Loading...
HomeMy WebLinkAboutResolution # 3788 Illinois Department of Transportation Division of Highways /Region 3 /District 4 401 Main Street /Peoria, Illinois / 61 602-1 1 1 1 Telephone 309/671-3333 March 16, 2007 CITY MFT Canton Fulton County Section 07-00000-00-GM 2007 General Maintenance Ms. Nancy Whites City Clerk 2 North Main Street Canton, IL 61520 Dear Ms. Whites: The resolution adopted on March 6, 2007 by the City Council appropriating $90,000.00 of motor fuel tax funds for the maintenance of various municipal streets and highways for the above year is approved. The municipal estimate of maintenance costs in the amount of $88,465.21 is approved and your file copy is enclosed. An expenditure of $85,000.00 for maintenance and $5,000.00 for maintenance engineering are being authorized on this date and will be shown on your next monthly allotment letter. Also the maintenance engineering agreement and the proposal are approved. ery trpiy yours, ~eph E. Crowe, P.E. puty Director of Highways, gion Three Engineer LHL: vaf s:\gen\winword\park\c itymaintres\ci tymaintrescanton07gm.doc Enclosure cc: District Four Auditor Maurer-Stutz (Canton Office - G. Merkle) File RESOLUTION N0.378$, Illinois Department mmaintenance Engineering to be of Transportation Performed by a Consulting Engineer (to be attached to BLR 14231 or BLR 14221) The services to be performed by the engineer, pertaining to the various items of work included in the estimated cost of maintenance operations (BLR 14231 or 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, estimate and proposal; attendance at meetings of the governing body as may reasonably be required; attendance at public letting; preparation of the contract or acceptance of proposal forms; and the preparation of the maintenance expenditure statement within 3 months. ENGINEERING INSPECTION shall include: Furnishing the engineering field inspection (including preparation of payment estimates material testing and/or checking material invoices) of those maintenance operations requiring professional on-site inspection, as opposed to those ordinary operations such as street sweeping, snow removal, tree trimming, crack filling, cleaning ditches and culverts, etc., which typically require no professional 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. (See reverse side for additional instructions). In no case shall this be construed to include supervision of contractor operations. SCHEDULE OF FEES Value of Pro ram BASE FEE > $15,000 $1,000.00 ^ _< $15,000 Ne otiated: $1,000 Max. PLUS Grou Prelimina En ineerin En ineerin Ins ection Ooeration to be p Acce table Fee % Ne otiated Fee % Acce table Fee % Ne otiated Fee % Ins ected, Etc. 0 0 0 0 0 0 0 0 SIGNATURES By: Maurer-Stutz, Inc.; 1670 E. Ash St.; Canton, IL 61520 I Agency icial S' nature Consulting Engineer """'inn Ma or B ~`~'~~'~ ~:~P~gli Y Y~ : cC~ Title Signature :~ ~.p55~k~ ~ REQLSTERED l/C/ a/Zz/a7 ~ _, PRCFE.ssIONAL e ~ Date Date „~ .L''. SeSI -..^~- ~CIR~ ~!'. /•l/3e/Q7 Page 1 of 2 BLR 05520 (Rev. 7/05) Printed on 2/22/2007 2:35:11 PM Group TYPICAL OPERATION WITHIN GROUP Non-engineering items; materials or services purchased without a proposal; i.e. electrical energy and expendable small tools. Routine day labor maintenance items, i.e. street sweeping, tree trimming or removal, mowing, ice and snow control, cleaning ditches, brush removal, traffic signal maintenance, lighting maintenance and purchases by a proposal of materials not directly incorporated into the work. Items requiring minimum preliminary engineering and no engineering inspection. III Day labor maintenance items requiring material proposal. Items furnished and spread or delivered to jobsite by material suppliers. Items requiring preliminary engineering and/or engineering inspection. IV Contract maintenance items performed by contractors. Items requiring preliminary engineering and/or engineering inspection. Notes: (1) The negotiated fee shall not exceed the acceptable fee percentage for each group and shall be negotiated based on the level of complexity involved. (2) PRELIMINARY ENGINEERING: The negotiated fee for each group shall be applied to the total estimated costs of those items in that group (excluding engineering cost). (3) ENGINEERING INSPECTION: To compute the estimated cost, the negotiated fee for each group shall be applied to the total estimated cost of those items in that group to be inspected. The actual fee paid shall be based on the final costs of those items in that group given field inspection by the Engineer. (4) Payment for maintenance engineering may be arranged: (a) On the basis of base fees plus percentage fees not to exceed the fees listed, or "' (b) On the basis of the actual cost of services plus a specified percentage for overhead, or (c) On the basis of a lump sum fee. If method (b) or (c) is employed, the total engineering cost shall not be greater than the amount determined under method (a). (5) Ten percent of the total fee is to be withheld until such time as the expenditure statement is submitted and the final cost of inspected items is known. (6) Each maintenance operation shown on the "Estimate of Maintenance Costs" shall show the applicable engineering Group (I to IV) for which the operation applies. (7) Base fee applies only to preliminary engineering. Page 2 of 2 BLR 05520 (Rev. 7/05) Printed on 2/22/2007 2:35:11 PM City of Canton -Public Owned Equipment - 2007 Maintenance Rental Rates Sweeper Pick Up -Hourly Expense Rate = $45.55 per hour All rates based on IDOT Schedule of Average Annual Equipment Ownership Expense Booklet dated January 1, 2004. 23406018sched uleforrentalrates RETURN WITH BID J Q (n 0 .-. ~ ~ O `- ~ O ~ ~ W L ~ ~ Zm W O +.• W = U ~ O ~Z ~ s I„_, ~.' W "' ~ O OO Z v ~ ~ W ` W ~ Z ~ ~ o QZ 0 m STATE OF ILLINOIS COUNTY OF Fulton PROPOSAL SUBMITTED BY Contractor's Name Street P.O. Box City State Zip Code City of Canton (Insert name of City, Village, Town or Road District) ESTIMATE OF COST, SPECIFICATIONS, PLANS, MATERIAL PROPOSAL, CONTRACT PROPOSAL, CONTRACT AND CONTRACT BOND. (Strike out that which is not applicable) FOR THE IMPROVEMENT OF STREET NAME OR ROUTE NO. Various Streets SECTION NO. 07-00000-00-GM TYPE OF FUNDS MFT TO BE CONSTRUCTED UNDER THE PROVISIONS OF THE ILLINOIS HIGHWAY CODE Submitted ~? Appro /P ss d ,~~ r ,. ,Mayor Highway issioner/May /Presi of Board of Trustees For County and Road District Projects Only Submitted/Approved County Engineer/Superintendent of Highways Page 1 of 1 Printed on 3/7/2007 9:56:34 AM IL 494-0328 BLR 12210 (Rev. 7/05) APPROVED DEPARTMENT OF TRANSPORTATION INDEX FOR SUPPLEMENTAL SPECIFICATIONS Adopted January 1, 2007 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. Pa4e No. No Supplemental Specifications this year. CHECK SHEET FOR RECURRING SPECIAL PROVISIONS Adopted January 1, 2007 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 N0. 1 ^ State Required Contract Provision All Federal-aid Construction Contracts (Eff. 2-1-69) (Rev. 1-1-07) ............................................ 1 2 ^ Subletting of Contracts (Federal Aid Contracts) (Eff. 1-1-88) (Rev. 5-1-93) ...................................................................................... 3 3 ^ EEO (Eff. 7-21-78) (Rev. 11-18-80) ................................................................................................................................................... 4 4 ^ Specific Equal Employment Opportunity Responsibilities Non Federal-aid Contracts (Eff. 3-20-69) (Rev. 1-1-94) .......................... 14 5 ^ Required Provisions -State Contracts (Eff. 4-1-65) (Rev. 1-1-07) .................................................................................................... 19 6 Reserved .......................................................................................................................................................:.................................. 24 7 ^ National Pollutant Discharge Elimination System Permit (Eff 7-1-94) (Rev. 1-1-03) ......................................................................... 25 8 ^ Haul Road Stream Crossings, Other Temporary Stream Crossings, and In-Stream Work Pads (Eff. 1-2-92) (Rev. 1-1-98) ........... 26 9 ^ Construction Layout Stakes Except for Structure" (Eff. 1-1-99) (Rev. 1-1-07) .................................................................................. 27 10 ^ Construction Layout Stakes (Eff. 5-1-93) (Rev. 1-1-07) .................................................................................................................... 30 11 ^ Use of Geotextile Fabric for Railroad Crossing (Eff. 1-1-95) (Rev. 1-1-07) ....................................................................................... 33 12 ^ Subsealing of Concrete Pavements (Eff. 11-1-84) (Rev. 1-1-07) ...................................................................................................... 35 13 ^ Hot-Mix Asphalt Surface Removal (Cold Milling) (Eff. 11-1-87) (Rev. 1-1-07) .................................................................................. 39 14 ^ Pavement and Shoulder Resurfacing (Eff. 2-1-02) (Rev. 1-1-07) ..................................................................................................... 41 15 ^ PCC Partial Depth Hot-Mix Asphalt Patching (Eff. 1-1-98) (Rev. 1-1-07) .......................................................................................... 42 16 ^ Patching with Bituminous Overlay Removal (Eff. 10-1-95) (Rev. 1-1-07) .......................................................................................... 44 17 ^ Polymer Concrete (Eff. 8-1-95) (Rev. 3-1-05) ................................................................................................................................... 45 18 ^ PVC Pipeliner (Eff. 4-1-04) (Rev. 1-1-07) .......................................................................................................................................... 47 19 ^ Pipe Underdrains (Eff. 9-9-87) (Rev.1-1-07) .................................................................................................................................... 48 20 ^ Guardrail and Barrier Wall Delineation (Eff. 12-15-93) (Rev. 1-1-97) ................................................................................................ 49 21 ^ Bicycle Racks (Eff. 4-1-94) (Rev. 1-1-07) .......................................................................................................................................... 53 22 ^ Temporary Modular Glare Screen System (Eff. 1-1-00) (Rev. 1-1-07) .............................................................................................. 55 23 ^ Temporary Portable Bridge Traffic Signals (Eff. 8-1-03) (Rev. 1-1-07) ............................................................................................. 57 24 ^ Work Zone Public Information Signs (Eff. 9-1-02) (Rev. 1-1-07) ....................................................................................................... 59 25 ^ Night Time Inspection of Roadway Lighting (Eff. 5-1-96) .................................................................................................................. 60 26 ^ English Substitution of Metric Bolts (Eff. 7-1-96) ............................................................................................................................... 61 27 ^ English Substitution of Metric Reinforcement Bars (Eff. 4-1-96) (Rev. 1-1-03) ................................................................................. 62 28 ^ Calcium Chloride Accelerator for Portland Cement Concrete (Eff. 1-1-01) ....................................................................................... 63 29 ^ QC of Concrete Mixtures at the Plant - Single A (Eff. 8-1-00) (Rev. 1-1-04) ..................................................................................... 64 30 ^ QC of Concrete Mixtures at the Plant - Double A (Eff. 8-1-00) (Rev. 1-1-04) ................................................................................... 70 31 ^ Quality ControllQuality Assurance of Concrete Mixtures (Eff. 4-1-92) (Rev. 1-1-07) ........................................................................ 78 CHECK SHEET FOR RECURRING LOCAL ROADS AND STREETS SPECIAL PROVISIONS Adopted January 1, 2007 The following RECURRING LOCAL ROADS AND STREETS SPECIAL PROVISIONS indicated by an "X" are applicable to this contract and are included by reference: RECURRING LOCAL ROADS AND STREETS SPECIAL PROVISIONS CHECK SHEET # PAGE N0. LRS 1 Reserved .......................................................................................................................................................................................... 91 LRS 2 ^ Furnished Excavation (Eff. 1-1-99) (Rev.1-1-07) .............................................................................................................................. 92 LRS 3 ^ Work Zone Traffic Control (Eff. 1-1-99) (Rev. 1-1-07) ....................................................................................................................... 93 LRS 4 ^X Flaggers in Work Zones (Eff. 1-1-99) (Rev. 1-1-07) .......................................................................................................................... 94 LRS 5 ^X Contract Claims (Eff. 1-1-02) (Rev.1-1-07) ....................................................................................................................................... 95 LRS 6 ^X Bidding Requirements and Conditions for Contract Proposals (Eff. 1-1-02) ..................................................................................... 96 LRS 7 ^ Bidding Requirements and Conditions for Material Proposals (Eff. 1-1-02) (Rev. 1-1-03) ................................................................ 102 LRS 8 ^ Failure to Complete the Work on Time (Eff. 1-1-99) .......................................................................................................................... 108 LRS 9 ^ Bituminous Surface Treatments (Eff. 1-1-99) .................................................................................................................................... 109 LRS 10 ^ Reflective Sheeting Type C (Eff. 1-1-99) (Rev. 1-1-02) ..................................................................................................................... 110 LRS 11 ^X Employment Practices (Eff.1-1-99) ................................................................................................................................................... 111 LRS 12 ^X Wages of Employees on Public Works (Eff. 1-1-99) (Rev. 1-1-07) ................................................................................................... 113 LRS 13 ^X Selection of Labor (Eff. 1-1-99) ......................................................................................................................................................... 114 LRS 14 ^ Paving Brick and Concrete Paver Pavements and Sidewalks (Eff. 1-1-04) (Rev. 1-1-07) ................................................................ 115 LRS 15 ^x Partial Payments (Rev.1-1-07) ......................................................................................................................................................... 118 I~nois Departrnent of Transportation Special Provisions The following Special Provisions supplement the "Standard Specifications for Road and Bridge Construction", Adopted January 1, 2007 ,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 07-00000-00-GM ,and in case of conflict with any part, or parts, of said Specifications, the said Special Provisions shall take precedence and shall govern. MANHOLES AND OTHER OBSTRUCTIONS TO BE ADJUSTED /BASE REPAIR The City of Canton will be responsible for manhole, valve box, and other utility adjustments and any base repair if required. This item will be performed at no cost to this contract. AGGREGATE (PRIME COAT) The City of Canton will be responsible for furnishing and applying prime coat aggregate (if needed). The City will perform this operation at no cost to this contract. BITUMINOUS MATERIALS PRIME COAT This work shall be done in accordance with Article 406.05(b). Bituminous material shall be applied at an approximate rate of 0.06 gallons per Sq. Yd. on existing pavement surfaces. This is a specified range only and may vary due to field and climate conditions. This work will be paid in accordance with Article 406.14 and at the contract unit price per gallon for BITUMINOUS MATERIALS (PRIME COAT) which shall include all labor, equipment, and materials to complete the work. PREQUALIFICATION OF BIDDERS The provisions of check sheet LRS6, Special Provision For Bidding Requirement and Conditions For Contract Proposals shall apply. Modify the second sentence of the first paragraph by substituting the word "maintenance" for "construction." A current "Certificate of Eligibility" issued by the Department of Transportation shall be included with the Contract Proposal. The "Certificate of Eligibility" will be reviewed before the Bid is read to determine that the bidder is eligible to bid according to the Department's "Prequalification Manual". If the review determines that the bidder does not meet the requirements for bidding, the bid will not be read. Page 1 of 1 BLR 11310 (Rev. 7/05) Printed on 3/7/2007 10:32:45 AM Special Provisions City of Canton Section 07-00000-00-GM #241-07001 BITUMINOUS HOT MIX SAND SEAL COAT (MODIFIED) This item of work shall be performed in accordance with LR-403-2, Special Provision for Bituminous Hot Mix Sand Seal Coat except for the following modifications: CHANGE Description requiring a maximum compacted bituminous hot mix sand seal coat thickness of 19 mm (0.75 inch) to allow greater thickness as required by the Contract. Materials under item (a) include Article 1004 to provide for a CM-16 or CA-16 aggregate in the mixture. Modify Note 1 to follow the Class I Surface Course Mixture Specification in Section 406 of the "Standard Specifications". The following is a Target Range for the aggregate gradation: Job Mix Formula Tolerances Passing 2 inch sieve 100% Passing 3/8 inch sieve 99% Passing No. 4 sieve 78% d5% Passing No. 8 sieve 55% d5% Passing No. 16 sieve 40% ----- Passing No. 30 sieve 30% ----- Passing No. 50 sieve 17% `d4% Passing No. 100 sieve 7% ----- Passing No. 200 sieve 3% b'0.3% The ingredients of the seal coat mixture shall be combined in such proportion as to produce a mixture conforming to the following composition limits by weight: Ingredient CA-16 or CM-16 FA-01 FA-20 Residual Bitumen PG 58-22 Percent by Weight 27.9% 32.6% 32.5% 7.0% The percentage of residual bitumen shall be set by the Engineer (or City). The right is reserved by the Engineer (or City) to make such changes in proportions during the progress of the work as deemed necessary. The asphalt content shall not vary b .5% from the bitumen content set by the Engineer (or City). Modify Note 3 to require a PG 58-22 asphalt cement in the mixture. -2- Special Provisions City of Canton Section 07-00000-00-GM #241-07001 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. PG 64-22 bituminous material shall be used. For the CA-16 or CM-16 aggregate only Dolomite will be allowed. Article 406.11 will not be applicable. HOT MIX ASPHALT MIXTURE REQUIREMENTS The following mixture requirements are applicable for this project. Mixture Use(s) Surface Course AC/PG: PG 64-22 RAP %: (Max)** 15% Design Air Voids: 4.2% @ Ndes = 50 Mixture Composition: (Gradation Mixture) tL 9.5 or IL 12.5 Friction Aggregate: Mixture D* *CA-16 or CM-16 only Dolomite will be allowed. ** If > 15% RAP is used, the contractor may be required to use a softer grade of asphalt as determined by the Materials Engineer. 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. -3- Special Provisions City of Canton Section 07-00000-00-GM #241-07001 BUTT JOINTS 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 International Harvester site and store it as directed by the City of Canton's Superintendent of Streets. The Butt Joint at the south end of the alley shall require partial removal in concrete. Basis of Payment Transporting salvage milled material to the International Harvester site shall be incidental to the contract unit price per Square Yard for HOT-MIX ASPHALT SURFACE REMOVAL -BUTT JOINT. This work will be paid in accordance with Article 406.14 and at the contract unit price per Square Yard for HOT-MIX ASPHALT SURFACE REMOVAL -BUTT JOINT. 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 Traffic Control Standards 701501, 701502, 702001 and BLR 18-4. Basis of Payment All traffic control required shall be considered incidental to Hot-Mix Asphalt Surface Course, Mix D, N50 or Bituminous Hot Mix Sand Seal Coat (Modified) and will not be paid for separately. OTHER PAVEMENT EDGE TRANSITIONS Pavement edge transitions are required at 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 or Bituminous Hot Mix Sand Seal Coat (Modified) and no additional compensation will be allowed. -4- Special Provisions City of Canton Section 07-00000-00-GM #241-07001 ALLEY SURFACE PREPARATION AND MISCELLANEOUS WORK The surface preparation for resurfacing to the alley between Maple and Walnut Streets will be completed by the City of Canton. The contractor will notify the city of Canton's Public Works Department at (309) 647-5022 a minimum of two (2) weeks prior to resurfacing to arrange for completion of this work. Placement of a hot-mix asphalt wedge per the typical section included herein at all entrances off the alley shall be required. No shoulder work shall be required. This work will be considered incidental to Hot Mix Asphalt Surface Course, Mix D, N50 and no additional compensation will be allowed. DETECTOR LOOP, TYPE 1 Randy Laninga at the Illinois Department of Transportation shall be notified at (309) 671- 4477 two weeks prior to butt joint installation which will damage the detector loops at the intersection of Sycamore Street and Illinois Route 78. The new detector loops shall be installed prior to overlay. The new detector loops will be installed at the same location as the existing loops. The new detector loops shall be placed at a depth of 1-1/2" below the existing hot-mix asphalt surface. This work shall be considered incidental to Detector Loops, Type 1 and no additional compensation will be allowed. -5- ERRATA FOR THE 2007 STANDARD SPECIFICATIONS (BDE) Effective: January 1, 2007 Revised: April 1, 2007 Page 60 Article 109.07(a). In the second line of the first paragraph change "amount" to "quantity". Page 207 Article 406.14. In the second line of the second paragraph change "MIXTURE FOR CRACKS, JOINTS, AND FLANGEWAYS, of the mixture composition specified;" to "MIXTURE FOR CRACKS, JOINTS, AND FLANGEWAYS;". Page 345 Article 505.08(1). In the third line of the first paragraph change "1/8 mm" to "1/8 in.". Page 345 Article 505.08(1). In the nineteenth line of the first paragraph change "is" to "in". Page 383 Article 516.04(b)(1). In the fifth line of the first paragraph change "drillingpouring" to "pouring". Page 390 Article 520.02(h). Change "1027.021" to "1027.01". Page 398 Article 540.07(b). Add the following two paragraphs after the third paragraph: "Excavation in rock will be measured for payment according to Article 502.12. Removal and disposal of unstable and/or unsuitable material below plan bedding grade will be measured for payment according to Article 202.07." Page 398 Article 540.08. Add the following two paragraphs after the fifth paragraph: "Excavation in rock will be paid for according to Article 502.13. Removal and disposal of unstable and/or unsuitable material below plan bedding grade will be paid for according to Article 202.08." Page 435 Article 542.04(b). Delete the last sentence of the last paragraph. Page 465 Article 551.06. In the second line of the first paragraph change "or" to "and/o~". Page 585 Article 701.19(a). Add "701400" to the second line of the first paragraph. Page 586 Article 701.19(c). Delete "701400" from the second line of the first paragraph. Page 586 Article 701.19. Add the following subparagraph to this Article: "(f) Removal of existing pavement markings and raised reflective pavement markers will be measured for payment according to Article 783.05." Page 587 Article 701.20(b). Delete "TRAFFIC CONTROL AND PROTECTION 701400;" from the first paragraph. Page 588 Article 701.20. Add the following subparagraph to this Article. "(j) Removal of existing pavement markings and raised reflective pavement markers will be paid for according to Article 783.06." Page 762 Article 1020.04. In Table 1 Classes of Portland Cement Concrete and Mix Design Criteria, add to the minimum cement factor for Class PC Concrete "5.65 (TY III)", and add to the maximum cement factor for Class PC Concrete "7.05 (TY III)". Page 765 Article 1020.04. In Table 1 Classes of Portland Cement Concrete and Mix Design Criteria (metric), add to the minimum cement factor for Class PC Concrete "335 (TY III)", and add to the maximum cement factor for Class PC Concrete "418 (TY I I I)". Page 800 Article 1030.05(x)(12). Revise "Dust Collection Factor" to "Dust Correction Factor". Page 800 Article 1030.05(x)(14). Revise the first occurrence of Article 1030.05(x)(14) to Article 1030.05(x)(13). Page 809 Article 1030.05. Revise the subparagraph "(a) Quality Assurance by the Engineer." to read "(e) Quality Assurance by the Engineer.". Page 946 Article 1080.03(x)(1). In the third line of the first paragraph revise "(300 Nm)" to "(600 pm)". Page 963 Article 1083.02(b). In the second line of the first paragraph revise "ASTM D 4894" to "ASTM D 4895". Page 1076 In the Index of Pay Items delete the pay item "BITUMINOUS SURFACE REMOVAL -BUTT JOINT". 80168 HOT-MIX ASPHALT EQUIPMENT, SPREADING AND FINISHING MACHINE (BDE) Effective: January 1, 2005 Revised: January 1, 2007 Revise the fourth paragraph of Article 1102.03 of the Standard Specifications to read: "The paver shall be equipped with a receiving hopper having sufficient capacity for a uniform spreading operation. The hopper shall be equipped with a distribution system to uniformly place a non-segregated mixture in front of the screed. The distribution system shall have chain curtains, deflector plates, and /or other devices designed and built by the paver manufacturer to prevent segregation during distribution of the mixture from the hopper to the paver screed. The Contractor shall submit a written certification that the devices recommended by the paver manufacturer to prevent segregation have been installed and are operational. Prior to paving, the Contractor, in the presence of the Engineer, shall visually inspect paver parts specifically identified by the manufacturer for excessive wear and the need for replacement. The Contractor shall supply a completed check list to the Engineer noting the condition of the parts. Worn parts shall be replaced. The Engineer may require an additional inspection prior to placement of the surface course or at other times throughout the work." 80142 PAYMENTS TO SUBCONTRACTORS (BDE) Effective: June 1, 2000 Revised: January 1, 2006 Federal regulations found at 49 CFR §26.29 mandate the Department to establish a contract clause to require Contractors to pay subcontractors for satisfactory performance of their subcontracts and to set the time for such payments. State law also addresses the timing of payments to be made to subcontractors and material suppliers. Section 7 of the Prompt Payment Act, 30 ILCS 540/7, requires that when a Contractor receives any payment from the Department, the Contractor shall make corresponding, proportional payments to each subcontractor and material supplier performing work or supplying material within 15 calendar days after receipt of the Department payment. Section 7 of the Act further provides that interest in the amount of two percent per month, in addition to the payment due, shall be paid to any subcontractor or material supplier by the Contractor if the payment required by the Act is withheld or delayed without reasonable cause. The Act also provides that the time for payment required and the calculation of any interest due applies to transactions between subcontractors and lower-tier subcontractors and material suppliers throughout the contracting chain. This Special Provision establishes the required federal contract clause, and adopts the 15 calendar day requirement of the State Prompt Payment Act for purposes of compliance with the federal regulation regarding payments to subcontractors. This contract is subject to the following payment obligations. When progress payments are made to the Contractor according to Article 109.07 of the Standard Specifications, the Contractor shall make a corresponding payment to each subcontractor and material supplier in proportion to the work satisfactorily completed by each subcontractor and for the material supplied to perform any work of the contract. The proportionate amount of partial payment due to each subcontractor and material supplier ~ throughout the contracting chain shall be determined by the quantities measured or otherwise determined as eligible for payment by the Department and included in the progress payment to the Contractor. Subcontractors and material suppliers shall be paid by the Contractor within 15 calendar days after the receipt of payment from the Department. The Contractor shall not hold retainage from the subcontractors. These obligations shall also apply to any payments made by subcontractors and material suppliers to their subcontractors and material suppliers; and to all payments made to lower tier subcontractors and material suppliers throughout the contracting chain. Any payment or portion of a payment subject to this provision may only be withheld from the subcontractor or material supplier to whom it is due for reasonable cause. This Special Provision does not create any rights in favor of any subcontractor or material supplier against the State or authorize any cause of action against the State on account of any payment, nonpayment, delayed payment, or interest claimed by application of the State Prompt Payment Act. The Department will not approve any delay or postponement of the 15 day requirement except for reasonable cause shown after notice and hearing pursuant to Section ~ 7(b) of the State Prompt Payment Act. State law creates other and additional remedies available to any subcontractor or material supplier, regardless of tier, who has not been paid for work properly performed or material furnished. These remedies are a lien against public funds set forth in Section 23(c) of the Mechanics Lien Act, 770 ILCS 60/23(c), and a recovery on the Contractor's payment bond according to the Public Construction Bond Act, 30 ILCS 550. 80022 LR 102 Page 1 of 1 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR PROTESTS ON LOCAL LETTINGS Effective: January 1, 2006 All protests will be handled according to Subpart F of Subtitle B of Title 44 of the Illinois Administrative Code except for apprenticeship and training certification issues. The Chief Procurement Officer will be a representative of the awarding authority. LR 403-2 Page 1 of 6 State of Illinois DEPARTMENT OF TRANSPORTATION Bureau of Local Roads and Streets SPECIAL PROVISION FOR BITUMINOUS HOT MIX SAND SEAL COAT Effective August 1, 1969 Revised January 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. Descriotion. This item shall consist of the furnishing and spreading of a bituminous hot mix sand seal coat mixture to a compacted thickness of 19 mm (0.75 inch) or less all in accordance with the requirements of these specifications, and to the lines, grade, thickness and cross sections shown on the plans or established by the Engineer. Materials. Materials shall meet the requirements of the following Articles of Section 1000 - Materials. Item (a) Fine Aggregate (Note 1) ...................... (b) Coarse Aggregate (Note 2) ................. (c) Bituminous Materials (Note 3) ............. Article/Section ..................................................1003.03 (a, b) ..................................................1004.03 (a. hl 1032.01-1032.03, 1032.05, 1032.06, 1032.08 Note 1. The fine aggregate shall be of gradation FA-1. Stone sand shall not be permitted. If approved by the Engineer, the material may be produced by blending aggregates from more than one source. The method of blending shall be by the use of aggregate feeders of the apron, drum, reciprocating, or other type approved by the Engineer, which shall provide for proportional and total feeding of the aggregates. The components of a blend need not be of the same kind of material. The source of material and blending proportions shall not be changed during the progress of the work without written permission from the Engineer. Note 2. The coarse aggregate shall be of gradation CA-16. Note 3. The contractor may use any one of the types of bituminous materials as shown in the table below. When more than one grade is shown for particular mixture, the Engineer reserves the right to specify the grade that shall be used. Type of Construction Bituminous Material Prime Coat MC-30 PEP Bituminous Hot Mix Sand Seal Coat MC-3000 RS-1, RS-2, HFE-90, HFE-150 PG 46-28, PG 52-28, PG 58-28, PG 58-22 LR 403-2 Page 2 of 6 Equipment. The following required items of equipment shall conform to Section 1100 -Equipment: Item Article/Section (a) Tandem Rollers ............................................................................................. 1101.01 (e)(1) (b) Three-wheel Rollers ...................................................................................... 1101.01 (e)(2) (c) Hot Mix Plant ...........................................................................................................1102.01 (d) Spreading and Finishing Machine ...........................................................................1102.03 CONSTRUCTION REQUIREMENTS General. The seal coat mixture shall be laid only on a base which is dry and only when weather conditions are suitable. No mixture shall be laid when the temperature of the air in the shade is below 10 °C (50 °F). No work shall be started if local conditions indicate rain is imminent. Rolling shall be done with three-wheel and tandem rollers. The rollers shall weigh 7 to 11 metric tons (8 to 12 tons). All surfaces shall be cleaned of dirt, debris, and loose material prior to placing the bituminous mixture. Preparation of Base. When an existing bituminous concrete pavement is to be sealed, all excess crack filler and bituminous patches that contain an excess of bitumen or which are unstable in hot weather shall be removed. All bitumen shall be removed from cracks more than 38 mm (1.5 inches) wide. The Contractor shall perform this work in the most economical manner practicable .and as directed by the Engineer. All waste material placed on the shoulders during the pavement cleaning operations shall be removed at the close of each day's work and shall be disposed of outside the limits of the right-of-way at locations acceptable to the Engineer. This work will be paid for in accordance with Article 109.04. Prior to placing the seal coat mixture, all open cracks having a width of 13 mm (0.5 inch) or more, cracks that have been cleaned and depressions of 25 mm (1 inch) or more in the existing pavement or base, shall be completely filled with a bituminous mixture meeting the approval of the Engineer. The mixture shall be tamped in place with hand tools. This work shall be completed at least 24 hours prior to placing the seal coat mixture. Preparation of Aggreqate and Bituminous Materials. The bituminous material for the prime coat, if required by the Engineer, shall be prepared according to Article 403.07 and applied according to Articles 403.10 and 403.11. The aggregate and bituminous materials shall be heated to the following temperatures: A re ate Bituminous Material Emulsified Bituminous Mixture Not to exceed 150 °C 300 °F ( ) 60 to 80 °C 140 to 180 °F ( ) Liquid Bituminous Mixture Not to exceed 110 °C 225 °F ( ) Not to exceed 65 °C 150 °F ( ) Asphalt Cement Mixture 135 to 190 °C (275 to 375 °F) 120 to 180 °C (250 to 350 °F) LR 403-2 Page 3 of 6 Preparation of Seal Coat Mixture. The heated aggregate and the bituminous material for the seal coat mixture shall be measured separately and accurately by weight. The bituminous mixture shall be made in the pug mill mixer. The bituminous material shall be added to the hot aggregate in less than 15 seconds. The wet mixing period shall produce a homogeneous mixture in which all particles of aggregate are coated uniformly. The total time required adding the bituminous material and completing the wet mixing shall be greater than 30 seconds. The ingredients shall be heated and combined in such a manner as to produce a mixture which when discharged from the mixer should not, in general, vary more than 10 °C (20 °F) from the temperature set by the Engineer. In all cases, the temperature shall not exceed that shown in the table below. Emulsified Bituminous Liquid Bituminous Asphalt Cement Mixture Mixture Mixture 120 °C 250 °F 110 °C 225 °F 180 °C 350 °F The ingredients of the seal coat mixture shall be combined in such proportions as to produce a mixture conforming to the following table: MIXTURE COMPOSITION Sieve % Passin ' % Residual BitumenZ 12.5 mm 1/2" 100 9.5 mm 3/8" 98 - 100 4.75 mm No. 4 75 - 90 1.18 mm No. 16 35 - 70 300 m No. 50 5 - 20 150 m No. 100 2 - g Residual Bitumen 4.5 - 7.5 1 -Based on percent of total aggregate weight. 2 -Based on percent of total mixture weight. The percentage of residual bitumen will be set by the Engineer. The right is reserved by the Engineer to make such changes in proportions during the progress of the work as deemed necessary. The asphalt content shall not vary ± 0.5% from the bitumen content set by the Engineer. Transportation of Mixture. This work shall be done in accordance with Article 1030.08. Bituminous mixture which may not be spread and compacted during daylight shall not be sent to the work unless artificial light satisfactory to the Engineer is provided. The bituminous mixture shall not be hauled when the weather or road conditions are such that the hauling operations cause cutting up or rutting of the base, or the tracking of mud on the primed base or partially completed work. Placing of Bituminous Mixture. The seal coat mixture shall be delivered at a temperature established by the Engineer commensurate with the mix temperature. The bituminous mixture shall be placed true to crown and grade with a spreading and finishing machine. The bituminous mixture may be spread and finished by approved hand methods only where machine methods are impractical, as in the case of special areas which because of irregularity, inaccessibility, or unavoidable obstacles do not lend themselves to mechanical placing. When the bituminous LR 403-2 Page 4 of 6 mixture is placed in partial widths, the individual widths of the seal coat shall conform to the traffic lanes. Placing of the bituminous mixture shall be as continuous as possible, and shall always be away from a transverse joint. The base or existing surface shall be kept clean, and any foreign material shall be removed to the satisfaction of the Engineer before the seal coat is placed. The spreading and finishing machine shall spread the bituminous mixture without tearing the surface and shall strike a finish that is smooth, true to cross section, uniform in density and texture, free from hollows, transverse corrugations, and other irregularities. When the machine causes surface irregularities such as hollows or transverse corrugations, the machine shall be repaired or adjusted not later than the end of the day's work and it shall be in good working condition before work is resumed. The machine shall be operated at a speed that will insure, as nearly as possible, continuous operation. The operating speed shall meet the approval of the Engineer. If, in the opinion of the engineer, the production of the plant exceeds the amount that can be laid satisfactorily with one finishing machine, the production shall be decreased or two machines shall be used. The outside edges of the seal coat shall be sloped and pressed in place by means of a self- adjusting, constant pressure edge plate held in proper position on the finishing machine, except where the edges are supported by a curb, gutter or similar structure. A string line shall be used as a guide for the finishing machine in order to maintain a uniform edge alignment. If any other method is proposed, it shall meet the approval of the Engineer before being used. The edges of the finished seal coat shall be approximately vertical and no material shall extend beyond the limits of the base or existing surface. Irregularities in alignment along the outside edges and along the longitudinal joint shall be corrected by adding or removing bituminous mixture before the edges are rolled. Excess bituminous mixtures deposited outside the limits of the lane being laid shall be removed immediately and disposed of as directed by the Engineer. Compaction of Mixtures. Immediately after the seal coat mixture is placed it shall be compacted thoroughly and uniformly with athree-wheel roller or a tandem roller. Where initial rolling causes undue displacement, haircracking, or checking in the seal coat, the time of rolling shall be adjusted by the Engineer to correct these conditions. One three-wheel roller and one tandem roller will be required on each project where the hourly production of the plant is 68 metric tons (75 tons) or less. One three-wheel roller and two tandem rollers will be required on each project where the hourly production of the plant is more than 68 metric tons (75 tons). Rollers shall be operated by competent and experienced roller operators and shall be kept in operation as continuously as possible so that all parts of the pavement will receive substantially equal compaction at the time desired. During each 8 hour day of laying bituminous mixtures, each roller shall be engaged in actual rolling for more than 6.5 hours, and less than 1.5 hours shall be allowed for refueling, watering, and similar work. Delays in rolling freshly placed bituminous mixtures will not be permitted. Rolling of the first lane of seal coat to be placed shall start longitudinally at the edge having the lower elevation and progress to the other edge, overlapping uniformly on successive trips by at least one-half the width of the rear wheels. Where laying the bituminous mixture adjacent to a previously placed lane, the first pass of the roller shall be along the longitudinal joint in such a manner that not more than one-third the width of the rear wheel is on the freshly placed mixture; after which the rolling shall proceed from the outside edge toward the longitudinal joint, overlapping uniformly on successive trips by at least one-half the width of the rear wheels. Succeeding trips of LR 403-2 Page 5 of 6 the roller shall be terminated at least 1 m (3 feet) from the preceding stop. Each stop shall be regulated to prevent trapping of water on the rolled surface. The roller shall not pass over an unprotected edge of the freshly laid bituminous mixture except when lying of the course is to be discontinued for any extended length of time. The speed of the roller at all times shall be slow enough to avoid displacement of the bituminous mixture. If displacement occurs, it shall be corrected at once by raking and applying fresh bituminous mixture where required. To prevent adhesion of the bituminous mixture to the roller, the wheels shall be kept properly moistened but an excess of water will not be permitted. Immediately after the initial rolling of the seal coat, the Contractor shall test the surface for smoothness with a 5 m (16 foot) straight-edge to locate high and low spots so that they may be corrected while the mixture is still workable. Rolling of the seal coat shall be continued until all roller marks are eliminated and the bituminous mixture is satisfactorily compacted. When required by the Engineer, the seal coat shall be rolled diagonally in two directions with a tandem roller, the second rolling crossing the lines of the first, and if the width of the pavement permits, it shall also be rolled at right angles to the center line. In all places inaccessible to the rollers, such as locations adjacent to curbs, gutters, headers, manholes, and similar structures, the required compaction shall be secured with hot tampers. Any bituminous mixture that becomes loose, broken, mixed with foreign material, or which is defective in finish or density, or which does not comply in all other respects with the requirements of the specifications, shall be removed, replaced with suitable material, and finished in accordance with these specifications. Protection of Pavement. The Contractor shall protect all sections of newly constructed seal coat from traffic until they have hardened to the satisfaction of the Engineer. Method of Measurement. Bituminous priming material will be measured for payment as specified in Section 1032. The seal coat mixture will be measured by weight in metric tons (tons). The mixture may be measured either by weighing the mixture on platform scales approved by the Engineer or on the basis of plant weights. If measured on the basis of plant weights, an occasional check will be made by weighing full truckloads of the bituminous mixture on an approved platform scale at the plant or an approved commercial scale. When the method of measurement is by truck weight, the weight of each load will be determined by weighing the truck each time before and after loading. If, during the course of construction, it becomes apparent that the weighman on the mixer platform or the weighman at the platform scale is not exercising proper care in weighing the bituminous mixture, he will be removed at the direction of the Engineer and replaced by a competent and qualified worker. Quantities of materials wasted or disposed of in a manner not called for in the contract will be deducted from the final total measured quantities. The contractor shall furnish approved duplicate load tickets upon which is recorded the net weight of the bituminous mixture in each truck. The tickets shall have sufficient space for signatures, identification of the bituminous mixture, date of delivery, and any other data that the Engineer may require. The Contractor shall submit one load ticket to the Engineer at the plant after the truck is loaded and the other load ticket to the Engineer at the work when the truck arrives. Payment will not be made for seal coat mixture in excess of 105 % of the amount specified by the Engineer. Basis of Payment. Prime Coat will be paid for at the contract unit price per metric ton (ton) or per liter (gallon) for BITUMINOUS MATERIALS (PRIME COAT) LR 403-2 Page 6 of 6 The seal coat mixture will be paid for at the contract unit price per metric ton (ton) for BITUMINOUS HOT MIX SAND SEAL COAT. 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: January 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. 701.14. Signs. Add the following paragraph to subparagraph (a) in 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 March 2007 Page 1 of 6 Fulton County Prevailing Wage for March 2007 Trade Name RG TYP C Base FRMAN *M-F>8 OSA OSH H/W Pensn Vac Trng ASBESTOS ABT-GEN BLD 23 290 24 040 1 5 1 5 2 0 5 300 7 030 0 000 0 600 ASBESTOS ABT-MEC BLD 25.290 26.290 1.5 1.5 2.0 4.450 2.500 0.000 0.250 BOILERMAKER BLD 30.970 33.970 2.0 2.0 2.0 8.270 7.740 0.000 0.300 BRICK MASON BLD 27.020 28.520 1.5 1.5 2.0 5.500 6.350 0.000 0.390 CARPENTER BLD 26.210 28.210 1.5 1.5 2.0 6.500 6.920 0.000 0.320 CARPENTER HWY 27.090 29.090 1.5 1.5 2.0 6.500 6.920 0.000 0.320 CEMENT MASON NW ALL 24.230 24.730 1.5 1.5 2.0 5.050 4.500 0.000 0.300 CEMENT MASON SE BLD 23.120 24.870 1.5 1.5 2.0 5.290 10.00 0.000 0.500 CEMENT MASON SE HWY 24.140 25.140 1.5 1.5 2.0 5.290 10.00 0.000 0.500 CERAMIC TILE FNSHER BLD 24.910 0.000 1.5 1.5 2.0 5.500 6.350 0.000 0.380 ELECTRIC PWR EQMT OP ALL 30.750 0.000 1.5 1.5 2.0 4.750 8.610 0.000 0.000 ELECTRIC PWR GRNDMAN ALL 21.090 0.000 1.5 1.5 2.0 4.750 5.905 0.000 0.000 ELECTRIC PWR LINEMAN ALL 34.160 36.350 1.5 1.5 2.0 4.750 9.560 0.000 0.000 ELECTRIC PWR TRK DRV ALL 22.130 0.000 1.5 1.5 2.0 4.750 6.200 0.000 0.000 ELECTRICIAN BLD 28.690 30.690 1.5 1.5 2.0 5.150 7.740 0.000 0.250 ELECTRONIC SYS TECH BLD 23.850 25.350 1.5 1.5 2.0 5.150 5.625 0.000 0.250 ELEVATOR CONSTRUCTOR BLD 34.190 38.460 2.0 2.0 2.0 8.275 6.060 2.050 0.000 GLAZIER BLD 26.320 27.070 1.5 1.5 2.0 5.650 5.750 0.000 0.350 HT/FROST INSULATOR BLD 30.440 31.440 1.5 1.5 2.0 4.850 8.360 0.000 0.450 IRON WORKER BLD 24.960 26.710 1.5 1.5 2.0 8.040 7.410 0.000 0.400 IRON WORKER HWY 25.920 27.420 1.5 1.5 2.0 8.040 7.410 0.000 0.350 LABORER BLD 23.290 24.040 1.5 1.5 2.0 5.300 7.030 0.000 0.600 LABORER HWY 24.150 25.150 1.5 1.5 2.0 5.300 7.030 0.000 0.600 LATHER BLD 26.210 28.210 1.5 1.5 2.0 6.500 6.920 0.000 0.320 MACHINERY MOVER HWY 25.920 27.420 1.5 1.5 2.0 8.040 7.410 0.000 0.350 MACHINIST BLD 36.890 38.890 2.0 2.0 2.0 4.380 5.650 2.550 0.000 MARBLE FINISHERS BLD 24.910 0.000 1.5 1.5 2.0 5.500 6.350 0.000 0.380 MARBLE MASON BLD 26.520 27.770 1.5 1.5 2.0 5.500 6.350 0.000 0.380 MILLWRIGHT BLD 26.620 28.620 1.5 1.5 2.0 6.500 6.850 0.000 0.320 MILLWRIGHT HWY 27.010 29.010 1.5 1.5 2.0 6.500 6.450 0.000 0.320 OPERATING ENGINEER BLD 1 27.840 30.840 1.5 1.5 2.0 5.900 8.000 0.000 0.900 OPERATING ENGINEER BLD 2 25.940 30.840 1.5 1.5 2.0 5.900 8.000 0.000 0.900 OPERATING ENGINEER BLD 3 24.560 30.840 1.5 1.5 2.0 5.900 8.000 0.000 0.900 OPERATING ENGINEER HWY 1 28.400 31.400 1.5 1.5 2.0 5.900 8.000 0.000 0.900 OPERATING ENGINEER HWY 2 26.130 31.400 1.5 1.5 2.0 5.900 8.000 0.000 0.900 OPERATING ENGINEER HWY 3 22.380 31.400 1.5 1.5 2.0 5.900 8.000 0.000 0.900 PAINTER ALL 26.850 27.850 1.5 1.5 1.5 5.650 5.750 0.000 0.350 PILEDRIVER BLD 26.710 28.710 1.5 1.5 2.0 6.500 6.920 0.000 0.320 PILEDRIVER HWY 27.090 29.090 1.5 1.5 2.0 6.500 6.920 0.000 0.320 PIPEFITTER BLD 31.630 35.110 1.5 1.5 2.0 6.450 7.680 0.000 0.420 PLASTERER BLD 23.400 24.650 1.5 1.5 2.0 5.290 9.800 0.000 0.500 PLUMBER BLD 28.390 30.950 1.5 1.5 2.0 6.450 8.990 0.000 0.800 ROOFER BLD 24.200 25.200 1.5 1.5 2.0 5.350 6.550 0.000 0.150 SHEETMETAL WORKER BLD 27.740 29.130 1.5 1.5 2.0 5.670 9.310 0.000 0.310 SIGN HANGER HWY 25.920 27.420 1.5 1.5 2.0 8.040 7.410 0.000 0.350 SPRINKLER FITTER BLD 31.240 33.240 1.5 1.5 2.0 6.500 5.350 0.000 0.250 STEEL ERECTOR HWY 25.920 27.420 1.5 1.5 2.0 8.040 7.410 0.000 0.350 STONE MASON BLD 27.020 28.520 1.5 1.5 2.0 5.500 6.350 0.000 0.390 TERRAZZO FINISHER BLD 24.910 0.000 1.5 1.5 2.0 5.500 6.350 0.000 0.380 TERRAZZO MASON BLD 26.520 27.770 1.5 1.5 2.0 5.500 6.350 0.000 0.380 TILE MASON BLD 26.520 27.770 1.5 1.5 2.0 5.500 6.350 0.000 0.380 TRUCK DRIVER ALL 1 25.787 0.000 1.5 1.5 2.0 7.250 3.317 0.000 0.000 TRUCK DRIVER ALL 2 26.187 0,.000 1.5 1.5 2.0 7.250 3.317 0.000 0.000 TRUCK DRIVER ALL 3 26.387 0.000 1.5 1.5 2.0 7.250 3.317 0.000 0.000 http://www.state.il.us/agency/idol/rates/ODDMO/FULTON99.htm 3/2/2007 Fulton County Prevailing Wage for March 2007 Page 2 of 6 TRUCK DRIVER ALL 4 26.637 0.000 1.5 1.5 2.0 7.250 3.317 0.000 0.000 TRUCK DRIVER ALL 5 27.387 0.000 1.5 1.5 2.0 7.250 3.317 0.000 0.000 TRUCK DRIVER 0&C 1 20.630 0.000 1.5 1.5 2.0 7.250 3.317 0.000 0.000 TRUCK DRIVER O&C 2 20.950 0.000 1.5 1.5 2.0 7.250 3.317 0.000 0.000 TRUCK DRIVER 0&C 3 21.110 0.000 1.5 1.5 2.0 7.250 3.317 0.000 0.000 TRUCK DRIVER 0&C 4 21.310 0.000 1.5 1.5 2.0 7.250 3.317 0.000 0.000 TRUCK DRIVER 0&C 5 21.910 0.000 1.5 1.5 2.0 7.250 3.317 0.000 0.000 TUCKPOINTER BLD 27.020 28.520 1.5 1.5 2.0 5.500 6.350 0.000 0.390 Legend: M-F>8 (Overtime is required for any hour greater than 8 worked each day, Monday through Friday. OSA (Overtime is required for every hour worked on Sa turday) OSH (Overtime is required for every hour worked on Su nday an d Hol idays) H/W (Health & Welfare Insurance) Pensn (Pension) Vac (Vacation) Trng (Training) Explanations FULTON COUNTY CEMENT MASONS (NORTHWEST) - That part 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/Decoration Day, Fourth of July, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day. 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 such as the day after Thanksgiving for Veterans Day. If in doubt, please check with IDOL. Oil and chip resealing (0&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, MARBLE FINISHER, TERRAZZO FINISHER Assisting, helping or supporting the tile, marble and terrazzo mechanic by performing their historic and traditional work assignments http://www.state.il.us/agency/idol/rates/ODDMO/FULTON99.htm 3/2/2007 Fulton County Prevailing Wage for March 2007 Page 3 of 6 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 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 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. 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 tiremen, 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 9 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, mechanics and working forepersons, and dispatchers. Five axle or more combination units. Class 4. Low Boy and Oil Distributors. Class 5. 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, 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 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. OPERATING ENGINEERS - BUILDING Class 1. Cranes; Overhead Cranes; Gradall; All Cherry Pickers; http://www.state.il.us/agency/idol/rates/ODDMO/FULTON99.htm 3/2/2007 Fulton County Prevailing Wage for March 2007 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; Backhoe; 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; Drott Yumbo and similar types considered as Cranes; Caisson Rigs; Dozer; Tournadozer; Work Boats; Ross Carrier; Helicopter; Tournapulls - all and similar types; Scoops (all sizes); Pushcats; 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 Cretes-Screw-type Pumps and Gypsum; Balker & 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 (Buck Hoist and Similar Types); Chicago Boom; 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 on 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 Crane; Shovels; Crane Type Backfiller; Tower Cranes - Mobile & Crawler & Stationary; Derricks & Hoists (3 Drum); Draglines; Drott Yumbo & similar types considered as Cranes; Back Hoe; Derrick Boats; Pile Driver and Skid Rigs; Clam Shell; Locomotive - Cranes; Road Pavers - Single Drum - Dual Drum - Tri Batcher; 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 - Page 4 of 6 http://www.state.il.us/agency/idol/rates/ODDMO/FULTON99.htm 3/2/2007 Fulton County Prevailing Wage for March 2007 all and similar types; Multiple Unit Earth Movers; Scoops (all sizes); Pushcats; Endloaders (all types); Asphalt Surfacing Machine; Slip Form Paver; Rock Crusher; Heavy Equipment Greaser (top greaser on spread); CMI, Auto Grade, CMI Belt Placer & 3 Track and similar types; Side Booms; Starting Engineer on Pipeline; Asphalt Heater & Planer Combination (used to plane streets); Wheel Tractors (with dozer, hoe or endloader attachments); F.W.D. 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); Formless Finishing Machines; Flaherty Spreader or similar types; Screed Man on Laydown Machine; Vermeer Concrete Saw. Class 2. Bulker & Pump; Power Launches; Boring Machine & Pipe Jacking Machine; Dinkeys; 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; Boring Machine; Hydro-Boom; Bump Grinders (self-propelled); Assistant Heavy Equipment Greaser; Apsco Spreader; Tractors (track-type) without Power Units Pulling 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; Mixers-over three (3) bags to 27E; 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-Propelled Conveyors; Power Subgrader; Oil Distributor; Straight Tractor; Truck Crane Oiler; Truck Type Oilers; Directional boring machine; Horizontal directional drill. Class 3. Straight framed articulating end dump vehicle and Truck mounted vac unit (separately powered); Trac Air Machine (without attachments); Herman Nelson Heater, Dravo Warner, Silent Glo & similar types; Rollers - five ton and under on earth and gravel; Form Graders; Pumps; Light Plant; Generator; Air Compressor (1) or (2); Conveyor; Welding Machine; Mixer - 3 bags and under; Bulk Cement Plant; Oilers. 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 exist by 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 618/993-7271 for wage rates or clarifications. LANDSCAPING Page 5 of 6 http://www.state.il.us/agency/idol/rates/ODDMO/FULTON99.htm 3/2/2007 Fulton County Prevailing Wage for March 2007 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. Page 6 of 6 http://www.state.il.us/agency/idol/rates/ODDMO/FULTON99.htm 3/2/2007 i &~~ g~4 7 )nl I V u n rj o p T 111 ~ ~ ~^ v b 7 O l~ Q N m a e I ` m N ~ 0 Q o om..o~ ~ ' o--' a o I mo ~ ~ O~>L ~> o _ a ry N I N ' ~ L>OC`~' E U ~ m O ; ow ~ Z wZ n W I V m OL >} O 1 Z= g ~ i r L I L m - N 4~ O ~ N Q a ~ "pOmO ga ` ~ J3 O e c ` L L+~ a N Z I T L ~ C L O j0 ~L Q Q >, o ctl }~~o ~N fA q oL u N 135 - I N NECVa~a 6 m ~C p L._ CLL t-TEOt7 < v e ^.I ~ E T v O o E ° I °m ~ i ~ O E r a0 A O: ~ ~ N N W O ~ n V Op L} l > < m O L v 0 rc LL L ~ _°' a 0 U B N V N L p .'., 9 C L O C ~,,,~ p 4 O C P~ y ~ 111 a i<. m p 0 d O T D N ~F 0: F H 6 F O m C O >' F" < ! G t O L D L E O O O m N FpNOm v O vl DEL U m L L p> C v V y"aD N O - ~ 0 c O N ~ O O ~ ~ ~" 9~8 O W 7 N NTCOC Q U 0 E L U m '' ; ~ y oe~ N L t U DO C ~ e O V ~ UCL~a e o 6 o a _o ~n"~= 3 N .. c O 9~ 4 3 ~ m C U Q 0 0 Z N ~m °m Eo.. T+~ N~ > epa-CSC I Q O~ l V D O ~ r o ~-' O t ~~ o OaE°~'~ o o i• 0 c,oozi ; ~ y"^mv O do 0 o~ ° ° o N Woe ~ v , ~. W ~a O~]E v °u 0 A 0 8 m _P O F I O K .~ L O 7 O t N C - N - O L o O E o O P p m `c ~ ~ p c ° I O - o E o -- o° ~ o ai 0 uGi 0 n p ~ c n o ~ O p E C '~ O> m U } `F L ~ _UO O N LE L U ; J o L ° vim- 7 v I m e v O a~ m o L t O m a o U O L 0 ~ O U ~ L l « >' ° E ~ o ° O I ~ In m ` 7p p ; m °m c ° a ; ° L L O m U Y 41• p L O O ' ... O T I O ~ O O ~ U~ N LL m N I 9 0 ~~ • I p N p Jq4 i~ ~ ~ .-. X000 U O~N,10 O ~n N I /~ ~7 0 O N - - . E E E ? lsvrn 1-rn ~ r L 7 J I ~ c V P~~~ S 11 V t v O _ N a N " ~ I ~ ~ +- o c 7 v ' v C ^ ~ y O I e 1090 m t ~ E06 c U]} ~ ~ v ~n N o I ... O L O t h e O~~ v ~ O L C C O oL' ~ ~ I y it ~ 3 ~ UUn L O q~W a° b g C yj N Q N T C; _ 3 ° N Z O ~° N O U ~ a3~~0 N d W Q ... C~ O O N~ C W J ~ C ~~ W m T hUlr~ < NVZL w p 3 m ~ N d n L O ~i a N O ~ U00 °[« ld r J O o« p O UN VOi N c La~ 3o Y E V ~2 ~ O c L -.. ,o v o m J m C O N~ o h ~ J U 6 E O C Z = 7 ~ m C ~ J ~ 0 b ~ Q 0 ~ c w Ni ~ ° N m ;D ° ° L O J~ Q t t ; m ~ H n G O~ t Y l 0 W D umLD ~~ E E n pL - i Z3'~ U O°~ a3 OL ° v c~ Om ~E `o ~ i J m +n0 7o O .00 m Ow } L m ., `c o o aw Dui ~m vE ~ OL ~~ « ~o 3 ~N f/~ N N°L 00 tu0f 7 N Y~ y P ; C U V1mOC ZY Eq ° ~ L '~ - '-oi ~ c°>n«v° u r°o mm°o s N i J N 0 r N N C o ~ N . > ~ < a l n L V C E O ° 0 0 N E nw Ems- E w. j m C i O N N ti 0 p 0 v v D m 0~ O C L L L h E c} P F m t ~ N L w ~ o 0 ~ Q O~ Ym0 L nW m° O O ,~ 0 h V n m m G D 7 t p ° l .Z. NxU CVP UT°O~ O a ° O ® a i p mew -EmpiE y N O Y Ohw NYIL 7y O ~ N L y U'- O -- m; m U O O ° ' m V L m m NU °'f o NL w m H > ~ °m mu°_+ min oc°c°c o '' U m° m m _ O. O 6 l L 6 E w} O m ° U 3 ° ° m 7 7 ~ ~ AFL v v lCL [°- L• L mom mP o00 o°~om V ~~ C K~ w UW' VQ~DD LL O C m _ O O O 6 O ®® O T H ~..__ ° o ° ~ ) ° U } O ~ c° L N P t O n 7° N m a ~ mf O ~ N O t c T + ~ 0 7 ~ o E ~--~ D° L- L o a m aLi ~ ° } o ° ~ ° ~ u O Q J j} U E ~ p E ° U O L ° O 0 m m °~ + ~o °o 5 ~ ° oc o L °° ~ Q m o N ° m ° E o _ i o 7 y 0 0 = S O [ ° U C U m 'F ° N O n~ A ~~ ~ {r u 3 ~ ; ` L O O J Q ; mG O m O p O P UV Vl ~ ~ ~~ . ~ ~ P y~ W O $i N L ~ O O O O O N _~ N_ c L'NEEE O CpNp "' qy~ EFW t0 Q N a N _ i ~ ° '^ ° d U G N N u, ~ ~svco i-jai NQ~ ~ o V + a N 0 a h gg g g R 6 55 ~ ~ . J N Q Z '~ ° o W ~ N c &~~ Q ~ ~~Wo r L _ UZm q N O - O H N W aN N 3 g~~ ~ OJ~--~ ~ ~ N E VIZ O 3 _ Es Wm~ ~ v [ Q2~ ~ b °~ ~~~ a ~~ ~ ~ ~ ~ hs Z3LL ~ ~~ h~ m J Q r~o jN H Q °~ ~ y i~ N ~ o m W o a m i¢ o .--, U L o ~ ~, ~ m b 0 oa N O m ~ L 3 O O O 6 ~ ~G T ~ ® ~i 1 m m - ~ P ~ ...1 0 O ; ~ ~ m `o n ~ 9~4 0 o F ~~ a°d~ n Q r7 ~ v 1 U N OL ; O O ~ \~ F- m C O t U y g3qy;// m °:y 8S ® CO±~- 4VUG Y' ~ O ~ U t ~ O ® LOaO O _ o ~ ° ~ ; {/1 ~~~ ~ I c,ooz I w09 ~ m a O m U Q y O \ O ~~ m ~D 0 m m ¢ v v 1T O S '~' 1~Wy O O L O ~ m ~ i O O O c L ~ O O N N p O 3 N H ; L ~ O I ~ 0 1~ I.OOZ 1 S X09 -~ m P L '~ O O O ; O N i O •~ ~q4 O isz~o ri-o~ ~~ ~~~ o ~ ~ ~ L s Q g j ~ 0 m ~ k ~k s~~ ~ ~ . ~ W` ®~ ~ O O ;~ ° ,~ o t ~ o m ~ o U w ~ m ZNN o ~, ~ ~ ¢ ~ ~ E O W O D 0 o m Z =~ UU o O -ti E; •-+ ~•~ .'. J J L o C~ ~ D _r U 006 ~ W ; ~ c °a V'- ~ Q om ~ .~ j W ~ L"m o~ Q v ~I > L ~ C o ~ m m n O y y o 19£) ~ a+ a 7 006 m ~ o ~ E O ~~°nY~ Izn cel ~ 0~£ 0()Z ~ V = O~ Vii 3 p N W O D O O ~ N}~ n O y 0 O e0 v ~ ~ ~~ '•' Z a' ~ a E O C Q,~ N h b C O ~ > h ~ ~ ~ 6 J d O- a- >. W U ¢n~nah~- f9£) W Q W 006 ~ W O ~ a = Q Q J O .~ Q ~ O ' n N (bZ) .. in a' ao '~Iw 009 ~ a° N -- Lb) ,' W ~ 00£-OOZ W O ~ ~ Q ~ U o m m - m ~ 0 E . . Q Q E° m ~ ~ ~ 0 0 0 0 ~ .Z» "" J a W ~ W c C ~ \ ~' O IBZI W ~' a 00L J ~ X .~IW W S.1 .• W J L~ lZt-81 00£-OOZ W Q 006-OOL ° O E ~ m ~ U ~ o "' Q Q ~ m W ~ oot-sL~ 0 19£1 a 191 I W r ~' '~Iw 006 ~ Osl U 1Z1 J Os~ 161 W OOI m IZ[-8) 00£-OOZ W ~ issu[o i-i-vr Q g a c m 5 006-OSb a W E_ Q z ZI ~ N ~--~ J~ O `° ~ m ~ W b a g 19CI >- ~ ®$~5~ 'utw 006 ~' = w ° 0 o ~ + r J + 10 ~ m~ ° D E C ~O~vy N U O N~ LL L r + C Z C O ~ O V n ~ 'n O ~ `D or n L L ° Z ~ Z (/~ V O _~ o _o we ~° N Z E ~W O ,,,z o oy ~o no j ~ E; V(, 1~ °~ rc nc~ a ~ °i r-~W ~ _ m a ~E zo aim w ~ off ~~ z~+ ~ mLp z° no E J CL Q Z ~~ ° L_ o- Z^N r o~ a ~ n rE ~LV o Y in+ O ~~ n m ~O v+E o. ui ~ C o ~ (/~ °~" ° a~E ~~ ~ no O ~n ~ 2% O C N° t r O N °; ~ p m °z `~ hE ~o'E °c~ me a] U ~ C n0 ~ n• L m O Q U O U+ O C rn ¢n~ w+3 03 x v~ W mo U _w '^ d W 00 ~ co C7 (bZl - Z 009 Z (!) 151 ~ SLI 5Z1 3 J W ~ " m (,81 ~ _' n W m •u)w w b•Z J m wo _ ~n " n ( N ~~ C7 p _ ~z/U o O w m=, o~~ z W V I N N ~ ~ J Q Q ° O +k - ~- 'ulw OOf a°~ d z c (Z/if I Z ~ vo O `~ ~ V1 n 06 U E E cd N o°' ,V. ~ o Q o° fb) (S) ~ °> ° ~ m ~ ~ 00[ SZl Q O L E a. E w o a• ~+^ H h ° C L T~ ~ ^ H s°N n ~( W O N C L ... N I C.7 m- O a~a ~ ~ I c,9) Wo Q w 8 1 v+ LJi + ~ ~ Ev7 ~ ° p a>'~ u N '°~ ~ ~ o ~ °w n o o m~ N °o N O _ C U ~ O O O' L O ° } 7 L N U L 7 N ~ G L C C N °O L E E p N C ~ ~G Vii` ~O ~L} E EE >° mt7 a~' ~~ w+ 000 Ny ..N I O V7 d+L nO - _ 1 C ~-+ pN• _ E'c N aLip+~ .,~ °p^ m _ _ l w D o~io °_ ~ ~ En F ~a Et __J ~aEi Z ° m~ 'v o ~ °i o^O E t u a O o L L m 5 ~ssucn i-t-n poi., Lo ~ ~ f nnoo - rn ^ _ Ein y°o E E N acur R m ~; Ndp O 7Eww _ _~ d u~oo • c mm - _ W • }uawanod }o abD3 LL Oa E a+w~ € § +~ ~ ~ ~ ~ ~ & E ®~, Y ~ Y v O '~ O O C N 0 0 ~ N ~ J `~ 10 o u " c O ~ q to ~~~ ~ ~ o p r o a Z l/) N p 0 3 E O I.J..I O ~ p U ~ ~ eeem ~ c° - h 9 O V M ~~~° I emom m ~ J o h w a LL ~ 0 I -~ " 3 LL Z E _ ~omee H oo : Q Q F ~ E ~ to Z a /~ ~ ~ L - N `' m 1 N pemo m N I .a '~ ~ °p L eve ~° J U v 'a ~ ®m E _ ~m® a H ~ N = in N d .a. ~ E ~ ~ ~ ° N W Q ~ m N J n C O L p Q "•j 00~"~L d - I II o f I II L I E m" ~ C c E LL n °~dm~ 4 oyoa°c~ 2 ~ I II I ~ '" ~ a ¢ T O " Z of 3 1 I I I I Eo v o °- ° ¢ " L ">'L ~ ao+~ c `o} I ~'-II ~ mn oar -- --- - CL3N~Ly- on dmoo I II o+ "N a -~ ~ mdE n o+ctv dE+ I ~ Q C~ ¢ 0 w Vi OL,tL.NC O'O~LL +O Ov Q N Z -XDW I,t)()I)W ()£ ~ n0 0 Ury003p~~ N C ~ ~ _.II d ~ M _ n ~ ~ -UIW (,()£) W I.6 ~+ Q 09~ C OR a ` ° _: : ° I II I O o U ° m_ U W ~ ~ ~ ~ te . . > n vv° C U L i ii i r '^ , ~ °S~~~oa - x I o II I I II I ~~ w I II I c _ ~J I II I I I I I °~ o~ ~ Iz/~£) I Iz~o ~o a L w " 0 o ~r < ~ ~ a o~ N ? ~ E U w~ W J H `•Z o o~ „' - Z Q D F. J U E m W ~ r Q ¢ ~ E o 0 0+~ a~ Lbl I 6!1 I o Q ~ .ulw W Z'1 .ulw W ~.Z _ " ~° ~ E U ° ¢ ~ o L ~ Q + ti ~ ~ T U N C~ m 0 ~tD}T ° N ~~Q Q _ - _ noomEoo V O '= U ~ F O ~~ O ~ ~ O E- ~n m D a _NU-3Lt'f Q C L W O+ U O ~ o nc yv,+ ~ a ao O Q o =~ o (0£1 1.11 (Y ~ ,.,~ ,-~~+oco=w ulw OSL 'ulw w j•Z '~ ¢ o "_-'~ o z e 5 rssueo o-i-sr E _c Q ~ W W a m E E ? W O~ 0 OIL dL n" ° _ _' _ ~ ~ F W E ry O ~ b ; ~ •ulw (bZ) L91 - ~ g ~ a ~ ° 009 -ulw w g•I ®~' Y ~ ~ ° + L m v > +m o+ Lac°m vo L ~+° ° M o m Lo ° m~ t 0 0 + O f C L O+ L° L o Vmi n Vm1 L ~ L E TL v L ~ C~ m D v v m [m.-mNO D.~_ou +m° Looda oE~w m ~3 oaL E[m oL o~ ~~OOm~ O~O,FL ~uNl °C=UNUNUI u1 n C~OV+ YI ~ m °N N O T v ° l ~+L p m JO h~O=L L 3 m L R C O [ E Or-m 7 m m b+N u~t l L N MM ~ O D O E ~ E t° ~- O v ~ m~ ~ L 0+ 0 + L ~ E C° C O C_ E M S O d L ° ~ I..L Q W r pEOY ig7OL /i >v NYNL vmN U pCU+ v t OL mt ~ U Uv0 v l/1 QOU L~ E ~,m ONQ °O~OC > + >Lt3 O v. Um ~ONy Cx~ ~yt y N ~ JU ~i F O L •~! d;^ L O OU ry E m un1 =~ 3 m L j ~ L 3 O U+ OL N D C °+ G D m O m O V°I E n m O h m 7 ~ Z Z c +~o-Q L a_oLO~ro+ v ~Lnm >,~ om ° L°pm joo m +- O}Q m N*NLmL C`;mm_ +O m0~3 m;m': > tmO O- N E aC +°mL mEm lTL L m Z Nc°'m wm+ m LE zap mom[ Lo o a~odu Ev E~m 5~ NCLL mEP n O E U Q Z 3 moL+ coJ-mo}ooN+P Ec um_~ ao ro' om 7~+m Loo o~°vi wd °C ~LJJ J o O+ N m N + o+ v Y O~ O L m Q t C _- m 0 O~ a L C U + u n ++ v - p L O° L C m E 3 Q a CD+ m >'m~ mCwLt Ovy °~m L+ N Lm O C L OC v130] Om0 ~} p0 0'L C O U 1 ~ o°~ o o ~ED~L o>~N YcELE;E m° D+N ya m+m Lo Lv o L o* in7 L ~--~(nZ Q Z nC-°-°ma o~mroc NEOO,yoLOru o~P d~ oa v°api'~ mw °~+ o° o7+N NE° Lp~~ c~ mm ~w~ Z O'F Y-E CSC o [ 33 p.-+C Q'" +° mnLm E 0 `F O L 7m [EC oo O m Oh ~UQ a/ ~ mULLmO t~E+~ }OOmmcNO~Y UaTi mN vOY~ v-`+F m00 tLC nl]C~ .~O° WO+U Nt0 bl Q--~~ f.n\ ~~++EC ay+umio o`E=~+N LiOOO oo faoL co vi°v ow° °>.EL D'~ca ~mco ~c oL ~~ H OOOL b LpOn pOVLpvt7+L+E Nv +OC3O ~+ mNN -v0 mE'N-'O C+O~~ ~L}U jm ~O F-W ++ c a w o E .Y a o~~ c+ v o o°~ ~~[ o 0 0~ } 7~ L~ ui ~+ m> c X 0 0 ~ o y+ O m Y U ° m v~ r N E y O OC n`F ~+ COOCOm L~Y p~a'3 EX+L p° h+ C°+TP J~ 'UO ~m0 n0%~ ;O°O LLLn L~ Vg 3000th ~3tSv~ 3htO OV /i+omoHO a o a n~r= it ao+ LL LC ar-mE au1~11 1-3nul ;`f a7 • aNi 0 c z Z + o o m m c aLi - v c > ; y N U K O + L ~ L +,F m - b C1 t m > > v m m m C O K C O ~, I ~ 4 I N 3~ ~~~ I O • F- m ~nJ I a p Q 1--~ W W V z J ~ v a d v a ¢ w o ~ w Z J ¢ w m L ° C Q U C J IW" W U Q 2 > m Q Z Z¢ Z°~ ~ I U ZawzawZ N U ~ N< ,.., D ~., I ~ ^ W O w~ t J~ Q o w K ~ OaWJ.~.SSJ 31n 3 NmUN V Y ~ N Z f' D O >• ~ N ; ~ O ° a i ~ o w v w < o m ¢ ~ m o a ~+ o ° ; ,°n o ~- v a 0 I °j mm ~ o I aNi N o Qo J O ~ :E > CD O ; E bIQ ~ o o` M N 3 ~ E M O I Q o N ; 3 o 3 `~ I$$ifD 1-1-51 I 8 ~ 5 ~ a ~ _F W = W ® y Y 8 '~ ~I~r,ois ~epartmer~t of Transportation RETURN WITH BID (date) Notice to Bidders Various Fulton City of Canton 07-00000-00-GM Route County Local Agency Section Time and Place of Opening of Bids 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 (address) until o'clock M., at o'clock M., (date) 2 North Main Street: Canton. IL 61520 Proposals will be opened and read publicly at the office of The City Clerk; City of Canton (address) Description of Work Name City of Canton 2007 Contract Maintenance Length 3780.00 feet ( 0.72 miles) Location Various City Streets and Alley Proposed Improvement Hot-Mix Asphalt Surface Removal -Butt Joint; Detector Loop, Type 1; Bituminous Materials Prime Coat and Hot-Mix Asphalt Surface Course, Mix D, N50 or Bituminous Hot Mix Sand Seal Coat (Modified) Bidders Instructions 1. Plans and proposal forms will be available in the office of Maurer-Stutz, Inc.; 1670 E. Ash St.; Canton, IL 61520 2. If prequalification is required ,the 2 low bidders must file within 24 hours after the letting an "Affidavit of Availability" (Form BC 57), in triplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. One copy shall be filed with the Awarding Authority and 2 copies with the IDOT District Office. 3. All proposals must be accompanied by a proposal guaranty as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals contained in the "Supplemental Specifications and Recurring Special Provisions". 4. 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 contained in the "Supplemental Specifications and Recurring Special Provisions". 5. Bidders need not return the entire contract proposal when bids are submitted unless otherwise required. Portions of the proposal that must be returned include the following: a. BLR 12210 -Contract Cover d. BLR 12222 -Contract Schedule of Prices b. BLR 12220 -Notice to Bidders e. BLR 12223 -Signatures c. BLR 12221 -Contract Proposal f. BLR 12230 -Proposal Bid Bond (if applicable) g. BLR 12325 -Certified Apprenticeship and Training Program 6. 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. Printed 3/7/2007 Page 1 of 2 BLR 12220 (Rev. 12/06) 7. 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. 8. The bidder shall take no advantage of any error or omission in the proposal and advertised contract. 9. 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. 10. 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. By Order of I City of Canton City Clerk (Awarding Authority) ounty Engineer/C ty Superintendent of Highways/Municipal Clerk Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bond ,should be stapled together to prevent loss when bids are processed. Printed 3/7/2007 Page 2 of 2 BLR 12220 (Rev. 12/06) Illinois Department of Transportation RETURN WITH BID Route County Local Agency Section All contractors are required to complete the following certification: ® For this contract proposal or for all groups in this material proposal. ^ For the following groups in this material proposal: Certified Apprenticeship and Training Program Various Fulton City of Canton 07-00000-00-GM In accordance with the provisions of Section 30-22 (6) of the Illinois Procurement Code, the bidder certifies that it is a participant, either as an individual or as part of a group program, in the approved apprenticeship and training programs applicable to each type of work or craft that the bidder will perform with its own forces. The bidder further certifies for work that will 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 and training program; or (b) will, prior to commencement of performance of work pursuant to this contract, begin participation in an approved apprenticeship and training program applicable to the work of the subcontract. 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. Applicable apprenticeship and training programs are those that have been approved and registered with the United States Department of Labor. The bidder shall list in the space below, the official name of the 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 forces. Types of work or craft work 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 that does not have an applicable apprenticeship or training program. 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 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. In order to fulfill this requirement, it shall not be necessary that an 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. Bidder Address By Title (Signature) Printed 3/7/2007 BLR 12325 Minas department of Transportation RETURN WITH BID 1. Proposal of Proposal Route Various County Fulton Local Agency ~itv of Canton Section 07-00000-00-GM for the improvement of the above section by the construction of Hot-Mix Asphalt Surface Removal -Butt Joint; Detector Loop, Type 1; Bituminous Materials Prime Coat and Bituminous Concrete Surface Course, Superpave, Mix D, N50 or Hot Mix Sand Seal Coat (Modified) distance of 3780.00 feet , 0.720 a total distance of 3780.00 feet, of which a miles) are to be improved. 2. The plans for the proposed work are those prepared by 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 08/15/2007 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 ^ will not be allowed as proposal guaranties. 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 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. 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 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. 12. The undersigned submits herewith the schedule of prices on BLR 12222 covering the work to be performed under this contract. Page 1 of 1 BLR 12221 (Rev. 7/05) Printed on 3/7/2007 10:43:36 AM 116nois Department of Transportation Schedule of Prices Route Various County Fulton Local Agency City of Canton Section 07-00000-00-GM RETURN WITH BID (For complete information covering these items, see plans and specifications) Item No. Items Unit Quantity Unit Total Price Bituminous Materials Prime Coat Gal 600 Bituminous Hot Mix Sand Seal Coat Modified Ton 558 Hot-Mix As halt Surface Course, Mix D, N50 Ton 60 Detector Loo , T e 1 Foot 190 Hot-Mix As halt Surface Removal -Butt Joint S . Yd. 1,084 Carried forward from Pa e Pa a Total To be carried forward to Pa e 2 Page 1 of 2 BLR 12222 (Rev. 7/05) Printed on 3/7/2007 1:00:01 PM ~fl11101S ~2p~IT1E~$ of Transportation rRETURN WITH BID Schedule of Prices Route Various County Fulton Local Agency City of Canton Section n~-nnnnn_nn_rnn (For complete information covering these items, see plans and specifications) Item. Items Unit Quantity Unit Total No. Price Carried forward from page 1 Bidder's Proposal for making Entire Improvements. 13. The undersigned further agrees that if awarded the contract for the sections contained in the following combinations, he will perform the work in accordance with the requirements of each individual proposal for the multiple bid specified in the schedule below. Schedule of Multi le Bids Combing- Sections Included in Combination Total tion Letter Page 2 of 2 BLR 12222 (Rev. 4/05) Printed on 3/7/2007 1:00:01 PM ~iinois Department of Transportation RETURN WITH BID (If an individual) Signatures Route Various County Fulton Local Agency City of Canton Section 07-00000-00-GM Signature of Bidder Business Address (If a partnership) Firm Name Signed By Business Address Insert Names and Addresses of All Partners (If a corporation) Corporate Name Signed By President Business Address President Insert Names of Secretary Officers Treasurer Attest: Secretary Page 1 of 1 BLR 12223 (Rev. 7/05) Printed on 3/7!2007 10:43:57 AM Illinois Department of Transportation RETURN WITH BID PAPER BID BOND WE and Local Agency Proposal Bid Bond Route Various County Fulton Local Agency City of Canton Section 07-00000-00-GM as PRINCIPAL, 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, fumish 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) By: (Signature and Title) By: (Company Name) (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. do hereby certify that a Notary Public in and for said county, ( Insert names of individuals signing on behalf of PRINCIPAL 8 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 3/7/2007 10:44:08 AM CANTON 2007 MAINTENANCE PROGRAM TYPICAL SECTION OPERATION NO. 1 BITUMINOUS HOT MIX SAND SEAL COAT (MODIFIED) WIDTH E-E 1 /2° MAX* PROPOSED BITUMINOUS HOT MIX SAND SEAL COAT (MOD.) 1-1 /8" AVG. MATCH EXISTING SLOPE TYPICAL SECTION CURB & GUTTER STREETS RESURFACED EDGE TO EDGE OF PAVEMENT LOCATION NO. WIDTH CEDAR STREET 33' SYCAMORE STREET 45' AVENUE C 33' * ALSO ADJACENT TO PARKING AREAS ON SYCAMORE STREET CANTON 2007 MAINTENANCE PROGRAM TYPICAL SECTION OPERATION NO. 1 BITUMINOUS HOT MIX SAND SEAL COAT (MODIFIED) WIDTH E-E i MATCH EXISTING SLOPE PROPOSED BITUMINOUS HOT MIX SAND SEAL COAT (MOD.) 1-1 /8" AVG. TYPICAL SECTION NON-CURBED STREETS RESURFACED EDGE TO EDGE OF PAVEMENT LOCATION NO. WIDTH. CEDAR STREET 14' a w W w a w a N g U 3 n O O N C O C O U O _T U I °o n 0 a N r O U I ~~ ~ ~ '~ 11186 f1 SfD ~ ~ ENGINEERS SURVEYORS FM ~~~~ FAY ) N7-IIJ! CANTON 2007 MAINTENANCE PROGRAM TYPICAL SECTION OPERATION NO. 2 HOT MIX ASPHALT SURFACE COURSE, MIXTURE D, N50 WIDTH E-E 1' i PROPOSED HOT-MIX MATCH EXISTING SLOPE ASPHALT SURFACE COURSE, MIX D, N50 1-1 /2" TYPICAL SECTION NON-CURBED ALLEY RESURFACED EDGE TO EDGE OF PAVEMENT LOCATION NO. WIDTH ALLEY 15' a * ADD HOT-MIX ASPHALT WEDGE AT DRIVEWAYS-REFER TO SPECIAL PROVISIONS U 2 O U Q U n O O N O C a U O _T U I O r 0 a N n O U I N IQO FA4/ All 811E1f ~ ~~ ~/~~, ~. !llA1B nm O ENGINEERS SURVEYORS ~ N7-7811 f7LY N7-/ISS CANTON 2007 MAINTENANCE PROGRAM TYPICAL SECTION OPERATION NO. 3 BITUMINOUS HOT MIX SAND SEAL COAT (MODIFIED) WIDTH E-E BITUMINOUS HOT MIX SAND COAT (MOD.) 1-1 /8" AVG. MATCH EXISTING SLOPE TYPICAL SECTION NON-CURBED CEMETERY STREETS RESURFACED EDGE TO EDGE STREET LOCATION NO. WIDTH 5 10' CANTON 2007 MAINTENANCE PROGRAM DETAILS EXISTING HOT-MIX ASPHALT PAVEMENT ALLEY 15' (1:120 TAPER STREETS 30' (1:320 TAPER) SAW CUT, TYP. . HOT-MIX SAND SEAL COAT (MOD.) " ~1 1 /2" OR 1-1 /8" TAPERED COLD MILLING (N.T.S.)