Loading...
HomeMy WebLinkAboutResolution #5055 e5o I u--�0/11( SO- f55 Resolution for Maintenance of Illinois Department Streets and Highways by Municipality of Transportation Under the Illinois Highway Code BE IT RESOLVED, by the Council of the (Council or President and Board of Trustees) _City of Canton , Illinois,that there is hereby (City,Town or Village) (Name) appropriated the sum of $335,000.00 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, 2016 (Date) to December 31, 2016 (Date) 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 Peoria Illinois. I, Diana Pavley-Rock Clerk in and for the City (City,Town or Village) of Canton County of Fulton hereby certify the foregoing to be a true, perfect and complete copy of a resolution adopted by the Council at a meeting on June 7, 2016 (Council or President and Board of Trustees) Date IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this 7th day of June, 2016 (SEAL) 2, City Clerk 44 22Z (City,Town or Village) Approved Regional Engineer Department of Transportation Date Printed 5/24/2016 BLR 14230(Rev.07/15/13) Illinois Department of Transportation Office of Highways Project Implementation /Region 3/District 4 401 Main Street/Peoria, Illinois 61602-1111 June 22, 2016 City Motor Fuel Tax (MFT) City of Canton Section 16-00000-00-GM 2016 General Maintenance Ms. Diana Pavley-Rock City Clerk 2 North Main Street Canton, Illinois 61520 Dear Ms. Pavley-Rock: The resolution adopted by the City Council on June 7, 2016, appropriating $335,000.00 of Motor Fuel Tax Funds for the maintenance of various municipal streets and highways for the above year is approved. The corrected Municipal Estimate of Maintenance Costs for$330,070.43 is approved. The Maintenance Engineering to be Performed by a Consulting Engineer is also approved. File copies are enclosed. Authorizations for$298,910.23 for maintenance and $31,160.20 for maintenance engineering were made on this date and will be shown on your next monthly allotment letter. The Contract and Deliver and Install Proposals are approved and may be released for letting. File copies are enclosed. Sincerely, C. Kensil A. Garnett, P.E. Region Three Engineer CRT/Imh sAgen\blrs\staff\thaller\city maint resolution\citymaintres.canton.I 6-00000-m-gm.dou Enclosures cc: Maurer-Stutz, Inc. (Mr. George Merkle) District Four Compliance Review Officer File Him* f1r1P.l�t Resolution for Maintenance of Streets and Highways by Municipality Of Transportation Under the Illinois Highway Code BE IT RESOLVED, by the Council of the (Council or President and Board of Trustees) City (City,Town or Village) (Name)of Canton , Illinois, that there is hereby appropriated the sum of $335,000.00 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, 2016 to December 31, 2016 (Date) (Date) 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 nsportation, at Peoria Illinois. I, Diana Pavle -Rock Clerk in and for the City �" QM#. (City,Town or Village) of Canton 6ounty of Fulton hereby certify the foregoing to be a true, perfect and complete copy of a resolution adopted by the Council at a meeting on June 7, 2016 (Council or President and Board of Trustees) Date IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this 7th day of June, 2016 (SEAL) v City Clerk (City,Town or Village) Approved Regional Engineer Department of Transportation QtoZ►& Date Printed 5/24/2016 BLR 14230(Rev.07/15/13) Dep��� Municipal Estimate of Maintenance Costs Local Public Agency: City of Canton County: Fulton Maintenance Period 1/1/2016 to 12/31/2016 Section Number: 16-00000-00-GM Estimated Cost of Maintenance operations Maintenance For Grou I,IIA,IIB,or III Operation Maint. Insp. Est Total No.Destxi tion Unit Item Operation roup Re Item Unit Quanti Price Cost Cost Contract Maintenance 1. Mill and HMA Overlay IV Y HMA Surt Rem,1-1/2" S.Y. 13187.00 4.29 56,572.23 13,634 SY IV Y HMA Surf Rem,3" S.Y. 446.00 10.00 4,460.00 IV Y Pavement Patchin S.Y. 100.00 200.00 20,000.00 IV Y it Mat'Is Prime Coat Lb 10766.00 2.00 21,532.00 IV Y HMA Surf Cse,Mix D,N50 Ton 1188.00 110.00 130,680.00 233,244.23 2. Seal Coat A-2 III Y it Mat'Is Prime Coat Gal 1203.00 5.00 6,015.00 15,250S 111 Y it Mat'Is Seal HFP Gal 6273.00 4.00 25,092.00 III Y Seal Coat Aggr Frac Gray Ton 224.00 65.00 14,560.00 3. S ra Patch 2a Y Spray Patch L.S. 1.00 19,999.00 19,999.00 19,999.00 Preliminary Engineering Base Fee 1,250.00 Ila $19,999.00 2% 399.98 III >b46-#699 4%- eo IV $233,244.23 0 5% 11,662.21 Engineering Inspection Ila $19,999.00 @ 1% 199.99 III $46-fi9Q9@ 4%- IV $233,244.23 6% 13,994.65 TOTAL Total Estimated Maintenance Operation Cosq 299,406.2a. Estimated Cost MFT Portion Other Funds Preliminary Engineering 14, /J9. 97 464584. i-r- Maintenance392 tT4.�0. Engineering Inspection x.64+-% Maint Eng 34 499 ft} - Material Testing Totals: p , 99957+k29 Advertising Bridge Inspections Total Estimated Maintenance-Engineering Cost,- 34,49949- Total Estimated Maintenance Cost 330,605.02 d9o,o�0.V3 Submitted: Approved: Mayor �_� rt M faPal al Title Regional Engineer 7-Jun-16 Dace �6ZZ16 Date Printed on 5/31/2016 3:02 PM BLR 14231(Rev 02/18/14) 10110isDepartn'1eJ1t Maintenance Engineering to be Of Transportation Performed by a Consulting Engineer (to be attached to BLR 14231 or BLR 14221) Local Agency City of Canton Section Number 16-00000-00-GM The services to be performed by the consulting engineer, pertaining to the various items of work included in the estimated cost of maintenance operations(BLR 14231 or BLR 14221), shall consist of the following: PRELIMINARY ENGINEERING shall include: Investigation of the condition of the streets or highways for determination (in consultation with the local highway authority)of the maintenance operations to be included in the maintenance program: preparation of the maintenance resolution, maintenance estimate of cost and, if applicable, proposal; attendance at meetings of the governing body as may reasonably be required;attendance at public letting; preparation of the contract and/or acceptance of BLR 12330 form. The maintenance expenditure statement must be submitted to IDOT within 3 months of the end of the maintenance period. ENGINEERING INSPECTION shall include: Furnishing the engineering field inspection, including preparation of payment estimate for contract, material proposal and/or deliver and Install proposal and/or checking material invoices of those maintenance operations requiring engineering field inspection, as opposed to those routine maintenance operations as described in Chapter 14-2.04 of BLRS Manual,which may or may not require engineering inspection. For furnishing preliminary engineering, the engineer will be paid a base fee PLUS a negotiated fee percentage. For furnishing engineering inspection the engineer will be paid a negotiated fee percentage. The negotiated preliminary engineering fee percentage for each group shown in the"Schedule of Fees"shall be applied to the total estimated costs of that group. The negotiated fee for engineering inspection for each group shall be applied to the total final cost of that group for the items which required engineering inspection. In no case shall this be construed to include supervision of contractor operations. SCHEDULE OF FEES Total of the Maintenance Operation Base Fee >$20,000 $1,250.00 s$20,000(Negotiated: $1,250 Max. PLUS Group Prelimina Engineering Engineering Inspection Ooeration to be Acceptable Fee% Negotiated Fee% Acce table Fee% Ne otiated Fee% _Inspected NA NA NA NA NA IIA ° ° o 0 o ° ° ° o o ,`„uwuu�giii L_Ayo ° Al '• l By: By: 062-042917 Lffcil7kgy Q Signature do—nsu tin En ineer Si to• g g g" r'iPROFESSIONAL. ENGINEER Mayor Senior Project Engineer OF mac' Title Title '�i, �.p,G• al �[inil�ilu��`�,,, 6/7/2016 Date Date P.E.License Expiration Date Printed 5/24/2016 BLR 05520(Rev.12/06111) RETURN WITH BID 01106 Martil7 Local Public Agency of Transportation Material Proposal or Deliver& Install Proposal E ROPOSAL SUBMITTED BY me Street P.O.Box City State Zip Code STATE OF ILLINOIS COUNTY OF Fulton City of Canton (Name of City,Village,Town or Road District) FOR THE IMPROVEMENT OF STREET NAME OR ROUTE NO. Various SECTION NO. 16-00000-02-GM TYPES OF FUNDS MFT ❑MATERIAL PROPOSAL ®DELIVER&INSTALL PROPOSAL ®SPECIFICATIONS(required) ❑ PLANS(if applicable) For Municipal Projects Department of Transportation bmitted/A roved/Passed ® Released fo/r�bid based on limited review ®Mayor ❑P side t o of Trustees ❑Municipal Official Regional Engineer 77 10 Date June 7,2016 Date For County and Road District Projects Submitted/Approved Highway Commissioner Date Submitted/Approved County Engineer/Superintendent of Highways Date Note: All proposal documents,including Proposal Guaranty Checks or Proposal Bid Bonds,should be stapled together to prevent loss when bids are processed. Printed 5/25/2016 Page 1 of 2 BLR 12240(Rev.01/09/14) RETURN WITH BID County Fulton NOTICE TO BIDDERS Local Public Agency City of Canton Section Number 16-00000-02-GM Route Various Sealed proposals for the furnishing or delivering&installing materials required in the construction/maintenance of the above Section will be received and at that time publicly opened and read at the office of _ City Clerk, 2 North Main Street;Canton,IL 61520 until on Address Time Date 1. Plans and proposal forms will be available in the office of Maurer-Stutz, Inc. 1670 East Ash Street; Canton, IL 61520 Address 2. ® Prequalification. If checked, the 2 low bidders must file within 24 hours after the letting an "Affidavit of Availability" (Form BC 57), in duplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. 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 Material Proposals. 4. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Material Proposals,will be required. Bid Bonds will be allowed as a proposal guaranty. 5. 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. Failure on the part of the contractor to deliver the material within the time specified or to do the work specified herein will be considered just cause to forfeit his surety as provided in Article 108.10 of the Standard Specifications, 6. Proposals shall be submitted on forms furnished by the Awarding Authority and shall be enclosed in an envelope endorsed "Material Proposal, Section 16-00000-02-GM". By Order of City of Canton 06/07/2016 Diana Pavle -Rock- City Clerk (Awarding Authority) Date (County Engineer/Superintendent of Highways/Municipal Clerk) Material Proposal or Deliver& Install Proposal To City of Canton (Awarding Authority) If this bid is accepted within 45 days from date of opening, the undersigned agrees to furnish or to deliver&install any or all of the materials, at the quoted unit prices, subject to the following: 1. It is understood and agreed that the"Standard Specifications for Road and Bridge Construction", adopted April 1. 2016, and the "Supplemental Specifications and Recurring Special Provisions", adopted April 1. 2016, prepared 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 as may be needed to properly complete the improvement within its present limits or extensions thereto, at the unit price stated and that bids will be compared on the basis of the total price bid for each group. 3. Delivery in total or partial shipments as ordered shall be made within the time specified in the special provisions or by the acceptance at the point and in the manner specified in the"Schedule of Prices". 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 contractor and/or local agency performing the actual material placement operations shall be responsible for providing work zone traffic control, unless otherwise specified in this proposal. Such devices shall meet the requirements of and be installed in accordance with applicable provisions of the "Illinois Manual on Uniform Traffic Control Devices" and any referenced Illinois Highway Standards. 5. 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 product 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 will be declared unacceptable if neither a unit price nor a total price is shown. Discounts will be allowed for payment as follows: % calendar days: % calendar days. Discounts will not be considered in determining the low bidder. Bidder By (Signature) Address Title Printed 5/25/2016 Page 2 of 2 BLR 12240(Rev.01/09/14) RETURN WITH BID Illinois Department of Transportation Affidavit of Illinois Business Office County Fulton Local Public Agency City of Canton Section Number 16-00000-02-GM Route Various State of ) )SS. County of ) of (Name of Affiant) (City of Affiant) (State of Affiant being first duly sworn upon oath, states as follows: 1. That I am the of officer or position bidder 2. That I have personal knowledge of the facts herein stated. 3. That, if selected under this proposal, , will maintain a (bidder) business office in the State of Illinois which will be located in 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) (Print Name of Affiant) This instrument was acknowledged before me on day of (SEAL) (Signature of Notary Public) Printed 5/24/2016 BLR 12326(01/08/14) Illinois Department Apprenticeship or Training of Transportation Program Certification Route Various Return with Bid County Fulton Local Agency City of Canton Section 16-00000-02-GM All contractors are required to complete the following certification: ® For this contract proposal or for all groups in this deliver and install proposal. ❑ For the following deliver and install 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 bidders'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: I. Except as provided in paragraph IV 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. II. The undersigned bidder further certifies for work to be performed by subcontract that each of its subcontractors submitted for approval 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. III. 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. Printed 5/24/2016 Page 1 of 2 BLR 12325(Rev.4/07) IV. Except for any work identified above, any bidder or subcontractor that 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 workforce 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 after award 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: By: Address: Title: (Signature) Printed 5/24/2016 Page 2 of 2 BLR 12325(Rev.4/07) Hinds Department Local Agency of Transportation Proposal Bid Bond Route Various County Fulton RETURN WITH BID Local Agency City of Canton Section 16-00000-02-GM PAPER BID BOND WE as PRINCIPAL, and as SURETY, are held jointly,severally and firmly bound unto the above Local Agency(hereafter referred to as"LA")in the penal sum of 5%of the total bid price,or for the amount specified in 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 LA 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 LA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above designated section and the PRINCIPAL shall within fifteen(15)days after award enter into a formal contract,furnish surety guaranteeing the faithful performance of the work,and furnish evidence of the required insurance coverage,all as provided in the"Standard Specifications for Road and Bridge Construction"and applicable Supplemental Specifications,then this obligation shall become void;otherwise it shall remain in full force and effect. IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph,then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above,together with all court costs,all attorney fees,and any other expense of recovery. IN TESTIMONY WHEREOF,the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this day of Principal (Company Name) (Company Name) By: By: (Signature and Title) (Signature and Title) (If PRINCIPLE is a joint venture of two or more contractors,the company names,and authorized signatures of each contractor must be affixed.) Surety By: (Name of Surety) (Signature of Attorney-in-Fact) STATE OF ILLINOIS, COUNTY OF I. ,a Notary Public in and for said county, do hereby certify that (Insert names of individuals signing on behalf of PRINCIPAL&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 My commission expires (Notary Public) ELECTRONIC BID BOND ❑ Electronic bid bond is allowed(box must be checked by LA 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 LA 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 and Title) Date Page 1 of 1 BLR 12230(Rev.7/05 Printed on 5/24/2016 1:34:18 PM INinois Department Affidavit of Availability of Transportation For the Letting of Bureau of Construction (Letting date) 2300 South Dirksen Parkway/Room 322 Instructions: complete this form by either typing or using black ink. Springfield, Illinois 62764 "Authorization to Bid"will not be issued unless both sides of this form are completed in detail. Use additional forms as needed to list all work. Part 1. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture,list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate,and must include work subcontracted to others. If no work is contracted,show NONE. 1 2 g 4 Awards Pending Contract Number Contract With Estimated Completion Date Total Contract Price Accumulated Uncompleted Dollar Value if Firm is the Totals Prime Contractor Uncompleted Dollar Value if Firm is the 0.00 Subcontractor 0.00 Total Value of All Work 0.00 Part IL Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work subcontracted to others will be listed on the reverse of this form. In a joint venture,list only that portion of the work to be done by your Accumulated company. If no work is contracted,show NONE. Totals Earthwork 0.00 Portland Cement Concrete Paving 0.00 HMA Plant Mix 0.00 HMA Paving 0.00 Clean&Seal Cracks/Joints 0.00 Aggregate Bases&Surfaces 0.00 Highway,R.R.and Waterway Structures 0.00 Drainage 0.00 Electrical 0.00 Cover and Seal Coats 0.00 Concrete Construction 0.00 Landscaping 0.00 Fencing 0.00 Guardrail 0.00 Painting 0.00 Signing 0.00 Cold Milling,Planning&Rotomilling 0.00 Demolition 0.00 Pavement Markings(Paint) 0.00 Other Construction(List) 0.00 0.00 0.00 Totals 0.00 0.00 0.00 0.00 0.00 0.00 Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the"Illinois Procurement Code". Failure to comply will result in non-issuance of an"Authorization To Bid." This form has been approved by the State Forms Management Center. Printed 5/20/2016 Page 1 of 10 BC 57(Rev.08/17/10 Illinois Department Affidavit of Availability of Transportation For the Letting of (Letting date) Bureau of Construction Instructions: Complete this form b either P y typing or using black ink. 2300 South Dirksen Parkway/Room 322 "Authorization to Bid"will not be issued unless both sides of this form are Springfield, Illinois 62764 completed in detail. Use additional forms as needed to list all work. Part 1. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture,list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate,and must include work subcontracted to others. If no work is contracted,show NONE. 1 2 3 4 Awards Pending Contract Number Contract With Estimated Completion Date Total Contract Price Accumulated Uncompleted Dollar Value if Firm is the Totals Prime Contractor Uncompleted Dollar Value if Firm is the 0.00 Subcontractor 0.00 Total Value of All Work 0 Part II. Awards Pending and Uncompleted Work to be done with your own forces. 0.0 List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work Subcontracted to others will be listed on the reverse of this form. In a joint venture,list only that portion of the work to be done by your Accumulated company. If no work is contracted,show NONE. Totals Earthwork 0.00 Portland Cement Concrete Paving 0.00 HMA Plant Mix 0.00 HMA Paving 0.00 Clean&Seal Cracks/Joints 0.00 Aggregate Bases&Surfaces 0.00 Highway,R.R.and Waterway Structures 0.00 Drainage 0.00 Electrical 0.00 Cover and Seal Coats 0.00 Concrete Construction 0.00 Landscaping 0.00 Fencing 0.00 Guardrail 0.00 Painting 0.00 Signing 0.00 Cold Milling,Planning$Rotomilling 0.00 Demolition 0.00 Pavement Markings(Paint) 0.00 Other Construction(List) 0.00 0.00 0.00 Totals 0.00 0.00 0.00 0.00 0.00 0.00 Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the"Illinois Procurement Code". Failure to comply will result in non-issuance of an"Authorization To Bid." This form has been approved by the State Forms Management Center. Printed 5/20/2016 Page 2 of 10 BC 57(Rev.08/17/10 Illinois Department Affidavit of Availability of Transportation For the Letting of (Letting date) Bureau of Construction 2300 South Dirksen Parkwa /ROOn1 322 Instructions: Complete this form by either typing or using black ink. Y "Authorization to Bid"will not be issued unless both sides of this form are Springfield, Illinois 62764 completed in detail. Use additional forms as needed to list all work. Part I. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture,list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate,and must include work subcontracted to others. If no work is contracted,show NONE. 1 2 3 4 Awards Pending Contract Number Contract With Estimated Completion Date Total Contract Price Accumulated Uncompleted Dollar Value if Firm is the Totals Prime Contractor 0.00 Uncompleted Dollar Value if Firm is the Subcontractor 0.00 Total Value of All Work 0.00 Part 11. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work Accumulated Subcontracted to others will be listed on the reverse of this form. In a joint venture,list only that portion of the work to be done by your company. If no work is contracted,show NONE. Totals Earthwork 0.00 Portland Cement Concrete Paving 0.00 HMA Plant Mix 0.00 HMA Paving 0.00 Clean&Seal Cracks/Joints 0.00 Aggregate Bases&Surfaces 0.00 Highway,R.R.and Waterway Structures 0.00 Drainage 0.00 Electrical 0.00 Cover and Seal Coats 0.00 Concrete Construction 0.00 Landscaping 0.00 Fencing 0.00 Guardrail 0.00 Painting 0.00 Signing 0.00 Cold Milling,Planning&Rotomilling 0.00 Demolition 0.00 Pavement Markings(Paint) 0.00 Other Construction(List) 0.00 0.00 0.00 Totals 0.00 0.00 0.00 0.00 0.00 0.00 Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the"Illinois Procurement Code". Failure to comply will result in non-issuance of an"Authorization To Bid." This form has been approved by the State Forms Management Center. Printed 5/20/2016 Page 3 of 10 BC 57(Rev.08/17/10 Minds Department Affidavit of Availability of Transportation For the Letting of (Letting date) Bureau of Construction Instructions: Complete this form by either typing or using black ink. 2300 South Dirksen Parkway/Room 322 "Authorization to Bid"will not be issued unless both sides of this form are Springfield, Illinois 62764 completed in detail. Use additional forms as needed to list all work. Part I. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture,list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate,and must include work subcontracted to others. If no work is contracted,show NONE. 1 2 3 4 Awards Pending Contract Number Contract With Estimated Completion Date Total Contract Price Accumulated Totals Uncompleted Dollar Value if Firm is the Prime Contractor 0.00 Uncompleted Dollar Value if Firm is the Subcontractor 0.00 Total Value of All Work 0.00 Part II. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work Accumulated Subcontracted to others will be listed on the reverse of this form. In a joint venture,list only that portion of the work to be done by your company. If no work is contracted,show NONE. Totals Earthwork 0.00 Portland Cement Concrete Paving 0.00 HMA Plant Mix 0.00 HMA Paving 0.00 Clean&Seal Cracks/Joints 0.00 Aggregate Bases&Surfaces 0.00 Highway,R.R.and Waterway Structures 0.00 Drainage 0.00 Electrical 0.00 Cover and Seal Coats 0.00 Concrete Construction 0.00 Landscaping 0.00 Fencing 0.00 Guardrail 0.00 Painting 0.00 Signing 0.00 Cold Milling,Planning&Rotomilling 0.00 Demolition 0.00 Pavement Markings(Paint) 0.00 Other Construction(List) 0.00 0.00 0.00 Totals 0.00 0.00 0.00 0.00 0.00 0.00 Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the"Illinois Procurement Code". Failure to comply will result in non-issuance of an"Authorization To Bid." This form has been approved by the State Forms Management Center. Printed 5/20/2016 Page 4 of 10 BC 57(Rev.08/17/10 11inois Department Affidavit of Availability of Transportation For the Letting of (Letting date) Bureau of Construction Instructions: Complete this form b either t 2300 South Dirksen Parkway/Room 322 P Y typing or using black ink. "Authorization to Bid"will not be issued unless both sides of this form are Springfield, Illinois 62764 completed in detail. Use additional forms as needed to list all work. Part I. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture,list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate,and must include work subcontracted to others. If no work is contracted,show NONE. 1 2 3 4 Awards Pending Contract Number Contract With Estimated Completion Date Total Contract Price Accumulated Totals Uncompleted Dollar Value if Firm is the Prime Contractor 0.00 Uncompleted Dollar Value if Firm is the Subcontractor 0.00 Total Value of All Work 0.00 Part II. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work Subcontracted to others will be listed on the reverse of this form. Ina joint venture,list only that portion of the work to be done by your Accumulated company. If no work is contracted,show NONE. Totals Earthwork 0.00 Portland Cement Concrete Paving 0.00 HMA Plant Mix 0.00 HMA Paving 0.00 Clean&Seal Cracks/Joints 0.00 Aggregate Bases&Surfaces 0.00 Highway,R.R.and Waterway Structures 0.00 Drainage 0.00 Electrical 0.00 Cover and Seal Coats 0.00 Concrete Construction 0.00 Landscaping 0.00 Fencing 0.00 Guardrail 0.00 Painting 0.00 Signing 0.00 Cold Milling,Planning&Rotomilling 0.00 Demolition 0.00 Pavement Markings(Paint) 0.00 Other Construction(List) 0.00 0.00 0.00 Totals 0.00 0.00 0.00 0.00 0.00 0.00 Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the"Illinois Procurement Code". Failure to comply will result in non-issuance of an"Authorization To Bid." This form has been approved by the State Forms Management Center. Printed 5/20/2016 Page 5 of 10 BC 57(Rev.08/17/10 Part III. Work Subcontracted to Others For each contract described in Part I,list all the work you have subcontracted to others. 1 2 3 4 Awards Pendin Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted 0.00 0.00 0.00 0.00 0.00 i,being duly sworn,do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal,State,County,City and private work,including ALL subcontract work,ALL pending low bids not yet awarded or rejected and ALL estimated completion dates Subscribed and sworn to before me this day of 20 Type or Print Name Officer or Director Title Notary Public Signed My commission expires: Company (Notary Seal) Address Printed 5/20/2016 Page 6 of 10 BC 57(Rev.08/17/10 Part Ill. Work Subcontracted to Others For each contract described in Part I,list all the work you have subcontracted to others. 1 2 3 4 Awards Pending Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted 0.00 0.00 0.00 0.00 0.00 I,being duly sworn,do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal,State,County,City and private work,including ALL subcontract work,ALL pending low bids not yet awarded or rejected and ALL estimated completion dates Subscribed and sworn to before me this day of 20 Type or Print Name Officer or Director Title Notary Public Signed My commission expires: Company (Notary Seal) Address Printed 5/20/2016 Page 7 of 10 BC 57(Rev.08/17/10 Part 111. Work Subcontracted to Others For each contract described in Part 1,list all the work you have subcontracted to others. 1 2 3 4 Awards Pending Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted 0.00 0.00 0.00 0.00 0.00 I,being duly sworn,do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal,State,County,City and private work,including ALL subcontract work,ALL pending low bids not yet awarded or rejected and ALL estimated completion dates Subscribed and sworn to before me this day of 20 Type or Print Name Officer or Director Title Notary Public Signed My commission expires: Company (Notary Sea[) Address Printed 5/20/2016 Page 8 of 10 BC 57(Rev.08/17/10 Part III. Work Subcontracted to Others For each contract described in Part I,list all the work you have subcontracted to others. 1 2 3 4 Awards Pending Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted 0.00 0.00 0.00 0.00 0.00 I,being duly sworn,do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal,State,County,City and private work,including ALL subcontract work,ALL pending low bids not yet awarded or rejected and ALL estimated completion dates Subscribed and sworn to before me this day of 20 Type or Print Name Officer or Director Title Notary Public Signed My commission expires: Company (Notary Seal) Address Printed 5/20/2016 Page 9 of 10 BC 57(Rev.08/17/10 Part III. Work Subcontracted to Others For each contract described in Part I,list all the work you have subcontracted to others. 1 2 3 4 Awards Pending Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted 0.00 0.00 0.00 0.00 0.00 I,being duly sworn,do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal,State,County,City and private work,including ALL subcontract work,ALL pending low bids not yet awarded or rejected and ALL estimated completion dates Subscribed and sworn to before me this day of 20 Type or Print Name Officer or Director Title Notary Public Signed My commission expires: Company (Notary Seal) Address Printed 5/20/2016 Page 10 of 10 BC 57(Rev.08/17/10 INDEX FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS Adopted April 1, 2016 This index contains a listing of SUPPLEMENTAL SPECIFICATIONS, frequently used RECURRING SPECIAL PROVISIONS, and LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS. No ERRATA this year. SUPPLEMENTAL SPECIFICATIONS Std. Spec. Sec. Page No. No Supplemental Specifications this year. ii CHECK SHEET FOR RECURRING SPECIAL PROVISIONS Adopted April 1,2016 The following RECURRING SPECIAL PROVISIONS indicated by an "X" are applicable to this contract and are included by reference: RECURRING SPECIAL PROVISIONS CHECK SHEET# 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 Hot-Mix Asphalt Surface Removal 27 8 ❑ Temporary Stream Crossings and In-Stream Work Pads 28 9 ❑ Construction Layout Stakes Except for Bridges 29 10 ❑ Construction Layout Stakes 32 11 ❑ Use of Geotextile Fabric for Railroad Crossing 35 12 ❑ Subsealing of Concrete Pavements 37 13 ❑ Hot-Mix Asphalt Surface Correction 41 14 ❑ Pavement and Shoulder Resurfacing 43 15 ❑ Patching with Hot-Mix Asphalt Overlay Removal 44 16 ❑ Polymer Concrete 45 17 ❑ PVC Pipeliner 47 18 ❑ Bicycle Racks 48 19 ❑ Temporary Portable Bridge Traffic Signals 50 20 ❑ Work Zone Public Information Signs 52 21 ❑ Nighttime Inspection of Roadway Lighting 53 22 ❑ English Substitution of Metric Bolts 54 23 ❑ Calcium Chloride Accelerator for Portland Cement Concrete 55 24 ❑ Quality Control of Concrete Mixtures at the Plant 56 25 ❑ Quality Control/Quality Assurance of Concrete Mixtures 64 26 ❑ Digital Terrain Modeling for Earthwork Calculations 80 27 ❑ Pavement Marking Removal 82 28 ❑ Preventive Maintenance—Bituminous Surface Treatment 83 29 ❑ Preventive Maintenance—Cape Seal 89 30 ❑ Preventive Maintenance—Micro-Surfacing 104 31 ❑ Preventive Maintenance—Slurry Seal 115 32 ❑ Temporary Raised Pavement Markers 125 33 ❑ Restoring Bridge Approach Pavements Using High-Density Foam 126 CHECK SHEET FOR LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS Adopted April 1,2016 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. LRS1 Reserved.......................................................................................................................................................... 130 LRS 2 ❑ Furnished Excavation..................................... ........................................... 131 ....................................................... LRS 3 ❑X Work Zone Traffic Control Surveillance........................................................................................................... 132 LRS4 ❑X Flaggers in Work Zones .................................................................................................................................. 133 LRS5 ❑X Contract Claims ............................................................................................................................................... 134 LRS 6 ❑ Bidding Requirements and Conditions for Contract Proposals ....................................................................... 135 LRS 7 ❑X Bidding Requirements and Conditions for Material Proposals ........................................................................ 141 LRS8 Reserved.......................................................................................................................................................... 147 LRS 9 ❑X Bituminous Surface Treatments ...................................................................................................................... 148 LRS10 Reserved.......................................................................................................................................................... 149 LRS11 X❑ Employment Practices ..................................................................................................................................... 150 LRS 12 ❑X Wages of Employees on Public Works............................................................................................................ 152 LRS13 ❑X Selection of Labor............................................................................................................................................ 154 LRS 14 ❑ Paving Brick and Concrete Paver Pavements and Sidewalks......................................................................... 155 LRS15 ❑X Partial Payments.............................................................................................................................................. 158 LRS16 ❑X Protests on Local Lettings................................................................................................................................ 159 LRS 17 ❑X Substance Abuse Prevention Program............................................................................................................ 160 LRS 18 ❑ Multigrade Cold Mix Asphalt............................................................................................................................ 161 BDE SPECIAL PROVISIONS For the April 22 and June 10, 2016 Lettings The following special provisions indicated by an "x" are applicable to this contract and will be included by the Project Development and Implementation Section of the BD8,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, 2014 Imptloveit 80192 3 Automated Flagger Assistance Device Jan. 1, 2008 80173 4 Bituminous Materials Cost Adjustments Nov. 2, 2006 July 1, 2015 80241 5 Bridge Demolition Debris July 1, 2009 50261 6 Building Removal-Case I (Non-Friable and Friable Asbestos) Sept. 1, 1990 April 1,2010 50481 7 Building Removal-Case II (Non-Friable Asbestos) Sept. 1, 1990 April 1, 2010 50491 8 Building Removal-Case III (Friable Asbestos) Sept. 1, 1990 April 1,2010 50531 9 Building Removal-Case IV(No Asbestos) Sept. 1, 1990 April 1, 2010 80360 10 Coarse Aggregate Quality July 1, 2015 80198 11 Completion Date (via calendar days) April 1, 2008 80199 12 Completion Date (via calendar days) Plus Working Days April 1, 2008 80293 13 Concrete Box Culverts with Skews> 30 Degrees and Design Fills s 5 April 1, 2012 April 1, 2015 Feet 80311 14 Ccrite�d Sections for Pipelve Curts Jat1. #, A}� "..,. 6W77 trete,,Mix 17es�.,,.: 3epartt ent Prt aided 'Jan....1, A��1,2t�� 80261 16 Construction Air QualityDiesel Retrofit June 1 2010 Nov 1, 2014 0029 17 Q►sadvantaged Business nt6rprise F ar9bipa oht"', -,,I,+epi 1,2 O t1 011 . " _ , �.. 8U 1 l nOthew eld L ice _ =' 80358 19 Equal Employment Opportunity April 1, 2015 fide tpep __,,jftc:p tIOnS s .v 80229 21 Fuel Cost Adjustment April 1, 2009 July 1, 2015 80304 22 Grooving for Recessed Pavement Markings Nov 1, 2012Aug 1 2014 8Q246 foci#- 11i Asp j# t ensi t l ,,qf Longltuftal�lr l fs ,3att ," 1fJ Apt * �7 Hot-mix As a �'� ���r let c�rman�a iJs� ,1ca1 ph 11ittrn#�� lov 1�,£t en 36„ .. Longitudinal,lcint,and Cing . 80045 26 Material Transfer Device June 15 1999 Aug 1 2014 *. E3 342 Mei nidal Side ie„8 r Ins of Auc _R 4. Pn1.. ' 80165 28 Moisture Cured Urethane Paint System Nov 1 2006 Jan 1 2010 * 8f1�"j C verti�ad S�gri Struc#uresCerti�tlan of Metal abrlca#oc NQ1r� 1�" 1,20%" 8Q 19 3t Pavement M rking Bb# Tape P v 1, 9#3 31 lavertl, � rkrnglS� 'Ype lV "'Aprill,2012IIt31 * $036a Ped 0$' 'ut1- uttorl �� * 80359 33'' Pt�rtland Cement Cc»��Bridge beck Cum °� Ara! 1, t31 A 1 1k� "� � " #1 �� aent r rete In g overlay ll ��� , * Portlanderrten#Cpncte � �Itt -lt- ix �at lAlr� ArT � pr� 11 :' 36... ": Pra€r� "!? cavemen#Marking Tye ,-;inlaid "! +arl'i, {) ..._.. 1 ; 80328 37 Progress Payments Nov. 2'2013 34261 38 Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1,2006 80157 39 Railroad Protective Liability Insurance (5 and 10) Jan 1 2006 811306 Repdatmed asphalt #ierlaent�P)and Reclaimed Asphalt ! 1, Apra 1 -hrl�1��5� ,� ft � ER, ah s1 -,. $pae lay Tealler �4..,.. 80127 42 Steel Cost Adjustment April 2, 2004 July 1, 2015 Q80362 43 Steel ySlagm.Trench Backfill ' . ........_ . e &,u». Jan. .i,..1i, 2016 K, p . .... �.. �+4� .�. . File Name # Special Provision Title Effective Revised 80355 45 Temporary Concrete Barrier Jan. 1, 2015 July 1, 2015 20338 46 Training Special Provisions Oct. 15, 1975 80318 47 Traversable Pipe Grate Jan. 1, 2013 April 1, 2014 777 rm Mix Asp .'_ ..'��..�� 80302 49 Weekly DBE Trucking Reports June 2, 2012 April 2, 2015 80289 50Wet Reflective Thermoplastic Pavement Marking Jan. 1, 2012 80071 51 Working Days Jan. 1, 2002 The following special provisions and recurring special provisions are in the 2016 Standard Specifications. File Name Special Provision Title New Location Effective Revised 80240 Above Grade Inlet Protection Articles 280.02, 280.04, and July 1, 2009 Jan. 1, 2012 1081.15 80310 Coated Galvanized Steel Conduit Article 811.03 Jan. 1, 2013 Jan. 1, 2015 80341 Coilable Nonmetallic Conduit Article 1088.01 Aug. 1, 2014 Jan. 1, 2015 80294 Concrete Box Culverts with Skews <_30 Degrees Article 540.04 April 1, 2012 April 1, 2014 Regardless of Design Fill and Skews > 30 Degrees with Design Fills>5 Feet 80334 Concrete Gutter, Curb, Median, and Paved Ditch Articles 606.02, 606.07, and April 1, 2014 Aug. 1, 2014 1050.04 80335 Contract Claims Article 109.09 April 1, 2014 Chk Sht English Substitution of Metric Reinforcement Bars Article 508.09 April 1, 1996 Jan. 1, 2011 #27 80265 Friction Aggregate Articles 1004.01 and 1004.03 Jan. 1, 2011 Nov. 1, 2014 80329 Glare Screen Sections 638 and 1085 Jan. 1, 2014 Chk Sht Guardrail and Barrier Wall Delineation Sections 635, 725, 782, and Dec. 15, 1993 Jan. 1, 2012 #20 1097 80322 Hot-Mix Asphalt-Mixture Design Composition and Sections 312, 355, 406,407, Nov. 1, 2013 Nov. 1, 2014 Volumetric Requirements 442, 482, 601, 1003, 1004, 1030, and 1102 80323 Hot-Mix Asphalt-Mixture Design Verification and Sections 406, 1030, and Nov. 1, 2013 Nov. 1, 2014 Production 1102 80348 Hot-Mix Asphalt-Prime Coat Sections 403, 406,407, 408, Nov. 1, 2014 1032, and 1102 80315 Insertion Lining of Culverts Sections 543 and 1029 Jan. 1, 2013 Nov. 1, 2013 80351 Light Tower Article 1069.08 Jan. 1, 2015 80324 LRFD Pipe Culvert Burial Tables Sections 542 and 1040 Nov. 1, 2013 April 1, 2015 80325 LRFD Storm Sewer Burial Tables Sections 550 and 1040 Nov. 1, 2013 April 1, 2015 80337 Paved Shoulder Removal Article 440.07 April 1, 2014 80254 Pavement Patching Article 701.17 Jan. 1, 2010 80352 Pavement Striping-Symbols Article 780.14 Jan. 1, 2015 Chk Sht Pipe Underdrains Section 601 and Articles Sept. 9, 1987 Jan. 1,2007 #19 1003.01, 1003.04, 1004.05, 1040.06, and 1080.05 80343 Precast Concrete Handhole Articles 814.02, 814.03, and Aug. 1, 2014 1042.17 80350 Retroreflective Sheeting for Highway Signs Article 1091.03 Nov. 1, 2014 80327 Reinforcement Bars Section 508 and Articles Nov. 1, 2013 421.04, 442.06, 1006.10 80344 Rigid Metal Conduit Article 1088.01 Aug. 1, 2014 80354 Sidewalk, Corner, or Crosswalk Closure Article 1106.02 Jan. 1, 2015 April 1, 2015 80301 Tracking the Use of Pesticides Article 107.23 Aug. 1, 2012 80356 Traffic Barrier Terminals Type 6 or 6B Article 631.02 Jan. 1, 2015 80345 Underpass Luminaire Articles 821.06 and 1067.04 Aug. 1, 2014 April 1, 2015 File Name Special Provision Title New Location Effective Revised 80357 Urban Half Road Closure with Mountable Median Articles 701.18, 70 1.19, and Jan. 1, 2015 July 1, 2015 701.20 80346 Waterway Obstruction Warning Luminaire Article 1067.07 Aug. 1, 2014 April 1, 2015 The following special provisions require additional information from the designer. The additional information needs to be included in a separate document attached to this check sheet. The Project Development and Implementation section will then include the information in the applicable special provision. The Special Provisions are: • Bridge Demolition Debris . Building Removal-Case IV 0 Material Transfer Device • Building Removal-Case 1 • Completion Date • Railroad Protective Liability Insurance • Building Removal-Case II 0 Completion Date Plus Working Days 0 Training Special Provisions • Building Removal-Case III a DBE Participation 0 Working Days ERRATA FOR THE 2016 STANDARD SPECIFICATIONS (BDE) Effective: April 1, 2016 Page 84 Article 204.02. In the seventh line of the first paragraph change "AASHTO T 99 (Method C)"to "Illinois Modified AASHTO T 99 (Method C)". Page 90 Article 205.06. In the first sentence of the third paragraph change "AASHTO T 99 (Method C)"to "Illinois Modified AASHTO T 99 (Method C)". Page 91 Article 205.06. In the first sentence of the fourth paragraph change "AASHTO T 99 (Method C)" to "Illinois Modified AASHTO T 99 (Method C)", and in the second sentence change "AASHTO T 224" to "Illinois Modified AASHTO T 99 (Annex Al)". Page 91 Article 205.06. In the second line of the fifth paragraph change "AASHTO T 191" to "Illinois Modified AASHTO T 191". Page 91 Article 205.06. In the sixth line of the eighth paragraph change "AASHTO T 99 (Method C)"to "Illinois Modified AASHTO T 99 (Method C)". Page 148 Article 302.09. In the second sentence of the fifth paragraph change "AASHTO T 191" to "Illinois Modified AASHTO T 191", and in the third sentence change "AASHTO T 99" to "Illinois Modified AASHTO T 99". Page 152 Article 310.09. In the second sentence of the second paragraph change "AASHTO T 191" to "Illinois Modified AASHTO T 191", and in the third sentence change "AASHTO T 99" to "Illinois Modified AASHTO T 99". Page 155 Article 311.05(a). In the first sentence of the fifth paragraph change "AASHTO T 99 (Method C)" to "Illinois Modified AASHTO T 99 (Method C)", and in the second sentence change "AASHTO T 224" to "Illinois Modified AASHTO T 99 (Annex Al)". Page 155 Article 311.05(a). In the second line of the sixth paragraph change "AASHTO T 191" to "Illinois Modified AASHTO T 191". Page 163 Article 351.05(a). In the second sentence of the fifth paragraph change "AASHTO T 99 (Method C)" to "Illinois Modified AASHTO T 99 (Method C)", and in the third sentence change "AASHTO T 224" to "Illinois Modified AASHTO T 99 (Annex Al)". Page 163 Article 351.05(a). In the second line of the sixth paragraph change "AASHTO T 191" to "Illinois Modified AASHTO T 191". Page 169 Article 352.11. In the second sentence of the fourth paragraph change "AASHTO T 191" to "Illinois Modified AASHTO T 191", and in the third sentence change "AASHTO T 134 (Method B)" to "Illinois Modified AASHTO T 134 (Method B)". Page 169 Article 352.12. In the first sentence of the first paragraph change "AASHTO T 22" to "Illinois Modified AASHTO T 22", and in the second sentence change "AASHTO T 134 (Method B)"to "Illinois Modified AASHTO T 134 (Method B)". Page 196 Article 406.07(a). After the footnotes in Table 1 - Minimum Roller Requirements for HMA add the following: "EQUIPMENT DEFINITION VS - Vibratory roller, static mode, minimum 125 Ib/in. (2.2 kg/mm) of roller width. Maximum speed = 3 mph (5 km/h) or 264 ft/min (80 m/min). If the vibratory roller does not eliminate roller marks, its use shall be discontinued and a tandem roller, adequately ballasted to remove roller marks, shall be used. VD - Vibratory roller, dynamic mode, operated at a speed to produce not less than 10 impacts/ft (30 impacts/m). P - Pneumatic-tired roller, max. speed 3 1/2 mph (5.5 km/h) or 308 ft/min (92 m/min). The pneumatic-tired roller shall have a minimum tire pressure of 80 psi (550 kPa) and shall be equipped with heat retention shields. The self-propelled pneumatic-tired roller shall develop a compression of not less than 300 Ib (53 N) nor more than 500 Ib (88 N) per in. (mm) of width of the tire tread in contact with the HMA surface. TB - Tandem roller for breakdown rolling, 8 to 12 tons (7 to 11 metric tons), 250 to 400 Ib/in. (44 to 70 N/mm) of roller width, max. speed = 3 1/2 mph (5.5 km/h)or 308 ft/min (92 m/min). TF - Tandem roller for final rolling, 200 to 400 Ib/in. (35 to 70 N/mm) of roller width with minimum roller width of 50 in. (1.25 m). Ballast shall be increased if roller marks are not eliminated. Ballast shall be decreased if the mat shoves or distorts. 3W- Three wheel roller, max. speed = 3 mph (5 km/h) or 264 ft/min (80 m/min), 300 to 400 Ib/in. (53 to 70 N/mm) of roller width. The three- wheel roller shall weigh 10 to 12 tons (9 to 11 metric tons)." Page 331 Article 505.04(p). Under Range of Clearance in the first table change "in. x 10-6" to "in. x 10-3,,. Page 444 Article 542.03. In the Notes in Table IIIB add "CPP Corrugated Polypropylene (CPP) pipe with smooth interior". Page 445 Article 542.03. In the fourth column in Table 1116 (metric) change the heading for Type 5 pipe from "CPE" to "CPP". Page 445 Article 542.03. In the Notes in Table 1116 (metric) change "PE Polyethylene (PE) pipe with a smooth interior" to "CPP Corrugated Polypropylene (CPP) pipe with smooth interior'. Page 449 Article 542.04(f)(2). In the third line of the second paragraph change "AASHTO T 99 (Method C)"to "Illinois Modified AASHTO T 99 (Method C)". Page 544 Article 639.03. In the first sentence of the first paragraph change "AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, Traffic Signals," to "AASHTO "LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals,"". Page 546 Article 640.03. In the first sentence of the first paragraph change "AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals" to "AASHTO "LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals"". Page 548 Article 641.03. In the first sentence of the first paragraph change "AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaire and Traffic Signals," to "AASHTO "LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals,"". Page 621 Article 727.03. In the first sentence of the third paragraph change "AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals" to "AASHTO "LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals"". Page 629 Article 734.03(a). In the fourth line of the second paragraph change "AASHTO T 99 (Method C)"to "Illinois Modified AASHTO T 99 (Method C)". Page 649 Article 801.02. In the first sentence of the first paragraph change "AASHTO's Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals" to "AASHTO "LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals"". Page 742 Article 1003.04(c). Under Gradation in the table change "(see Article 1003.02(c))" to "(see Article 1003.01(c))". Page 755 Article 1004.03(b). Revise the third sentence of the first paragraph to read "For Class A (seal or cover coat), and other binder courses, the coarse aggregate shall be Class C quality or better.". Page 809 Article 1020.04(e). In the third line of the first paragraph change "ITP SCC-3" to "ITP SCC-4". Page 945 Article 1069.05. In the first sentence of the tenth paragraph change ""Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals"" to "AASHTO "LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals"". Page 961 Article 1070.04(b)(1). In the third sentence of the first paragraph change Standard Specifications of Structural Supports for Highway Signs, Luminaires and Traffic Signals" published by AASHTO" to "AASHTO "LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals"". Page 989 Article 1077.01. In the second sentence of the first paragraph change "Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals, as published by AASHTO" to "AASHTO "LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals"". Page 1121 Article 1103.13(a). In the first line of the first paragraph change "Bridge Deck Approach Slabs." to "Bridge Deck and Approach Slabs.". 80364 (t Minds Department of Transportation Special Provisions The following Special Provisions supplement the"Standard Specifications for Road and Bridge Construction", Adopted April 1, 2016 ,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 Specifications and Recurring Special Provisions indicated on the Check Sheet included here in which apply to and govern the construction of City of Canton, Section 16-00000-02-GM , and in case of conflict with any part,or parts,of said Specifications,the said Special Provisions shall take precedence and shall govern. DESCRIPTION OF WORK This work shall consist of cleaning, furnishing, sealing and placing seal coat aggregate on various streets and alleys within the City of Canton. APPLICATION OF BITUMINOUS SURFACE TREATMENT A-1 OR A-2 This work shall conform to the applicable portions of Section 403 of the Standard Specifications including as follows: Rolling shall be required. A minimum of three passes shall be made by each roller. Sweeping shall be required before application. Sweeping and picking up excess seal coat aggregate after application and removal from the jobsite shall be required in accordance with Check Sheet#LRS9. Bituminous Materials(Prime Coat)MC 30 at 0.4 gallons per square yard. Bituminous Materials Cover and Seal- HFP or CRSP at 0.35 gallons per square yard. Aggregate Materials-CA-16 fractured gravel to match the previous years seal coat aggregate at 25 pounds per square yard. Protection of utility structures and adjacent streets not to receive bituminous surface treatment shall be to the satisfaction of the Engineer. Any base repair and alley grading will be performed by others at no expense to the material contractor. Please give the City of Canton's Public Works Director a 72 hour notice prior to seal coating. The Engineer on the job should be consulted before changing the application rates or altering the width or length of a street. The above work will not be paid for separately, but shall be included in the costs of the contract pay items. TRAFFIC CONTROL PLAN 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,"these Special Provisions, and any special details and Highway Standards contained herein and in the plans. Special attention is called to Section 701 and Articles 107.09 and 107.14 of the "Standard Specifications for Road and Bridge Construction" and the following Highway Standards relating to traffic control: 701901 BLR18 The Contractor shall also close streets at the City's/Engineer's direction if needed. The City will take care of any notification to affected property owners. All traffic control required shall be considered incidental to the contract and will not be paid for separately. Page 1 of 1 BLR 11310(Rev.7/05) Printed on 5/24/2016 1:33:52 PM Contract Bond Requirement for Deliver& Install Proposal For Groups of any individual political subdivision (county, township/road district, or municipality) in which the total combined bid exceeds $50,000; in accordance with the Public Construction Bond Act (30 ILCS 550/1)the Contractor shall be required to provide a performance and payment bond to the Local Agency with good and sufficient sureties equal to 5% (5 percent) of each individual Group. A single bond may be provided for the combined total cost of one or more Groups within this proposal. The bond shall be conditioned for the completion of the contract, for the payment of material used in the work, and for all labor performed in the work, whether by subcontractor or otherwise. The surety shall be acceptable to the Local Agency, shall waive notice of any changes and extensions of time. The surety shall submit its bond on the form furnished by the Local Agency. LR 107-4 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 Contractor's general liability insurance policy in accordance with Article 107.27: City of Canton The entities listed above and their officers, employees, and agents shall be indemnified and held harmless in accordance with Article 107.26. LR 702 Page 1 of 1 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR CONSTRUCTION AND MAINTENANCE SIGNS Effective: January 1, 2004 Revised: June 1, 2007 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. 1701.14. Signs. Add the following paragraph to Article 701.14: All warning signs shall have minimum dimensions of 1200 mm x 1200 mm (48" x 48") and have a black legend on a fluorescent orange reflectorized background, meeting, as a minimum, Type AP reflectivity requirements of Table 1091-2 in Article 1091.02. Fulton County Prevailing Wage for July 2015 Page I of 5 Fulton County Prevailing Wage for July 2015 (See ezplaoatioa of colama headings at bottom of wages) Trade Name RG TYP C Base FRMAN M-F>8 OSA OSH H/W Pensn Vac Trng ASBESTOS ABT-GEN BLD 27.150 27.900 1.5 1.5 2.0 8.500 13.25 0.000 0.800 ASBESTOS ART-MEC BLD 30.360 31.360 1.5 1.5 2.0 7.450 3.000 0.000 0.000 BOILERMAKER BLU 38.000 41.000 2.0 2.0 2.0 7.010 15.99 0.000 0.400 BRICK MASON BLD 32.380 33.880 1.5 1.5 2.0 8.600 9.870 0.000 0.590 CARPENTER BLD 33.880 33.130 1.5 1.5 2.0 8.000 15.71 0.000 0.520 CARPENTER HWY 32.700 33.900 1.5 1.5 2.0 8.000 15.81 0.000 0.520 CEMENT MASON NW ALL 26.130 27.630 1.5 1.5 2.0 6.300 11.95 0.000 0.600 CEMENT MASON SE BLD 28.050 29.800 1.5 1.5 2.0 7.500 15.65 0.000 0.500 CEMENT MASON SE HWY 29.280 30.780 1.5 1.5 2.0 7.500 16.02 0.000 0.500 CERAMIC TILE FNSHER BLD 29.890 0.000 1.5 1.5 2.0 8.600 10.05 0.000 0.580 ELECTRIC PWR EQMT OP ALL 38.300 45.290 1.5 1.5 2.0 6.150 10.73 0.000 0.380 ELECTRIC PWR GRNDMAN ALL 26.280 45.290 1.5 1.5 2.0 5.790 7.360 0.000 0.260 ELECTRIC PWR LINEMAN ALL 42.540 45.290 1.5 1.5 2.0 6.280 11.92 0.000 0.430 ELECTRIC PWR TRK DRV ALL 27.560 45.290 1.5 1.5 2.0 5.830 7.720 0.000 0.280 ELECTRICIAN ALL 34.820 37.320 1.5 1.5 2.0 6.500 11.68 0.000 0.800 ELECTRICIAN BLU 34.820 37.320 1.5 1.5 2.0 6.100 11.43 0.000 0.400 ELECTRONIC SYS TECH BLD 28.250 30.250 1.5 1.5 2.0 6.350 10.54 0.000 0.400 ELEVATOR CONSTRUCTOR BLD 41.690 46.900 2.0 2.0 2.0 13.57 14.21 3.340 0.600 GLAZIER BLD 31.870 33.870 1.5 1.5 1.5 10.25 7.700 0.000 1.250 HT/FROST INSULATOR BLD 38.060 39.060 1.5 1.5 2.0 8.700 11.46 0.000 0.550 IRON WORKER BLD 32.190 34.090 0.0 0.0 0.0 9.490 13.91 0.000 0.000 IRON WORKER HWY 35.980 37.980 0.0 0.0 0.0 9.490 13.91 0.000 0.000 LABORER BLD 27.150 27.900 1.5 1.5 2.0 8.500 13.25 0.000 0.800 LABORER HWY 30.490 31.990 1.5 1.5 2.0 8.500 15.30 0.000 0.800 LATHER BLD 30.880 33.130 1.5 1.5 2.0 8.000 15.71 0.000 0.520 MACHINERY MOVER HWY 35.980 37.980 0.0 0.0 0.0 9.490 13.91 0.000 0.000 MACHINIST BLD 45.350 47.850 1.5 1.5 2.0 7.260 8.950 1.850 0.000 MARBLE FINISHERS BLD 29.890 0.000 1.5 1.5 2.0 8.600 10.05 0.000 0.580 MARBLE MASON BLD 31.650 32.900 1.5 1.5 2.0 8.600 10.05 0.000 0.580 MILLWRIGHT BLD 31.060 33.310 1.5 1.5 2.0 8.000 15.87 0.000 0.520 MILLWRIGHT HWY 33.060 35.310 1.5 1.5 2.0 8.000 15.95 0.000 0.520 OPERATING ENGINEER BLD 1 37.050 40.050 1.5 1.5 2.0 7.000 17.48 0.000 3.000 OPERATING ENGINEER BLD 2 34.450 40.050 1.5 1.5 2.0 7.000 17.48 0.000 3.000 OPERATING ENGINEER BLD 3 30.160 40.050 1.5 1.5 2.0 7.000 17.48 0.000 3.000 OPERATING ENGINEER HWY 1 38.150 41.150 1.5 1.5 2.0 7.250 18.23 0.000 3.000 OPERATING ENGINEER HWY 2 35.460 41.150 1.5 1.5 2.0 7.250 18.23 0.000 3.000 OPERATING ENGINEER HWY 3 31.030 41.150 1.5 1.5 2.0 7.250 18.23 0.000 3.000 PAINTER ALL 33.650 35.650 1.5 1.5 1.5 10.30 8.200 0.000 1.350 PILEDRIVER BLD 31.880 34.130 1.5 1.5 2.0 8.000 15.71 0.000 0.520 PILEDRIVER HWY 33.700 35.950 1.5 1.5 2.0 8.000 15.81 0.000 0.520 PIPEFITTER BLD 37.400 41.510 1.5 1.5 2.0 7.000 11.63 0.000 1.060 PLASTERER BLU 28.140 29.770 1.5 1.5 2.0 7.500 15.00 0.000 0.870 PLUMBER BLD 34.520 37.630 1.5 1.5 2.0 7.000 13.86 0.000 0.950 ROOFER BLD 30.580 32.110 1.5 1.5 2.0 8.450 7.220 0.000 0.250 SHEETMETAL WORKER BLD 32.430 34.050 1.5 1.5 2.0 9.120 15.55 0.000 0.780 SIGN HANGER HWY 35.980 37.980 0.0 0.0 0.0 9.490 13.91 0.000 0.000 SPRINKLER FITTER BLD 37.120 39.870 1.5 1.5 2.0 8.420 8.500 0.000 0.350 STEEL ERECTOR HWY 35.980 37.980 0.0 0.0 0.0 9.490 13.91 0.000 0.000 STONE MASON BLD 32.380 33.880 1.5 1.5 2.0 8.600 9.870 0.000 0.590 9WAVE" W ->NOT IN EFFECT ALL 29.060 30.560 1.5 1.5 2.0 8.000 14.06 0.000 0.800 TERRAZZO FINISHER BLD 29.890 0.000 1.5 1.5 2.0 8.600 10.05 0.000 0.580 TERRAZZO MASON BLD 31.650 32.900 1.5 1.5 2.0 8.600 10.05 0.000 0.580 TILE MASON BLD 31.650 32.900 1.5 1.5 2.0 8.600 10.05 0.000 0.580 TRUCK DRIVER ALL 1 33.000 36.550 1.5 1.5 2.0 11.10 5.230 0.000 0.250 TRUCK DRIVER ALL 2 33.480 36.550 1.5 1.5 2.0 11.10 5.230 0.000 0.250 TRUCK DRIVER ALL 3 33.700 36.550 1.5 1.5 2.0 11.10 5.230 0.000 0.250 TRUCK DRIVER ALL 4 34.010 36.550 1.5 1.5 2.0 11.10 5.230 0.000 0.250 TRUCK DRIVER ALL 5 34.900 36.550 1.5 1.5 2.0 11.10 5.230 0.000 0.250 TRUCK DRIVER O&C 1 27.280 30.220 1.5 1.5 2.0 11.40 5.440 0.000 0.250 TRUCK DRIVER O&C 2 27.680 30.220 1.5 1.5 2.0 11.40 5.440 0.000 0.250 TRUCK DRIVER O&C 3 27.860 30.220 1.5 1.5 2.0 11.40 5.440 0.000 0.250 TRUCK DRIVER O&C 4 28.110 30.220 1.5 1.5 2.0 11.40 5.440 0.000 0.250 TRUCK DRIVER O&C 5 28.850 30.220 1.5 1.5 2.0 11.40 5.440 0.000 0.250 TUCKPOINTER BLD 32.380 33.880 1.5 1.5 2.0 8.600 9.870 0.000 0.590 http://www.illinols.gov/idol/Laws-Rules/CONMED/rates/2015/J*uly/FULTON99.htm 5/24/2016 Fulton County Prevailing Wage for July 2015 Page 2 of 5 Legend: pl (Regi_:.) TYP (Trade Type - All,Hign y,Fu Hing,F1->sting,0i1 & Chir,Pive,) class) Bsse (Base Wane Rat-) x'P.M::N IE`relnan Ratel M-F:2 IOT xeyuired fox any hour g_—tei- than 2 w>xked each day, Mon thi—gh Frr. OSA (Ove xtime. (OTI r rei�lired for e. ery h r�xked -urd, 1 OSH (cve rtime i required for e ..y hour worked on Sa iayAand H-�l iday^•) H/W (H-1th &Welfsre n-) P. (Pen,iri n) vans(Vann`.ix•i:) Trng (Training) Explanations FULTON COUNTY CEMENT MASONS (NORTHWEST) - That part of the county West of a North-South line West cf Farmington and Canton and North of an East-West line North of Cuba. The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/count.ies. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then, makes work performed on that. Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL. Oil and chip resealing (O&C) means the application of road oils and liquid asphalt to coat an existing road surface, followed by application of aggregate chips or gravel to coated surface, and subsequent rolling of material to seal the surface. EXPLANATION OF CLASSES ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or atsome close future date. ASBESTOS - MECHANICAL - rem,,val of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain. CERAMIC TILE FINISHER, MARBLE FINISHER, TERRAllO FINISHER Assisting, helping or supporting the tile, marble and terrazzo mechanic by performing their historic and traditional work assignments required to complete the proper installation of the work covered by said crafts. The term "Ceramic" is used for naming the classification only and is in no way a limitation of the product handled. Ceramic takes intoconsideration most hard tiles. ELECTRONIC SYSTEMS TECHNICIAN Installation, service and maintenance of low-voltage systems which utilizes the transmission and/or transference of voice, .pound, vision, or digital for commercial, education, security and entertainment purposes for the following: TV monitoring and surveillance, background/foreground music, intercom and telephone interconnect., field programming, inventory control systems, microwave transmission, multi-media, multiplex, radia page, school, intercom and saund burglar alarms and low voltage master clock systems. Excluded from this classification are energy management systems, life safety systems, supervisory controls and data acquisition systems not intrinsic with the above listed systems, fire alarm systems, nurse call systems and raceways exceeding fifteen feet in length. OPERATING ENGINEERS - BUILDING Class 1. Cranes; Overhead Cranes; Gradall; All Cherry Pickers; Mechanics; Central Concrete Mixing Plant Operator; Road Pavers (27E - Dual C num - Tri Batchers); Blacktop Plant Operators and Plant Engineers; 3 Drum Hoist; Derricks; Hydro Cranes; Shovels; Skimmer Scoops; Koehring Scooper, Drag Lines; Back)oe; Derrick Boats; Pile Drivers and Skid Rigs; Clamshells; Locomotive Cranes; Dredge (all types) Motor Patrol; Power Blades - Dumore - Elevating and similar types; Tower Cranes (Crawler-Mobile) and Stationary; Crane-type Backfiller; Mott. Yumbo and similar types considered as Cranes; http://www.illinols.gov/idol/Laws-Rules/CONMED/rates/2015/J*uly/FULTON99.htm 5/24/2016 Fulton County Prevailing Wage for July 2015 Page 3 of 5 Caisson, Rigs; Dozer; Tournadozer; Work Boats; Roj., Carrier; Helicopter; Tournapulls - all and ::imilar types; Scoops (all size, Pushcat s; Endloaders (all types); Asphalt Surfacing Machine; Slip Form Paver; Rock Crusher; Heavy Equipment Greaser; CMI, CMI Belt Placer, Auto Grade & 3 Track and similar types; Side Booms; Multiple Unit Earth Movers; Creter Crane; Trench Machine; Pump-crete-Belt Crete-Squeeze Crete_s-Screw-type Pumps and Gypsum; Bulker & Pump - Operat.or will clean; Formless Finishing Machine; Flaherty Spreader or similar types; Screed Man on Laydown Machine; Wheel Tractors (industrial or Farm-type w/Dozer-Hoe-Endloader or other attachments); F.W.D. & Similar Types; Vermeer Concrete Saw. Class 2. Dinkeys; Power Launches; PH One-pass Soil Cement Machine (and similar types); Pugmill with Pump; Backfillers; Euclid Loader; Forklifts; Jeeps w/Ditching Machine or other attachments; Tuneluger; Automatic Cement and Gravel Batching Plants; Mobile Drills (Soil Testing) and similar types; Curries and Similar Types; (1) and (2) Drum Hoists (Buck Hoist and Similar Types); Chicago Boom; Boring Machine & Pipe Jacking Machine; Hydro Boom; Dewatering System; Straw Blower; Hydro Seeder; Assistant Heavy Equipment Creaser on Spread; Tractors (Track type) without Power Unit pulling Rollers; Rollers on Asphalt -- Brick Mac.adem; Concrete Breakers; Concrete Spreaders; Mule Pulling Rollers; Center Stripper; Cement Finishing Machines & CMI Texture & Reel Curing Machines; Cement Finishing Machine; Barber Green or similar loaders; Vibra Tamper (All similar types) Self-propelled; Winch or Boom Truck; Mechanical Bull Floats; Mixers over 3 Bag to 27E; Tractor pulling Power Blade or Elevating Grader; Porter Rex Rail; Clary Screed; Truck Type Hoptoe Oilers; Fireman; Spray Machine on Paving; Curb Machines; Truck Crane Oilers; Oil Distributor; Truck-Mounted Saws. Class 3. Air Compressor; Power Subqrader; Straight Tractor; Trac Air without attachments; Herman Nelson Heater, Uravo, Warner, Silent Glo, and similar types; Roller: Five (5) Ton and under on Earth or Gravel; Form Grader; Crawler Crane & Skid Rig Oilers; Freight Elevators - permanently installed; Pump; Light Plant; Generator; Conveyor (1) or (2) - Operator will clean; Welding Machine; Mixer (3) Bag and Under (Standard Capacity with skip); Bulk Cement Plant; Oiler on Central Concrete Mixing Plant. OPERATING ENGINEERS - HEAVY AND HIGHWAY CONSTRUCTION CLASS 1. Cranes; Hydro Cranes; Shovels; Crane Type Backfiller; Tower, Mobile, Crawler, & Stationary Cranes; Derricks; Hoists (3 Drum); Draglines; Drott Yumbo & Similar Types considered as Cranes; 360 Degree Swing Excavator (Shears, Grapples, Movacs, etc.); Back Hoe; Derrick Beats; Pile Driver and Skid Rigs; Clam Shell; Locoim tive - Cranes; Road Pavers - Single Drum - Dual Drum - Tri Bat.cher; Motor Patrols & Power Blades - Dumore - Elevating & Similar Types; Mechanics; Central Concrete Mixing Plant Operator; Asphalt. Batch Plant Operators and Plant Engineers; Gradall; Caisson Rigs; Skimmer Scoop - Koering Scoope r, Dredges (all types); Hoptoe; All Cherry Pickers; Wr,rk Boat; Ross Carrier; Helicopter; Dozer; Tournadc,zer; Tournapulls all and similar types; Operation of Concrete and all Recycle Machines; Multiple Unit Earth Movers, Scoops (all sizes); Pushcats; Endloaders (all types); Asphalt Surfacing Machine; Slip Form Paver; Rock Crusher; Operation of Material Crusher, Screening Plants, and Tunnel Boring Machine; Heavy Equipment Greaser (top greaser on spread); CMI, Auto Grade, CMI Belt Placer & 3 Track and Similar Types; Side Booms; Asphalt Heater & Planer Combination (used to plane streets); Wheel Tractors (with Dozer, Hoe or Endloader Attachments); CAT Earthwork Compactors and Similar Types; Blaw Knox Spreader and Similar Types; Trench Machines; Pump Crete - Belt. Crete - Squeeze Crete - Screw Type Pumps and Gypsum (operator will clean); Creter Crane; Operation of Concrete Pump Truck; Formless Finishing Machines; Flaherty Spreader or Similar Types; Screed Man on Laydown Machine; Vermeer Concrete Saw; Operation of Laser Screed; Span Saw; Dredge Leverman; Dredge Engineer; Lull or Similar Type; Hydro-Boom Truck; Operation of Guard Rail Machine; and Starting Engineer on Pipeline or Construction (11 or more pieces) including: Air Compressor (Trailer Mounted), All Forced Air Heaters (regardless of Size), Water Pumps (Greater than 4-1/2" or Total Discharge Over 4-1/2"), Light Plants, Generators (Trailer Mounted - Excluding Decontamination Trailer), Welding Machines (Any Size or Mode of Power), Conveyor, Mixer (any size), Stud Welder, Power Pac, etc, and Ground Heater (Trailer Mounted). CLASS 2. Bulker & Pump; Power Launches; Boring Machine & Pipe Jacking Machine; Dinkeys; Operation of Carts, Powered Haul Unit for a Boring Machine; P & H One Pass Soil Cement Machines and Similar Types; Wheel Tractors (Industry or Farm Type - Other); Back Fillers; Euclid Loader; Fork Lifts; Jeep w/Ditching Machine or Other Attachments; Tunneluger; Automatic Cement & Gravel Batching Plants; Mobile Drills - Soil Testing and Similar Types; Pugmill with Pump; All (1) and (2) Drum Hoists; Dewatering System; Straw Blower; Hydro-Seeder; Bump Grinders (self-propelled); Assistant Heavy Equipment Greaser; Apsco Spreader; http://www.illinois.gov/idol/Laws-Rules/CONMED/rates/2015/J*uly/FULTON99.htm 5/24/2016 Fulton County Prevailing Wage for July 2015 Page 4 of 5 Tractors (Track-Tvpe) without. Power Units Pulling Rollers; Rollers on Asphalt - Brick or Macadam; Concrete Breakers; Concrete Spreaders; Cement Strippers; Cement Finishing Machines & CMI Texture & Reel Curing Machines; Vibro-Tampers (All Similar Types Self-Propelled); Mechanical Bull Floats; Self-Propelled Concrete Saws; Truck Mounted Power Saws; Operation of Curb Cutters; Mixers - Over Three (3) Bags; Winch and Boom Trucks; Tractor Pulling Power Blade or Elevating Grader; Porter Rex Rail; Clary Screed; Mule Pulling Rollers; Pugmill without Pump; Barber Greene or Similar Loaders; Track Type Tractor w/Power Unit. attached (minimum); Fireman; Spray Machine on Paving; Curb Machines; Paved Ditch Machine; Power Broom; Self-Prnpelled Sweepers; Self-Propelled Conveyors; Power Subgrader; Oil Distributor; Straight. Tractor; Truck Crane Oiler; Truck Type Oilers; Directional Bering Machine; Horizontal Directional Drill; Articulating End Dump Vehicles; Starting Engineer on Pipeline or Construction (6 -10 pieces) including: Air Compressor (Trailer Mounted), All Forced Air Heaters (regardless of Size), Water Pumps (Greater than 9-1/2" or Total Discharge Over 9-1/2"), Light Plants, Generators (Trailer Mounted - Excluding Decontamination Trailer), Welding Machines (Any Size or Mode of Power), Conveyor, Mixer (any size), Stud Welder, Power Fac, etc., and Ground Heater (Trailer Mounted). CLASS 3. Straight Framed Truck Mounted Vac Unit (separately powered); Trac Air Machine (without attachments); Rollers - Five Ton and Under on Earth and Gravel; Form Graders; Bulk Cement Plant; Oilers; and Starting Engineer on Pipeline or Construction (3 - 5 pieces) including: Air Compressor (Trailer Mounted), All Forced Air Heaters (regardless of Size), Water Pumps (Greater than 9-1/2" or Total Discharge Over 9-1/2"), Light Plants, Generators (Trailer Mounted - Exc.luding Decontamination Trailer), Welding Machines (Any Size or Mode of Power), Conveyor, Mixer (any size), Stud Welder, Power Pac, etc., and Ground Heater (Trailer Mounted). SURVEY WORKER - Operated survey equipment including data collectors, G.P.S. and robotic instrument:;, as well as conventional levels and transits. TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION Class 1. Drivers on 2 axle trucks hauling less than 9 ton. Air compressor and welding machines and brooms, including those pulled by separate units, truck driver helpers, warehouse employees, mechanic helpers, greasers and firemen, pickup trucks when hauling materials, tools, or workers to and from and on-the-job site, and fork lifts up to 6,000 lb. capacity. Class 2. Two or three axle trucks hauling more than 5 ton but hauling less than 16 ton. A-frame winch trucks, hydrolift trucks, vactor trucks or similar equipment when used for transportation purposes. Fork lifts over 6,000 lb. capacity, winch trucks, four axle combination units, and ticket writers. Class 3. Two, three or four axle trucks hauling 16 ton or more. Drivers on water pulls, articulated dump trucks, mecrianics and working forepersons, and dispatchers. Five axle or more combination units. Class 9. Low Buy and Oil Distributors. Class 5. Drivers who require special protective clothing while employed on hazard.-,us waste work. TRUCK DRIVER - OIL AND CHIP RESEALING ONLY. This shall encompass laborers, workers and mechanics who drive contractor or subcontractor owned, leased, or hired pickup, dump, service, or oil distributor trucks. The work includes transporting materials and equipment (including but not limited to, oils, aggregate supplies, parts, machinery and tools) to or from the lob site; distributing oil or liquid asphalt and aggregate; stock piling material when in connection with the actual oil and chip contract. The Truck Driver (Oil & Chip Resealing) wage classification does not include supplier delivered materials. Other Classifications of W;,rk: For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted .state which neighboring county has such a classification and provide such rate, such rate being deemed to existby reference in this document. If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217-762-1710 for wage rates or clarifications. http://www.illinois.gov/idol/Laws-Rules/CONMED/rates/2015/july/FULTON99.htm 5/24/2016 Fulton County Prevailing Wage for July 2015 Page 5 of 5 LANDSCAPING Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size ��f truck driven) is covered by the classifications of truck driver. http://www.illinois.gov/idol/Laws-Rules/CONMED/rates/2015/july/FULTON99.htm 5/24/2016 I H-IT (200-300) F/1 � IH (4507 4 4 — ro SCO) o IICO7 � 11007 �E 4 E 100; 0 4 _c E w Ai rvo )1007 J o d. 4-6(100-150) m o ^m 4-6(100-I50) Q Orange Orange CONE REFLECTORIZED CONE FLEXIBLE DELINEATOR VERTICAL PANEL DRUM POs- MOUNTED (3UOt M rQ o � o tl5C) LLIL_Ld '.. (1501 "o ry n m c 24 f600t m r Z:.E �E �E n n I ` 24 (600) 1 4' 0.2 ml I 24 min. ( (Z 070) TYPE I BARRICADE TYPE 11 BARRICADE TYPE Ir BARRICADE DIRECTION INDICATOR VERTICAL BARRICADE BARRICADE 0 � A. wcrnrg lignis of required) GENERAL NOTES 4 m'n,n.T mt �x m E o At reights shown shot be measured above the a pavement surface. E At tl?menstons are'r inches (mill meters) unless otherwise shown. a DATE REVISIONS TRAFFIC CONTROL �1 turrcls oeour te�,t of rrur•so��ta.inr. -1-1> Revised two sign n imbrrs or L DETECTABLE PEDESTRIAN '' '' z dried +t g. DEVICES G 'Gua CHANNELf�NG BARRICADE PHOTO ENFORCED piaq e En.m GF r,•nay Y -.-14 V,','cifiied tljgger sl gr I.elght. �51':eet of 3) epvhoVE�t - M:^ Addeo nlgr—, :—,traction STANDARD 701901-04 E4GI4EEa X JE '.1 nH]E44PONME4i speed /One sign S. Type B mig". ectioncf Oran e x750) ROAD flashing Ilght Orange +fogs CONSTRUCTION END 6' - 22'•• . NEXT X MILES CONSTRE;CTION (1.6 m - 3.6 m) l G20-1107(0)-6036 G20-i105l0>-6027 l F This signing is required for all projects m _ 2 nlles(3200 m;or more In length. o Metol or wand post 27 - TO'— ROAD CONSTRICTION NEXT % MILES sign shol min.rural Edg o (600- 3 m) e of _A0 . De placed 500' 1150 m) in advance of pro- min.urban pavemen 0 4' Q.2 ml rural (2.1 m) t N SIGN IIF SPECIFIED) jeclimits. t face 6' (1.8 ml urban of curb ti E E END CONSTRUCTION sign shall be erected at v the erd of the jot,unless another job is Y (1.5 E within 2 miles 3200 ml. Oud sfg,displays shill oe ut'liz etl on "Ali- Elevation of edge Elevation of edge Icne highways. l of pavement of povemenl 5' (1.51m1 min. WORK LIMIT SIGNING embedment SIGNS ON TEMPORARY SUPPORTS ••• when work operations exceed POST MOUNTED SIGNS four days. his dimension Shall HIGH LEVEL WARNING DEVICE PLY (L5 m) In. If located WORK •• When curb or povec shoulCer ore present behird other devices. the height W21-11151G)-3618 ZONE ih15 dimension seal be 27 1600) To the shall be sufficient to be seen face of curb or 6'(1.8 m) to the outside completely above the devices. SPEED etlge of the paved shoulder. 27 LIMIT R2-1-3676 600, XX 5 T ^^ (125) (1757 PHOI�O R:0-1108p- 18•••• ENFORCED o' (� $XXX FINE R2-1.06D-3618 8(200)Federal series C MINIMUM 7 :180)Federal series 8 I o Sign assembly as shown on Stcndords $ or as allowed by District Operatlons. 10 rya END 2011, —- 16 l WORK ZONE G20-1103(0)-6036 (513) 7400) SPED LIMIT This sign seal be used when the e, above sign assembly is used. ......_....... ............ ...........__. 5) HIGHWAY CONSTRUCTION t SPEED ZONE SIGNS .... RIO-1108p snalonly be used along roodwoys E under the jur1 stiction of the State. FRONT SIDE REVERSE SIDE TRAFFIC CONTROL Illinois Depa�C� +men+of TYta+lar. DEVICES --U) ems i (St%—t 2 of 3; �u FLAGGER TRAFFIC CONTROL SIGN EN>,N 'of r, F>TIA1� aFVNovEn ro:s - STANDARD 70190144 E.GI4E£v tiF E �:4N�EM�InOFEEtiT 24 (600) t O o p O -/ O 00 C O A' 11.2 ) min. o � m o, o In. E • �Weep holes p ( o - � o ry c e o E / lg ) (g ) B ml Construction o'E O 200 200 I Wtlx I,g n ry ^ 160 (60 m) s 160 m) a Ilf--- ortnq signs E E e I.A w m c :c c E v E ry E o 25' ;o 5' 1� PLAN (6 m)(451 s (L5 ret Face may be TYPE A TYPE B TYPE C s+gipped or smoo+n ROOF ROOF OR TRAILER TRAILER G MOUNTED MOUNTED MOUNTED 111��� `Epoxy channels J I pO L� � �p 3'/z (50) a II 11 0 ARROW BOARDS SECTION ASA TYPICAL INSTALLATION TEMPORARY RUMBLE STRIPS x t2 1300) __—_. E E cYmin. (150) 6 150) 6(:50) Type A EE flcsher ROAD _ I �o CLOSEC — ,. Wage erhoulder _— """� 12 43007 ?avement min. Type A RII-4 ROAD CLOSED TO ALL TRAFFIC flasher I Reflectorized striping may be omitted ROAD CLOSED ROAD CLOSED on the back Side of the barricades. TO TO If a Type 111 barricade with an attached THRU tRAFFIC TNRU TRAFFIC sign panel which meets NCHRP 350's not cvollable, the Slgnmay be mounted on on I NCHRP 350 temporary 519,1 support directly - it f-orf of the barricade. Pavement ROAD C!-OSED TO THRU TRAFFIC Reflectorized strlping 5hal appear on TRAFFIC CONTROL TYPICAL APPLICATIONS OF both sides of the barricades. If a Type III barricade with a,1 attached DEVICES TYPE IR BARRICADES CLOSING A ROAD sign panel which meets NCHRP 350 is not available, the signs may be mounted ISI'�.eet 3 of 3 EHG7� cr o Fana:� on NCHRP 350 temporary sign supports AfvROrEO _ zos d'rectly in front of the barricade. STANDARD 70190144 c.c1rv¢a,ir c .:<ua cv,morv�Nr uawta a�W • Minimum Cistonce between-he sign and the work area is TOO'1215 m). Maximum distance to be determined by the local au-hority out in no ccse to exceed the lerytn of one-half doy's oper.tlon or 4 miles(6 Km),whichever Is less. ROW WORK NOTES Mainten.rca operations shall be confined to one traffic.Ione,lecvIrg the opposite lane open to traffic. AT leas! 500'(150 m) of Doth traffic • Varies lones shah be available for traffic movement I) ween work areas Ot intervals not greOter than 1000' (300 m). en s ore on he Dovemont and a o- shOtiO O�Y Or nmOvtr'q OT t0 s000dIess han 4 mph (6 kph),o ONE LANE AHEAD,or other oppropriate sigr, shel De instaNed in each direction between the ROAD WORK AHEAD sign arc the work area. The dlstahae between this.:(In and The work area mall be c minimum of 400' (120 m) but in no case to exceed the leng-h of ane-nalf (JOY'S • V.,"I I operation or 4 miles 16 km),whichever is less. The tlisiance between the Two signs steal be ROW approximately 40C' (120 m), woRa aNEW All signs oreTp be removed at completion of the w20-1(0)-36 day's operation. Any unottended obstacle.excavation, or pavement drop Off greater than 3(75)in the work area shall be protected by Type I or Type 11 Darricaaes w'tn flaming lignts. YOwING AxEW Lortit udinol dimensions mcy be ad,'ust ed slightly to -'!t field conditions. W21-1101(0)-36 TWO—LANE,TWO—WAY TRAFFIC A11 vehicles,equipment,.men, and heir Ocitvities ore rostrictec at all times to oro side Of the RURAL OPERATIONS povment. DAY OPERATIONS ONLY Flashing fights or rotating beacons are required for all maintenance vehicles while In operation. Applicable operations iqustrated in Stondaro 701301 may be used when ODerctions do not exceed 15 minutes Or the paVenent Or 60 mirutes On the s oulder respectively. SYMBOLS TYPICAL APPLICATIONS All warning signs shall have minimum dimensions Of 36x36(9007900)and have black legend on an orange Work ore. MOWING reflecto-ized bockground. SPREADING AGGREGATE WEED SPRAYING When fluorescent signs ore used,orange flags are SURFACE MAINTENANCE not required. Sign with 19x18(450x450)mir. NOUS RESURFACING orange flog attoehed. CRACK K CPOURING Tnlscase is for use on rural local roods where SHOULDER REPAIR the local authority considers This protection to CLEANING DITCHES be appropriate for the specific job conditions. AN dimensions are in inches tmilimeter s) unless otherwise shown. DATE REVISIONS sign TRAFFIC CONTROL DEVICES- BOR MAINTENANCE ����� � rfftpsul Kati tr'�L. t-1- 9 II+ TS l-i 09 $WitCYlea Ur�ITS to Ergssn (metric;. Meed STANDARD B.L R.I" cne liener'a!Note. nl.t4E£F OF ICN cNJ Eh4].�NM£NT Hinds Department Material Proposal of Transportation Schedule of Prices Group No,- Items Delivery Unit Quantity Price Total Bit Mat'Is(Prime Coat) Applied Gal 1203.00 Bit Mat'Is C&S CRSP or HFP Applied Gal 6273.00 Seal Coat Agg(CA16 Frac Grav) Spread Ton 224.00 No Materials Shall Be Delivered until the Edge Resurfacing Work is Completed with a Completion Date of August 31, 2016 or after September 30,2016 Unless Approved by the City. The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization 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. Signature of Bidder Address Page 1 of 1 BLR 12241 (Rev.7/05) Printed on 5/24/2016 1:41:39 PM RETURN WITH BID � pn' Local Public Agency of Transp►ortatil�n Formal Contract Proposal PROPOSAL SUBMITTED BY Contractor's Name Street P.O.Box City State Zip Code STATE OF ILLINOIS COUNTY OF Fulton City of Canton (Name of City,Village,Town or Road District) FOR THE IMPROVEMENT OF STREET NAME OR ROUTE NO. Various SECTION NO. 16-00000-01-GM TYPES OF FUNDS MFT ®SPECIFICATIONS(required) ® PLANS(required) For Municipal Projects Department of Transportation ubmitted/Approved/Passed Released for bid based on limited review Mayor ❑ s den Bo of Trustees ❑Municipal Official Regional Engineer Date 06/07/2016 Date VC97-.7ZICv For County and Road District Projects Submitted/Approved Highway Commissioner Date Submitted/Approved County Engineer/Superintendent of Highways Date Note: All proposal documents,including Proposal Guaranty Checks or Proposal Bid Bonds,should be stapled together to prevent loss when bids are processed. Printed 5/24/2016 Page 1 of 6 BLR 12200(01/08/14) RETURN WITH BID County Fulton NOTICE TO BIDDERS Local Public Agency City of Canton Section Number 16-00000-01-GM Route Various Sealed proposals for the improvement described below will be received at the office of City Clerk;City of Canton;, 2 North Main Street;Canton, IL 61520 until on Address Time Date Sealed proposals will be opened and read publicly at the office of City Clerk;City of Canton; 2 North Main Street;Canton,IL 61520 at on Address Time Date DESCRIPTION OF WORK Name City of Canton 2016 Contract Maintenance Length: 5,734.00 feet ( 1.09 miles) Location Various Locations Proposed Improvement Maintenance Mill and Overlay and other collateral work to complete the project 1. Plans and proposal forms will be available in the office of Maurer-Stutz,Inc. 1670 E.Ash St.;Canton IL 61520 Address 2. ® Prequalification If checked, the 2 low bidders must file within 24 hours after the letting an "Affidavit of Availability'(Form BC 57), in duplicate, 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 one original 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. BLR 12200: Local Public Agency Formal Contract Proposal b. BLR 12200a Schedule of Prices c. BLR 12230: Proposal Bid Bond (if applicable) d. BLR 12325:Apprenticeship or Training Program Certification (do not use for federally funded projects) e. BLR 12326: Affidavit of Illinois Business Office 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. Printed 5/24/2016 Page 2 of 6 BLR 12200(01/08/14) RETURN WITH BID County Fulton PROPOSAL Local Public Agency City of Canton Section Number 16-00000-01-GM Route Various 1. Proposal of for the improvement of the above section by the construction of Maintenance Mill and Overlay and other collateral work to complete the project a total distance of 5734.00 feet, of which a distance of 5,734 feet, ( 1.090 miles)are to be improved. 2. The plans for the proposed work are those prepared by Maurer-Stutz, Inc..; 1670 E.Ash Street;Canton,IL 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 8-31-2016 unless additional time is granted in accordance with the specifications. 6. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for 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: City Treasurer of the City of Canton The amount of the check is ( ) 7. In the event that one proposal guaranty check is intended to cover two or more proposals, the amount must be equal to the sum of the proposal guaranties,which would be required for each individual proposal. If the proposal guaranty check is placed in another proposal, it will be found in the proposal for: Section Number 8. 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 or check shall be forfeited to the Awarding Authority. 9. 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 product 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. 10. A bid will be declared unacceptable if neither a unit price nor a total price is shown. 11. The undersigned submits herewith the schedule of prices on BLR 12200a covering the work to be performed under this contract. 12. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on BLR 12200a, 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. Printed 5/24/2016 Page 3 of 6 BLR 12200(01/08/14) RETURN WITH BID Illinois Department of TransportMon SCHEDULE OF PRICES County Fulton Local Public Agency City of Canton Section 16-00000-01-GM Route Various Schedule for Multiple Bids Combination Letter Sections Included in Combinations Total Schedule for Single Bid (For complete information covering these items, see plans and specifications) Bidder's Proposal for making Entire Improvements Item Items EYd Quantity Unit Price Total No. 1 HMA Surf Rem, 1-1/2" 13,187 1 HMA Surf Rem, 3" Sq Yd 446 1 Pavt Patch 6" Sq Yd 100 1 Bit Mat'Is (Prime Coat) Lb 10,766 1 HMA Surf Cse, Mix D, N50 Ton 1,188 Printed 5/24/2016 Page 4-1 of 6 BLR 12200a(01/08/14) RETURN WITH BID County Fulton CONTRACTOR CERTIFICATIONS Local Public Agency City of Canton Section Number 16-00000-01-GM Route Various 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 Deliquency. 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 procedures established by the appropriate revenue Act, its liability for the tax or the amount of 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 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 in 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 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 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 in 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 of record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization 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 cancelled. Printed 5/24/2016 Page 5 of 6 BLR 12200(01/08/14) RETURN WITH BID County Fulton SIGNATURES Local Public Agency City of Canton Section Number 16-00000-01-GM Route Various (If an individual) Signature of Bidder Business Address (If a partnership) Firm Name Signed By Business Address Inset Names and Addressed of All Partners (If a corporation) Corporate Name Signed By President Business Address President Insert Names of Officers Secretary Treasurer Attest: Secretary Printed 5/24/2016 Page 6 of 6 BLR 12200(01/08/14) 111nois Department Apprenticeship or Training of Transportation Program Certification Route Various Return with Bid County Fulton Local Agency City of Canton Section 16-00000-01-GM All contractors are required to complete the following certification: ® For this contract proposal or for all groups in this deliver and install proposal. ❑ For the following deliver and install 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 bidders'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: I. Except as provided in paragraph IV 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. II. The undersigned bidder further certifies for work to be performed by subcontract that each of its subcontractors submitted for approval 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. III. 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. Printed 5/24/2016 Page 1 of 2 BLR 12325(Rev.4/07) IV. Except for any work identified above, any bidder or subcontractor that 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 workforce 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 after award 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: By. Address: Title: (Signature) Printed 5/24/2016 Page 2 of 2 BLR 12325(Rev.4/07) RETURN WITH BID Illinois Department of Transportation Affidavit of Illinois Business Office County Fulton Local Public Agency City of Canton Section Number 16-00000-01-GM Route Various State of ) ) ss. County of ) I, of (Name of Affiant) (City of Affiant) (State of Affiant being first duly sworn upon oath, states as follows: 1. That I am the of officer or position bidder 2. That I have personal knowledge of the facts herein stated. 3. That, if selected under this proposal, , will maintain a (bidder) business office in the State of Illinois which will be located in 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) (Print Name of Affiant) This instrument was acknowledged before me on day of (SEAL) (Signature of Notary Public) Printed 5/24/2016 BLR 12326(01/08/14) 1111nols Department Local Agency of Transportation Proposal Bid Bond Route Various County Fulton RETURN WITH BID Local Agency City of Canton Section 16-00000-01-GM PAPER BID BOND WE as PRINCIPAL, and as SURETY, are held jointly,severally and firmly bound unto the above Local Agency(hereafter referred to as"LA")in the penal sum of 5%of the total bid price,or for the amount specified in 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 LA 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 LA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above designated section and the PRINCIPAL shall within fifteen(15)days after award enter into a formal contract,furnish surety guaranteeing the faithful performance of the work,and furnish evidence of the required insurance coverage,all as provided in the"Standard Specifications for Road and Bridge Construction"and applicable Supplemental Specifications,then this obligation shall become void;otherwise it shall remain in full force and effect. IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph,then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above,together with all court costs,all attorney fees,and any other expense of recovery. IN TESTIMONY WHEREOF,the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this day of Principal (Company Name) (Company Name) By: By. (Signature and Title) (Signature and Title) (If PRINCIPLE is a joint venture of two or more contractors,the company names,and authorized signatures of each contractor must be affixed.) Surety By: (Name of Surety) (Signature of Attorney-in-Fact) STATE OF ILLINOIS, COUNTY OF I. a Notary Public in and for said county, do hereby certify that (Insert names of individuals signing on behalf of PRINCIPAL&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 My commission expires (Notary Public) ELECTRONIC BID BOND ❑ Electronic bid bond is allowed(box must be checked by LA 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 LA 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 and Title) Date Page 1 of 1 BLR 12230(Rev.7/05 Printed on 5/24/2016 10:11:52 AM Iuinob Department Affidavit of Availability of Transportation For the Letting of Bureau of Construction (Letting date) 2300 South Dirksen Parkway/Room 322 Instructions: Complete this form by either typing or using black ink. "Authorization to Bid"will not be issued unless both sides of this form are Springfield, Illinois 62764 completed in detail. Use additional forms as needed to list all work. Part 1. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture,list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate,and must include work subcontracted to others. If no work is contracted,show NONE. 1 2 3 4 Awards Pending Contract Number Contract With Estimated Completion Date Total Contract Price Accumulated Uncompleted Dollar Value if Firm is the Totals Prime Contractor Uncompleted Dollar Value if Firm is the 0.00 Subcontractor 0.00 Total Value of All Work Part II. Awards Pending and Uncompleted Work to be done with your own forces. 0.00 List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work subcontracted to others will be listed on the reverse of this form. In a joint venture,list only that portion of the work to be done by your Accumulated company. If no work is contracted,show NONE_ Totals Earthwork 0.00 Portland Cement Concrete Paving 0.00 HMA Plant Mix 0.00 HMA Paving 0.00 Clean&Seal Cracks/Joints 0.00 Aggregate Bases&Surfaces 0.00 Highway,R.R.and Waterway Structures - 0.00 Drainage 0.00 Electrical 0.00 Cover and Seal Coats 0.00 Concrete Construction 0.00 Landscaping 0.00 Fencing 0.00 Guardrail 0.00 Painting 0.00 Signing 0.00 Cold Milling,Planning&Rotomilling 0.00 Demolition 0.00 Pavement Markings(Paint) 0.00 Other Construction(List) 0.00 0.00 0.00 Totals 0.00 0.00 0.00 0.00 0.00 0.00 Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the"Illinois Procurement Code". Failure to comply will result in non-issuance of an"Authorization To Bid." This form has been approved by the State Forms Management Center. Printed 5/20/2016 Page 1 of 10 BC 57(Rev.08/17/10 Minds Department Affidavit of Availability For the Letting of of Transportation (Letting date) Bureau of Construction Instructions: Complete this form by either typing or using black ink. 2300 South Dirksen Parkway/Room 322 "Authorization to Bid"will not be issued unless both sides of this form are Springfield, Illinois 62764 completed in detail. Use additional forms as needed to list all work. Part I. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not Yet awarded or rejected. In a joint venture,list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate,and must include work subcontracted to others. If no work is contracted,show NONE. 1 2 3 4 Awards Pending Contract Number Contract With Estimated Completion Date Total Contract Price Accumulated Uncompleted Dollar Value if Firm is the Totals Prime Contractor 0.00 Uncompleted Dollar Value if Firm is the Subcontractor 0.00 Total Value of All Work 0.00 Part II. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work Subcontracted to others will be listed on the reverse of this form. In a joint venture,list only that portion of the work to be done by your Accumulated company. If no work is contracted,show NONE. Totals Earthwork 0.00 Portland Cement Concrete Paving 0.00 HMA Plant Mix 0.00 HMA Paving 0.00 Clean&Seal Cracks/Joints 0.00 Aggregate Bases&Surfaces 0.00 Highway,R.R.and Waterway Structures 0.00 Drainage 0.00 Electrical 0.00 Cover and Seal Coats 0.00 Concrete Construction 0.00 Landscaping 0.00 Fencing 0.00 Guardrail 0.00 Painting 0.00 Signing 0.00 Cold Milling,Planning&Rotomilling 0.00 Demolition 0.00 Pavement Markings(Paint) 0.00 Other Construction(List) 0.00 0.00 0.00 Totals 0.00 0.00 0.00 0.00 0.00 0.00 Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the"Illinois Procurement Code". Failure to comply will result in non-issuance of an"Authorization To Bid." This form has been approved by the State Forms Management Center. Printed 5/20/2016 Page 2 of 10 BC 57(Rev.08/17/10 111inob Department Affidavit of Availability of Transportation For the Letting of Bureau of Construction (Letting date} 2300 South Dirksen Parkway/Room/Room 322 Instructions: complete this form by either typing or using black ink. y "Authorization to Bid"will not be issued unless both sides of this form are Springfield, Illinois 62764 completed in detail. Use additional forms as needed to list all work. Part 1. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture,list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate,and must include work subcontracted to others. If no work is contracted,show NONE. 1 2 3 4 Awards Pending Contract Number Contract With Estimated Completion Date Total Contract Price Accumulated Uncompleted Dollar Value if Firm is the Totals Prime Contractor Uncompleted Dollar Value if Firm is the 0.00 Subcontractor 0.00 Total Value of All Work 0.00 Part ll. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work Accumulated Subcontracted to others will be listed on the reverse of this form. In a joint venture,list only that portion of the work to be done by your company. If no work is contracted,show NONE. Totals Earthwork 0.00 Portland Cement Concrete Paving 0.00 HMA Plant Mix 0.00 HMA Paving 0.00 Clean&Seal Cracks/Joints 0.00 Aggregate Bases&Surfaces 0.00 Highway,R.R.and Waterway Structures 0.00 Drainage 0.00 Electrical 0.00 Cover and Seal Coats 0.00 Concrete Construction 0.00 Landscaping 0.00 Fencing 0.00 Guardrail 0.00 Painting 0.00 Signing 0.00 Cold Milling,Planning&Rotomilling 0.00 Demolition 0.00 Pavement Markings(Paint) 0.00 Other Construction(List) 0.00 0.00 I-- F: 0.00 Totals 0.00 0.00 0.00 0.00 0.00 0.00 Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the'Illinois Procurement Code". Failure to comply will result in non-issuance of an"Authorization To Bid." This form has been approved by the State Forms Management Center. Printed 5/20/2016 Page 3 of 10 BC 57(Rev.08/17/10 I inois Department Affidavit of Availability of Transportation For the Letting of (Letting date) Bureau of Construction Instructions: Complete this form by either typing or using black ink. 2300 South Dirksen Parkway/Room 322 "Authorization to Bid"will not be issued unless both sides of this form are Springfield, Illinois 62764 completed in detail. Use additional forms as needed to list all work. Part I. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture,list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate,and must include work subcontracted to others. If no work is contracted,show NONE. 1 2 3 4 Awards Pending Contract Number Contract With Estimated Completion Date Total Contract Price Accumulated Uncompleted Dollar Value if Firm is the Totals Prime Contractor Uncompleted Dollar Value if Firm is the 0.00 Subcontractor 0.00 Total Value of All Work 0.00 Part II. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work Subcontracted to others will be listed on the reverse of this form. In a joint venture,list only that portion of the work to be done by your Accumulated company. If no work is contracted,show NONE. Totals Earthwork 0.00 Portland Cement Concrete Paving 0.00 HMA Plant Mix 0.00 HMA Paving 0.00 Clean&Seal Cracks/Joints 0.00 Aggregate Bases&Surfaces 0.00 Highway,R.R.and Waterway Structures 0.00 Drainage 0.00 Electrical 0.00 Cover and Seal Coats 0.00 Concrete Construction 0.00 Landscaping 0.00 Fencing 0.00 Guardrail 0.00 Painting 0.00 Signing 0.00 Cold Milling,Planning&Rotomilling 0.00 Demolition 0.00 Pavement Markings(Paint) 0.00 Other Construction(List) 0.00 0.00 0.00 Totals 0.00 0.00 0.00 0.00 0.00 0.00 Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the"Illinois Procurement Code". Failure to comply will result in non-issuance of an"Authorization To Bid." This form has been approved by the State Forms Management Center. Printed 5/20/2016 Page 4 of 10 BC 57(Rev.08/17/10 11inois Department Affidavit of Availability of Transportation For the Letting of (Letting date) Bureau of Construction Instructions: Complete this form b either typing 322 p Yot or using black ink. 2300 South Dirksen Parkway/Room "Authorization to Bid"will not be issued unless both sides of this form are Springfield, Illinois 62764 completed in detail. Use additional forms as needed to list all work. Part I. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture,list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate,and must include work subcontracted to others. If no work is contracted,show NONE. 1 2 3 4 Awards Pending Contract Number Contract With Estimated Completion Date Total Contract Price Accumulated Uncompleted Dollar Value if Firm is the Totals Prime Contractor 0.00 Uncompleted Dollar Value if Firm is the Subcontractor 0.00 Total Value of All Work 0.00 Part II. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work Subcontracted to others will be listed on the reverse of this form. In a joint venture,list only that portion of the work to be done by your Accumulated company. If no work is contracted,show NONE. Totals Earthwork 0.00 Portland Cement Concrete Paving 0.00 HMA Plant Mix 0.00 HMA Paving 0.00 Clean&Seal Cracks/Joints 0.00 Aggregate Bases&Surfaces 0.00 Highway,R.R.and Waterway Structures 0.00 Drainage 0.00 Electrical 0.00 Cover and Seal Coats 0.00 Concrete Construction 0.00 Landscaping 0.00 Fencing 0.00 Guardrail 0.00 Painting 0.00 Signing 0.00 Cold Milling,Planning&Rotomilling 0.00 Demolition 0.00 Pavement Markings(Paint) 0.00 Other Construction(List) 0.00 0.00 0.00 Totals 0.00 0.00 0.00 0.00 0.00 0.00 Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the"Illinois Procurement Code". Failure to comply will result in non-issuance of an"Authorization To Bid." This form has been approved by the State Forms Management Center. Printed 5/20/2016 Page 5 of 10 BC 57(Rev.08/17/10 Part III. Work Subcontracted to Others For each contract described in Part i,list all the work you have subcontracted to others. 1 2 3 4 Awards Pending Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted 0.00 0.00 0.00 0.00 0.00 I,being duly sworn,do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal,State,County,City and private work,including ALL subcontract work,ALL pending low bids not yet awarded or rejected and ALL estimated completion dates Subscribed and sworn to before me this day of —20 Type or Print Name Officer or Director Title Notary Public Signed My commission expires: Company (Notary Seal) Address Printed 5/20/2016 Page 6 of 10 BC 57(Rev.08/17/10 Part Ill. Work Subcontracted to Others For each contract described in Part I,list all the work you have subcontracted to others. 1 2 3 4 Awards Pending Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted 0.00 0.00 0.00 0.00 0.00 I,being duly sworn,do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal,State,County,City and private work,including ALL subcontract work,ALL pending low bids not yet awarded or rejected and ALL estimated completion dates Subscribed and sworn to before me this day of 20 Type or Print Name Officer or Director Title Notary Public Signed My commission expires: Company (Notary Seal) Address Printed 5/20/2016 Page 7 of 10 BC 57(Rev.08/17/10 Part III. Work Subcontracted to Others For each contract described in Part i,list all the work you have subcontracted to others. 1 2 3 4 Awards Pendin Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted 0.00 0.00 0.00 0.00 0.00 I,being duly sworn,do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal,State,County,City and private work,including ALL subcontract work,ALL pending low bids not yet awarded or rejected and ALL estimated completion dates Subscribed and sworn to before me this day of 20 Type or Print Name Officer or Director Title Notary Public Signed My commission expires: Company (Notary Sea[) Address Printed 5/20/2016 Page 8 of 10 BC 57(Rev.08/17/10 Part III. Work Subcontracted to Others For each contract described in Part I,list all the work you have subcontracted to others. 1 2 3 4 Awards Pending Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted 0.00 0.00 0.00 0.00 0.00 1,being duly sworn,do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal,State,County,City and private work,including ALL subcontract work,ALL pending low bids not yet awarded or rejected and ALL estimated completion dates Subscribed and sworn to before me this day of 20 Type or Print Name Officer or Director Title Notary Public Signed My commission expires: Company (Notary Seal) Address Printed 5/20/2016 Page 9 of 10 BC 57(Rev.08/17/10 Part III. Work Subcontracted to Others For each contract described in Part I,list all the work you have subcontracted to others. 1 2 3 4 Awards Pending Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted 0.00 0.00 0.00 0.00 0.00 I,being duly sworn,do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal,State,County,City and private work,including ALL subcontract work,ALL pending low bids not yet awarded or rejected and ALL estimated completion dates Subscribed and sworn to before me this day of 20 Type or Print Name Officer or Director Title Notary Public Signed My commission expires: Company (Notary Seal) Address Printed 5/20/2016 Page 10 of 10 BC 57(Rev.08/17/10 City of Canton Section 16-00000-01-GM Fulton County INDEX FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS Adopted April 1, 2016 This index contains a listing of SUPPLEMENTAL SPECIFICATIONS, frequently used RECURRING SPECIAL PROVISIONS, and LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS. No ERRATA this year. SUPPLEMENTAL SPECIFICATIONS Std. Spec. Sec. Page No. No Supplemental Specifications this year. ii City of Canton Section 16-00000-01-GM Fulton County CHECK SHEET FOR RECURRING SPECIAL PROVISIONS Adopted April 1,2016 The following RECURRING SPECIAL PROVISIONS indicated by an °X" are applicable to this contract and are included by reference: RECURRING SPECIAL PROVISIONS CHECK SHEET# 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 Hot-Mix Asphalt Surface Removal 27 8 ❑ Temporary Stream Crossings and In-Stream Work Pads 28 9 ❑ Construction Layout Stakes Except for Bridges 29 10 ❑ Construction Layout Stakes 32 11 ❑ Use of Geotextile Fabric for Railroad Crossing 35 12 ❑ Subsealing of Concrete Pavements 37 13 ❑ Hot-Mix Asphalt Surface Correction 41 14 ❑ Pavement and Shoulder Resurfacing 43 15 ❑ Patching with Hot-Mix Asphalt Overlay Removal 44 16 ❑ Polymer Concrete 45 17 ❑ PVC Pipeliner 47 18 ❑ Bicycle Racks 48 19 ❑ Temporary Portable Bridge Traffic Signals 50 20 ❑ Work Zone Public Information Signs 52 21 ❑ Nighttime Inspection of Roadway Lighting 53 22 ❑ English Substitution of Metric Bolts 54 23 ❑ Calcium Chloride Accelerator for Portland Cement Concrete 55 24 ❑ Quality Control of Concrete Mixtures at the Plant 56 25 ❑ Quality Control/Quality Assurance of Concrete Mixtures 64 26 ❑ Digital Terrain Modeling for Earthwork Calculations 80 27 ❑ Pavement Marking Removal 82 28 ❑ Preventive Maintenance—Bituminous Surface Treatment 83 29 ❑ Preventive Maintenance—Cape Seal 89 30 ❑ Preventive Maintenance—Micro-Surfacing 104 31 ❑ Preventive Maintenance—Slurry Seal 115 32 ❑ Temporary Raised Pavement Markers 125 33 ❑ Restoring Bridge Approach Pavements Using High-Density Foam 126 City of Canton Section 16-00000-01-GM Fulton County CHECK SHEET FOR LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS Adopted April 1,2016 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. LRS1 Reserved...... ................................................................................................................................................... 130 LRS2 ❑ Furnished Excavation ....................................................................................................................................... 131 LRS 3 ❑X Work Zone Traffic Control Surveillance........................................................................................................... 132 LRS4 ❑X Flaggers in Work Zones .................................................................................................................................. 133 LRS5 ❑X Contract Claims ............................................................................................................................................... 134 LRS 6 ❑X Bidding Requirements and Conditions for Contract Proposals ....................................................................... 135 LRS 7 ❑ Bidding Requirements and Conditions for Material Proposals ........................................................................ 141 LRS8 Reserved.......................................................................................................................................................... 147 LRS 9 ❑ Bituminous Surface Treatments ...................................................................................................................... 148 LRS10 Reserved.......................................................................................................................................................... 149 LRS11 ❑X Employment Practices ..................................................................................................................................... 150 LRS 12 ❑X Wages of Employees on Public Works............................................................................................................ 152 LRS13 ❑X Selection of Labor............................................................................................................................................ 154 LRS 14 ❑ Paving Brick and Concrete Paver Pavements and Sidewalks......................................................................... 155 LRS15 ❑X Partial Payments.............................................................................................................................................. 158 LRS16 ❑X Protests on Local Lettings................................................................................................................................ 159 LRS 17 ❑X Substance Abuse Prevention Program............................................................................................................ 160 LRS 18 ❑ Multigrade Cold Mix Asphalt............................................ .................................... 161 ............................................ City of Canton Section 16-00000-01-GM Fulton County BDE SPECIAL PROVISIONS For the April 22 and June 10, 2016 Lettings The following special provisions indicated by an "x" are applicable to this contract and will be included by the Project Development 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 2014 * .y. Or f 'AggrApp,,,, 80192 3 Automated Flagger Assistance Device Jan. 1, 2008 80173 4 Bituminous Materials Cost Adjustments Nov. 2, 2006 July 1, 2015 80241 5 Bridge Demolition Debris July 1, 2009 50261 6 Building Removal-Case I (Non-Friable and Friable Asbestos) Sept. 1, 1990 April 1, 2010 50481 7 Building Removal-Case 11 (Non-Friable Asbestos) Sept. 1, 1990 April 1, 2010 50491 8 Building Removal-Case III (Friable Asbestos) Sept. 1, 1990 April 1, 2010 50531 9 Building Removal-Case IV (No Asbestos) Sept. 1, 1990 April 1, 2010 80360 10 Coarse Aggregate Quality July 1, 2015 80198 11 Completion Date (via calendar days) April 1, 2008 80199 12 Completion Date (via calendar days) Plus Working Days April 1, 2008 80293 13 Concrete Box Culverts with Skews> 30 Degrees and Design Fills 5 5 April 1, 2012 April 1, 2015 Feet "1",803,11,' 14' Ci*n tete End v fiar Prpe Cuhrerts Jar1 ' , 80277. 5, ; cret Mix> ° > i"Arnent pro de Jan t. � 80261 16 Construction Air Quality Diesel Retrofit June 1, 2010 Nov 1 2014 * S10� t rs du ntaged I ue�r ess i erprlse participation . ;z0a0 Jan ` 3t3,.s> w `� ljgj r) er's.Ftek! .. dr ,.. . M..... April 1f 2f110_... .. ... ,... 80358 19 Equal Employment Opportunity April 1 2015 l � Irrrata far the 2610arc! peel Ca AP .. 1 ..,., , 80229 21 Fuel Cost Adjustment April 1, 2009 July 1, 2015 80304 22 Grooving for Recessed Pavement Markings Nov 1 2012 Aug 1 2014 02*� Hcat-Nilt�A a[t i TeOn f Lcangltudrnr�� s rtlss � ,lei, �� ��t rr� � �1 t � �# Hct ix As ra fi3r Perfc ante Using Pe1�t�n Imps t+1os. � Aprrl � nlaslte lrnptt � F ..., .Ongitudiria(.Ipinl�; �� _�aqk Patoog _M,.., �77 ,,,,. ► wit 80045 26 Material Transfer Device June 15 1999 Aug 1 2014 7tlhanlCsl 80165 28 Moisture Cured Urethane Paint System Nov 1 2006 Jan 1 2010 " ${33E31 :0 S, Sign � Cartlficatsara of Metal Fabr�atc►r 0,15-- April ,,,, N � �� $t3 � pavement Ming t Tape RY Apfil � pavement Marling T IV Apnl �xiB $03135 32 pedestrian Push 80358 pian, Camey Qrt � tldge neck Curing' , ril 1 2015 � r�� r p�erui Cement ,:� ete ay pr �terlay 1 0 X338 �an Cementral CeptN1 Hat� Asttt pa �� � � it ' .. ... Plastrcaerlt iWetklrt .Type _ ; 80328 37 Progress Payments Nov. 2, 2013 34261 38 Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, 2006 80157 39 Railroad Protective Liability Insurance (5 and 10) Jan 1, 2006 sphal#pauem� ftAP}at I t f l d 1 ne l�lc�v 1,.21 1 Aft} I, 1 z rr lrt E;. 66,*r .J, 80127 42 Steel Cost Adjustment April 2, 2004 July 1, 2015 80362 43 Steel Slag in Trench Backfill Jan 1 2016 _ .Surface ` stnt7_11lx Asphe� iays,,,...,,.,. . City of Canton Section 16-00000-01-GM Fulton County File Name # Special Provision Title Effective Revised 80355 45 Temporary Concrete Barrier Jan. 1, 2015 July 1, 2015 20338 46 Training Special Provisions Oct. 15, 1975 80318 47 Traversable Pipe Grate Jan 1, 2013 April 1 2014 ,1�Va .Mi00*"'_' 80302 49 Weekly DBE Trucking Reports June 2, 2012 Aril 2, 2015 80289 50 Wet Reflective Thermoplastic Pavement Marking Jan. 1, 2012 80071 51 Working Days Jan. 1, 2002 The following special provisions and recurring special provisions are in the 2016 Standard Specifications. File Name Special Provision Title New Location Effective Revised 80240 Above Grade Inlet Protection Articles 280.02, 280.04, and July 1, 2009 Jan. 1, 2012 1081.15 80310 Coated Galvanized Steel Conduit Article 811.03 Jan. 1, 2013 Jan. 1, 2015 80341 Coilable Nonmetallic Conduit Article 1088.01 Aug. 1, 2014 Jan. 1, 2015 80294 Concrete Box Culverts with Skews <_30 Degrees Article 540.04 April 1, 2012 April 1, 2014 Regardless of Design Fill and Skews > 30 Degrees with Design Fills > 5 Feet 80334 Concrete Gutter, Curb, Median, and Paved Ditch Articles 606.02, 606.07, and April 1, 2014 Aug. 1, 2014 1050.04 80335 Contract Claims Article 109.09 April 1, 2014 Chk Sht English Substitution of Metric Reinforcement Bars Article 508.09 April 1, 1996 Jan. 1, 2011 #27 80265 Friction Aggregate Articles 1004.01 and 1004.03 Jan. 1, 2011 Nov. 1, 2014 80329 Glare Screen Sections 638 and 1085 Jan. 1, 2014 Chk Sht Guardrail and Barrier Wall Delineation Sections 635, 725, 782, and Dec. 15, 1993 Jan. 1, 2012 #20 1097 80322 Hot-MixAsphalt-Mixture Design Composition and Sections 312, 355, 406, 407, Nov. 1, 2013 Nov. 1, 2014 Volumetric Requirements 442, 482, 601, 1003, 1004, 1030, and 1102 80323 Hot-MixAsphalt-Mixture Design Verification and Sections 406, 1030, and Nov. 1, 2013 Nov. 1, 2014 Production 1102 80348 Hot-Mix Asphalt-Prime Coat Sections 403, 406, 407, 408, Nov. 1, 2014 1032, and 1102 80315 Insertion Lining of Culverts Sections 543 and 1029 Jan. 1, 2013 Nov. 1, 2013 80351 Light Tower Article 1069.08 Jan. 1, 2015 80324 LRFD Pipe Culvert Burial Tables Sections 542 and 1040 Nov. 1, 2013 April 1, 2015 80325 LRFD Storm Sewer Burial Tables Sections 550 and 1040 Nov. 1, 2013 April 1, 2015 80337 Paved Shoulder Removal Article 440.07 April 1, 2014 80254 Pavement Patching Article 701.17 Jan. 1, 2010 80352 Pavement Striping-Symbols Article 780.14 Jan. 1, 2015 Chk Sht Pipe Underdrains Section 601 and Articles Sept. 9, 1987 Jan. 1, 2007 #19 1003.01, 1003.04, 1004.05, 1040.06, and 1080.05 80343 Precast Concrete Handhole Articles 814.02, 814.03, and Aug. 1, 2014 1042.17 80350 Retroreflective Sheeting for Highway Signs Article 1091.03 Nov. 1, 2014 80327 Reinforcement Bars Section 508 and Articles Nov. 1, 2013 421.04, 442.06, 1006.10 80344 Rigid Metal Conduit Article 1088.01 Aug. 1, 2014 80354 Sidewalk, Corner, or Crosswalk Closure Article 1106.02 Jan. 1, 2015 April 1, 2015 80301 Tracking the Use of Pesticides Article 107.23 Aug. 1, 2012 80356 Traffic Barrier Terminals Type 6 or 613 Article 631.02 Jan. 1, 2015 80345 Underpass Luminaire Articles 821.06 and 1067.04 Aug. 1, 2014 April 1, 2015 City of Canton Section 16-00000-01-GM Fulton County File Name Special Provision Title New Location Effective Revised 80357 Urban Half Road Closure with Mountable Median Articles 701.18, 701.19, and Jan. 1, 2015 July 1, 2015 701.20 80346 Waterway Obstruction Warning Luminaire Article 1067.07 Aug. 1, 2014 April 1, 2015 The following special provisions require additional information from the designer. The additional information needs to be included in a separate document attached to this check sheet. The Project Development and Implementation section will then include the information in the applicable special provision. The Special Provisions are: • Bridge Demolition Debris • Building Removal-Case IV • Material Transfer Device • Building Removal-Case 1 0 Completion Date 0 Railroad Protective Liability Insurance • Building Removal-Case II a Completion Date Plus Working Days 0 Training Special Provisions • Building Removal-Case III • DBE Participation a Working Days City of Canton Section 16-00000-01-GM Fulton County Index of Sheets Description Page No. Description of Work 1 Completion Work Date 1 Manholes and Other Utilities to be Adjusted 1 Traffic Control Plan 1 Hot-Mix Asphalt Surface Course, Mix D, N50 2 Other Pavement Edge Transitions 2 Hot-Mix Asphalt Surface Removal, 1-1/2" or 3" 3 Pavement Patching 6" 4 ERRATA for the 2016 Standard Specifications (BDE) 5 Hot-Mix Asphalt—Density Testing of Longitudinal Joints (BDE) g Reclaimed Asphalt Pavement and Reclaimed Asphalt Shingles (BDE) 10 Warm Mix Asphalt (BDE) 20 Insurance 22 City of Canton Section 16-00000-01-GM Fulton County CITY OF CANTON SPECIAL PROVISION The following Special Provisions supplement the"Standard Specifications for Road and Bridge Construction,"Adopted April 1, 2016, 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 for bids, and the Supplemental Specifications and Recurring Special Provisions indicated on the Check Sheet included herein which apply to and govern the construction of City of Canton, Section 16-00000-01-GM in Fulton County and in case of conflict with any part or parts of said Specifications, the said Special Provisions shall take precedence and shall govern. DESCRIPTION OF WORK This work shall consist of HMA Surface Removal, placement of HMA surface course and other collateral work as necessary to complete the project on various locations in the City of Canton. COMPLETION WORK DATE The Contractor shall schedule his operations so as to complete all work by August 31, 2016. MANHOLES AND OTHER UTILITIES TO BE ADJUSTED The City of Canton will be responsible for manhole, valve box and other utility adjustments if required. This item will be performed at no cost to this contract. TRAFFIC CONTROL PLAN 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," these Special Provisions, and any special details and Highway Standards contained herein and in the plans. Special attention is called to Section 701 and Articles 107.09 and 107.14 of the "Standard Specifications for Road and Bridge Construction" and the following Highway Standards relating to traffic control: 701501 701901 BLR 18-6 Special attention is called to Section 1106 of the Standard Specifications. The Contractor will take care of any notification to affected property owners. All traffic control required shall be considered incidental to the contract and will not be paid for separately. Page 1 City of Canton Section 16-00000-01-GM Fulton County HOT-MIX ASPHALT SURFACE COURSE, MIX D, N50 This item consists of the furnishing, transportation and placement of hot-mix asphalt mixture in accordance with Section 406 of the Standard Specifications and as modified herein. The total thickness will be 1-1/2" on 3rd Avenue, 8th Avenue, 14th Avenue, 16th Avenue and Myrtle Street and 3" on 6th Avenue and Linden Street. The areas placed on 3rd Avenue and Myrtle Street will be 6' wide. The 3" areas shall be placed as two lifts. Material placed within the radius returns or butt joints will be included at the contract unit price per ton for HOT-MIX ASPHALT SURFACE COURSE, MIXTURE D, N50 and no addition compensation will be allowed. Article 406.11 will not be applicable. The following mixture requirements are applicable for this project. Mixture Use(s) Surface Course AC/PG: PG 64-22 Design Air Voids: 4.0% @ N = 50 Mixture Composition: IL 9.5 Gradation Mixture) Friction Aggregate: I Mixture D Quality Management Program I QCQA Note: 1) Individual lift thickness of each mix type will be no less than 3 times nominal maximum aggregate size and no more than 6 times nominal maximum aggregate size, unless otherwise approved by the Engineer. 2) For design purposes, mixture weight for all mixes is determined to be 112.0 lbs/s.y./in., unless otherwise noted. 3) Sublot sizes for PFP and QCP mixes will be 1000 tons,unless otherwise agreed to by the Engineer and paving contractor. This work will be paid for at the contract unit price per ton for HOT-MIX ASPHALT SURFACE COURSE, MIXTURE D, N50 which shall include all labor, equipment and materials to complete the work. OTHER PAVEMENT EDGE TRANSITIONS Pavement edge transitions are required at sideroads, curb and gutter, curbs, inlets, driveways, etc. as needed. Pavement edge transitions shall be considered incidental to Hot-Mix Asphalt Surface Course, Mix D, N50 and no additional compensation will be allowed. Page 2 City of Canton Section 16-00000-01-GM Fulton County HOT-MIX ASPHALT SURFACE COURSE, MIX D, N60 This item consists of the furnishing, transportation and placement of hot-mix asphalt mixture in accordance with Section 406 of the Standard Specifications and as modified herein. The total thickness will be 1-1/2" on 3`a Avenue, 8th Avenue, 14th Avenue, 16th Avenue and Myrtle Street and 3" on 6th Avenue and Linden Street. The areas placed on 3rd Avenue and Myrtle Street will be 6' wide. The 3" areas shall be placed as two lifts. Material placed within the radius returns or butt joints will be included at the contract unit price per ton for HOT-MIX ASPHALT SURFACE COURSE, MIXTURE D, N50 and no addition compensation will be allowed. Article 406.11 will not be applicable. The following mixture requirements are applicable for this project. Mixture Use(s) Surface Course AC/PG: PG 64-22 Design Air Voids: 4.0% @ N = 50 Mixture Composition: IL 9.5 (Gradation Mixture) Friction Aggregate: Mixture D Quality Management Program I QCQA Note: 1) Individual lift thickness of each mix type will be no less than 3 times nominal maximum aggregate size and no more than 6 times nominal maximum aggregate size, unless otherwise approved by the Engineer. 2) For design purposes, mixture weight for all mixes is determined to be 112.0 lbs/s.y./in., unless otherwise noted. 3) Sublot sizes for PFP and QCP mixes will be 1000 tons,unless otherwise agreed to by the Engineer and paving contractor. This work will be paid for at the contract unit price per ton for HOT-MIX ASPHALT SURFACE COURSE, MIXTURE D, N50 which shall include all labor, equipment and materials to complete the work. OTHER PAVEMENT EDGE TRANSITIONS Pavement edge transitions are required at sideroads, curb and gutter, curbs, inlets, driveways, etc. as needed. Pavement edge transitions shall be considered incidental to Hot-Mix Asphalt Surface Course, Mix D, N50 and no additional compensation will be allowed. Page 2 City of Canton Section 16-00000-01-GM Fulton County HOT-MIX ASPHALT SURFACE REMOVAL, 1-1/2" or 3" The locations of the surface removal are shown on the typical sections included later in this proposal. The cold milled salvaged aggregate resulting from this operation shall be the property of the City of Canton. The contractor shall deliver it to the City's lot at 4t" Avenue and Maple Street (former IH Site) and store it as directed by the City of Canton's Public Works Director. If the milling depth is intended to expose the original concrete pavement, then additional hand or machine work may be necessary to remove any remaining veneer of bituminous pavement which may be left in place behind the milling machine. Such work will be at the direction of the Engineer and at no extra cost to the CITY. Cleanup: After cold milling a traffic lane and before opening the lane to traffic, the pavement shall be swept by a (a) self-propelled street sweeper with power vacuum capability or (b) mechanical broom to prevent compaction of the cuttings onto the pavement. All loose material shall be removed from the roadway. Before the area reflective crack control treatment or prime coat is placed, the pavement shall be cleaned of all foreign material to the satisfaction of the Engineer. This cleanup work shall be considered included in the contract unit price per square yard for HOT-MIX ASPHALT SURFACE REMOVAL, 1-1/2" or 3-1/2", and no additional compensation will be allowed. Method of Measurement (a) Contract Quantities. The requirements for the use of Contract Quantities shall be Article 202.07(a) of the Standard Specifications. (b) Measured Quantities. Cold milling and planing will be measured and the area computed in square yards of surface. Areas not milled (shadow areas) due to rutting in the existing pavement surface will be included in the area measured for payment. Butt Joints and radius return areas removed will be included in the area measured for pavement and will not be paid for separately. Removal of occasional concrete patches in the surface to the required depth shall be accomplished identically to the removal of the bituminous surface, and these areas shall be included in the unit cost bid per square yard for HOT-MIX ASPHALT SURFACE REMOVAL, 1-1/2" or 3". Page 3 City of Canton Section 16-00000-01-GM Fulton County Basis of Payment Transporting salvage milled material to the City's stock pile shall be incidental to the contract unit price per Square Yard for HOT-MIX ASPHALT SURFACE REMOVAL, 1-1/2" or 3". This work will be paid in accordance with Article 440.08. PAVEMENT PATCHING 6" This work shall be performed in accordance with the applicable portions of Sections 440, 351,353 and 406 of the Standard Specifications. The pavement to be removed and replaced is for miscellaneous patching required after milling. The pavement shall be replaced with 6" of HMA. Unsuitable material encountered in the sub-grade shall be removed and replaced with CA-6 aggregate. Additional material needed to provide an adequate sub-grade shall also be CA-6 aggregate. This work shall be performed in accordance with Article 420.04 and no additional compensation will be allowed for the excavation of unsuitable material and CA-6 material required to provide a stable sub-grade. PAVEMENT PATCHING 6" will be measured for payment in place of the new completed pavement regardless of size and the area computed in square yards. The work to remove and replace the pavement will be paid for at the contract unit price per square yard for PAVEMENT PATCHING 6"which shall include all labor, equipment and materials needed to complete the work. Page 4 City of Canton Section 16-00000-01-GM Fulton County ERRATA FOR THE 2016 STANDARD SPECIFICATIONS (BDE) Effective: April 1, 2016 Page 84 Article 204.02. In the seventh line of the first paragraph change "AASHTO T 99 (Method C)"to "Illinois Modified AASHTO T 99 (Method C)". Page 90 Article 205.06. In the first sentence of the third paragraph change "AASHTO T 99 (Method C)"to "Illinois Modified AASHTO T 99 (Method C)". Page 91 Article 205.06. In the first sentence of the fourth paragraph change "AASHTO T 99 (Method C)" to "Illinois Modified AASHTO T 99 (Method C)", and in the second sentence change "AASHTO T 224" to "Illinois Modified AASHTO T 99 (Annex Al)". Page 91 Article 205.06. In the second line of the fifth paragraph change "AASHTO T 191" to "Illinois Modified AASHTO T 191". Page 91 Article 205.06. In the sixth line of the eighth paragraph change "AASHTO T 99 (Method C)"to "Illinois Modified AASHTO T 99 (Method C)". Page 148 Article 302.09. In the second sentence of the fifth paragraph change "AASHTO T 191" to "Illinois Modified AASHTO T 191", and in the third sentence change "AASHTO T 99" to "Illinois Modified AASHTO T 99". Page 152 Article 310.09. In the second sentence of the second paragraph change "AASHTO T 191" to "Illinois Modified AASHTO T 191", and in the third sentence change "AASHTO T 99" to "Illinois Modified AASHTO T 99". Page 155 Article 311.05(a). In the first sentence of the fifth paragraph change "AASHTO T 99 (Method C)" to "Illinois Modified AASHTO T 99 (Method C)", and in the second sentence change "AASHTO T 224" to "Illinois Modified AASHTO T 99 (Annex Al)". Page 155 Article 311.05(a). In the second line of the sixth paragraph change "AASHTO T 191" to "Illinois Modified AASHTO T 191". Page 163 Article 351.05(a). In the second sentence of the fifth paragraph change "AASHTO T 99 (Method C)" to "Illinois Modified AASHTO T 99 (Method C)", and in the third sentence change "AASHTO T 224" to "Illinois Modified AASHTO T 99 (Annex Al)". Page 163 Article 351.05(a). In the second line of the sixth paragraph change "AASHTO T 191"to "Illinois Modified AASHTO T 191". Page 169 Article 352.11. In the second sentence of the fourth paragraph change "AASHTO T 191" to "Illinois Modified AASHTO T 191", and in the third sentence change "AASHTO T 134 (Method B)" to "Illinois Modified AASHTO T 134 (Method B)". Page 5 City of Canton Section 16-00000-01-GM Fulton County Page 169 Article 352.12. In the first sentence of the first paragraph change "AASHTO T 22" to "Illinois Modified AASHTO T 22", and in the second sentence change "AASHTO T 134 (Method B)'to"Illinois Modified AASHTO T 134 (Method B)". Page 196 Article 406.07(a). After the footnotes in Table 1 - Minimum Roller Requirements for HMA add the following: "EQUIPMENT DEFINITION VS - Vibratory roller, static mode, minimum 125 Ib/in. (2.2 kg/mm) of roller width. Maximum speed = 3 mph (5 km/h) or 264 ft/min (80 m/min). If the vibratory roller does not eliminate roller marks, its use shall be discontinued and a tandem roller, adequately ballasted to remove roller marks, shall be used. Vo - Vibratory roller, dynamic mode, operated at a speed to produce not less than 10 impacts/ft (30 impacts/m). P - Pneumatic-tired roller, max. speed 3 1/2 mph (5.5 km/h) or 308 ft/min (92 m/min). The pneumatic-tired roller shall have a minimum tire pressure of 80 psi (550 kPa) and shall be equipped with heat retention shields. The self-propelled pneumatic-tired roller shall develop a compression of not less than 300 lb (53 N) nor more than 500 Ib (88 N) per in. (mm)of width of the tire tread in contact with the HMA surface. TB - Tandem roller for breakdown rolling, 8 to 12 tons (7 to 11 metric tons), 250 to 400 Win. (44 to 70 N/mm) of roller width, max. speed = 3 1/2 mph (5.5 km/h)or 308 ft/min (92 m/min). TF - Tandem roller for final rolling, 200 to 400 Win. (35 to 70 N/mm) of roller width with minimum roller width of 50 in. (1.25 m). Ballast shall be increased if roller marks are not eliminated. Ballast shall be decreased if the mat shoves or distorts. 3W- Three wheel roller, max. speed = 3 mph (5 km/h) or 264 ft/min (80 m/min), 300 to 400 Win. (53 to 70 N/mm) of roller width. The three- wheel roller shall weigh 10 to 12 tons (9 to 11 metric tons)." Page 331 Article 505.04(p). Under Range of Clearance in the first table change "in. x 10-6" to "in. x 10-3,,. Page 444 Article 542.03. In the Notes in Table IIIB add "CPP Corrugated Polypropylene (CPP) pipe with smooth interior". Page 6 City of Canton Section 16-00000-01-GM Fulton County Page 445 Article 542.03. In the fourth column in Table 1116 (metric) change the heading for Type 5 pipe from "CPE"to "CPP". Page 445 Article 542.03. In the Notes in Table 1116 (metric) change "PE Polyethylene (PE) pipe with a smooth interior' to "CPP Corrugated Polypropylene (CPP) pipe with smooth interior'. Page 449 Article 542.04(f)(2). In the third line of the second paragraph change "AASHTO T 99 (Method C)"to"Illinois Modified AASHTO T 99 (Method C)". Page 544 Article 639.03. In the first sentence of the first paragraph change "AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, Traffic Signals," to "AASHTO "LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals,"". Page 546 Article 640.03. In the first sentence of the first paragraph change "AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals" to "AASHTO "LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals"". Page 548 Article 641.03. In the first sentence of the first paragraph change "AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaire and Traffic Signals," to "AASHTO "LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals,"". Page 621 Article 727.03. In the first sentence of the third paragraph change "AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals" to "AASHTO "LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals"". Page 629 Article 734.03(a). In the fourth line of the second paragraph change "AASHTO T 99 (Method C)"to "Illinois Modified AASHTO T 99 (Method C)". Page 649 Article 801.02. In the first sentence of the first paragraph change "AASHTO's Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals" to "AASHTO "LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals"". Page 742 Article 1003.04(c). Under Gradation in the table change "(see Article 1003.02(c))" to"(see Article 1003.01(c))". Page 755 Article 1004.03(b). Revise the third sentence of the first paragraph to read "For Class A (seal or cover coat), and other binder courses, the coarse aggregate shall be Class C quality or better.". Page 7 City of Canton Section 16-00000-01-GM Fulton County Page 809 Article 1020.04(e). In the third line of the first paragraph change "ITP SCC-3" to "ITP SCC-4". Page 945 Article 1069.05. In the first sentence of the tenth paragraph change ""Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals"" to "AASHTO "LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals"". Page 961 Article 1070.04(b)(1). In the third sentence of the first paragraph change ""Standard Specifications of Structural Supports for Highway Signs, Luminaires and Traffic Signals" published by AASHTO" to "AASHTO "LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals"". Page 989 Article 1077.01. In the second sentence of the first paragraph change "Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals, as published by AASHTO" to "AASHTO "LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals"". Page 1121 Article 1103.13(a). In the first line of the first paragraph change "Bridge Deck Approach Slabs."to "Bridge Deck and Approach Slabs.". 80364 Page 8 City of Canton Section 16-00000-01-GM Fulton County HOT-MIX ASPHALT -DENSITY TESTING OF LONGITUDINAL JOINTS (BDE) Effective: January 1, 2010 Revised: April 1, 2106 Description. This work shall consist of testing the density of longitudinal joints as part of the quality control/quality assurance (QC/QA) of hot-mix asphalt (HMA). Work shall be according to Section 1030 of the Standard Specifications except as follows. Quality Control/Quality Assurance (QC/QA). Delete the second and third sentence of the third paragraph of Article 1030.05(d)(3) of the Standard Specifications. Add the following paragraphs to the end of Article 1030.05(d)(3) of the Standard Specifications: "Longitudinal joint density testing shall be performed at each random density test location. Longitudinal joint testing shall be located at a distance equal to the lift thickness or a minimum of 4 in. (100 mm), from each pavement edge. (i.e. for a 5 in. (125 mm) lift the near edge of the density gauge or core barrel shall be within 5 in. (125 mm) from the edge of pavement.) Longitudinal joint density testing shall be performed using either a correlated nuclear gauge or cores. a. Confined Edge. Each confined edge density shall be represented by a one- minute nuclear density reading or a core density and shall be included in the average of density readings or core densities taken across the mat which represents the Individual Test. b. Unconfined Edge. Each unconfined edge joint density shall be represented by an average of three one-minute density readings or a single core density at the given density test location and shall meet the density requirements specified herein. The three one-minute readings shall be spaced 10 ft (3 m) apart longitudinally along the unconfined pavement edge and centered at the random density test location." Revise the Density Control Limits table in Article 1030.05(d)(4) of the Standard Specifications to read: "Mixture Parameter Individual Test Unconfined Edge Composition (includes confined Joint Density edges) Minimum IL-4.75 Ndesi n = 50 93.0—97.4% 91.0% IL-9.5 Ndesi n = 90 92.0 -96.0% 90.0% IL-9.5,IL-9.5L Ndesi n < 90 92.5-97.4% 90.0% IL-19.0 Ndesi n = 90 93.0-96.0% 90.0% IL-19.0, IL-19.OL Ndesi n < 90 93.0 —97.4% 90.0% SMA Ndesi n = 50 &80 93.5-97.4% 91.0%" 80246 Page 9 City of Canton Section 16-00000-01-GM Fulton County RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES (BDE) Effective: November 1, 2012 Revise: April 1, 2016 Revise Section 1031 of the Standard Specifications to read: "SECTION 1031. RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES 1031.01 Description. Reclaimed asphalt pavement and reclaimed asphalt shingles shall be according to the following. (a) Reclaimed Asphalt Pavement (RAP). RAP is the material produced by cold milling or crushing an existing hot-mix asphalt (HMA) pavement. The Contractor shall supply written documentation that the RAP originated from routes or airfields under federal, state, or local agency jurisdiction. (b) Reclaimed Asphalt Shingles (RAS). Reclaimed asphalt shingles (RAS). RAS is from the processing and grinding of preconsumer or post-consumer shingles. RAS shall be a clean and uniform material with a maximum of 0.5 percent unacceptable material, as defined in Bureau of Materials and Physical Research Policy Memorandum, "Reclaimed Asphalt Shingle (RAS) Sources", by weight of RAS. All RAS used shall come from a Bureau of Materials and Physical Research approved processing facility where it shall be ground and processed to 100 percent passing the 3/8 in. (9.5 mm) sieve and 93 percent passing the #4 (4.75 mm) sieve based on a dry shake gradation. RAS shall be uniform in gradation and asphalt binder content and shall meet the testing requirements specified herein. In addition, RAS shall meet the following Type 1 or Type 2 requirements. (1) Type 1. Type 1 RAS shall be processed, preconsumer asphalt shingles salvaged from the manufacture of residential asphalt roofing shingles. (2) Type 2. Type 2 RAS shall be processed post-consumer shingles only, salvaged from residential, or four unit or less dwellings not subject to the National Emission Standards for Hazardous Air Pollutants (NESHAP). 1031.02 Stockpiles. RAP and RAS stockpiles shall be according to the following. (a) RAP Stockpiles. The Contractor shall construct individual, sealed RAP stockpiles meeting one of the following definitions. No additional RAP shall be added to the pile after the pile has been sealed. Stockpiles shall be sufficiently separated to prevent intermingling at the base. Stockpiles shall be identified by signs indicating the type as listed below(i.e. "Homogeneous Surface"). Page 10 City of Canton Section 16-00000-01-GM Fulton County Prior to milling, the Contractor shall request the District provide documentation on the quality of the RAP to clarify the appropriate stockpile. (1) Fractionated RAP (FRAP). FRAP shall consist of RAP from Class I, HMA (High and Low ESAL) mixtures. The coarse aggregate in FRAP shall be crushed aggregate and may represent more than one aggregate type and/or quality, but shall be at least C quality. All FRAP shall be fractionated prior to testing by screening into a minimum of two size fractions with the separation occurring on or between the #4 (4.75 mm) and 1/2 in. (12.5 mm) sieves. Agglomerations shall be minimized such that 100 percent of the RAP shall pass the sieve size specified below for the mix into which the FRAP will be incorporated. Mixture FRAP will be used in: Sieve Size that 100 % of FRAP Shall Pass IL-19.0 1 1/2 in. 40 mm IL-9.5 3/4 in. 20 mm IL-4.75 1/2 in. 13 mm (2) Homogeneous. Homogeneous RAP stockpiles shall consist of RAP from Class I, HMA (High and Low ESAL) mixtures and represent: 1) the same aggregate quality, but shall be at least C quality; 2) the same type of crushed aggregate (either crushed natural aggregate, ACBF slag, or steel slag); 3) similar gradation; and 4) similar asphalt binder content. If approved by the Engineer, combined single pass surface/binder millings may be considered "homogeneous" with a quality rating dictated by the lowest coarse aggregate quality present in the mixture. (3) Conglomerate. Conglomerate RAP stockpiles shall consist of RAP from Class I, HMA (High and Low ESAL) mixtures. The coarse aggregate in this RAP shall be crushed aggregate and may represent more than one aggregate type and/or quality, but shall be at least C quality. This RAP may have an inconsistent gradation and/or asphalt binder content prior to processing. All conglomerate RAP shall be processed prior to testing by crushing to where all RAP shall pass the 5/8 in. (16 mm) or smaller screen. Conglomerate RAP stockpiles shall not contain steel slag. (4) Non-Quality. RAP stockpiles that do not meet the requirements of the stockpile categories listed above shall be classified as "Non-Quality". RAP/FRAP containing contaminants, such as earth, brick, sand, concrete, sheet asphalt, bituminous surface treatment (i.e. chip seal), pavement fabric,joint sealants, etc., will be unacceptable unless the contaminants are removed to the satisfaction of the Engineer. Sheet asphalt shall be stockpiled separately. (b) RAS Stockpiles. Type 1 and Type 2 RAS shall be stockpiled separately and shall not be intermingled. Each stockpile shall be signed indicating what type of RAS is present. Page 11 City of Canton Section 16-00000-01-GM Fulton County Unless otherwise specified by the Engineer, mechanically blending manufactured sand (FM 20 or FM 22) up to an equal weight of RAS with the processed RAS will be permitted to improve workability. The sand shall be "B Quality" or better from an approved Aggregate Gradation Control System source. The sand shall be accounted for in the mix design and during HMA production. Records identifying the shingle processing facility supplying the RAS, RAS type, and lot number shall be maintained by project contract number and kept for a minimum of three years. 1031.03 Testing. RAP/FRAP and RAS testing shall be according to the following. (a) RAP/FRAP Testing. When used in HMA, the RAP/FRAP shall be sampled and tested either during or after stockpiling. (1) During Stockpiling. For testing during stockpiling, washed extraction samples shall be run at the minimum frequency of one sample per 500 tons (450 metric tons) for the first 2000 tons (1800 metric tons) and one sample per 2000 tons (1800 metric tons)thereafter. A minimum of five tests shall be required for stockpiles less than 4000 tons (3600 metric tons). (2) After Stockpiling. For testing after stockpiling, the Contractor shall submit a plan for approval to the District proposing a satisfactory method of sampling and testing the RAP/FRAP pile either in-situ or by restockpiling. The sampling plan shall meet the minimum frequency required above and detail the procedure used to obtain representative samples throughout the pile for testing. Each sample shall be split to obtain two equal samples of test sample size. One of the two test samples from the final split shall be labeled and stored for Department use. The Contractor shall extract the other test sample according to Department procedure. The Engineer reserves the right to test any sample (split or Department-taken) to verify Contractor test results. (b) RAS Testing. RAS or RAS blended with manufactured sand shall be sampled and tested during stockpiling according to Bureau of Materials and Physical Research Policy Memorandum, "Reclaimed Asphalt Shingle (RAS) Source". Samples shall be collected during stockpiling at the minimum frequency of one sample per 200 tons (180 metric tons) for the first 1000 tons (900 metric tons) and one sample per 250 tons (225 metric tons) thereafter. A minimum of five samples are required for stockpiles less than 1000 tons (900 metric tons). Once a <_ 1000 ton (900 metric ton), five-sample/test stockpile has been established it shall be sealed. Additional incoming RAS or RAS blended with manufactured sand shall be stockpiled in a separate working pile as designated in the Quality Control plan and only added to the sealed stockpile when the test results of the working pile are complete and are found to meet the tolerances specified herein for the original sealed RAS stockpile. Page 12 City of Canton Section 16-00000-01-GM Fulton County Before testing, each sample shall be split to obtain two test samples. One of the two test samples from the final split shall be labeled and stored for Department use. The Contractor shall perform a washed extraction and test for unacceptable materials on the other test sample according to Department procedures. The Engineer reserves the right to test any sample (split or Department-taken)to verify Contractor test results. If the sampling and testing was performed at the shingle processing facility in accordance with the QC Plan, the Contractor shall obtain and make available all of the test results from start of the initial stockpile. 1031.04 Evaluation of Tests. Evaluation of test results shall be according to the following. (a) Evaluation of RAP/FRAP Test Results. All of the extraction results shall be compiled and averaged for asphalt binder content and gradation, and when applicable Gmm. Individual extraction test results, when compared to the averages, will be accepted if within the tolerances listed below. Parameter FRAP/Homogeneous/ Conglomerate 1 in. 25 mm 1/2 in. (12.5 mm) ± 8 % No. 4 (4.75 mm) ± 6 % No. 8 (2.36 mm) ± 5 % No. 16 1.18 mm No. 30 (600 Nm) ± 5 % No. 200 (75 Nm) I ±2.0 % Asphalt Binder ±0.4 % '� GMM ±0.03 1/ The tolerance for FRAP shall be ± 0.3 %. If more than 20 percent of the individual sieves and/or asphalt binder content tests are out of the above tolerances, the RAP/FRAP shall not be used in HMA unless the RAP/FRAP representing the failing tests is removed from the stockpile. All test data and acceptance ranges shall be sent to the District for evaluation. With the approval of the Engineer, the ignition oven may be substituted for extractions according to the ITP, "Calibration of the Ignition Oven for the Purpose of Characterizing Reclaimed Asphalt Pavement (RAP)". (b) Evaluation of RAS and RAS Blended with Manufactured Sand Test Results. All of the test results, with the exception of percent unacceptable materials, shall be compiled and averaged for asphalt binder content and gradation. Individual test results, when compared to the averages, will be accepted if within the tolerances listed below. Page 13 City of Canton Section 16-00000-01-GM Fulton County Parameter RAS No. 8 2.36 mm t 5 % No. 161.18 mm t5 % No. 30 600 m t 4 % No. 200 75 m f 2.0 % Asphalt Binder Content t 1.5 % If more than 20 percent of the individual sieves and/or asphalt binder content tests are out of the above tolerances, or if the percent unacceptable material exceeds 0.5 percent by weight of material retained on the # 4 (4.75 mm) sieve, the RAS or RAS blend shall not be used in Department projects. All test data and acceptance ranges shall be sent to the District for evaluation. 1031.05 Quality Designation of Aggregate in RAP/FRAP. (a) RAP. The aggregate quality of the RAP for homogeneous and conglomerate stockpiles shall be set by the lowest quality of coarse aggregate in the RAP stockpile and are designated as follows. (1) RAP from Class I, Superpave/HMA (High ESAL, or (Low ESAL) IL-9.5L surface mixtures are designated as containing Class B quality coarse aggregate. (2) RAP from Class I binder, Superpave/HMA (High ESAL) binder, or (Low ESAL) IL-19.01- binder mixtures are designated as containing Class C quality coarse aggregate. (b) FRAP. If the Engineer has documentation of the quality of the FRAP aggregate, the Contractor shall use the assigned quality provided by the Engineer. If the quality is not known, the quality shall be determined as follows. Coarse and fine FRAP stockpiles containing plus #4 (4.75 mm) sieve coarse aggregate shall have a maximum tonnage of 5000 tons (4500 metric tons). The Contractor shall obtain a representative sample witnessed by the Engineer. The sample shall be a minimum of 50 Ib (25 kg). The sample shall be extracted according to Illinois Modified AASHTO T 164 by a consultant laboratory prequalified by the Department for the specified testing. The consultant laboratory shall submit the test results along with the recovered aggregate to the District Office. The cost for this testing shall be paid by the Contractor. The District will forward the sample to the Bureau of Materials and Physical Research Aggregate Lab for MicroDeval Testing, according to ITP 327. A maximum loss of 15.0 percent will be applied for all HMA applications. 1031.06 Use of RAP/FRAP and/or RAS in HMA. The use of RAP/FRAP and/or RAS shall be the Contractor's option when constructing HMA in all contracts. (a) RAP/FRAP. The use of RAP/FRAP in HMA shall be as follows. Page 14 City of Canton Section 16-00000-01-GM Fulton County (1) Coarse Aggregate Size. The coarse aggregate in all RAP shall be equal to or less than the nominal maximum size requirement for the HMA mixture to be produced. (2) Steel Slag Stockpiles. Homogeneous RAP stockpiles containing steel slag will be approved for use in all HMA (High ESAL and Low ESAL) Surface and Binder Mixture applications. (3) Use in HMA Surface Mixtures (High and Low ESAL). RAP/FRAP stockpiles for use in HMA surface mixtures (High and Low ESAL) shall be FRAP or homogeneous in which the coarse aggregate is Class B quality or better. RAP/FRAP from Conglomerate stockpiles shall be considered equivalent to limestone for frictional considerations. Known frictional contributions from plus#4 (4.75 mm) homogeneous RAP and FRAP stockpiles will be accounted for in meeting frictional requirements in the specified mixture. (4) Use in HMA Binder Mixtures (High and Low ESAL), HMA Base Course, and HMA Base Course Widening. RAP/FRAP stockpiles for use in HMA binder mixtures (High and Low ESAL), HMA base course, and HMA base course widening shall be FRAP, homogeneous, or conglomerate, in which the coarse aggregate is Class C quality or better. (5) Use in Shoulders and Subbase. RAP/FRAP stockpiles for use in HMA shoulders and stabilized subbase (HMA) shall be FRAP, homogeneous, or conglomerate. (6) When the Contractor chooses the RAP option, the percentage of RAP shall not exceed the amounts indicated in Article 1031.06(c)(1) below for a given Ndesign. (b) RAS. RAS meeting Type 1 or Type 2 requirements will be permitted in all HMA applications as specified herein. (c) RAP/FRAP and/or RAS Usage Limits. Type 1 or Type 2 RAS may be used alone or in conjunction with RAP or FRAP in HMA mixtures up to a maximum of 5.0 percent by weight of the total mix. (1) RAP/RAS. When RAP is used alone or RAP is used in conjunction with RAS, the percentage of virgin asphalt binder replacement shall not exceed the amounts listed in the Max RAP/RAS ABR table listed below for the given Ndesign. RAP/RAS Maximum Asphalt Binder Replacement (ABR) Percentage HMA Mixtures RAP/RAS Maximum ABR % 1/,2/ Ndesign Binder/Leveling Surface Polymer Modified Binder 30 30 30 10 Page 15 City of Canton Section 16-00000-01-GM Fulton County 50 25 15 10 70 15 10 10 90 10 10 10 1/ For Low ESAL HMA shoulder and stabilized subbase, the RAP/RAS ABR shall not exceed 50 percent of the mixture. 2/ When RAP/RAS ABR exceeds 20 percent, the high and low virgin asphalt binder grades shall each be reduced by one grade (i.e. 25 percent ABR would require a virgin asphalt binder grade of PG 64-22 to be reduced to a PG 58-28). If warm mix asphalt (WMA) technology is utilized and production temperatures do not exceed 275 OF (135 °C), the high and low virgin asphalt binder grades shall each be reduced by one grade when RAP/RAS ABR exceeds 25 percent (i.e. 26 percent RAP/RAS ABR would require a virgin asphalt binder grade of PG 64-22 to be reduced to a PG 58-28). (2) FRAP/RAS. When FRAP is used alone or FRAP is used in conjunction with RAS, the percentage of virgin asphalt binder replacement shall not exceed the amounts listed in the FRAP/RAS table listed below for the given Ndesign. FRAP/RAS Maximum Asphalt Binder Replacement(ABR) Percentage HMA Mixtures FRAP/RAS Maximum ABR % 1/,21 Ndesign Binder/Leveling Surface Polymer Modified Binder 30 50 40 10 50 40 35 10 70 40 30 10 90 40 30 10 1/ For Low ESAL HMA shoulder and stabilized subbase, the FRAP/RAS ABR shall not exceed 50 percent of the mixture. 2/ When FRAP/RAS ABR exceeds 20 percent for all mixes, the high and low virgin asphalt binder grades shall each be reduced by one grade (i.e. 25 percent ABR would require a virgin asphalt binder grade of PG 64-22 to be reduced to a PG 58-28). If warm mix asphalt (WMA) technology is utilized and production temperatures do not exceed 275 OF (135 °C), the high and low virgin asphalt binder grades shall each be reduced by one grade when FRAP/RAS ABR exceeds 25 percent (i.e. 26 percent ABR would require a virgin asphalt binder grade of PG 64-22 to be reduced to a PG 58-28). 3/ For SMA the FRAP/RAS ABR shall not exceed 20 percent. Page 16 City of Canton Section 16-00000-01-GM Fulton County 4/ For IL-4.75 mix the FRAP/RAS ABR shall not exceed 30 percent. 1031.07 HMA Mix Designs. At the Contractor's option, HMA mixtures may be constructed utilizing RAP/FRAP and/or RAS material meeting the detailed requirements specified herein. (a) RAP/FRAP and/or RAS. RAP/FRAP and/or RAS mix designs shall be submitted for verification. If additional RAP/FRAP and/or RAS stockpiles are tested and found that no more than 20 percent of the results, as defined under"Testing" herein, are outside of the control tolerances set for the original RAP/FRAP and/or RAS stockpile and HMA mix design, and meets all of the requirements herein, the additional RAP/FRAP and/or RAS stockpiles may be used in the original mix design at the percent previously verified. (b) RAS. Type 1 and Type 2 RAS are not interchangeable in a mix design. A RAS stone bulk specific gravity (Gsb)of 2.300 shall be used for mix design purposes. 1031.08 HMA Production. HMA production utilizing RAP/FRAP and/or RAS shall be as follows. (a) RAP/FRAP. The coarse aggregate in all RAP/FRAP used shall be equal to or less than the nominal maximum size requirement for the HMA mixture being produced. To remove or reduce agglomerated material, a scalping screen, gator, crushing unit, or comparable sizing device approved by the Engineer shall be used in the RAP feed system to remove or reduce oversized material. If material passing the sizing device adversely affects the mix production or quality of the mix, the sizing device shall be set at a size specified by the Engineer. If the RAP/FRAP control tolerances or QC/QA test results require corrective action, the Contractor shall cease production of the mixture containing RAP/FRAP and either switch to the virgin aggregate design or submit a new RAP/FRAP design. (b) RAS. RAS shall be incorporated into the HMA mixture either by a separate weight depletion system or by using the RAP weigh belt. Either feed system shall be interlocked with the aggregate feed or weigh system to maintain correct proportions for all rates of production and batch sizes. The portion of RAS shall be controlled accurately to within t 0.5 percent of the amount of RAS utilized. When using the weight depletion system, flow indicators or sensing devices shall be provided and interlocked with the plant controls such that the mixture production is halted when RAS flow is interrupted. (c) RAP/FRAP and/or RAS. HMA plants utilizing RAP/FRAP and/or RAS shall be capable of automatically recording and printing the following information. (1) Dryer Drum Plants. a. Date, month, year, and time to the nearest minute for each print. Page 17 City of Canton Section 16-00000-01-GM Fulton County b. HMA mix number assigned by the Department. c. Accumulated weight of dry aggregate (combined or individual) in tons (metric tons)to the nearest 0.1 ton (0.1 metric ton). d. Accumulated dry weight of RAP/FRAP/RAS in tons (metric tons) to the nearest 0.1 ton (0.1 metric ton). e. Accumulated mineral filler in revolutions, tons (metric tons), etc. to the nearest 0.1 unit. f. Accumulated asphalt binder in gallons (liters), tons (metric tons), etc. to the nearest 0.1 unit. g. Residual asphalt binder in the RAP/FRAP material as a percent of the total mix to the nearest 0.1 percent. h. Aggregate and RAP/FRAP moisture compensators in percent as set on the control panel. (Required when accumulated or individual aggregate and RAP/FRAP are printed in wet condition.) (2) Batch Plants. a. Date, month, year, and time to the nearest minute for each print. b. HMA mix number assigned by the Department. c. Individual virgin aggregate hot bin batch weights to the nearest pound (kilogram). d. Mineral filler weight to the nearest pound (kilogram). e. RAP/FRAP/RAS weight to the nearest pound (kilogram). f. Virgin asphalt binder weight to the nearest pound (kilogram). g. Residual asphalt binder in the RAP/FRAP/RAS material as a percent of the total mix to the nearest 0.1 percent. The printouts shall be maintained in a file at the plant for a minimum of one year or as directed by the Engineer and shall be made available upon request. The printing system will be inspected by the Engineer prior to production and verified at the beginning of each construction season thereafter. Page 18 City of Canton Section 16-00000-01-GM Fulton County 1031.09 RAP in Aggregate Surface Course and Aggregate Wedge Shoulders, Type B. The use of RAP in aggregate surface course (temporary access entrances only) and aggregate wedge shoulders, Type B shall be as follows. (a) Stockpiles and Testing. RAP stockpiles may be any of those listed in Article 1031.02, except "Non-Quality" and "FRAP". The testing requirements of Article 1031.03 shall not apply. RAP used shall be according to the current Bureau of Materials and Physical Research Policy Memorandum, "Reclaimed Asphalt Pavement (RAP) for Aggregate Applications". (b) Gradation. One hundred percent of the RAP material shall pass the 1 1/2 in. (37.5 mm) sieve. The RAP material shall be reasonably well graded from coarse to fine. RAP material that is gap-graded or single sized will not be accepted." 80306 Page 19 City of Canton Section 16-00000-01-GM Fulton County WARM MIX ASPHALT (BDE) Effective: January 1, 2012 Revised: April 1, 2016 Description. This work shall consist of designing, producing and constructing Warm Mix Asphalt (WMA) in lieu of Hot Mix Asphalt (HMA) at the Contractor's option. Work shall be according to Sections 406, 407, 408, 1030, and 1102 of the Standard Specifications, except as modified herein. In addition, any references to HMA in the Standard Specifications, or the special provisions shall be construed to include WMA. WMA is an asphalt mixture which can be produced at temperatures lower than allowed for HMA utilizing approved WMA technologies. WMA technologies are defined as the use of additives or processes which allow a reduction in the temperatures at which HMA mixes are produced and placed. WMA is produced by the use of additives, a water foaming process, or combination of both. Additives include minerals, chemicals or organics incorporated into the asphalt binder stream in a dedicated delivery system. The process of foaming injects water into the asphalt binder stream,just prior to incorporation of the asphalt binder with the aggregate. Approved WMA technologies may also be used in HMA provided all the requirements specified herein, with the exception of temperature, are met. However, asphalt mixtures produced at temperatures in excess of 275 °F (135 °C) will not be considered WMA when determining the grade reduction of the virgin asphalt binder grade. Equipment. Revise the first paragraph of Article 1102.01 of the Standard Specifications to read: "1102.01 Hot-Mix Asphalt Plant. The hot-mix asphalt (HMA) plant shall be the batch-type, continuous-type, or dryer drum plant. The plants shall be evaluated for prequalification rating and approval to produce HMA according to the current Bureau of Materials and Physical Research Policy Memorandum, "Approval of Hot-Mix Asphalt Plants and Equipment". Once approved, the Contractor shall notify the Bureau of Materials and Physical Research to obtain approval of all plant modifications. The plants shall not be used to produce mixtures concurrently for more than one project or for private work unless permission is granted in writing by the Engineer. The plant units shall be so designed, coordinated and operated that they will function properly and produce HMA having uniform temperatures and compositions within the tolerances specified. The plant units shall meet the following requirements." Add the following to Article 1102.01(a)of the Standard Specifications. "(11) Equipment for Warm Mix Technologies. a. Foaming. Metering equipment for foamed asphalt shall have an accuracy of t 2 percent of the actual water metered. The foaming control system shall be electronically interfaced with the asphalt binder meter. Page 20 City of Canton Section 16-00000-01-GM Fulton County b. Additives. Additives shall be introduced into the plant according to the supplier's recommendations and shall be approved by the Engineer. The system for introducing the WMA additive shall be interlocked with the aggregate feed or weigh system to maintain correct proportions for all rates of production and batch sizes." Mix Design Verification. Add the following to Article 1030.04 of the Standard Specifications. "(e) Warm Mix Technologies. (1) Foaming. WMA mix design verification will not be required when foaming technology is used alone (without WMA additives). However, the foaming technology shall only be used on HMA designs previously approved by the Department. (2) Additives. WMA mix designs utilizing additives shall be submitted to the Engineer for mix design verification." Construction Requirements. Revise the second paragraph of Article 406.06(b)(1) of the Standard Specifications to read: "The HMA shall be delivered at a temperature of 250 to 350 OF (120 to 175 °C). WMA shall be delivered at a minimum temperature of 215 OF (102 °C)." Basis of Payment. This work will be paid at the contract unit price bid for the HMA pay items involved. Anti-strip will not be paid for separately, but shall be considered as included in the cost of the work. 80288 Page 21 City of Canton Section 16-00000-01-GM LR107-4Fulton County 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 Contractor's general liability insurance policy in accordance with Article 107.27: City of Canton The entities listed above and their officers, employees, and agents shall be indemnified and held harmless in accordance with Article 107.26. Page 22 Fulton County Prevailing Wage for July 2015 Page 1 of 5 City of Canton Section 16-00000-01-GM Fulton County Fulton County Prevailing Wage for July 2015 (See explanation of columu headings at bottom of wages) Trade Name RG TYP C Base FRMAN M-F>8 OSA OSH H/W Pensn Vac Trng ASBESTOS ABT-GEN BLD 27.150 27.900 1.5 1.5 2.0 8.500 13.25 0.000 0.800 ASBESTOS ART-MEC BLL) 30.360 31.360 1.5 1.5 2.0 7.450 3.000 0.000 0.000 BOILERMAKER BLD 38.000 41.000 2.0 2.0 2.0 7.070 15.99 0.000 0.400 BRICK MASON BLD 32.380 33.880 1.5 1.5 2.0 8.600 9.870 0.000 0.590 CARPENTER BLD 33.880 33.130 1.5 1.5 2.0 8.000 15.71 0.000 0.520 CARPENTER HWY 32.700 33.900 1.5 1.5 2.0 8.000 15.81 0.000 0.520 CEMENT MASON NW ALL 26.130 27.630 1.5 1.5 2.0 6.300 11.95 0.000 0.600 CEMENT MASON SE BLU 28.050 29.800 1.5 1.5 2.0 7.500 15.65 0.000 0.500 CEMENT MASON SE HWY 29.280 30.780 1.5 1.5 2.0 7.500 16.02 0.000 0.500 CERAMIC TILE FNSHER BLD 29.890 0.000 1.5 1.5 2.0 8.600 10.05 0.000 0.580 ELECTRIC PWR EQMT OP ALL 38.300 45.290 1.5 1.5 2.0 6.150 10.73 0.000 0.380 ELECTRIC PWR GRNDMAN ALL 26.280 45.290 1.5 1.5 2.0 5.790 7.360 0.000 0.260 ELECTRIC PWR LINEMAN ALL 42.540 45.290 1.5 1.5 2.0 6.280 11.92 0.000 0.430 ELECTRIC PWR TRK DRV ALL 27.560 45.290 1.5 1.5 2.0 5.830 7.720 0.000 0.280 ELECTRICIAN ALL 34.820 37.320 1.5 1.5 2.0 6.500 11.68 0.000 0.800 ELEC.'TRICIAN BLU 34.820 37.320 1.5 1.5 2.0 6.100 11.43 0.000 0.400 ELECTRONIC SYS TECH BLD 28.250 30.250 1.5 1.5 2.0 6.350 10.54 0.000 0.400 ELEVATOR CONSTRUCTOR BLD 41.690 46.900 2.0 2.0 2.0 13.57 14.21 3.340 0.600 GLAZIER BLD 31.870 33.870 1.5 1.5 1.5 10.25 7.700 0.000 1.250 HT/FROST INSULATOR BLD 38.060 39.060 1.5 1.5 2.0 8.700 11.46 0.000 0.550 IRON WORKER BLD 32.190 34.090 0.0 0.0 0.0 9.490 13.91 0.000 0.000 IRON WORKER HWY 35.980 37.980 0.0 0.0 0.0 9.490 13.91 0.000 0.000 LABORER BLD 27.150 27.900 1.5 1.5 2.0 8.500 13.25 0.000 0.800 LABORER HWY 30.490 31.990 1.5 1.5 2.0 8.500 15.30 0.000 0.800 LATHER BLD 30.880 33.130 1.5 1.5 2.0 8.000 15.71 0.000 0.520 MACHINERY MOVER HWY 35.980 37.980 0.0 0.0 0.0 9.490 13.91 0.000 0.000 MACHINIST BLD 45.350 47.850 1.5 1.5 2.0 7.260 8.950 1.850 0.000 MARBLE FINISHERS BLD 29.890 0.000 1.5 1.5 2.0 8.600 10.05 0.000 0.580 MARBLE MASON BLD 31.650 32.900 1.5 1.5 2.0 8.600 10.05 0.000 0.580 MILLWRIGHT BLD 31.060 33.310 1.5 1.5 2.0 8.000 15.87 0.000 0.520 MILLWRIGHT HWY 33.060 35.310 1.5 1.5 2.0 8.000 15.95 0.000 0.520 OPERATING ENGINEER BLD 1 37.050 40.050 1.5 1.5 2.0 7.000 17.48 0.000 3.000 OPERATING ENGINEER BLD 2 34.450 40.050 1.5 1.5 2.0 7.000 17.48 0.000 3.000 OPERATING ENGINEER BLD 3 30.160 40.050 1.5 1.5 2.0 7.000 17.48 0.000 3.000 OPERATING ENGINEER HWY 1 38.150 41.150 1.5 1.5 2.0 7.250 18.23 0.000 3.000 OPERATING ENGINEER HWY 2 35.460 41.150 1.5 1.5 2.0 7.250 18.23 0.000 3.000 OPERATING ENGINEER HWY 3 31.030 41.150 1.5 1.5 2.0 7.250 18.23 0.000 3.000 PAINTER ALL 33.650 35.650 1.5 1.5 1.5 10.30 8.200 0.000 1.350 PILEDRIVER BLD 31.880 34.130 1.5 1.5 2.0 8.000 15.71 0.000 0.520 PILEDRIVER HWY 33.700 35.950 1.5 1.5 2.0 8.000 15.81 0.000 0.520 PIPEFITTER BLD 37.400 41.510 1.5 1.5 2.0 7.000 11.63 0.000 1.060 PLASTERER BLD 28.140 29.770 1.5 1.5 2.0 7.500 15.00 0.000 0.870 PLUMBER BLD 34.520 31.630 1.5 1.5 2.0 7.000 13.86 0.000 0.950 ROOFER BLD 30.580 32.110 1.5 1.5 2.0 8.450 7.220 0.000 0.250 SHEETMETAL WORKER BLD 32.430 34.050 1.5 1.5 2.0 9.120 15.55 0.000 0.780 SIGN HANGER HWY 35.980 37.980 0.0 0.0 0.0 9.490 13.91 0.000 0.000 SPRINKLER FITTER BLD 37.120 39.870 1.5 1.5 2.0 8.420 8.500 0.000 0.350 STEEL ERECTOR HWY 35.980 37.980 0.0 0.0 0.0 9.490 13.91 0.000 0.000 STONE MASON BLD 32.380 33.880 1.5 1.5 2.0 8.600 9.870 0.000 0.590 SWAVEY. WWR4,i- ->NOT IN EFFECT ALL 29.060 30.560 1.5 1.5 2.0 8.000 14.06 0.000 0.800 TERRAZZO FINISHER BLD 29.890 0.000 1.5 1.5 2.0 8.600 10.05 0.000 0.580 TERRAZZO MASON BLD 31.650 32.900 1.5 1.5 2.0 8.600 10.05 0.000 0.580 TILE MASON BLD 31.650 32.900 1.5 1.5 2.0 8.600 10.05 0.000 0.580 TRUCK DRIVER ALL 1 33.000 36.550 1.5 1.5 2.0 11.10 5.230 0.000 0.250 TRUCK DRIVER ALL 2 33.480 36.550 1.5 1.5 2.0 11.10 5.230 0.000 0.250 TRUCK DRIVER ALL 3 33.700 36.550 1.5 1.5 2.0 11.10 5.230 0.000 0.250 TRUCK DRIVER ALL 4 34.010 36.550 1.5 1.5 2.0 11.10 5.230 0.000 0.250 TRUCK DRIVER ALL 5 34.900 36.550 1.5 1.5 2.0 11.10 5.230 0.000 0.250 TRUCK DRIVER O&C 1 27.280 30.220 1.5 1.5 2.0 11.40 5.440 0.000 0.250 TRUCK DRIVER O&C 2 27.680 30.220 1.5 1.5 2.0 11.40 5.440 0.000 0.250 TRUCK DRIVER O&C 3 27.860 30.220 1.5 1.5 2.0 11.40 5.440 0.000 0.250 TRUCK DRIVER O&C 4 28.110 30.220 1.5 1.5 2.0 11.40 5.440 0.000 0.250 TRUCK DRIVER O&C 5 28.850 30.220 1.5 1.5 2.0 11.40 5.440 0.000 0.250 TUCKPOINTER BLD 32.380 33.880 1.5 1.5 2.0 8.600 9.870 0.000 0.590 http://www.illinols.gov/ldoULaws-Rules/CONMED/rates/2015/J*uly/FULTON99.htm 5/24/2016 Fulton County Prevailing Wage for July 2015 Page 2 of 5 City of Canton Section 16-00000-01-GM Fulton County Legen(j: PG Wegion) TYP (Txade. Type -All,Hign ,y,6uiliing,Floati g,ri1 b �h ir,Rivers) (^lass) Bela (?ase Wag._ Pet+) FP.MAN (Err entan PaC e) M-Fli (oT xequix.d for arty hour greater' than 2 worked each day, Mon through Fri. OSA (Overtime (OT) rl required for .­y hour worked __urdey) OSH (rvect im required for . exy h ntr...1-1 .. .,undayaand H,d.day.91 "W (Health b Welfsre nsuran�e) n (Fenn i pn) V., (Vauatiun) Trng (Training) Explanations FULTON COUNTY CEMENT MASONS (NORTHWEST) - Thatpart of the county West of a North-South line West of Farmington and Canton and North of an East-West line North of Cuba. The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that. Monday payable at tie, appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL. Oil and chip resealing (O&C) means the application of road oils and liquid asphalt to coat an existing road surface, followed by application of aggregate chips or gravel to coated surface, and subsequent rolling of material to seal the :surface. EXPLANATION OF CLASSES ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date. ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain. CERAMIC TILE FINISHER, 14ARBLE FINISHER, TERRAllO FINISHER Assisting, helping or supporting the tile, marble and terrazzo mechanic by performing their historic and traditional work assignments required to complete the proper installation of the work covered by said crafts. The term "Cer-amic" is used for naming the classification only and is in no way a limitation of the product handled. Ceramic takes into consideration most hard tiles. ELECTRONIC SYSTEMS TECHNICIAN Installation, service and maintenance of low-voltage systems which utilizes the transmission and/or transference of voice, sound, vision, or digital for commercial, education, security and entertainment purposes for the following: TV monitoring and surveillance, background/foreground music, intercom and telephone interconnect, field programming, inventory control systems, microwave transmission, multi-media, multiplex, radio page, school, intercom and sound burglar alarms and low voltage master clock systems. Excluded from this classification are energy management systems, life safety systems, supervisory contr,..Is and data acquisition systems not intrinsic with the above listed systems, fire alarm systems, nurse call systems and raceways exceeding fifteen feetin length. OPERATING ENGINEERS - BUILDING Class 1. Cranes; Overhead Cranes; Gradall; All Cherry Pickers; Mechanics; Central Concrete Mixing Plant Operator; Road Pavers (27E - Dual Drum - Tri Batchers); Blacktop Plant Operators and Plant Engineers; 3 Drum Hoist; Derricks; Hydro Cranes; Shovels; Skimmer Scoops; Koehring Scooper; Drag Lines; Bar_•khoe; Derrick Boats; Pile Drivers and Skid Rigs; Clamshells; Locomotive Cranes; Dredge (all types) Motor Patrol; Rawer Blades - Dumore - Elevating and similar types; Tower Cranes (Crawler-Mobile) and Stationary; Crane-type Backfiller; Drott Yumhr, and similar types considered as Cranes; http://www.illinois.gov/idol/Laws-Rules/CONMED/rates/2015/july/FULTON99.htm 5/24/2016 Fulton County Prevailing Wage for July 2015 Page 3 of 5 City of Canton Section 16-00000-01-GM Fulton County CaissonRigs; Dozer; Tournadozer; Work Boats; Ross Carrier; Helicopter; Tcurnapull; - all and similar types; Scoops (all sizes); Pushcats; Endloaders (all types); Asphalt Surfacing Machine; Slip Form Paver; Rock Crusher; Heavy Equipment Greaser; CMI, r_MI Belt Placer, Auto Grade & 3 Track and similar types; Side Booms; Multiple Unit Earth Movers; Creter Crane; Trench Machine; Pump-trete-Belt Crete-Squeeze Cretes-Screw-type Pumps and Gypsum; Bulker & Pump - operator will clean; Formless Finishing Machine; Flaherty Spreader or similar types; Screed Man on Laydown Machine; Wheel Tractors (industrial or Farm-type w/Dozer-Hoe-Endloader or other attachments); F.W.D. & Similar Types; Vermeer Concrete Saw. Class 2. Dinkeys; Power Launches; PH One-pass Soil Cement. Machine (and similar types); Pugmill with Pump; Backfillers; Euclid Loader; Forklifts; Jeeps w/Ditching Machine or other attachments; Tuneluger; Automatic_ Cement and Gravel Batching Plants; Mobile Drills (Soil Testing) and similar types; Gurries and Similar Types; (1) and (2) Drum Hoists (Ruck Hoist and Similar Types); Chicago Brom; Boring Machine & Pipe Jacking Machine; Hydro Boom; Dewatering System; Straw Blower; Hydro Seeder; Assistant Heavy Equipment. Greaser on Spread; Tractors (Track type) without Power Unit pulling Rollers; Rollers on Asphalt -- Brick Macadem; Concrete Breakers; Concrete Spreaders; Mule Pulling Rollers; Center Stripper; Cement Finishing Machines & CMI Texture & Reel Curing Machines; Cement Finishing Machine; Barber Green or similar loaders; Vibro Tamper (All similar types) Self-propelled; Winch or Boom Truck; Mechanical Bull Floats; Mixers over 3 Bag to 27E; Tractor pulling Power Blade or Elevating Grader; Porter Rex Rail; Clary Screed; Truck Type Hoptoe Oilers; Fireman; Spray Machine .n Paving; Curb Machines; Truck Crane Oilers; Oil Distributor; Truck-Mounted Saws. Class 3. Air Compressor; Power Subgrader; Straight Tractor; Trac Air without attachments; Herman Nelson Heater, Dravo, Warner, Silent Glo, and similar types; Roller: Five (5) Ton and under on Earth or Gravel; Form Grader; Crawler Crane & Skid Rig Oilers; Freight Elevators - permanently installed; Pump; Light Plant; Generator; Conveyor (1) or (2) - Operator will clean; Welding Machine; Mixer (3) Bag and Under (Standard Capacity with skip); Bulk Cement Plant; Oiler on Central Concrete Mixing Plant. OPERATING ENGINEERS - HEAVY AND HIGHWAY CONSTRUCTION CLASS 1. Cranes; Hydro Cranes; Shovels; Crane Type Backfiller; Tower, Mobile, Crawler, & Stationary Cranes; Derricks; Hoists (3 Drum); Draglines; Drott Yumbo & Similar Types considered as Cranes; 360 Degree Swing Excavator (Shears, Grapples, Movacs, etc.); Back Hoe; Derrick Boats; Pile Driver and Skid Rigs; Clam Shell; Locomotive - Cranes; Road Paver: - Single Drum - Dual Drum - Tri Bat.cher; Motor Patrols & Power Blades - Dumore - Elevating & Similar Types; Mechanics; Central Concrete Mixing Plant Operator; Asphalt. Batch Plant operators and Plant Engineers; Gradall; Caisson Rigs; Skimmer Scoop - Koering Scooper; Dredges (all types); Hoptoe; All Cherry Pickers; Work Boat; Ross Carrier; Helicopter; Dozer; Tournadozer; Tournapulls all and similar types; Operation of Concrete and all Recycle Machines; Multiple Unit Earth Movers; Scoops (all sizes); Pushcats; Endloaders (all types); Asphalt Surfacing Machine; -lip Foran Paver; Rock Crusher; Operation of Material Crusher, Screening Plants, and Tunnel Boring Machine; Heavy Equipment Greaser (top greaser on spread); CMI, Auto Grade, CMI Belt Placer & .3 Track and Similar Types; Side Booms; Asphalt Heater & Planer Combination (used to plane streets); Wheel Tractors (with Dozer, Hoe or Endloader Attachments); CAT Earthwork Compactors and Similar Types; B1aw Knox Spreader and Similar Types; Trench Machines; Pump Crete - Belt. Crete - Squeeze Crete - Screw Type Pumps and Gypsum (operator will clean); Creter Crane; Operation of Concrete Pump Truck; Formless Finishing Machines; Flaherty Spreader or Similar Types; Screed Man on Laydown Machine; Vermeer Concrete Saw; Operation of Laser Screed; Span Saw; Dredge Leverman; Dredge Engineer; Lull or Similar Type; Hydro-Boom Trick; Operation of Guard Rail Machine; and Starting Engineer on Pipeline or Construction (11 or more pieces) including: Air Compressor (Trailer Mounted), All Forced Air Heaters (regardless of Size), Water Pumps (Greater than 4-1/2" or Total Discharge Over 4-1/2"), Light Plants, Generators (Trailer Mounted - Excluding Decontamination Trailer), Welding Machines (Any Size or Mode of Power), Conveyor, Mixer (any size), Stud Welder, Power Pac, etc, and Ground Heater (Trailer Mounted). CLASS 2. Bulker & Pump, Power Launches; Boring Machine & Pipe Jacking Machine; Dinkeys; Operation of Carts, Powered Haul Unit for a Boring Machine; P & H One Pass Soil Cement Machines and Similar Types; Wheel Tractors (Industry or Farm Type - Other); Back Fillers; Euclid Loader; Fork Lifts; Jeep w/Ditching Machine or Other Attachments; Tunneluger; Automatic Cement & Gravel Batching Plants; Mobile Drills - Soil Testing and Similar Types; Pugmill with Pump; All (1) and (2) Dann Hoists; Dewatering System; Straw Blower; Hydro-Seeder; Bump Grinders (self-propelled); Assistant Heavy Equipment Greaser; Apsco Spreader; http://www.illinois.gov/idol/Laws-Rules/CONMED/rates/2015/july/FULTON99.htm 5/24/2016 Fulton County Prevailing Wage for July 2015 Page 4 of 5 City of Canton Section 16-00000-01-GM Fulton County Tractors (Track-Type) without Power Units Pulling Rollers; Rollers on Asphalt - Brick or Macadam; Concrete Breakers; Concrete Spreaders; Cement Strippers; Cement Finishing Machines & CMI Texture & Reel Curing Machines; Vibro-Tampers (All Similar Types Self-Propelled); Mechanical Bull Floats; Self-Propelled Concrete Saws; Truck Mounted Power Saws; Operation of Curb Cutters; Mixers - Over Three (3) Bags; Winch and Boom Trucks; Tractor Pulling Power Blade or Elevating Grader; Porter Rex Rail; Clary Screed; Mule Pulling Rollers; 111ugmill without Pump; Barber Greene or Similar Leaders; Track Type Tractor w/Puwer Unit attached (minimum); Fireman; Spray Machine on Paving; Curb Machines; Paved Ditch Machine; Power Broom; Self-Propelled Sweepers; Self-Propelled Conveyors; Power Subgrader; Oil Distributor; Straight Tractor; Truck Crane Oiler; Truck Type Oilers; Directional Boring Machine; Horizontal Directional Drill; Articulating End Dump Vehicles; Starting Engineer on Pipeline or Construction (6 -10 pieces) including: Air Compressor (Trailer Mounted), All Forced Air Heaters (regardless of Size), Water Pumps (Greater than 9-1/2" or Total Discharge Over 9-1/2"), Light. Plants, Generators (Trailer Mounted - Excluding Decontamination Trailer), Welding Machines (Any Size or Mode of Power), Conveyor, Mixer (any size), Stud Welder, Power Pac, etc., and Ground Heater (Trailer Mounted). CLASS 3. Straight Framed Truck Mounted Vac Unit (separately powered); Trac Air Machine (without_ attachments); Rollers - Five Ton and Under on Earth and Gravel; Form Graders; Bulk Cement Plant; Oilers; and Starting Engineer on Pipeline or Construction (3 - 5 pieces) including: Air Compressor (Trailer Mounted), All Forced Air Heaters (regardless of Size), Water Pumps (Greater than 9-1/2" or Total Discharge Over 4-1%2"), Light Plants, Generators (Trailer Mounted - Excluding Decontamination Trailer), Welding Machines (Any Size or Mode of Power), Conveyor, Mixer (any size), Stud Welder, Power Pac, etc., and Ground Heater (Trailer Mounted). SURVEY WORKER. - Operated survey equipment including data collectors, G.P.S. and robotic instruments, as well as conventional levels and transits. TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION Class 1. Drivers on 2 axle trucks hauling less than 9 tun. Air compressor and weldinq machines and brooms, including those pulled by separate units, truck driver helpers, warehouse employees, mechanir_ helpers, greasers and tiremen, pickup trucks when hauling materials, tools, or workers to and from and on-tide-job site, and fork lifts up to 6,000 lb. capacity. Class 2. Two or three axle trucks hauling more than 9 ton but hauling less than 16 ton. A-frame winch trucks, fiydrolifttruck,,,, vactor trucks or similar equipment when used for transportation purposes. Fork lifts over 6,000 lb. capacity, winch trucks, four axle combination units, and ticket writers. Class 3. Two, three or four axle trucks hauling 16 ton or more. Drivers on water pulls, articulated dump trucks, mechanics and working forepersons, and dispatchers. Five axle or more combination units. Class 9. Low B,-Iy and Oil Distributors. Class S. Drivers who require special protective clothing while employed on hazardous waste work. TRUCK DRIVER - OIL AND CHIP RESEALING ONLY. This shall encompass laborers, workers and mechanics who drive contractor or subcontractor owned, leased, or hired pickup, dump, service, ar oil distributor trucks. The work includes transporting materials and equipment (including but not limited to, oils, aggregate supplies, parts, machinery and tools) to or from the job site; distributing oil or liquid asphalt and aggregate; stock piling material when in connection with the actual oil and chip contract.. The Truck Driver (Oil & Chip Resealing) wage classification does not include supplier delivered materials. Other Classifications of Work: For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be. performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to existby reference in this document. If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not lister], please contact. IDOL at 217-782-1710 for wage rates or clarifications. http://www.illinois.gov/idol/Laws-Rules/CONMED/rates/2015/july/FULTON99.htm 5/24/2016 Fulton County Prevailing Wage for July 2015 Page 5 of 5 City of Canton Section 16-00000-01-GM Fulton County LANDSCAPING Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver. http://www.illinois.gov/idol/Laws-Rules/CONMED/rates/2015/july/FULTON99.htm 5/24/2016 PDI➢ W20-1(0)-48eoRe A EAD � Or ONE L N0� flp,Ap ONSTPUCiI W20-7(0)-48 AHEAD AHEAD O O W20-4f01-48 W20-I10310)-48 J _ J u- 100,00 J l 11J00'mm, Type I or Type II BorrlcOne way / one ae operation 0000007/7 . Type I or Type It barricades [� O 0 O 1 100' l30 ml POpp Type III barricades O2 max. � cEasm 00 O E 2 o Rif-2 POAO DLOSEO ROAD ` — AHEAD WORK W20-ll0)-48 A W20-3101-48 �.m For W20-4(0)-48 maintenance Or and utlDty projects W20-700)-48 ppAp ROAD DNSTRDCn W20-1703(0)-48 ONSITT." ANFJD ForAHEAD contract W20-1103(01-40 Or ROAD construction wa+A W20-1100-48 projects AHEAD SIGN SPACING SYMBOLS Posted Speed Sign Spacing 55 500' (150 m) 50-45 350' (100 m) ® Work area Refer to SIGN SPACING TABLE for distances. <45 200' (60 m) O Cone, drum or barricade (not required for moving operations) Q For approved sideroad closures. GENERAL NOTES 0 Cones at 25' (8 m)centers for 250' This Standard is used where at any time.day or Sign on portable or permanent support (75 m). Additional cones may be placed night, any vehicle,equipment, workers or the(r at 50'(15 m)centers. When drums or activities Flogger with iraffic control sign Type I or Type II bar rtcodes are encroach on the pavement requiring the closure used. the interval between devices of one traffic lane in an urban area. Barricade or drum with flashing light may be doubled. All dimensions are in inches(millimeters/ (� Cones,drums or barricades at unless otherwise shown. Type III barricade with flashing lights 20'(6 m)centers. DATE REVISIONS URBAN LANE CLOSURE, IHlnole.ONpm tmnri nT Trrn,spor rvtlor -)-11 Revised flogger sign. A FN vED 2L,2W,UNDIVIDED —1-111— i-1-1CF SAfETi E1514EE'+IrvL 1-1-09 swltrh,ed units 10 n?HPOVED `'O" zC1I Engllsh Imetrlc). STANDARD 701501-06 EH�INEEA�r DESIGN D ENV1H�hVEtiT Corrected Slyn N—. e-I2 (200-300) r 18 (450) � /y m1n. 3(751 v � o o o m _ m - o E Q —,J =E Q — �4-6 1100-150> 4-6(700-1501 Orange Orange Posted speed C 45 mph Posted speed >45 mph Orange CONE FOR REFLECTORQED CONE FLEXIBLE DELINEATOR DAYTIME FOR NIGHTTIME VERTICAL PANEL P077 DRUM 6' s 28 v v — A. 24 12 O !� Ao (6 4 13001 >IE E N d 6 _ 24 16001 mi o B m ^m E •-E m o l`SO 4' min. 1 24 (600) in. 77 TYPE 1 BARRICADE TYPE II BARRICADE TYPE III BARRICADE DIRECTION INDICATOR VERTICAL BARRICADE s s BARRICADE Mf 1 1 /SO ^o �o m N Warning IIghts (if required) GENERAL NOTES o All heights shown shall be measured above the m c _E 4 (1in2 m) pavement surface. mAll dimensions ore In Inches Imlllimeters) �E unless otherwise shown. OATE REVISIONS TRAFFIC CONTROL li male 0uw�rmn�+r.'it a.,snor+�+l,r < 4-1-16 =dd dims to Ray. '", � '. .•. nate fir past mnt. s, n�. DEVICES dts. Add 4:2-II03. EIGI.EFk OF 0. PA 1— DETECTABLE PEDESTRIAN ;-1-1s Revised twc sign—bers rn (meet a+ 3) °awOrEe - CHANNELD7NG BARRICADE sg r-1 2. Added novo re . PHOTO ENFORCED plaqu^. 6 STANDARD 701901-05 cxc)a¢c 0r x 0H° u_nyctr If req 18x18 1450x450) ROAD If equlred)etl) Orange flags CONSTRUCTION END 12'•• NEXT X MILES CONSTRUCTION G20-1104(01-6036 G20-1105(0)-6024 E This signing is required for all projects aMe+ol or 2 mlles(3200 m)or more in length. wood post 24 - 10 ROAD CONSTRUCTION NEXT X MILES sign shall I (600- 3 ml 0 2 g e 5' (1.5 m)min.rural Edge of �' SIGN be Placed 500' 1150 m)in advance of pro- T• (2.1 m)min.urban pavement ject limits. L t.2 mEur,.- or face E (IF SPECIFIED) (LB mof curb E END CONSTRUCTION sign shall be er.ct.d at c c the end of the Job unless another job is ^_'E within 2 miles(3200 m). Dual sign displays shall be utilized on multl- Elevatlon of edge Elevation of edge Ione highways. of pavement of pavement S. (1.5 m) mrn. WORK LIMIT SIGNING embedment SIGNS ON TEMPORARY SUPPORTS ..• When work operations exceed POST MOUNTED SIGNS fourdays, this dimension shall HIGH LEVEL WARNING DEVICE be 5' (1.5 m) min. If located WORK •• When curb or paved shoulder are present behind other devices, the height W21-1115(0)-3618 this dimension shall be 24(600) to the shall be suf flelent to be seen ZONE face of curb or 6'(1.8 m)to the outside completely above the devices. edge of the paved shoulder. SPEED 24 LIMIT R2-1-3648 (600) X 5 7 ,ZX"Z` '125) (175) PHOTO RIO-I10Bp-3618•••• o ENFORCED MAX WIDTH 8 1200)Federal series C $XXX FINE R2-I106p-3618 7 (1601 Federal series 8 MINIMUM r ff YY11 N IS–L — Sign assembly as shown on Standards S or as allowed by District Operations. �o END ® MILES 20 (^ 16 WORK ZONE G20-1103(0)-6036 5131 w00> SPEED LIMIT AHEAD \ This sign shall used when the iy above sign assembly bly Is used. (l51 HIGHWAY CONSTRUCTION W12-1103-4648 a SPEED ZONE SIGNS WIDTH RESTRICTION SIGN a .... RIO-I10ep mall only be used along roadways Z. under the Juristiction of the State. XX'-XX•'width and X miles are variable. FRONT SIDE REVERSE SIDE TRAFFIC CONTROL (�lion,is.pnGarimorA o`Tr onspor MHx DEVICES er=l E�'av n e<tews FLAGGER TRAFFIC CONTROL SIGN heet 2 of } o?PR,4,¢n 2ot6 oda E - STANDARD 701901-05 24 1600) ± rA it min. O O O C ° / °OO min. E 111111 ;'/ �I�III '� �IIIII !,o 0000 N N c Weep holes p p I r c E 25' <`v E o e t (0 m) 1R ml Construction Q 200 200 200 advance 160 mi ± E. ml ± t60 m! ± warning signs E E € �+A PLAN 25 1Y(45) t 1t.5 stepped m) r TYPE A TYPE B TYPE C Eace may ppetl orr smooth ROOF ROOF OR TRAILER TRAILER T MOUNTED MOUNTED MOUNTED 0 Epoxy Channels 3/z ARROW BOARDS — SECTION A—A TYPICAL INSTALLATION TEMPORARY RUMBLE STRIPS 12 (300) 'E F min. Type 6 11507 6(150) 6 1150) flasher m ax' max. Ril-2 max. E m ROAD CLOSED ^� Edge of shoulder '.� .. \%,., ..rte 12 13007 Pavement m1n. Type A RIt-4 ROAD CLOSED TO ALL TRAFFIC flasher Reflectorized striping may be omitted ROAD CLOSED ROAD CLOSED an the back side of the barricades. TO TO If a Type III barricade with an attached THRE TRAFFIC THRU TRAFFIC sign panel which meets NCHRP 350 is not available. the sign may be mounted on on 7 NCHRP 350 temporary sign support alrectly '/'��� in front of the barrlocce. �\ Pavement ROAD CLOSED TO THRU TRAFFIC Reflectorized striping shall appear on TRAFFIC CONTROL � ,.linr,oir DOFar+mor,+fl=T......... TYPICAL APPLICATIONS OF both sides of the barricades. If a J TYPE IN BARRICADES CLOSING A ROAD Type III barricade an attached sign panel which meets NCHRP 350 is DEVICES A=cacrEc—moi no+ available, the signs may be mounted 6heet 3 of S e¢m ov D. eTI on NCHRP 350 temporary sign supports APPNDVEDA I roe directly In front of the barricade. 1-0 STANDARD 101905 EN_INEE'+9F JE GVAND E4vINvrvVENi` AIg11NG AHEAD . Minimum distance between the sign and the work area Is 700' (215 m). Maximum distance to be determined by the local authority but in no case to exceed the length of one-half day's operation or 4 miles(6 km), whichever is less. ROAD nE�w GENERAL NOTES Maintenance operations shall be confined to one traffic lane,leaving the opposite lane open to • Varies traffic. At least 500' (150 m)of both traffic lanes shall be available for traffic movement between work areas at intervals not greater than 1000' (300 m). a p When operations are on the pavement and _ stationary or moving at a speed less than 4 mph (6 kph),a ONE LANE AHEAD,or other appropriate sign,shall be Installed In ea Ch direction between the ROAD WORK AHEAD In and the work area. The distance between this sign and the Work area shall be a minimum of 400'(120 m)but In no case to exceed the length of one-half day-s •Varles operation or 4 miles(6 km).whichever i5 less. ROAD The distance between the two signs shall be WORK approximately 400' (120 m). AHEAD All signs are to be removed at completion of the W2D-110)-36 (Jay's operation. Any una trended obstocle. excovatlon, or pavement drop off greater than 3 175)1' the Work area shall be protected by Type I or Type 11 barricades 110WING with flashing lights. Longitudinal dimensions may be adjusted slightly W21-I101(0)-36 to fit field conditions. TWO—LANE,TWO—WAY TRAFFIC All vehicles, equipment, men,and their acitvities RURAL OPERATIONS ore restricted at all +Imes to one side of the pavment. DAY OPERATIONS ONLY Flashing lights or rotating beacons are required for all maintenance vehicles while In operation. Applicable operations Illustrated In Standard 701301 may be used when operations do not exceed 15 minutes on the pavement or 60 not on the shoulder respectively. SYMBOLS TYPICAL APPLICATIONSAll warning signs snail have minimum dimensions of 36x36(900x900)and have black legend on an orange ® Work area MOWING reflectorized background. SPREADING AGGREGATE WEED SPRAYING When fluorescent signs are used,orange flags are in SURFACE MAINTENANCE r Sign with 18x 1R(450x . m BITUMINOUS RESURFACING not required. orange flag attached. CRACK POURING This case Is for use on rural local roads where SHOULDER REPAIR the local authority considers this protection to CLEANING DITCHES be appropriate for the specific job conditlons. All dimensions are in inches(millimeters) unless otherwise shown. DATE REVISIONS Corr is d R'AA sign n:tuber. TRAFFIC CONTROL DEVICES— DAY LABOR MAINTENANCE ENciEa U%-«r+c,cs a,.:srNEFrsSwitched ,,Its to APN IEVY 2..1�- Engnsn:metrial. Moved STANDARD B.LR.18--6 N I!K£A QF J ]GV ANS EHY]N_kVftiT fine. C�e orol Note. CANTON 2016 MAINTENANCE PROGRAM TYPICAL SECTION OPERATION NO. 1 HOT-MIX ASPHALT SURFACE COURSE, MIXTURE D, N50 WIDTH E—E i PROPOSED HOT—MIX ASPHALT SURFACE COURSE, MIX D, N50 1-1/2" — MATCH EXISTING SLOPE PROPOSED HOT MIX ASPHALT SURFACE REMOVAL, 1 Y2" 3 a 0 N TYPICAL SECTION CURB + GUTTER STREETS RESURFACED 'n EDGE TO EDGE OF CURB AND GUTTER 0 N O C O 0 LOCATION NO. WIDTH E 8TH AVE (NORTH OF ASH ST) 28' oa 14TH AVE (ASH ST — CHESTNUT ST) 33' 0 16TH AVE (ASH ST — CHESTNUT ST) 29.25' v 0 s N a 0 V O O fh O DRAWING 1 OF 6 n a m\ MAURER -STUTZ N ENGINEERS SURVEYORS n � allaR.gINf NRSSWR 30a�KNRR,RilMOM alaOa laAERST�MISi113R11 GRTOR,ILLIROLL N33R N PR.I3N,N1iN51iR%1lRa,aRIiHR M.,M91 Ni-KR31iM I3M)Ni�NSa N lUNgS PROi6M01lRl RlagN IIRM 11[(115[a1NdMiN 'KVRIONO with YOU by OESIGN' CANTON 2016 MAINTENANCE PROGRAM TYPICAL SECTION OPERATION NO. 1 HOT-MIX ASPHALT SURFACE COURSE, MIXTURE D, N50 WIDTH F—F 6' 6' MATCH EXISTING PROPOSED HOT—MIX SLOPE (TYP.) ASPHALT SURFACE COURSE, MIX D, N50 1-1/2" (TYP.) -PROPOSED HOT MIX ASPHALT SURFACE REMOVAL, 1 Y2" (TYP.) 3 0 a TYPICAL SECTION CURB + GUTTER STREETS RESURFACED FACE OF CURB AND GUTTER TO 6' OUT g O N O O LOCATION NO. WIDTH 0 a 3RD AVE (ASH ST — OLIVE ST) 2 @ 6' 0 a` 0 c v 3 e 0 N O O U O O 0 O � DRAWING 2 OF 6 n ^ MAURER-STUTZ O ENGINEERS SURVEYORS N n N Illf x.DRRSIAME,SNTF 1001 naw,wx0li fif0{ IfnfAfT/SN STIIEST Iuixrox.wxo¢ilsm nx.lieflifsnlSlrfi l'1011f»-nn Tx.1�fI F'r-mil ISfSIwN MTal11 �' wxaunrollTanwu oimn xfu uclxu fiwmsm 'WOR/ONG KIM YOU by DEM W CANTON 2016 MAINTENANCE PROGRAM TYPICAL SECTION OPERATION NO. 1 HOT—MIX ASPHALT SURFACE COURSE, MIXTURE D, N50 WIDTH E—E 6' 6' * i MATCH EXISTING PROPOSED HOT—MIX SLOPE (TYP.) ASPHALT SURFACE COURSE, MIX D, N50 1-1/2" (TYP.) —PROPOSED HOT MIX ASPHALT SURFACE REMOVAL, 1 Y2" (TYP.) *NO CURB AND GUTTER ON D SOUTH SIDE OF MYRTLE ST " FROM 15TH AVE TO 16TH AVE 0 a TYPICAL SECTION CURB + CUTTER STREETS RESURFACED EDGE OF CURB AND CUTTER TO 6i OUT 0 0 0 LOCATION NO. WIDTH U E 3RD AVE (OLIVE ST — MYRTLE ST) 2 @ 6' a o MYRTLE ST (15TH AVE — END) 2 © 6' a 0 v 0 N O O U O O O OMWING 3 Of 6 n a ^ MAURER -STUTZ N EN4I NEERS SURVEYORS n sus n.uXNsm surto sal u"""lNs ssaa ssmusruXsrulr l uNr(w)"oo nsm N PN.IV%6!}�b151 sNs laslu}riIi N+.Isssl Ni-susl lu llENM)u55 N IWXQSPXOifflXnlµlN3WN P4A YCIXS[X1M-0OST31 WORIONG wdh YOU by DESIGN' CANTON 2016 MAINTENANCE PROGRAM TYPICAL SECTION OPERATION NO. 2 HOT—MIX ASPHALT SURFACE COURSE, MIXTURE D, N50 WIDTH E—E i PROPOSED HOT—MIX ASPHALT SURFACE COURSE, MIX D, N50 3" (2 LIFTS) MATCH EXISTING SLOPE PROPOSED HOT MIX ASPHALT SURFACE REMOVAL, 3" a 0 v a TYPICAL SECTION CURB + CUTTER STREETS RESURFACED EDGE TO EDGE OF CURB AND GUTTER a N O O LOCATION NO. WIDTH O Q E 6TH AVE (AT NORTH END) 28' a a a v u v 3 0 N O O U O O M O DRAWING 4OF6 n ^ MAURER-STUTZ N ENGINEERS SURVEYORS n a >iriM.ORRS L/JIE SUITE 5001 Nlg1Y1,IWlblf{3300 YrifMl MN 3TNFR IGNrox,OIINOR 31330 N %I.ISOSINSriISIfM 100%i3iril{ M.1[031331�rifll iM llwlMisl{S � NLMl11f NWfff3l011K OSSpiN Fl W LM.lN[F NSSN-0OSTSI 910PoONG w/M YOU ay DES/OM CANTON 2016 MAINTENANCE PROGRAM TYPICAL SECTION OPERATION NO. 2 HOT-MIX ASPHALT SURFACE COURSE, MIXTURE D, N50 WIDTH E—E i PROPOSED HOT—MIX MATCH EXISTING SLOPE ASPHALT SURFACE COURSE, MIX D, N50 3" (2 LIFTS) PROPOSED HOT MIX ASPHALT SURFACE REMOVAL, 3" a 0 v TYPICAL SECTION CURB + CUTTER STREETS RESURFACED EDGE TO EDGE OF CURB AND GUTTER 0 N 0 0 LOCATION NO. WIDTH O E LINDEN ST (AT 4TH AVE) — (SOUTH HALF ONLY) 16' 0 a` u 0 d c 0 f m 0 c 0 o V O O M o DRAWING 5OF6 to i 014 MAURER -STUTZ o ENGINEERS SURVEYORS N r y f1L N.O111lS WII.IUR[1001 fEDM11,ILLIIIOIf pf W p]OIASf ISII fTlQT 1 GNTON.I4NOL{ft3K � M.13p�b}0p5If]utUbib}Hlf NI.Ifb�b]JpiIGM13bIN1ilSS N IIIONMf MOlRGMIN.OffIGN NMI LKENlF lIMAOS/5! W0Rl0NG Ndh YOU by DESIGN' Illinois Department v/ of Transportation TRANSMITTAL LETTER Division of Highways/Region Three/District Four•401 Main Street. Peoria, Illinois 61602-1111 .Telephone 309/671-3333 Date: August 18, 2017 To: City of Canton Route: 2 N. Main St. Section: 16-00000-00-GM Canton, Illinois 61520 County: Fulton Job No.: Contract No.: Attention: Ms. Diana Pavley-Rock, City Clerk Agency: City of Canton Approved revised Municipal Estimate of Maintenance Costs(BLR 14231)and Municipal Maintenance Subject: Expenditure Statement(BLR 14310) Transmittal Sent As Marked Below: ❑ For Processing/Approval 0 Other(See Remarks) 0 Returned for Corrective Action ❑ For Your Information/Response 0 Per Our Conversation 0 Review and Comments O Note and File 0 Per Your Request 0 Take Appropriate Action Description and/or Remarks: Attached is the approved revised Municipal Estimate of Maintenance Costs (BLR 14231)and Municipal Maintenance Expenditure Statement(BLR 14310)for the above-mentioned section. If you have any questions, please contact Mr. Simon Alwan at(309)671-3694. Kensil A. Garnett, P.E. Region Three Engineer CRT/Imh Attachment(s) cc: Maurer-Stutz, Inc. (Mr. George Merkle) District Four Compliance Review Officer File s:\gen\blrs\staff\thaller\lransmittal levers\alwan\canton_rev.esl&mes.l6-gm.docx Printed 8/18/2017 D4 AD0101 Q Revised �� � Municipal Estimate of Maintenance Costs Local Public Agency: City of Canton County: Fulton Maintenance Period 1/1/2016 to 12/31/2016 Section Number: 16-00000-00-GM Estimated Cost of Maintenance Operations Maintenance For Group I.IIA,IIB,or III Est Total Operation Maint. Insp. Unit Item Operation (No.Description) Group Reg. Item Unit Quantity Price Cost Cost Contract Maintenance - 1. MITI and HMA Overlay V V HMA Surf Rem,1-112" S.V. 13570.00 2.92 39,624.40 (13,634 SY) V V HMA Surf Rem,3" S.Y. 1649.00 5.29 8123.21 ✓ Y Pavement Patching S.Y. 0.00 200.00 - ✓ Y Bit Mark(Prime Coat) Lb 5721.00 1.20 6,865.20 ✓ Y HMA Surf Cse,MN D,N50 Ton 1883.00 97.14 182.914.62 ✓ Y Mobilization L Sum 1.00 5,000.00 5,000.00 243127.43 2. Seal Coat(A-2) II Y Bit Marls(Prime Coat) Gal 1203.00 5.00 6,015.00 (15,250 SY) II Y Bit Marls Seal HFP Gal 6273.00 4.00 25,09200 II Y Seal Coat Aggr(Frac Gray) Ton 224.00 65.00 14,580.00 45,687.00, 3. Spray Patch 2a V Spray Patch LS. 1.00 19.999.00 19,99900 19,999.00 Preliminary Engineering Base Fee 1,250.00 Ila 319,999.00 6:0 2% 399.98 III $45,667.00 a 4% 1,826.68 IV $233,244.2365% 11,602.21 Engineering Inspection Ila 319,999.00®1% 199.99 Ill $45,66]00®4% 1,62868 IV 3243,12]43®6% 14,587.65 TOTAL 31,753.19 Total Estimated Maintenance Operation Cost 308,793.43 Estimated Cost MFT Portion Other Funds Preliminary Engineering 15,138.87 Maintenance 308,793.43 245,414.98 63,378.45 Engineering Inspection 16,614.32 Maint Eng 31,753.19 P(Jp,A86,17049 yes i12f69 Material Testing Totals: 340,546.82 P".`93"7 e4,91'A6 Advefsing x77/161117 u 37►.YS Bridge Inspections Total Estimated Maintenance Engineering Cost 31,753.19 Total Estimated Maintenance Cost 340,548.62 Submitted: Approved: Mayor G "�� The Repbw Engineer 3/8 c2-0r7 nn/Ali Dem Date BLR 14231(Rev O211B/141 Printed on 3/8/2017 9:49 AM 2q @q . \ co• \ co # ! \ o Co _a ~ \ "id / } eco 03 i § � ` ® ® ; ° � ! ® "• - ®Lo o 03 8 ` ; r \ ® ; ° \ ; ] ! / / ) 3 i aca S ; __ ) { ° co o CO 0 | ® \ \\ \ a t 77 _® { • E� ° ` - C 0. 2 a I_ ( t # t k ■ , 44: ! ; ! „ ( k ) \ / !\ � ) : & ! ® • E R j fr ; , t ! ! \ ! cw Glke ! ! d « ` it - | < 2 ! § ; a « #7 1 .\\cci a ! " 0C 4C P2 C ° . ca_ { ) ) 0 ! ° \ \ E aoa. / ` & \ / 0J La 10 O. ! ( ! -� \ ;! / Rr. 3 €F CO ® 0 $ ! ! ; : . CO 70 | ▪ , ! � § ` ) U II ! — } ) c \ CO c { o | r!! � _. : ✓ \\ � La `s. c ` a ` O 41 15 o § { ) j ! \ f E \-. � . r To IO to I � ®) x{- | ` ` a. \ } \ \ - \ � § ! - £ ® ! G # # ; , 3 \au � ; )• � § ¥ m } \k ) f! ! /! � ! f ! | ; � ! � / I 0 Illinois Department of Transportation Office of Highways Project Implementation /Region 3/District 4 401 Main Street/Peoria, Illinois 61602-1111 August 17, 2017 Motor Fuel Tax Funds City of Canton Section: 16-00000-01-GM Ms. Diana Pavley-Rock City Clerk 2 North Main Street Canton, Illinois 61520 Dear Ms. Pavley-Rock: Enclosed is a copy of the approved Engineer's Final Payment Estimate(BLR 13231) in the amount of$234,712.13. This request was not processed for material certification. The Request for Approval of Change in Plans (BLR 13210) is also approved. A file copy is enclosed. The Municipal Maintenance Expenditure Statement(BLR 14310) is on file and will be reviewed for approval in order to final out the 16-00000-00-GM Program. If you have any questions, please contact Mr. Simon Alwan at (309) 671-3694. Sincerely, o. .a,, Kensil A. Garnett, P.E. Region Three Engineer SJA/Imh sAgen blrslstafflwan transmittal letterMfinal pay estimatekanton iinalpayest8 cip_10-00000-01-gm.docx Enclosures cc: Maurer-Stutz, Inc., Mr. George Merkle District Four Compliance Review Officer File Route Various G NNnois'Department County Fulton of 'Ng1sportation 1 Local Agency City of Canton Section 16-00000-01 -GM Engineer's Final Payment Estimate Estimate No. 1 and Final Date of Completion 8-17-2016 Payable To: Name R.A Cullinan and Son,A Div of UCM, Inc Address 121 W Park St P.O. Box 166;Tremont, IL 61568 Items Awarded' Added Deducted Completed Quantity _ Values - Quantity Quantity Quantity I Unit Price Volvos Totals from previous page HMA Surf Rem,1-12" 13,187.00 38,506.04 383.10 13.570.10 2.92 39,62069 HMA Surf Rem,3" 446.00 2,359.34 1,202.60 1.648.60 5.29 8,721.09 Pate Patch 6" 100.00 3,934.00 100.00 39.34 Bit Marls(Prime Coat) 10,766.00 12,91920 5,045.40 5720.60 1.20 8,864.72 HMA Surf Cse,Mix D,N50 1,188.00 115,402.32 694.60 1,882.60 97.14 182,875.76 Total Awarded Values $173,120.90 Total Completed Values $238,086.26 Page 1 of g BLR 13231(Rev.1/06) Printed on 11/22/2016 1:30:58 PM eaSats Det Request for Approval Of Transportation of Change in Plans Date: 1122/2016 County: Fulton Request No. 1 fl Final Road District or Municipality: CM of Canton Contractor: R.A.Cullinan&Son Section No. 16-00000-01-GM Address: 121 W Park St., P.O.Box 166 Tremont,IL 61568 I recommend that this addition be made to the above contract. (edln'ien.extension,mweionl Ito,from) The estimated quantities are shown below and the contractor agrees to furnish the materials and do the work at the unit prices. Item Description Unit Quantity Unit Price Total Addition Total Deduction HMA Sud Rem 1-12" Sq Yd 383.10 2.92 A $ 1,118.65 $ - HMA Surf Rem 3" Sq Yd 1202.60 5.29 A $ 6,361.75 $ - Pav't Patch 6" Sq Yd 100.00 39.34 D $ - $ 3,934.00 Bit Mails(Prins Coat) Lb 5045.40 1.20 D $ - $ 6,054.48 HMA Sud Cse,Mix D N50 Ton 694.60 97.14 A $ 67,473.44 $ - Mobilization L Sum 1.00 5,000.00 A $ 5,000.00 $ - 16thAvenue Credit LSum 1.00 (8,374.13) A $ (8,374.13) $ - $ - $ - $ - $ - $ - $ . $ - $ - $ $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - Total Changes: $ 71,579.71 $ 9,988.48 BLR 13210 (Rev. 11/07/13) Printed 12/14/2016 1 oft Total Net Change: $ 61,591.23 Amount of Original Contract $ 173,120.90 Amount of Previous Change Orders: Amount of adjusted/final contract: $ 234112.13 Total net Addition to date $ 61,591.23 which is 35.58 %of the contract price. (addition.deduction) State fully the nature and reason for the change: Adjustments to final field measurements and due to the good unit prices,the City decided to add some additional work to the contract. See the attached documentation for the added mobilization and the construction credit Wren the net increase or decrease in the cost of the contract is$10,000.00 or more,or the time of completion is increased or decreased by 30 days or more,one of the following statements must be checked: ❑ The undersigned has determined that the circumstances which necessitate this change were not reasonably foreseeable at the time the contract was signed. Xi The undersigned has determined that the change is germane to the original contract as signed. ▪ The undersigned has determined that this change is in the best interest of the Local Agency and is authorized by law. Prepared by: George B Merkle Senior Project Engineer-Maurer-Stutz,Inc. Title of Preparer For County and Road District Projects For Municipal Projects Highway Commissioner elI r o1' Date Title of Municipal Officer 13 Dao J3D/cp Submitted/Approved Date county Engineer/Superintendent of Highways Approved Date _.. Id Regional Engineer i80-7 Date Note: Make out separate form for change in length quantities. Give net quantities Submit 6 Originals If plans are required attached 3 sets. BLR 13210 (Rev,11/07/13) Printed 12/14/2016 2 of 2 O. Li U ra en In ri al 0 o al c CU cial 41 15 Li• g ] { to 0 E mo • \ in _ o 01 u / - — IA ra _ *{f§) To in00 CD ID WL!! 1 £ �!; _ ! , Mr 00 E CI• % f& / � ! ) � \ $ ( 20 cc ) { ; k ) _ C ( f MD AI CV ® of — rti vp a) {i + u_ col ! ig E/ » § " c ea - f p / ■ dMI t / . �! )0 \ } 7 k \{ {V ) \ r w62 ` [d | LI k7 ) 0 !aa! ; / ) ) ) ! ) N E 0 n v i o 3 " ti E m 3 5 w m .- 3 am C e c c W w ti w w ! n a n w E, > a` 0u m g t o_ ID A w IA o m 0 E w _ « x w 0 a Lu '] 4Y F ✓ S _ ro it u Ln E 5 E 0 y3 E w d b v o8 N Y c O m a m e PP Z o w v _ m = 4 � i ., t E IAa m a w a • • C 3 0 0 T W 0 ✓ -0 • O. L N a O C w L• O E E V ON w W W > Tn. L .. (13 E o w 0 • 0 0 0 > 3 > m `o o v, o w a • w C r O 0. 3 a = E o m > r o a Ni a - Y te 'a- T., '- N V E a • ,- _,, aN o E m r . telC Nt on mm _ C a .0 o -. ti w E a In c p N N r 4 > Si N ecQ ca ti C aa � 3 g _C To- °J ry a c E x o w 0 E v 0 oi ch v o a a O Y v y — al ^� O O M M' V O a• v 2 w N r LL H y = C' p O N p ~ in _ ' N j r ¢' "y m c u C v' i E anQ 6] _ q C 2 Q s N J b w O fwn T O 1 Li,.. u q N w Q !n C. 0 I- N C W w O Vey 0 cc L Y (O ft a 1/40 E cn a ,0 c3 W N '`' C w Y `C < Z O -, u N 12 P S y► Q m G u S 0 v c _c riaC d t ti -I.E. E ^I,v Q i LL 1 f V N r > co - F U' mw a LL 0 CC LJ E 12 o C CI C a E oi a o EV C cu m ro b t0 LI LiEj a) 0 CO 0.1 VI 4- 60 9; • ! a - ; ai 22 k ! | tin 6— \ S�\ - \ aic £ 0 j0 ; } | ) �/ k / ] / ; / ! ] & g . ur + a ® k « « ; ! ) I |! ®§ � f ] ( \\\ { \ 2j ! " _ £ t! \ & ` 2 B 3 ` ` § d.� � 2gce v } § in \ �j 1 , j / � - jkkl \ Lik al V a E a C 0 U L CO d Y a O 3 3 -a - To o u m d a mI. ms, c n d C d -c f m o x to' v e C en N a Q L d j =3 6 ra CO• V d C N q A q CI d L a a V 0 2 E • m d x o — d « E w i 0• n N lt E o n ,dn R a la ,n d E N N d 'O T o }g� .� a v °° T o- o ff % g E IN 1 w a E N ,Q ,^ o O a M O V amb do r.pn L W p � 0 ; oI C C O 'LL" c le C fi `� r N V D m C C n OL it G E N, C 'O>- C lo c 0 d o Sc 3 % i 0 c =p c C 0 vi R o N N Vt o f C H C 4 n GG Q Y 3 - -c u W rn N d 3 c ry d T d c 7 C .e "I En o �' a a o m a Y E a e+ � r ~ & E = d c 'i.,, 3 CEEIa i EE LCa' 3my • d c =_ Ea d a d = = Ea 1 K 6£ ILL VI f V I0 0 — Q 2 2 x 2 E. S 3 6 2 6 E a O OrE E a R L O U CO LI O Z. a u `m fC o t a `o a E en 0. o R CI CE u E N .0 c 3 = -o 3 ., w co .3 0 c `~o 3 ` CO C y Y J H Y _ L fa Cv a I/ '> n v 'Q i_.2 ^ a v (Icu t' .l O `p M d o R E ¢ E m o_ i $ 3 g s E n m E o o E h w o en o E w E ` ¢ o � « k N `o a o co E m C > LU F '. LL •? O E `- •a N v A E 6 O c J[ N b y N m u E m o o a u a m � c 0 `m o E E Q =' e E ° w i —` y 0 > . m n & C 'u n y ydy< Z o J ti IV• V a q L H R y^�� q 0 f0 I E V- l7 M 6 W '�C • GIlinois Department Request for Approval of Transportation of Change in Plans Date: 11/22/2016 County: Fulton Request No. 1 El Final Road District or Municipality: City of Canton Contractor: R.A.Cullinan 8 Son Section No. 16-00000-01-GM Address: 121 W Part St.,P.O.Box 166 Tremont, IL 61568 I recommend that this addition be made to the above contract. lada4an,extension.deOudionl 00.from) The estimated quantities are shown below and the contractor agrees to furnish the materials and do the work at the unit prices. Item Description Unit Quantity Unit Pdce 4`aNOctAI Of Total Addition Total Deduction oeduaoy0) HMA Surf Rem 1-12" Sq Yd 383.10 2.92 A $ 1,118.65 $ - HMA Surf Rem 3" Sq yd 1202.60 5.29 A $ 6,361.75 $ - Pav't Patch 6" Sq Yd 100.00 39.34 D $ - $ 3,934.00 Bit Mat'Is(Prime Coat) Lb 5045.40 1.20 D $ - $ 6,054.48 HMA Surf Cse,Mix D, N50 Ton 694.60 97.14 A $ 67,473.44 $ - Mobilization L Sum 1.00 5,000.00 A $ 5,000.00 $ - 16th Avenue Credit L Sum 1.00 (8,374.13) A $ (8,374.13) $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - _ .. . . .$ $ $ - $ $ $ $ - $ - $ - $ - $ - $ Total Changes: $ 71,579.71 $ 9,988.48 BLR 13210 (Rev.11/07/13) Printed 12/142016 1 of 2 • Total Net Change: $ 61,59123 Amount of Original Contract: $ 173,120.90 Amount of Previous Change Orders: Amount of adjusted/final contract: $ 234,712.13 Total net Addition to date $ 61,59123 which is 35.58 %of the contract price. (addition,deduction) State fully the nature and reason for the change: Adjustments to final field measurements and due to the good unit prices,the City decided to add some additional work to the contract. See the attached documentation for the added mobilization and the construction credit. When the net increase or decrease in the cost of the contract is$10,000.00 or more,or the time of completion is increased or decreased by 30 days or more,one of the following statements must be checked: 0 The undersigned has determined that the circumstances which necessitate this change were not reasonably foreseeable at the time the contract was signed. The undersigned has determined that the change is germane to the original contract as signed. %❑ The undersigned has determined that this change is in the best interest of the Local Agency and is authorized by law. Prepared by: George B Merkle Senior Project Engineer-Maurer-Stutz,Inc. Title of Preperer For County and Road District Projects For Municipal Projects moony Commissioner 1101.A4 r Date Tie of Municipal Officer l aDOBDylo Submitted/Approved Date County Engineer/Superintendent of Highways Approved Date Regional Engineer Date Note: Make out separate form for change in length quantities. Give net quantities Submit 6 Originals If plans are required attached 3 sets. BLR 13210 (Rev.11/07113) Printed 12/142016 2 of 2 • a) 0. al 10 tn ea a) N A- in rC 16 el, MI 7 } 00 0 o ! \ } \ 0 al el / -0 CD LE \ _ *k!#2 En _ E CI H co 0\ k/ RI { k \ \ t 1:10 an 720X/ �{ ; ! ( 0 a)ro | k } a. ) ) ) Di # . E f Vit# § \ E. !g > q . } / \\} m /� W j aaA ›- I— � 0- I— E 0 p. a E a 5 a 1/10 m,y 3 m m W _p C _ v y p c b N _ o n y E i o� a C a) "_Ea CO N aog E g vN . H ri c LL « E N W F ] _ W f e� C E L E Y H 2n N Y o f W d Of d a Co o v m re 01-z . n A c mi 2 m .. N G = .-i m. - u ,L E j- wit m d w a • • 3 0 0 v 0 a a • c • • a ro o• .`a'. m ✓ c 0 m E o w m w > 4 U . E 0 ✓ 7 • 0 > 3 0 `o o• w a ▪ w c o 3 c- E u N E o T J O a _ w .- c v • a u a " = v O o c 35 r m 'en `1 a m N o c e c a `o — - ti v E a n • p w !o a W j ry re) 0o o v io , p c Uj f' y y m 3 ° t = Ci - .o m o o a io _ g N ro 3 Lo tl (-0 c E v '�" o $ o E v Eo ry do - YLI a .� — a � ° m 80 U o x W N '0LL — Yn • Cil Chi cn o o v i .n — - E = ai < �' m i r CA Y CO~ c y v ri Ea C Q Q, m oaW CO 0— 0 oil-Ca 4s a o' F m Qa) . _ u C W N d a y =� (.9 I- Ny a C « WZ � md m � I- E aye. 3 r .ag, E • 4- >CP m e = LC - ,,',,'�o.���� n 'ya. u. y f U YI r i u — H Uy' S. m a w +a u. y • o ro E 72 0 ro a 0 ar a) Li an ;21 Ell 0 t ro cl I) in tu G! . ! ) . _ \ !]; to 4 = - ) re { 11 h.ii / \ � ) � LO� ) \ ) / ' }\ co \ \ = L. \ ) ] ) R EJ § } ��k ƒ / p R bt f}! m ; a � © - {% \ 1 2 ; 3 ` � 7s • aI ) I �E ° i In - j tin \ yi 01 U b. ro 0 Cl 0 o F 12 to -c ra 7 - m { f \ al a a mc a # as |to ) k ; )/ •� | ) • /IS t ) 8 ea in: : \ \ \ \�ci{ i = \ §co ) co = C ea \ 0 _ } Z 3 — � , §I! )§ � } } k � i / 2 ; , I ` ƒ f 7k ƒ) - / _ - \\ �E ° . um dui / / \ E til ea_ \ \ \ ƒ § an. = \ } \ Er • • a. it k 01sv) 2 ! 0 t". | ) ea \ ! E { . } } , \ } } / ) \ \ . ! r ; ! ! « ! _ k •2 a 33 v3 - f \ g isi } } ) ro a.to . - I- ; al o 7 ! ! s,ce ] ol` .LO E ; o 03 } § < r ) Urngw k\