5 3-6.5 3-6.5 3-7.0 . 3.5-6.5 3.5-6.5. "Based on percent of total aggregate weight. 2'Based on percent of total mixture weight. 7. LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC. The laws to be observed;- permits and licenses; patented devices; materials, and processes; and.responsibility for damage cla' , sha i 'accordance with the requirements of Section 107 of the above cited Standard., pe 'if i�if., This itiicatioriiis•:effective.July 1._;>.1996, and su ersedes.Serial Number:M-:12O-95jsffective ,,: �•s.o{•::.. r. •-..•;c;!r,:�:>}r }_,, h."k. o �5; �{'C '^'• •.j:`;.:y:�}.ti.Ks`ti'•'.>a'*�,. : }{ 'a:5a.x}•x:. •,�x .'^�:�f 'i•�;.?a;:. Ao ;r{.;?:., 2v.v:l;�.,.a•x•'.�••�C�{.tf;f4•'✓v,;"�:..�t:,:yS:};;••�%r;�^',x� ,::••.;.x,+-;;a';:f:;4�'r�'.:j',fi',#xa.. �.a7�'},.?fF��,•_.. September:.1.:.:1995..,...::.:..:....{..;:.;•}.� :n..::: ..,ti,... :.:.n4 ... <..ri:.:A . ,;. ..r.,....:.;,•:.:.;}v:.:.,..,. ..r....,:'xt.f'-:x�+c ::;t:rt•:f-:�c;:{C..•,•;:.::•:.:.r. •.,+... : '-...x.;:..;;,.;�.:„,>,. x:... ,,,}a;.2...:�.•.} RH/k(/bb/M12ass 4 • , Resolution No. 05-53 Illinois De artment ! Etupatity ode BE IT RESOLVED, by the City Council of the (Council or President and Board of Trustees) City of • Elgin , Illinois, that there is hereby (City,Town or Village) (Name) appropriated the sum of $3,729,260.00 of Motor Fuel Tax funds for the purpose of maintaining streets and highways under the applicable provisions of the Illinois Highway Code from January 1, 2005 to December 31, 2005 . BE IT FURTHER RESOLVED, that only those streets, highways, and operations as listed and described on the approved Municipal Estimate of Maintenance Costs, including supplemental or revised estimates approved in connection with this resolution, are eligible for maintenance with Motor Fuel Tax funds during the period as specified above. BE IT FURTHER RESOLVED, that the Clerk shall,as soon a practicable after the close of the period as given above, submit to the Department of Transportation, on forms furnished by said Department , a certified statement showing expenditures from and balances remaining in the account(s)for this period;and BE IT FURTHER RESOLVED, that the Clerk shall immediately transmit two certified copies of this resolution to the district office of the Department of Transportation, at Schaumburg , Illinois. Dolonna Mecum Clerk in and for the City (City,Town or Village) Elgin , County of Cook and Kane hereby certify the foregoing to be a true, perfect and complete copy of a resolution adopted by the City Council at a meeting on February 2 5, 2 0 0 5 (Council or President and Board of Trustees) Date = IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this 2 8th day of February,2005 (SEAL) Elgin City Clerk (City,Town or Village) APPROVED MAR 0 4 2005 Date Department of Transportation �. .� O'�'. . District Engineer BLR 4123(Rev.6/2000) 0 Illinois Department Municipal Estimate of of Transportation Maintenance Costs Period 1/1/2005 to 12/31/2005 Municipality City of Elgin Estimated Cost of Maintenance Operations Material, Equipment or Labor Maintenance Operation Operation Cost (No.-Description-Total Quantity) Item and Specification Quantity Unit Cost Cost and Unit Catch Basin Cleaning Equipment (see details) $ 67,200.00 Labor (see details) $ 74,400.00 $ 141,600.00 , Bituminous Patching Equipment (see details) $ 60,000.00 Labor (see details) $ 90,000.00 Sect.#05-00000-00-GM Bit. Mix Group 1 1360 tons $ 28.00 $ 38,080.00 Sect.#05-00000-00-GM Bit. Mix Group 2 200 tons $ 80.00 $ 16,000.00 $ 204,080.00 Bituminous Paving Equipment (see details) $ 21,000.00 Labor (see details) $ 24,800.00 Sect.#05-00000-00-GM Bit. Mix Group 1 4000 tons $ 28.00 $ 112,000.00 $ 157,800.00 Snow&Ice Control Equipment (see details) $ 171,292.00 Labor (see details) ' $235,300.00 ,Salt(state contract) 7500 tons $ 32.00 $240,000.00 Deicing Chemicals(state contract) $ 20,000.00 $ 666,592.00 Storm Sewer Cleaning Equipment (see details) $ 24,192.00 Labor (see details) ' $ 26,784.00 $ 50,976.00 Curb&Gutter Equipment (see details) $ 26,784.00 Labor (see details) $ 35,200.00 . $ 61,984.00 Street Sweeping Equipment (see details) $255,640.00 Labor (see details) $ 159,400.00 Dump Fees for sweepings $ 50,000.00 $ 465,040.00 Traffic Markings/Signs ,Equipment (see details) $ 10,008.00 Labor (see details) $ 16,680.00 Sect.#05-00000-02-GM Thermoplastic(contract) $ 120,000.00 Sect.#05-00000-01-GM,Paint(contract) $ 85,000.00 $ 231,688.00 Traffic Signals Sect.#05-00000-04-GM Paint(contract) $ 50,000.00 Maint.(IDOT contract IL 19) $ 7,000.00 , Sect.#05-00000-07-GM Maintenance(contract) $ 90,000.00 Materials Bid (05-00000-00-GM) $ 170,000.00 $ 317,000.00 Street Resurfacing Sect.#05-00000-03-GM Intermittent(contract) $600,000.00 Sect.#05-00000-06-GM Unimproved Streets(contract) $250,000.00 Sect.#05-00000-08-GM Crack Sealing(contract) $ 50,000.00 $ 900,000.00 Street Lighting Materials Bid (05-00000-00-GM) $ 50,000.00 , Equipment(see details) $ 22,500.00 Labor (see details) $ 68,000.00 Energy(power costs) $ 100,000.00 $ 240,500.00 Bridge Maintenance Sect.#05-00000-05-GM By.Contract $ 100,000.00 $ 100,000.00 Maintenance Engineer By Contract(see attached sheet) $ 192,000.00 $ 192,000.00 Total Estimated Maintenance Cost $ 3,729,260.00 Submitted ` yam,,. Approved MAR 0 4 2005 By: tLu. Mt k-im..*■?..t m City Manager &)L4..P4 A. O` a'4& Municipal Official Title District Engineer Submit Four(4)Copies to District Engineer Details Sheet 1 of 2 • Illinois Department Municipal Estimate of Kcr of Transportation Maintenance Costs Period 1/1/2005 to 12/31/2005 Municipality City of Elgin Estimated Cost of Maintenance Operations Material, Equipment or Labor Maintenance Operation Quantity Operation Cost (No.-Description-Total Quantity) Item and Specification and Unit Unit Cost Cost Catch Basin Cleaning Equipment hours 2 sewer jet/vacuum trucks 1,200 $ 56.00 $ 67,200.00 Labor hours 2 equipment operators 1,200 $ 32.00 $ 38,400.00 2 utility workers 1,200 $ 30.00 $ 36,000.00 $ 141,600.00 Bituminous Patching Equipment hours 4 four CY dump trucks 2,400 $ 25.00 $ 60,000.00 $ 60,000.00 Labor hours 8 utility workers 3,000 $ 30.00 $ 90,000.00 $ 90,000.00 Bituminous Paving Equipment hours paver, 10,000 lbs GVW 200 $ 55.00 $ 11,000.00 4 four CY dump trucks 400 $ 25.00 $ 10,000.00 $ 21,000.00 Labor hours 2 equipment operators 400 $ 32.00 $ 12,800.00 4 utility workers 400 $ 30.00 $ 12,000.00 $ 24,800.00 Snow&Ice Control Equipment hours 24 four CY dump trucks w/plow 4,488 $ 25.00 $ 112,200.00 4 eight CY dump trucks w/plow 748 $ 34.00 $ 25,432.00 7 dump trucks 15,000 lbs w/plow 1,309 $ 18.00 $ 23,562.00 6 pickup trucks w/plow 1,122 $ 9.00 $ 10,098.00 $ 171,292.00 Labor hours 12 equipment operators 2,450 $ 32.00 $ 78,400.00 29 utility workers 5,230 $ 30.00 $ 156,900.00 $ 235,300.00 Storm Sewer Cleaning Equipment hours 1 sewer jet/vacuum truck 432 $ 56.00 $ 24,192.00 $ 24,192.00 Labor hours 1 equipment operator 432 $ 32.00 $ 13,824.00 1 utility worker 432 $ 30.00 $ 12,960.00 $ 26,784.00 Curb&Gutter Equipment hours 1 dump truck 12,000 lbs GVW 550 $ 17.00 $ 9,350.00 1 eight CY dump truck 320 $ 34.00 $ 10,880.00 $ 20,230.00 Labor hours 1 cement finisher 550 $ 34.00 $ 18,700.00 1 utility worker 550 $ 30.00 $ 16,500.00 $ 35,200.00 Street Sweeping Equipment hours 3 street sweepers, mechanical 3,800 $ 56.00 $ 212,800.00 1 eight CY dump truck 1,260 $ 34.00 $' 42,840.00 $ 255,640.00 Labor hours 3 equipment operators 3,800 $ 32.00 $ 121,600.00 1 utility worker 1,260 $ 30.00 $ 37,800.00 $ 159,400.00 Total Estimated Maintenance Cost Submitted Approved By: City Manager Municipal Official Title District Engineer Submit Four(4)Copies to District Engineer Details Sheet 2 of 2 Illinois Department Municipal Estimate of of Transportation Maintenance Costs Period 1/1/2005 to 12/31/2005 Municipality City of Elgin Estimated Cost of Maintenance Operations Material, Equipment or Labor Maintenance Operation Quantity Operation Cost (No.-Description-Total Quantity) Item and Specification and Un it Unit Cost Cost Traffic Markings/Signs Equipment hours sign service truck 15,000 lbs GVW 556 $ 18.00 $ 10,008.00 $ 10,008.00 , Labor hours 2 utility workers 556 $ 30.00 $ 16,680.00 $ 16,680.00, Street Lighting Equipment hours bucket truck 32 ft height 900 $ 25.00 $ 22,500.00 $ 22,500.00 Labor hours 2 electrical workers 2,000 $ 34.00 $ 68,000.00 $ 68,000.00 t , Total Estimated Maintenance Cost Submitted Approved By: City Manager Municipal Official Title District Engineer Submit Four(4)Copies to District Engineer 2005 beginning estimate for Engineering Services Prelim Mult. Prelim.Total Bid Amount Const. Mult. Const.Total base fee total Intermittent Resurfacing $ 600,000.00 0.05 $ 30,000.00 $600,000.00 0.06 $ 36,000.00 $1,000.00 $ 67,000.00 unimproved Streets resurf. $ 250,000.00 0.05 $ 12,500.00 $250,000.00 0.06 $ 15,000.00 $ - $ 27,500.00 striping paint epoxy $ 85,000.00 0.05 $ 4,250.00 $ 85,000.00 0.06 $ 5,100.00 $ - $ 9,350.00 striping thermoplastic $ 120,000.00 0.05 $ 6,000.00 $ 120,000.00 0.06 $ 7,200.00 $ - $ 13,200.00 Bridge maintanance $ 100,000.00 0.05 $ 5,000.00 $ 100,000.00 0.06 $ 6,000.00 $. - $ 11,000.00 traffic signal painting $ 50,000.00 0.05 $ 2,500.00 $ 50,000.00 0.06 $ 3,000.00 $ - $ 5,500.00 bituminous quotation $ 150,000.00 0.02 $ 3,000.00 $ - $ 3,000.00 traffic signal maintenance $ - 0.05 $ - $ - $ - $ - $ - $ - bridge survey $ - street light material bid $ 50,000.00 0.02 $ 1,000.00 $ - $ 1,000.00 crack sealing $ 50,000.00 0.05 $ 2,500.00 $ 50,000.00 $ 0.06 $ 3,000.00 $ - $ 5,500.00 Riverboat funded paving $ 450,000.00 0.05 $ 22,500.00 $450,000.00 $ 0.06 $ 27,000.00 $ 49,500.00 TOTAL $ 192,550.00 • JULY, 2007 IN REVIEWING THIS FILE,IT WAS DETERMINED THAT AN EXECUTED COPY OF THE AGREEMENT LISTED BELOW WAS NEVER RETURNED TO THE CLERK'S OFFICE. ALL THAT IS AVAILABLE IS THE ATTACHED DRAFT COPY OF THE AGREEMENT AND ITS SUPPORTING PAPERWORK. REFERENCE: RESOLUTION NO. 04-13 PASSED: JANUARY 28, 2004 SUBJECT: AGREEMENT WITH ILLINOIS DEPARTMENT OF TRANSPORTATION FOR THE MAINTENANCE OF STREETS AND HIGHWAYS BY THE CITY OF ELGIN UNDER THE ILLINOIS HIGHWAY CODE 0 3 • SUPPLEMENTAL ViIllinois Department Resolution for Maintenance of I� Streets and Highways by Municipality of Transportation Under the Illinois Highway Code BE IT RESOLVED, by the City Council of the (Council or President and Board of Trustees) City of Elgin , Illinois,that there is hereby (City,Town or Village) (Name) appropriated the sum of $294,597.09 of Motor Fuel Tax funds for the purpose of maintaining streets and highways under the applicable provisions of the Illinois Highway Code from January 1, 2000 to December 31, 2000 . • BE IT FURTHER RESOLVED, that only those streets, highways, and operations as listed and described on the approved Municipal Estimate of Maintenance Costs, including supplemental or revised estimates approved in connection with this resolution, are eligible for maintenance with Motor Fuel Tax funds during the period as specifiedabove. BE IT FURTHER RESOLVED, that the Clerk shall, as soon a practicable after the close of the period as given above, submit to the Department of Transportation, on forms furnished by said Department, a certified statement showing expenditures from and balances remaining in the account(s)for this period; and BE IT FURTHER RESOLVED, that the Clerk shall immediately transmit two certified copies of this resolution to the district office of the Department of Transportation, at Schaumburg , Illinois. Dolonna Mecum Clerk in and for the City (City,Town or Village) ur Elgin , County of Cook and Kane hereby certify the foregoing to be a true, perfect and complete copy of a resolution adopted by the City Council at a meeting on January 28, 2004 (Council or President and Board of Trustees) Date IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this e,?g',a,\T-day of January,2004 (SEAL) Elgin City Clerk /2'i (City,Town or Village) APPROVED <.(OF Ei 0�`,_�"I, •1 ti City of Elgin Agenda Item No. ©- tt 64Tf � DFo^c E � L . ; . January 23, 2004 Glils 0. S 1. 1, E• TO: Mayor and Members of the City Council N 1 w . 1 I FINANCIALLY STABLE CITY GOVERNMENT FROM: David M. Dorgan, City ManagerAND DUALITY IN SERVICES, John M. Loete, Public Works Direct r SUBJECT: Approval of Supplemental Resolution for 2000 Motor Fuel Tax Municipal Maintenance Costs PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider the approval of a supplemental resolution for the 2000 Motor Fuel Tax Maintenance Costs. r RECOMMENDATION It is recommended that the City Council approve the attached supplemental Motor Fuel Tax Resolution for Maintenance of Streets and Highways in the amount of $294,597.09 to satisfy Illinois Department of Transportation(IDOT)reporting requirements. BACKGROUND Motor Fuel Tax (MFT) funds are tax monies collected by the State of Illinois at the time of fuel purchase, including gasoline and diesel fuel. A portion of the funds collected by the State are returned to municipalities and townships for road, signal, and street light maintenance. The distribution is based on the historical per capita allocation adjusted for inflation. On February 23, 2000, Council approved the use of $2,736,380 in 2000. On February 12, 2003, the Council approved the Maintenance Expenditure Statement for 2000 in the amount of $3,027,488.09. It was noted in the record at the time of this action that the added cost was due to higher than anticipated snow removal costs due to the heavy snows in December of 2000. After approval, that final statement was submitted and accepted by the IDOT Bureau of Local Roads The annual audit of the City's MFT records conducted by IDOT in late 2003 indicated that the 2000 actual expenditures for MFT eligible work were $3,030,977.09, or a difference of $294,597.09 when compared to the resolution originally authorized by Council and IDOT. In order for IDOT to close the audit on 2000, the City must approve a supplemental resolution authorizing the expenditure difference. The audit also confirmed that the actual Snow and Ice Control expenses were $298,322.56 more than was budgeted on the original estimate of costs Approval of Resolution for 2004 MFT Municipal Estimate of Maintenance Costs rbk January 28, 2004 Page 2 approved on February 23, 2000. The actual expenditures for the other maintenance activities were in line with the original estimate. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None ?#AFINANCIAL IMPACT The appropriation resolution in the amount of $294,597.09 represents funds that have already been internally approved and expended by the City and will have no effect on the accounting records from that time or on the existing fund balance. VMQVNone LEGAL IMPACT ALTERNATIVES 1. Approve the supplemental resolution as recommended. 2. Do not approve the resolution but risk IDOT not approving further MFT projects or budgets since their audit cannot be finalized. Respectfully submitted for Council consideration. (CAB) Attachment