25-1093
| 1 | | Online Public Comments - Minutes Only | Public Comment for the Transportation Committee meeting of 4.15.25. | | |
Not available
|
Not available
|
25-1013
| 1 | 5.A. | Minutes | DuPage County Transportation Committee Meeting Minutes-April 1, 2025. | | |
Not available
|
Not available
|
25-0950
| 1 | 6.A. | Transportation Requisition under $30,000 | Recommendation for the approval of a contract to Complete Fleet Services, Inc., for service repair and parts for diesel trucks and plows, as needed for the Division of Transportation, for the period June 1, 2025 through May 31, 2026, for a contract total not to exceed $15,000; per lowest responsible bid 22-097-DOT; third and final renewal. | | |
Not available
|
Not available
|
25-0975
| 1 | 6.B. | Transportation Requisition under $30,000 | Recommendation for the approval of a contract to Kevin’s Auto & Diesel Repair, for on-call repair service and repair parts for Heavy duty diesel trucks and equipment, as needed for the Division of Transportation, for the period June 1, 2025 through May 31, 2026, for a contract total not to exceed $15,000; per lowest responsible bid #22-097-DOT, third and final renewal. | | |
Not available
|
Not available
|
25-0960
| 1 | 6.C. | Transportation Requisition under $30,000 | Recommendation for the approval of a contract to Bonnell Industries, Inc., to furnish and deliver Force America parts, as needed for the Division of Transportation, for the period June 1, 2025 through May 31, 2026, for a contract total not to exceed $25,000; per lowest responsible bid #24-054-DOT; first of three options to renew. | | |
Not available
|
Not available
|
25-0921
| 1 | 6.D. | Transportation Requisition under $30,000 | Recommendation for the approval of a contract to Groot, Inc., to provide refuse disposal and recycling pick-up services, for the Division of Transportation, for the period June 1, 2025 through May 31, 2026, for a contract total amount not to exceed $25,000; per renewal option under bid #22-026-FM, second of three options to renew. | | |
Not available
|
Not available
|
DT-P-0025-25
| 1 | 6.E. | Transportation Requisition $30,000 and Over | Recommendation for the approval of a contract to Northern Contracting, Inc., to furnish, deliver, repair and install guardrails, as needed for the Division of Transportation, for the period May 12, 2025 through April 30, 2026, for a contract total not to exceed $75,000; per lowest responsible bid #25-030-DOT. | | |
Not available
|
Not available
|
DT-P-0026-25
| 1 | 6.F. | Transportation Requisition $30,000 and Over | Recommendation for the approval of a contract to Haggerty Ford, Inc., to furnish and deliver Ford/Motorcraft repair and replacement parts, as needed for the Division of Transportation, for the period June 1, 2025 through May 31, 2026, for a contract total not to exceed $100,000; per lowest responsible bid #24-039-DOT, first of three renewals. | | |
Not available
|
Not available
|
DT-P-0027-25
| 1 | 6.G. | Transportation Requisition $30,000 and Over | Recommendation for the approval of a contract to Ciorba Group, Inc., to provide Professional Construction Engineering Services for the 2025 Pavement Maintenance (South) Program, Section 25-PVMTC-25-GM, for the period April 22, 2025 through June 30, 2026, for a contract total not to exceed $471,773. Professional Services (Architects, Engineers and Land Surveyors) vetted through a qualification-based selection process in compliance with the Local Government Professional Services Selection Act, 50 ILCS 510/0.01 et seq. | | |
Not available
|
Not available
|
DT-P-0028-25
| 1 | 6.H. | Transportation Requisition $30,000 and Over | Recommendation for the approval of a contract to Primera Engineers, Ltd., to provide Professional Construction Engineering Services for the 2025 Pavement Maintenance (North) Program, Section 25-PVMTC-24-GM, for the period April 22, 2025 through June 30, 2026, for a contract total not to exceed $535,843. Professional Services (Architects, Engineers, and Land Surveyors) vetted through a qualification-based selection process in compliance with the Local Government Professional Services Selection Act, 50 ILCS 510/.01 et seq. | | |
Not available
|
Not available
|
25-0843
| 1 | 7.A. | Change Order | American Surveying & Engineering- PO #3731-1-SERV -Extend contract purchase order for professional right-of-way negotiation services through May 31, 2026. | | |
Not available
|
Not available
|
25-0848
| 1 | 7.B. | Change Order | Rush Truck Centers of Illinois PO #5896-1-SERV -Extend contract purchase order to furnish and deliver eight (8) plow trucks with snow and ice equipment for the Division of Transportation, through November 30, 2025, and change LN1 and LN2 to FY25. | | |
Not available
|
Not available
|
25-0879
| 1 | 7.C. | Change Order | Altofer Industries, Inc. PO #6440-1-SERV -Decrease remaining encumbrance and close contract purchase order to furnish and deliver Caterpillar replacement parts and service for the Division of Transportation, contract expired on May 31, 2024. | | |
Not available
|
Not available
|
25-0845
| 1 | 7.D. | Change Order | Auto Tech Centers, Inc. PO #6295-SERV -Decrease remaining encumbrance and close contract purchase order to furnish and deliver Goodyear tires for the Division of Transportation; contract expired on June 30, 2024. | | |
Not available
|
Not available
|
25-0849
| 1 | 8.A. | Change Order | DT-R-0263A-22 – Amendment to Resolution DT-R-0263-22, issued to H & H Electric Company for LED Traffic Signal Head Replacements, Section 22-TSUPG-06-GM, to decrease the funding in the amount of $1,879.02 and close the contract, resulting in a final County cost of $296,780.89, a decrease of 0.63%. | | |
Not available
|
Not available
|
25-0852
| 1 | 8.B. | Change Order | DT-R-0018A-19 – Amendment to Resolution DT-R-0018-19, Intergovernmental Agreement between the County of DuPage and the Village of Carol Stream, for improvements at the intersection of CH 36/Schmale Road and Lies Road, to decrease the funding in the amount of $7,176.57 and close the contract, resulting in a final County cost of $9,164.33, a decrease of 43.92%. | | |
Not available
|
Not available
|
25-0853
| 1 | 8.C. | Change Order | DT-R-0158B-21 – Amendment to Resolutions DT-R-0158A-21 and DT-R-0158-21, issued to Copenhaver Construction for the 2021 Sidewalk Improvements Program, Section 19-SDWLK-04-SW, to decrease the funding in the amount of $23,007.28 and close the contract, resulting in a final County cost of $192,452.63, a decrease of 10.68%. | | |
Not available
|
Not available
|
25-1019
| 1 | 8.D. | Change Order | DT-R-0173B-22 – Amendment to Resolution DT-R-0173A-22, issued to R.W. Dunteman Company for the 2022 Pavement Maintenance (North) Program, Section 22-PVMTC-17-GM, to decrease the funding in the amount of $48,327.51, and close the contract, resulting in a final County cost of $5,565,176.49, a decrease of .86%, and a final cumulative increase of 3.28%. | | |
Not available
|
Not available
|
25-0835
| 1 | 8.E. | Change Order | DT-R-0387A-20 – Amendment to Resolution DT-R-0387-20, issued to Brothers Asphalt Paving, Inc. for the Addison Township Road Maintenance Program, Section 20-1000-01-GM, to decrease the funding in the amount of $57,895.97, and close the contract, resulting in a final Township cost of $455,487.37, a decrease of 11.28%. | | |
Not available
|
Not available
|
25-1015
| 1 | 8.F. | Change Order | DT-R-0059A-23 - Amendment to Resolution DT-R-0059-23 for the 2023 Pavement Maintenance (Central) program, issued to RW Dunteman Company, to decrease the funding in the amount of $64,083.93, -1.55%, and close the contract, resulting in a final County cost of $4,073,916.07. | | |
Not available
|
Not available
|
25-0842
| 1 | 8.G. | Change Order | DT-P-0062A-21– Amendment to Resolution DT- P-0062-21, issued to Atlas Engineering Group, LTD for Professional Construction Engineering Services, Section 21-CENGR-08-EG, to decrease the funding in the amount of $72,542.50 and close the contract, resulting in a final County cost of $327,457.50, a decrease of 18.14%. | | |
Not available
|
Not available
|
25-0954
| 1 | 8.H. | Change Order | DT-R-0428B-21 – Amendment to Resolution DT-R-0428A-21, issued to R W Dunteman Company for the Downers Grove Township 2021 Resurfacing Program, Section 21-03000-01-GM, to decrease the funding in the amount of $201,457.17, and close the contract, resulting in a final Township cost of $464,431.87, a decrease of 30.25%. | | |
Not available
|
Not available
|
25-1027
| 1 | 8.I. | Change Order | DT-R-0172D-22 – Amendment to Resolution DT-R-0172C-22, issued to K-Five Construction for the 2022 Pavement Maintenance (South) Program, Section 22-PVMTC-18-GM, to decrease the funding in the amount of $311,588.42, and close the contract, resulting in a final County cost of $4,635,800.17, a decrease of 6.30%, and a cumulative decrease of 1.31%. | | |
Not available
|
Not available
|
25-1009
| 1 | 8.J. | Change Order | DT-R-0061A-23 - Amendment to Resolution DT-R-0061-23 issued to RW Dunteman Company, for the 2023 Pavement Maintenance (North) Program, Section 23-PVMTC-19-GM, to increase the funding in the amount of $150,610.95, +2.39%, resulting in an amended contract total amount of $6,438,910.95, +2.39%. | | |
Not available
|
Not available
|
DT-R-0005-25
| 1 | 9.A. | Transportation Resolution | Awarding Resolution to Geneva Construction Company, for the Winfield Township Liberty Street Resurfacing project, Section 25-08000-01-RS-(Estimated Township cost $116,579.57-No County cost); per lowest responsible bid. | | |
Not available
|
Not available
|
DT-R-0006-25
| 1 | 9.B. | Transportation Resolution | Awarding Resolution to Triggi Construction, Inc. for the 2025 Sidewalk Improvements Program, Section 23-SDWLK-07-SW, for an estimated County cost of $985,127.30; per lowest responsible bid. | | |
Not available
|
Not available
|
DT-R-0007-25
| 1 | 9.C. | Transportation Resolution | Awarding Resolution to K-Five Construction Corporation for the 2025 Pavement Maintenance (South) Program, Section 25-PVMTC-25-GM, for an estimated County cost of $7,150,125.82; per lowest responsible bid. | | |
Not available
|
Not available
|
DT-R-0008-25
| 1 | 9.D. | Transportation Resolution | Awarding Resolution to Builder’s Paving, LLC, for the 2025 Pavement Maintenance (North) Program, Section 25-PVMTC-24-GM, for an estimated County cost of $7,524,912.96; per lowest responsible bid. | | |
Not available
|
Not available
|
DT-R-0009-25
| 1 | 10.A. | Transportation IGA | Intergovernmental Agreement between the County of DuPage and Winfield Township Road District, for the Winfield Township Liberty Street Resurfacing Project, Section 25-08000-01-RS (No County cost). | | |
Not available
|
Not available
|
|