2400 East Rd - Micro-Surf

expired opportunity(Expired)
From: Mclean(County)
22-13114-00-SC

Basic Details

started - 01 Sep, 2022 (19 months ago)

Start Date

01 Sep, 2022 (19 months ago)
due - 16 Sep, 2022 (18 months ago)

Due Date

16 Sep, 2022 (18 months ago)
Bid Notification

Type

Bid Notification
22-13114-00-SC

Identifier

22-13114-00-SC
Dawson Twp RD

Customer / Agency

Dawson Twp RD
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Illinois of Transportation Local Public Agency Formal Contract Proposal COVER SHEET Proposal Submitted By: Contractor's Name Contractor's Address City State Zip Code STATE OF ILLINOIS Local Public Agency County Section Number Dawson Road District McLean 22-13114-00-SC Route(s) (Street/Road Name) Type of Funds 2400 East Rd. MFT or Rebuild Illinois [_] Proposal Only [X] Proposal and Plans [_] Proposal only, plans are separate Submitted/Approved For Local Public Agency: Highway Commissioner Signature For a County and Road District Project Submitted/Approved Signature For a Municipal Project Submitted/Approved/Passed Date on Bach see Submitted/Approved County Engineer/Superintendent of Highways Date Official Title o- G-%-Joar Ive ZI U Department of Transportation Released for bid based on limited review Regional Engineer Signature Date AGREEMENT OF UNDERSTANDING 5-7-Jo2 4 Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to
prevent loss when bids are processed. Printed 05/03/22 Page 1 of 6 BLR 12200 (Rev. 01/21/21) BLR 12200 (Rev. 01/21/21)Page 2 of 6Printed 05/09/22 Route(s) (Street/Road Name) 2400 East Rd. Section Number 22-13114-00-SC County McLean Local Public Agency Dawson Road District NOTICE TO BIDDERS Sealed proposals for the project described below will be received at the office of Name of Office McLean County Highway Department, Address 102 S. Towanda-Barnes Road, Bloomington, IL 61705 until Time 10:00 AM on Date 06/01/22 . Sealed proposals will be opened and read publicly at the office of Name of Office McLean County Highway Department Address 102 S. Towanda-Barnes Road, Bloomington, IL 61705 at Time 10:00 AM on Date 06/01/22 . DESCRIPTION OF WORK Location 2400 E Rd., from railroad tracks in Holder south to 1100 N Rd. Project Length 2,500' Proposed Improvement Two-pass microsurfacing 1. Plans and proposal forms will be available in the office of McLean County Highway Department, 102 S Towanda-Barnes Road, Bloomington, IL 61705 https://www.mcleancountyil.gov/1027/Bidding-Lettings 2. Prequalification If checked, the 2 apparent as read low bidders must file within 24 hours after the letting an "Affidavit of Availability" (Form BC 57) in triplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. One original shall be filed with the Awarding Authority and two originals with the IDOT District Office. 3. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals. 4. The following BLR Forms shall be returned by the bidder to the Awarding Authority: a. Local Public Agency Formal Contract Proposal (BLR 12200) b. Schedule of Prices (BLR 12201) c. Proposal Bid Bond (BLR 12230) (if applicable) d. Apprenticeship or Training Program Certification (BLR 12325) (do not use for project with Federal funds.) e. Affidavit of Illinois Business Office (BLR 12326) (do not use for project with Federal funds) 5. The quantities appearing in the bid schedule are approximate and are prepared for the comparison of bids. Payment to the Contractor will be made only for the actual quantities of work performed and accepted or materials furnished according to the contract. The scheduled quantities of work to be done and materials to be furnished may be increased, decreased or omitted as hereinafter provided. 6. Submission of a bid shall be conclusive assurance and warranty the bidder has examined the plans and understands all requirements for the performance of work. The bidder will be responsible for all errors in the proposal resulting from failure or neglect to conduct an in depth examination. The Awarding Authority will, in no case, be responsible for any costs, expenses, losses or changes in anticipated profits resulting from such failure or neglect of the bidder. 7. The bidder shall take no advantage of any error or omission in the proposal and advertised contract. 8. If a special envelope is supplied by the Awarding Authority, each proposal should be submitted in that envelope furnished by the Awarding Agency and the blank spaces on the envelope shall be filled in correctly to clearly indicate its contents. When an envelope other than the special one furnished by the Awarding Authority is used, it shall be marked to clearly indicate its contents. When sent by mail, the sealed proposal shall be addressed to the Awarding Authority at the address and in care of the official in whose office the bids are to be received. All proposals shall be filed prior to the time and at the place specified in the Notice to Bidders. Proposals received after the time specified will be returned to the bidder unopened. 9. Permission will be given to a bidder to withdraw a proposal if the bidder makes the request in writing or in person before the time for opening proposals. BLR 12200 (Rev. 01/21/21)Page 3 of 6Printed 05/09/22 Route(s) (Street/Road Name) 2400 East Rd. Section Number 22-13114-00-SC County McLean Local Public Agency Dawson Road District PROPOSAL 1. Proposal of Contractor's Name Contractor's Address . 2. The plans for the proposed work are those prepared byMcLean County Highway Department and approved by the Department of Transportation on . 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 and Recurring Special Provisions" thereto, 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 Recurring Special Provisions" contained in this proposal. 5. The undersigned agrees to complete the work within working days or by 09/16/22 is granted in accordance with the specifications. 6. The successful bidder at the time of execution of the contract will be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu thereof. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the Bid Bond of check shall be forfeited to the Awarding Authority. 7. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the products of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. A bid may be declared unacceptable if neither a unit price nor a total price is shown. 8. The undersigned submits herewith the schedule of prices on BLR 12201 covering the work to be performed under this contract. 9. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on BLR 12201, the work shall be in accordance with the requirements of each individual proposal for the multiple bid specified in the Schedule for Multiple Bids below. 10. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for unless additional time Contract Proposals, will be required. Bid Bonds will be allowed as a proposal guaranty. Accompanying this proposal is either a bid bond, if allowed, on Department form BLR 12230 or a proposal guaranty check, complying with the specifications, made payable to: Treasurer of McLean County . The amount of the check is ( ). Attach Cashier's Check or Certified Check Here In the event that one proposal guaranty check is intended to cover two or more bid proposals, the amount must be equal to the sum of the proposal guaranties which would be required for each individual bid proposal. If the proposal guaranty check is placed in another bid proposal, state below where it may be found. The proposal guaranty check will be found in the bid proposal for: Section Number . BLR 12200 (Rev. 01/21/21)Page 4 of 6Printed 05/09/22 Route(s) (Street/Road Name) 2400 East Rd. Section Number 22-13114-00-SC County McLean Local Public Agency Dawson Road District CONTRACTOR CERTIFICATIONS The certifications hereinafter made by the bidder are each a material representation of fact upon which reliance is placed should the Department enter into the contract with the bidder. 1. Debt Delinquency. The bidder or contractor or subcontractor, respectively, certifies that it is not delinquent in the payment of any tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance with the procedure established by the appropriate Revenue Act, its liability for the tax or the amount of the tax. Making a false statement voids the contract and allows the Department to recover all amounts paid to the individual or entity under the contract in a civil action. 2. Bid-Rigging or Bid Rotating. The bidder or contractor or subcontractor, respectively, certifies that it is not barred from contracting with the Department by reason of a violation of either 720 ILCS 5/33E-3 or 720 ILCS 5/33E-4. A violation of section 33E-3 would be represented by a conviction of the crime of bid-rigging which, in addition to Class 3 felony sentencing, provides that any person convicted of this offense, or any similar offense of any state or the United States which contains the same elements as this offense shall be barred for 5 years from the date of conviction from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent on behalf of the corporation. A violation of Section 33E-4 would be represented by a conviction of the crime of bid-rotating which, in addition to Class 2 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be permanently barred from contracting with any unit of State of Local government. No corporation shall be barred from contracting with any unit of State or Local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent on behalf of the corporation. 3. Bribery. The bidder or contractor or subcontractor, respectively, certifies that, it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois or any unit of local government, 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. 4. Interim Suspension or Suspension. The bidder or contractor or subcontractor, respectively, certifies that it is not currently under a suspension as defined in Subpart I of Title 44 Subtitle A Chapter III Part 6 of the Illinois Administrative code. Furthermore, if suspended prior to completion of this work, the contract or contracts executed for the completion of this work may be canceled. BLR 12200 (Rev. 01/21/21)Page 5 of 6Printed 05/09/22 Route(s) (Street/Road Name) 2400 East Rd. Section Number 22-13114-00-SC County McLean Local Public Agency Dawson Road District SIGNATURES (If an individual) Signature of Bidder Date Business Address City State Zip Code (If a partnership) Firm Name Signature Date Title Business Address City State Zip Code Insert the Names and Addresses of all Partners (If a corporation) Corporate Name Signature Date Title Business Address City State Zip Code Insert Names of Officers President BLR 12200 (Rev. 01/21/21)Page 6 of 6Printed 05/09/22 Secretary Treasurer Attest: Secretary Apprenticeship and Training Program Certification Page 1 of 1 BLR 12325 (Rev. 01/21/21)Printed 05/02/22 Local Public Agency Dawson Road District County McLean Street Name/Road Name 2400 East Rd. Section Number 22-13114-00-SC All contractors are required to complete the following certification For this contract proposal or for all bidding groups in this deliver and install proposal. For the following deliver and install bidding groups in this material proposal. Illinois Department of Transportation policy, adopted in accordance with the provisions of the Illinois Highway Code, requires this contract to be awarded to the lowest responsive and responsible bidder. The award decision is subject to approval by the Department. In addition to all other responsibility factors, this contract or deliver and install proposal requires all bidders and all bidder's subcontractors to disclose participation in apprenticeship or training programs that are (1) approved by and registered with the United States Department of Labor's Bureau of Apprenticeship and Training, and (2) applicable to the work of the above indicated proposals or groups. Therefore, all bidders are required to complete the following certification: 1. Except as provided in paragraph 4 below, the undersigned bidder certifies that it is a participant, either as an individual or as part of a group program, in an approved apprenticeship or training program applicable to each type of work or craft that the bidder will perform with its own employees. 2. The undersigned bidder further certifies, for work to be performed by subcontract, that each of its subcontractors either (A) is, at the time of such bid, participating in an approved, applicable apprenticeship or training program; or (B) will, prior to commencement of performance of work pursuant to this contract, establish participation in an approved apprenticeship or training program applicable to the work of the subcontract. 3. The undersigned bidder, by inclusion in the list in the space below, certifies the official name of each program sponsor holding the Certificate of Registration for all of the types of work or crafts in which the bidder is a participant and that will be performed with the bidder's employees. Types of work or craft that will be subcontracted shall be included and listed as subcontract work. The list shall also indicate any type of work or craft job category for which there is no applicable apprenticeship or training program available. 4. Except for any work identified above, if any bidder or subcontractor shall perform all or part of the work of the contract or deliver and install proposal solely by individual owners, partners or members and not by employees to whom the payment of prevailing rates of wages would be required, check the following box, and identify the owner/operator workforces and positions of ownership. The requirements of this certification and disclosure are a material part of the contract, and the contractor shall require this certification provision to be included in all approved subcontracts. The bidder is responsible for making a complete report and shall make certain that each type of work or craft job category that will be utilized on the project is accounted for and listed. The Department at any time before or afterward may require the production of a copy of each applicable Certificate of Registration issued by the United States Department of Labor evidencing such participation by the contractor and any or all of its subcontractors. In order to fulfill the participation requirement, it shall not be necessary that any applicable program sponsor be currently taking or that it will take applications for apprenticeship, training or employment during the performance of the work of this contract or deliver and install proposal. Bidder Title Signature Date Address City State Zip Code lllinois Department of Transportation Affidavit of Illinois Business Office Page 1 of 1 BLR 12326 (Rev. 01/21/21)Printed 05/02/22 Local Public Agency Dawson Road District County McLean Street Name/Road Name 2400 East Rd. Section Number 22-13114-00-SC I, Name of Affiant of City of Affiant , State of Affiant , being first duly sworn upon oath, state as follows: 1. That I am the Officer or Position of Bidder . 2. That I have personal knowledge of the facts herein stated. 3. That, if selected under the proposal described above, Bidder , will maintain a business office in the State of Illinois, which will be located in County County, Illinois. 4. That this business office will serve as the primary place of employment for any persons employed in the construction contemplated by this proposal. 5. That this Affidavit is given as a requirement of state law as provided in Section 30-22(8) of the Illinois Procurement Code. Signature Date Print Name of Affiant Notary Public Signed (or subscribed or attested) before me on (name/s of person/s) County (SEAL) Signature of Notary Public My commission expires , authorized agent(s) of (date) by . Bidder State of IL lllinois Department of Transportation Local Public Agency Proposal Bid Bond Page 1 of 2 BLR 12230 (Rev. 01/21/21)Printed 05/02/22 WE, as PRINCIPAL, and as SURETY, are held jointly, severally and firmly bound unto the above Local Public Agency (hereafter referred to as "LPA") in the penal sum of 5% of the total bid price, or for the amount specified in the proposal documents in effect on the date of invitation for bids, whichever is the lesser sum. We bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly pay to the LPA this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LPA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LPA for the above designated section and the PRINCIPAL shall within fifteen (15) days after award enter into a formal contract, furnish surety guaranteeing the faithful performance of the work, and furnish evidence of the required insurance coverage, all as provided in the "Standard Specifications for Road and Bridge Construction" and applicable Supplemental Specifications, then this obligation shall become void; otherwise it shall remain in full force and effect. IN THE EVENT the LPA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph, then the LPA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above, together with all court costs, all attorney fees, and any other expense of recovery. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this Day of Month and Year Principal Company Name Company Name By: By: Title Title (If Principal is a joint venture of two or more contractors, the company names, and authorized signatures of each contractor must be affixed.) Surety Name of Surety Signature of Attorney-in-Fact COUNTY OF I , a Notary Public in and for said county do hereby certify that (Insert names of individuals signing on behalf of PRINCIPAL & SURETY) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instruments as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of Month and Year Date commission expires Notary Public Signature (SEAL) Local Public Agency Dawson Road District County McLean Section Number 22-13114-00-SC Signature Date Date Signature Date . By: Day STATE OF IL lllinois Department of Transportation Page 2 of 2 BLR 12230 (Rev. 01/21/21)Printed 05/02/22 Local Public Agency Dawson Road District County McLean Section Number 22-13114-00-SC ELECTRONIC BID BOND Electronic bid bond is allowed (box must be checked by LPA if electronic bid bond is allowed) The Principal may submit an electronic bid bond, in lieu of completing the above section of the Proposal Bid Bond Form. By providing an electronic bid bond ID code and signing below, the Principal is ensuring the identified electronic bid bond has been executed and the Principal and Surety are firmly bound unto the LPA under the conditions of the bid bond as shown above. (If PRINCIPAL is a joint venture of two or more contractors, an electronic bid bond ID code, company/Bidder name title and date must be affixed for each contractor in the venture.) Electronic Bid Bond ID Code Company/Bidder Name Signature Date Title Schedule of Prices Page 1 of 1 BLR 12201 (Rev. 03/11/21)Printed 05/02/22 Contractor's Name StateContractor's Address City Zip Code Local Public Agency Dawson Road District County McLean Route(s) (Street/Road Name) 2400 East Rd. Section Number 22-13114-00-SC Schedule for Multiple Bids Combination Letter Section Included in Combinations Total Schedule for Single Bid (For complete information covering these items, see plans and specifications.) Item Number Items Unit Quantity Unit Price Total 1 Microsurfacing (2 Pass) SQ YD 5834 Bidder's Total Proposal $0.00 1. Each pay item should have a unit price and a total price. 2. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity, the unit price shall govern. 3. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. 4. A bid may be declared unacceptable if neither a unit price or total price is shown. lllinois Department of Transportation Special Provisions Page 1 of 2Printed 05/03/22 BLR 11310 (Rev. 10/04/17) Local Public Agency Dawson Road District County McLean Section Number 22-13114-00-SC The following Special Provision supplement the "Standard Specifications for Road and Bridge Construction", adopted January 1, 2022 , the latest edition of the "Manual on Uniform Traffic Control Devices for Streets and Highways", and the "Manual of Test Procedures of Materials" in effect on the date of invitation of bids, and the Supplemental Specification and Recurring Special Provisions indicated on the Check Sheet included here in which apply to and govern the construction of the above named section, and in case of conflict with any parts, or parts of said Specifications, the said Special Provisions shall take precedence and shall govern. Description of Work: The work included in this contract consists of furnishing all labor, equipment, and materials necessary to construct micro-surfacing, Type II, two passes on an existing hot mix surface. Prevailing Wages: LRS-12 Special Provision for Wages of Employees on Public Works shall apply to this work. No additional compensation will be allowed to the contractor for complying with the requirements of LRS-12. Certificate of Insurance: The low bidder shall provide a Certificate of Insurance conforming to Article 107.27 of the Standard Specifications for Road and Bridge Construction adopted January 1, 2022 with Additional Insured Endorsement. McLean County, its Boards, Officers and Employees shall be named as additional insured. This insurance is to be primary. Prequalification of Bidders: The provisions for the Prequalification of Bidders of LRS-7 of the Bureau of Local Roads and Streets special provision shall apply to this project. Prequalification will be required. Retainage: In accordance with Article 109.07(a) and LRS 15, the Engineer shall deduct retainage from each Pay Estimate until the final payment. Mobilization: This contract contains no provisions for Mobilization. Therefore, Section 671 of the Standard Specifications is deleted. Load Limits: County and Township roads in McLean County are posted for gross weight limits. The Contractor will be required to adhere to these weight limits. Traffic Control Plan: The road shall be open to traffic except when construction operations require the temporary closing of one lane. Traffic control shall be in accordance with the applicable sections of the Standard Specifications for Road and Bridge Construction, the applicable guidelines contained in the Illinois Manual on Uniform Traffic Control Devices for Streets and Highways, the Standard Specifications for Traffic Control Items, these special provisions any special details and Highway Standards contained herein and in the plans. Special attention is called to Articles 107.09, 107.14, and 107.15, and Sections 701, 702, and 703 of the Traffic Control Devices for Streets and Highways, and the Standard Specifications for Road and Bridge Construction. 1. Highway Standard: 701001-02, 701006-05, 701011-04, 701301-04, 701306-04, and 701901-08 2. Signs and barricades shall be erected as shown on Standard 701901-08 in the plans. All signs and barricades will be supplied and erected by the Contractor. The cost of furnishing, erecting, and maintaining those signs shall be incidental to the contract; 3. Temporary Marking Tape and Final Paint to be installed by McLean County; 4. Two-way traffic will be required at all times, except when the Contractors operation requires the lllinois Department of Transportation Page 2 of 2Printed 05/03/22 BLR 11310 (Rev. 10/04/17) Section Number 22-13114-00-SC County McLean Local Public Agency Dawson Road District temporary closing on one lane. 5. Two signs each conforming to G-20-I100 Co, No Passing Zone, not Striped next 3 miles shall be erected at each end of the corresponding project by the contractor. NOTE: Additional flaggers required at all Rural Side Road Intersections shall be provided by the Contractor: All costs of Traffic Control are incidental to the contract. Construction Signs: FRESH OIL signs (W21-2) shall be placed at intersections by the Contractor as required by the Engineer. The cost of all construction signs shall be incidental to this contract. This Micro-Surfacing shall conform to Section 404, Micro-Surfacing and Slurry Sealing. The Aggregate used for this project shall conform to Sections 404 and 1003 with the following exceptions. Only crushed air-cooled blast furnace slag shall be used with FA-24 Gradation. All roads are to be micro- surfaced in two passes. The mix spread rate for a double pass shall be controlled to place an average of 17 lbs. per square yard per pass of aggregate (dry weight) in the mixture. 404.08 Surface Preparation: Revise this section - All surface preparation shall be done by McLean County Highway Department. Completion of Work: All work shall be completed by September 16, 2022. Failure to Complete Work on Time: Revise the table of liquidated damages in Article 108.09 of the Standard Specifications to read: Original Contract Amount Daily Charge From More Than To And Including Calendar Day Work Day $ 0 $ 25,000 $ 50 $ 60 25,000 50,000 100 125 50,000 100,000 200 250 100,000 500,000 370 515 INDEX FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS et Pe Pees AQOpted Janualy |, 2UZz This index contains a listing of SUPPLEMENTAL SPECIFICATIONS, frequently used RECURRING SPECIAL PROVISIONS, and LOCAL ROADS AND STREETS DCRMILIMDIAIM QMCRMIAL MMA JIOIRAIR PARRY VINIATINNS OF DUTAL FINO VIOIVUING. No ERRATA this year. CN]LIDNDI CAACAITAIL CHOOCRICIMP ATINAIC SME FP EE VIENNA VON TT OIA TT IVIING Std. Spec. Sec. Page No. No Supplemental Specifications this year. Check Sheet for Recurring Special Provisions BLR 11300 (Rev. 11/10/21)Page 1 of 2Printed 05/02/22 Local Public Agency Dawson Road District County McLean Section Number 22-13114-00-SC Check this box for lettings prior to 01/01/2022. The Following Recurring Special Provisions Indicated By An "X" Are Applicable To This Contract And Are Included By Reference: Recurring Special Provisions Check Sheet # Reference Page No. 1 Additional State Requirements for Federal-Aid Construction Contracts 1 2 Subletting of Contracts (Federal-Aid Contracts) 4 3 EEO 5 4 Specific EEO Responsibilities Non Federal-Aid Contracts 15 5 Required Provisions - State Contracts 20 6 Asbestos Bearing Pad Removal 26 7 Asbestos Waterproofing Membrane and Asbestos HMA Surface Removal 27 8 Temporary Stream Crossings and In-Stream Work Pads 28 9 Construction Layout Stakes 29 10 Use of Geotextile Fabric for Railroad Crossing 32 11 Subsealing of Concrete Pavements 34 12 Hot-Mix Asphalt Surface Correction 38 13 Pavement and Shoulder Resurfacing 40 14 Patching with Hot-Mix Asphalt Overlay Removal 41 15 Polymer Concrete 43 16 PVC Pipeliner 45 17 Bicycle Racks 46 18 Temporary Portable Bridge Traffic Signals 48 19 Nighttime Inspection of Roadway Lighting 50 20 English Substitution of Metric Bolts 51 21 Calcium Chloride Accelerator for Portland Cement Concrete 52 22 Quality Control of Concrete Mixtures at the Plant 53 23 Quality Control/Quality Assurance of Concrete Mixtures 61 24 Digital Terrain Modeling for Earthwork Calculations 77 25 Preventive Maintenance - Bituminous Surface Treatment (A-1) 79 26 Temporary Raised Pavement Markers 85 27 Restoring Bridge Approach Pavements Using High-Density Foam 86 28 Portland Cement Concrete Inlay or Overlay 89 29 Portland Cement Concrete Partial Depth Hot-Mix Asphalt Patching 93 30 Longitudinal Joint and Crack Patching 96 31 Concrete Mix Design - Department Provided 98 32 Station Numbers in Pavements or Overlays 99 lllinois Department of Transportation BLR 11300 (Rev. 11/10/21)Page 2 of 2Printed 05/02/22 Section Number 22-13114-00-SC County McLean Local Public Agency Dawson Road District The Following Local Roads And Streets Recurring Special Provisions Indicated By An "X" Are Applicable To This Contract And Are Included By Reference: Local Roads And Streets Recurring Special Provisions Check Sheet # Page No. LRS 1 Reserved 101 LRS 2 Furnished Excavation 102 LRS 3 Work Zone Traffic Control Surveillance 103 LRS 4 Flaggers in Work Zones 104 LRS 5 Contract Claims 105 LRS 6 Bidding Requirements and Conditions for Contract Proposals 106 LRS 7 Bidding Requirements and Conditions for Material Proposals 112 LRS 8 Reserved 118 LRS 9 Bituminous Surface Treatments 119 LRS 10 Reserved 123 LRS 11 Employment Practices 124 LRS 12 Wages of Employees on Public Works 126 LRS 13 Selection of Labor 128 LRS 14 Paving Brick and Concrete Paver Pavements and Sidewalks 129 LRS 15 Partial Payments 132 LRS 16 Protests on Local Lettings 133 LRS 17 Substance Abuse Prevention Program 134 LRS 18 Multigrade Cold Mix Asphalt 135 LRS 19 Reflective Crack Control Treatment 136 BDE SPECIAL PROVISIONS For the April 29, 2022 and June 17, 2022 Lettings The following special provisions indicated by a check mark are applicable to this contract and will be included by the Project Coordination and Implementation Section of the BD&E. An * indicates a new or revised special provision for the letting. File Name # Special Provision Title Effective Revised 80099 1 Accessible Pedestrian Signals (APS) April 1, 2003 Jan. 1, 2022 * 80274 2 Aggregate Subgrade Improvement April 1, 2012 April 1, 2022 80192 3 Automated Flagger Assistance Device Jan. 1, 2008 80173 4 Bituminous Materials Cost Adjustments Nov. 2, 2006 Aug. 1, 2017 80426 5 Bituminous Surface Treatment with Fog Seal Jan. 1, 2020 Jan. 1, 2022 80436 6 Blended Finely Divided Minerals April 1, 2021 80241 7 Bridge Demolition Debris July 1, 2009 5026I 8 Building Removal-Case I (Non-Friable and Friable Asbestos) Sept. 1, 1990 April 1, 2010 5048I 9 Building Removal-Case II (Non-Friable Asbestos) Sept. 1, 1990 April 1, 2010 5049I 10 Building Removal-Case III (Friable Asbestos) Sept. 1, 1990 April 1, 2010 5053I 11 Building Removal-Case IV (No Asbestos) Sept. 1, 1990 April 1, 2010 80384 12 Compensable Delay Costs June 2, 2017 April 1, 2019 80198 13 Completion Date (via calendar days) April 1, 2008 80199 14 Completion Date (via calendar days) Plus Working Days April 1, 2008 80293 15 Concrete Box Culverts with Skews > 30 Degrees and April 1, 2012 July 1, 2016 80311 16 Concrete End Sections for Pipe Culverts Jan. 1, 2013 April 1, 2016 80261 17 Construction Air Quality Diesel Retrofit June 1, 2010 Nov. 1, 2014 80434 18 Corrugated Plastic Pipe (Culvert and Storm Sewer) Jan. 1, 2021 80029 19 Disadvantaged Business Enterprise Participation Sept. 1, 2000 March 2, 2019 80229 20 Fuel Cost Adjustment April 1, 2009 Aug. 1, 2017 80433 21 Green Preformed Thermoplastic Pavement Markings Jan. 1, 2021 Jan. 1, 2022 80422 22 High Tension Cable Median Barrier Jan. 1, 2020 Jan. 1, 2022 * 80443 23 High Tension Cable Median Barrier Removal April 1, 2022 * 80444 24 Hot-Mix Asphalt Patching April 1, 2022 80442 25 Hot-Mix Asphalt Start of Production Jan. 1, 2022 80438 26 Illinois Works Apprenticeship Initiative State Funded Contracts June 2, 2021 Sept. 2, 2021 80411 27 Luminaires, LED April 1, 2019 Jan. 1, 2022 80045 28 Material Transfer Device June 15, 1999 Jan. 1, 2022 80418 29 Mechanically Stabilized Earth Retaining Walls Nov. 1, 2019 Nov. 1, 2020 80430 30 Portland Cement Concrete Haul Time July 1, 2020 3426I 31 Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, 2022 80395 32 Sloped Metal End Section for Pipe Culverts Jan. 1, 2018 80340 33 Speed Display Trailer April 2, 2014 Jan. 1, 2022 80127 34 Steel Cost Adjustment April 2, 2004 Jan. 1, 2022 80397 35 Subcontractor and DBE Payment Reporting April 2, 2018 80391 36 Subcontractor Mobilization Payments Nov. 2, 2017 April 1, 2019 80437 37 Submission of Payroll Records April 1, 2021 80435 38 Surface Testing of Pavements IRI Jan. 1, 2021 Jan. 1, 2022 80410 39 Traffic Spotters Jan. 1, 2019 20338 40 Training Special Provisions Oct. 15, 1975 Sept. 2, 2021 80318 41 Traversable Pipe Grate for Concrete End Sections Jan. 1, 2013 Jan. 1, 2018 80429 42 Ultra-Thin Bonded Wearing Course April 1, 2020 Jan. 1, 2022 80439 43 Vehicle and Equipment Warning Lights Nov. 1, 2021 80440 44 Waterproofing Membrane System Nov. 1, 2021 80302 45 Weekly DBE Trucking Reports June 2, 2012 Nov. 1, 2021 80427 46 Work Zone Traffic Control Devices Mar. 2, 2020 80071 47 Working Days Jan. 1, 2002 The following special provisions are in the 2022 Standard Specifications and Recurring Special Provisions. File Name Special Provision Title New Location(s) Effective Revised 80425 Cape Seal Sections 405, 1003 Jan. 1, 2020 Jan. 1, 2021 80387 Contrast Preformed Plastic Pavement Marking Articles 780.08, 1095.03 Nov. 1, 2017 80402 Disposal Fees Article 109.04(b) Nov. 1, 2018 80378 Dowel Bar Inserter Articles 420.03, 420.05, 1103.20 Jan. 1, 2017 Jan. 1, 2018 80421 Electric Service Installation Articles 804.04, 804.05 Jan. 1, 2020 80415 Emulsified Asphalts Article 1032.06 Aug. 1, 2019 80423 Engineers Field Office and Laboratory Section 670 Jan. 1, 2020 80417 Geotechnical Fabric for Pipe Underdrains and French Drains Articles 1080.01(a), 1080.05 Nov. 1, 2019 80420 Geotextile Retaining Walls Article 1080.06(d) Nov. 1, 2019 80304 Grooving for Recessed Pavement Markings Articles 780.05, 780.14, 780.15 Nov. 1, 2012 Nov. 1, 2020 80416 Hot-Mix Asphalt Binder and Surface Course Sections 406, 1003, 1004, 1030, 1101 July 2, 2019 Nov. 1, 2019 80398 Hot-Mix Asphalt Longitudinal Joint Sealant Sections 406, 1032 Aug. 1, 2018 Nov. 1, 2019 80406 Hot-Mix Asphalt Mixture Design Verification and Production (Modified for I-FIT) Sections 406, 1030 Jan. 1, 2019 Jan. 2, 2021 80347 Hot-Mix Asphalt Pay for Performance Using Percent Within Limits Jobsite Sampling Sections 406, 1030 Nov. 1, 2014 July 2, 2019 80383 Hot-Mix Asphalt Quality Control for Performance Sections 406, 1030 April 1, 2017 July 2, 2019 80393 Manholes, Valve Vaults, and Flat Slab Tops Articles 602.02, 1042.10 Jan. 1, 2018 Mar. 1, 2019 80424 Micro-Surfacing and Slurry Sealing Sections 404, 1003 Jan. 1, 2020 Jan. 1, 2021 80428 Mobilization Article 671.02 April 1, 2020 80412 Obstruction Warning Luminaires, LED Sections 801, 822, 1067 Aug. 1, 2019 80359 Portland Cement Concrete Bridge Deck Curing Articles 1020.13, 1022.03 April 1, 2015 Nov. 1, 2019 80431 Portland Cement Concrete Pavement Patching Articles 701.17(e)(3)b, 1001.01(d), 1020.05(b)(5) July 1, 2020 80432 Portland Cement Concrete Pavement Placement Article 420.07 July 1, 2020 80300 Preformed Plastic Pavement Marking Type D - Inlaid Articles 780.08, 1095.03 April 1, 2012 April 1, 2016 80157 Railroad Protective Liability Insurance (5 and 10) Article 107.11 Jan. 1, 2006 80306 Reclaimed Asphalt Pavement (RAP) and Reclaimed Asphalt Shingles (RAS) Section 1031 Nov. 1, 2012 Jan. 2, 2021 80407 Removal and Disposal of Regulated Substances Section 669 Jan. 1 2019 Jan. 1, 2020 80419 Silt Fence, Inlet Filters, Ground Stabilization and Riprap Filter Fabric Articles 280.02, 280.04, 1080.02, 1080.03, 1081.15 Nov. 1, 2019 July 1, 2021 80408 Steel Plate Beam Guardrail Manufacturing Article 1006.25 Jan. 1, 2019 80413 Structural Timber Article 1007.03 Aug. 1, 2019 80298 Temporary Pavement Marking Section 703, Article 1095.06 April 1, 2012 April 1, 2017 80409 Traffic Control Devices Cones Article 701.15(a), 1106.02(b) Jan. 1, 2019 80288 Warm Mix Asphalt Sections 406, 1030, 1102 Jan. 1, 2012 April 1, 2016 80414 Wood Fence Sight Screen Article 641.02 Aug. 1, 2019 April 1, 2020 The following special provisions require additional information from the designer. The additional information needs to be submitted as a separate document. The Project Coordination and Implementation section will then include the information in the applicable special provision. Bridge Demolition Debris Building Removal-Case IV Railroad Protective Liability Insurance Building Removal - Case I Completion Date Training Special Provisions Building Removal Case II Completion Date Plus Working Days Working Days Building Removal - Case III DBE Participation LR107-4 Page 1 of 1 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR INSURANCE Effective: February 1, 2007 Revised: August 1, 2007 All references to Sections or Articles in this specification shall be construed to mean specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation. The Contractor shall name the following entities as additional insured under the Contractors general liability insurance policy in accordance with Article 107.27: The entities listed above and their officers, employees, and agents shall be indemnified and held harmless in accordance with Article 107.26. LR 109 Page 1 of 1 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR EQUIPMENT RENTAL RATES Effective: January 1, 2012 All references to Sections or Articles in this specification shall be construed to mean a specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation. Replace Article 109.04(b)(4) with the following: "(4) Equipment. For any machinery or special equipment (other than small tools) the use of which has been authorized by the Engineer, the Contractor will be paid according to the latest revision of SCHEDULE OF AVERAGE ANNUAL EQUIPMENT OWNERSHIP EXPENSE and latest index factor as issued by the Illinois Department of Transportation. The equipment should be of a type and size reasonably required to complete the extra work. 456721 456728 Le xin gto n - Le Ro y R d Be nto wn - H old er Rd 456736 456725 Holder- Ellsworth Rd 456728 Thomascraft Rd Ell sw or th Rd Dawson Lake Rd Ellsworth - Arrowsmith Rd !(9 24 00 E 25 00 E 26 00 E 27 00 E 28 00 E 29 00 E 30 00 E 800N 900N 1000N 1100N 1200N 1300N 1400N 4205 24 16 01 26 04 31 10 10 34 07 02 13 24 13 04 29 01 0707 31 31 08 18 19 03 28 19 06 25 35 25 08 32 07 25 06 15 06 25 03 22 28 32 11 35 01 36 23 05 18 30 33 36 27 12 20 36 30 11 30 0501 14 30 21 29 12 12 12 36 06 17 31 27 02 34 09 09 26 33 Ellsworth 24 N 03 E 24 N 04 E 24 N 05 E 23 N 03 E 23 N 04 E 23 N 05 E 22 N 03 E 22 N 04 E 22 N 05 E BLUE MOUND DOWNS EMPIRE MARTIN WEST OLD TOWN TOWANDA 3210 3241 3517 3518 4100 4106 4107 4108 4109 4205 4402 4424 4425 4430 5417 5418 Other Streets City of Bloomington Town of Normal Other Town or Village Surrounding Township Surrounding County State Highways Private 2/6/2019 Township Series.mxd DAWSON TOWNSH IP McLean County, I l l inois K 1 inch = 1 mile Surface Type - Maintained By Hotmix - Township Oil & Chip - Township Gravel - Township Dirt - Township Hotmix - McLean County Oil & Chip - McLean County Lakes Streams Corporate Limits Sections Neighboring Counties Bridges Neighboring Townships --J-4--- brian.west Rectangle brian.west Line ail brian.west Typewritten Text Holder brian.west Line brian.west Sticky Note Rail Raod Tracks' brian.west Typewritten Text RR Tracks brian.west Callout Section to be microsurfaced 21' L x 2500' W

115 E Washington St Bloomington, IL  61701Location

Address: 115 E Washington St Bloomington, IL 61701

Country : United StatesState : Illinois

You may also like

Green Mountain National Forest - Manchester RD Office HVAC Repairs & Services

Due: 19 Apr, 2024 (in 22 days)Agency: AGRICULTURE, DEPARTMENT OF

Kosciusko East Timber Sale SSE-1384-K

Due: 23 Apr, 2024 (in 25 days)Agency: Natural Resources

East Mountain Drive Bridge Replacement

Due: 11 Apr, 2024 (in 13 days)Agency: Santa Barbara County Public Works

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.