Loading...
HomeMy WebLinkAbout#5138 QIlinols Department Resolution for Maintenance of• in Under the Illinois Highway Code o,• Resol.2l utiDn Number Resolution Type Section Number L. -SceOriginal 18-00000-00-GM BE IT RESOLVED,by the Council of the City of Governing Body Type Local Public Agency Type Canton Illinois that there is hereby appropriated the sum of two hundred Name of Local Public Agency thousand Dollars ($200,000.00 of Motor Fuel Tax funds for the purpose of maintaining streets and highways under the applicable provisions of Illinois Highway Code from 01/01/18 to 12/31/18 . Beginning Dale Ending Date BE IT FURTHER RESOLVED,that only those operations as listed and described on the approved Estimate of Maintenance Costs, including supplemental or revised estimates approved in connection with this resolution,are eligible for maintenance with Motor Fuel Tax funds during the period as specified above. BE IT FURTHER RESOLVED,that City of Canton Local nubile Agency Type Name of Local Public Agency shall submit within three months after the end of the maintenance period as stated above,to the Department of Transportation,on forms available from the Department, a certified statement showing expenditures and the balances remaining in the funds authorized for expenditure by the Department under this appropriation,end BE IT FURTHER RESOLVED,that the Clerk is hereby directed to transmit four(4)cedtified originals of this resolution to the district office of the Department of Transportation. I Diana Pavley-Rock City Clerk in and for said City Name of Clerk Local Public Agency Type Local Public Agency Type of Canton in the State of Illinois,and keeper of the records and files thereof, as Name of Local Public Agency provided by statute,do hereby certify the foregoing to be a true,perfect and complete copy of a resolution adopted by the Council of Canton at a meeting held on 03/06/18 Governing Body Type Name of Local Public Agency Date IN TESTIMONY WHEREOF,I have hereunto set my herd and seal this 6th day of March, 2018 Day Manfh,Year (SEAL) Cle/SAnaatu�re APPROVED Regional Engineer Department of Transportation Date Printed 02127/18 BLR 14220(Rev.03/13/17) QMinors Department Municipal Estimate of qs • of Transportation Maintenance Costs o4;* Submittal Type Original Maintenance Period Local Public Agency County Section Number Beginning Ending City of Canton Fulton 18-00000-00-GM 01/01/18 12/31/18 Estimated Cost of Maintenance Operations Maint. For Group I, IIA,IIB or III Maintenance Operation Eng. Insp. Unit Item Est Total (No.and Description) Group Req. Item Unit Quantity Price Cost Operation Cost Contract Maintenance 1. Mill and HMA Overlay IV Y HMA Surf Rem,2" S.Y. 7,849 $4.50 $35,320.50 (7,849 Sq Yd) IV Y Bit Mats(Tack Coal Lb 3,532 $3.00 $10,596.00 IV Y HMA Surf Cse D N50 Ton 879 $105.00 $92,295.00 IV Y Mall Transfer Device Ton 879 $3.00 $2,637.00 $140,848.50 • 2. Spray Patch IIB Y CRS-2 Oil Gal 3,800 $7.00 $26,600.00 (4,000 Sq Yd) IIB Y CA 16 Aggregate Ton 100 $35.00 $3,500.00 $30,100.00 Add Row Total Estimated Maintenance Operation Cost $170,948.60 • Estimated Cost of Maintenance Enginsedng Maintenance Program Estimated Costs Preliminary Engineering $9,195.43 Estimated Cost MFT Portion Other Funds Engineering Inspection $9,353.91 Maint Oper $170,948.50 $170,948.50 Material Testing Maint Eng $18,549.34 $18,549.34 Advertising Totals $189,497.84 $189,497.84 Bridge Inspections Total Estimated Maintenance Cost 5789,497.84 Total Estimated Maintenance 578,649.34 Engineering Cost Submitted Municipal Official Date Approved Regional Engineer Department of Transportation Date Title Mayor Printed 02/27/18 Page 1 of 1 BLR 14231(Rev.05/18/17) Illinois Department IN II8nSp01 tnn Maintenance Engineering to be Performed by a Consulting Engineer (to be attached to BLR 14231 or BLR 14221) Local Agency City of Canton Section Number 18-00000-00-GM The services to be performed by the consulting engineer, pertaining to the various gems of work included In the estimated cost of maintenance operations(BLR 14231 or BLR 14221),shall consist of the following: PRELIMINARY ENGINEERING shall include: Investigation of the condition of the streets or highways for determination(In consultation with the local highway authority)of the maintenance operations to be included in the maintenance program: preparation of the maintenance resolution,maintenance estimate of cost and if applicable, proposal; attendance at meetings of the governing body as may reasonably be required;attendance at public letting;preparation of the contract and/or acceptance of BLR 12330 form. The maintenance expenditure statement must be submitted to IDOT within 3 months of the end of the maintenance period. ENGINEERING INSPECTION shall Include: Furnishing the engineering field Inspection, Including preparation of payment estimate for contract, material proposal and/or deliver and install proposal and/or checking material invoices of those maintenance operations requiring engineering field inspection,as opposed to those routine maintenance operations as described in Chapter 14-2.04 of BLRS Manual,which may or may not require engineering inspection. For furnishing preliminary engineering, the engineer will be paid a base fee PLUS a negotiated fee percentage. For furnishing engineering inspection the engineer will be paid a negotiated fee percentage. The negotiated preliminary engineering fee percentage for each group shown in the"Schedule of Fees"shall be applied to the total estimated costs of that group. The negotiated fee for engineering inspection for each group shall be applied to the total final cost of that group for the items which required engineering inspection. In no case shall this be construed to include supervision of contractor operations. SCHEDULE OF FEES Total of the Maintenance Operation Base Fee a›$20,000 $1,250.00 s$20,000(Negotiated: $1,250 Max.) PLUS Group Preliminary Engineering Engineednl Inspection Operation to be Acceptable Fee% Negotiated Fee% Acceptable Fee% Negotiated Fee% Inspected NA NA NA NA NA IIA 2% 1% IIB 3% 3% 3% 3% 4% 4% Ut'ee1,1 IV 5% 5% 5% 8% •.P 6'%, By: •r- IA - 2 V'X By: hits. 1 Ul - 062-0429171ss 4 Ls , Local Agen lei Signature C• suiting Engineer SlgiiIu$PROFESSIONAL: 1, ENGINEER Mayor Senior Project Engineer % • . OF Tile Title d, ,g�.gsal 'Re 4-L SNOts,,.••'" 3/8/2018 2/23/2018 //-30-20/ 9 Dab Date P.E.Licence Expiration Date Printed 2/26/2018 BLR 05620(Rev.12/06/11) 0 Illinois Department of Transportation Office of Highways Project Implementation /Region 3/District 4 401 Main Street/Peoria, Illinois 61602-1111 March 22, 2018 Municipal - Motor Fuel Tax (MFT) City of Canton Section 18-00000-00-GM Ms. Diana Pavely-Rock, City Clerk 2 North Main Street Canton, Illinois 61520 Dear Ms. Pavely-Rock: The resolution adopted by the City Council of Canton on March 6, 2018 appropriating $200,000.00 of Motor Fuel Tax funds for the maintenance of streets and highways in the City from January 1, 2018 to December 31, 2018 was approved on March 21, 2018. The Municipal Estimate of Maintenance Costs for$189,497.84, the Maintenance Engineering Statement, and the Contract Proposal were approved on March 21, 2018. This maintenance program is approved with the understanding that any claims for labor and equipment for day labor and routine maintenance will be on file and available for compliance review by Local Roads and Streets and for audit by the Bureau of Investigations and Compliance. Authorization to expend $18,549.34 of Motor Fuel Tax funds for maintenance engineering for this section has been approved and should appear on the City's next Motor Fuel Tax transaction detail. Authorization to expend additional Motor Fuel Tax funds will be given upon approval of a contract and/or an Acceptance of Proposal to Furnish Materials and Approval of Award (BLR 12330)for this section. Bids are required for purchases of materials if the expenditures exceed $25,000 during any maintenance period either(1)for the same type of materials, or(2) from any one vendor if the purchase includes the placement or incorporation of the materials. Please be advised that ALL projects involving pavement alterations and/or replacement/repair of sidewalks shall have curb ramps that comply with the current Americans with Disabilities Act (ADA) Guidelines City of Canton/ Ms. Diana Pavely-Rock, City Clerk Page Two March 22, 2018 For Group IV items, the Contractor's Certificate of Eligibility must be submitted with the fully executed contract when prequalification was a bidding requirement. One copy of the approved maintenance papers has been forwarded to Maurer- Stutz, Inc. If you have any questions, please contact Simon Alwan at (309)671-3694. Sincerely, O. Kensil A. Garnett, P.E. Region Three Engineer SJA/bkf s:\gen\winword\blrs\staR\alwan letters\city-appvd resolutions\munestmaintcost_canton_1&00000-00-gm.docx cc: Maurer-Stutz, Inc. Documentation Review File Ali Department Resolution for Maintenance o 0 of Transportation Under the Illinois Highway Code Resolution Number Resolution Type Section Number Original 18-00000-00-GM BE IT RESOLVED,by the Council of the City of Governing Body Type Local Public Agency Type Canton Illinois that there is hereby appropriated the sum of two hundred Name of Local Public Agency thousand Dollars ($200,000.00 of Motor Fuel Tax funds for the purpose of maintaining streets and highways under the applicable provisions of Illinois Highway Code from 01/01/18 to 12/31/18 Beginning Date Ending Date BE IT FURTHER RESOLVED,that only those operations as listed and described on the approved Estimate of Maintenance Costs, including supplemental or revised estimates approved in connection with this resolution, are eligible for maintenance with Motor Fuel Tax funds during the period as specified above. BE IT FURTHER RESOLVED,that City of Canton Local Public Agency Type Name of Local Public Agency shall submit within three months after the end of the maintenance period as stated above,to the Department of Transportation,on forms available from the Department,a certified statement showing expenditures and the balances remaining in the funds authorized for expenditure by the Department under this appropriation, and BE IT FURTHER RESOLVED,that the Clerk is hereby directed to transmit four(4)ceritified originals of this resolution to the district office of the Department of Transportation. I Diana Pavley-Rock City Clerk in and for said City Name of Clerk Local Public Agency Type Local Public Agency Type of Canton in the State of Illinois,and keeper of the records and files thereof,as Name of Local Public Agency provided by statute, do hereby certify the foregoing to be a true, perfect and complete copy of a resolution adopted by the Council of Canton at a meeting held on 03/06/18 Governing Body Type Name of Local Public Agency Date IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this 6th day of March, 2018 -Thr Month,Year (SEAL) Cle lq .tur-� L i y !L_ APPROVED Regional Engineer Department of Transportation Date d D37:510 Printed 02/28/18 BLR 14220(Rev.03/13/17) 0 0 QIllinois Municipal Estimate of x` •. of Tf�spprt� Maintenance Costs o M . Submittal Type Original Maintenance Period Local Public Agency County Section Number Beginning Ending City of Canton Fulton 18-00000-00-GM 01/01/18 12/31/18 Estimated Cost of Maintenance Operations Maint. For Group I, IIA, IIB or III Maintenance Operation Eng. Insp. Unit Item Est Total (No. and Description) Group Req. Item Unit Quantity Price Cost Operation Cost Contract Maintenance 1. Mill and HMA Overlay IV Y HMA Surf Rem, 2" S. Y. 7,849 $4.50 $35,320.50 (7,849 Sq Yd) IV Y Bit Mats(Tack Coat Lb 3,532 $3.00 $10,596.00 IV Y HMA Surf Cse D N50 Ton 879 $105.00 $92,295.00 IV Y Matl Transfer Device Ton 879 $3.00 $2,637.00 $140,848.50 2. Spray Patch IIB Y CRS-2 Oil Gal 3,800 $7.00 $26,600.00 (4,000 Sq Yd) IIB Y CA 16 Aggregate Ton 100 $35.00 $3,500.00 $30,100.00 iiiiia3dd ROW3i-:,.1 Total Estimated Maintenance Operation Cost $170,948.80 Estimated Cost of Maintenance Engineering Maintenance Program Estimated Costs Preliminary Engineering $9,195.43 Estimated Cost MFT Portion Other Funds Engineering Inspection $9,353.91 Maint Oper $170,948.50 $170,948.50 Material Testing Maint Eng $18,549.34 $18,549.34 Advertising Totals $189,497.84 $189,497.84 Bridge Inspections Total Estimated Maintenance Cost $189,497.84 Total Estimated Maintenance $18,849.94 Engineering Cost Submitted Municipal Official J\ Date Approved (< istAn ""\ 3/6//8 Regional E ngineer Department of Transportation Date Title Mayor -3C) o 4 O3n10 Printed 02/27/18 Page 1 of 1 BLR 14231 (Rev.05118/17) Illinois Department Maintenance Engineering to be G of Transportation Performed by a Consulting Engineer (to be attached to BLR 14231 or BLR 14221) Local Agency City of Canton Section Number 18-00000-00-GM The services to be performed by the consulting engineer, pertaining to the various items of work included in the estimated cost of maintenance operations (BLR 14231 or BLR 14221), shall consist of the following: PRELIMINARY ENGINEERING shall include: Investigation of the condition of the streets or highways for determination (in consultation with the local highway authority) of the maintenance operations to be included in the maintenance program: preparation of the maintenance resolution, maintenance estimate of cost and, if applicable, proposal; attendance at meetings of the governing body as may reasonably be required; attendance at public letting; preparation of the contract and/or acceptance of BLR 12330 form. The maintenance expenditure statement must be submitted to IDOT within 3 months of the end of the maintenance period. ENGINEERING INSPECTION shall include: Furnishing the engineering field inspection, including preparation of payment estimate for contract, material proposal and/or deliver and install proposal and/or checking material invoices of those maintenance operations requiring engineering field inspection, as opposed to those routine maintenance operations as described in Chapter 14-2.04 of BLRS Manual, which may or may not require engineering inspection. For furnishing preliminary engineering, the engineer will be paid a base fee PLUS a negotiated fee percentage. For furnishing engineering inspection the engineer will be paid a negotiated fee percentage. The negotiated preliminary engineering fee percentage for each group shown in the"Schedule of Fees" shall be applied to the total estimated costs of that group. The negotiated fee for engineering inspection for each group shall be applied to the total final cost of that group for the items which required engineering inspection. In no case shall this be construed to include supervision of contractor operations. SCHEDULE OF FEES Total of the Maintenance Operation Base Fee >$20,000 $1,250.00 ❑ <$20,000(Negotiated: $1250 Max.) PLUS Group %Preliminary Engineering ! Engineering Inspection _ Operation to be Acceptable Fee % Negotiated Fee % Acceptable Fee % Negotiated Fee Inspected NA NA NA NA NA IIA 2% 1% IIR 7°/n 3% 3% 3% III 4% 4% •an•mmi�nn,,,� IV 5°/ 5% 6% 6% `poOAGE B. r{q ''�. By: ' ` 6�1 By: ' �jL (/ .1�V�K/ p 062-042917•m'_ /J LocalAgency ial Signature Cans Icing Engineer Signiturd PROFESSIONAL: ENGINEER • Mayor Senior Project Engineer GF Title Title •• pg Seal• S. ", aL INO'S c 3/6/2018 2/23/2018 //- O-2D/9 Date Date P.E.License Expiration Date Printed 2/28/2018 BLR 05520(Rev. 12/08/11) II!hob Deparbnent Maintenance Engineering to be 0 Of Transportation Performed by a Consulting Engineer (to be attached to BLR 14231 or BLR 14221) Local Agency City of Canton Section Number 18-00000-00-GM The services to be performed by the consulting engineer, pertaining to the various items of work included in the estimated cost of maintenance operations (BLR 14231 or BLR 14221), shall consist of the following: PRELIMINARY ENGINEERING shall include: Investigation of the condition of the streets or highways for determination (in consultation with the local highway authority)of the maintenance operations to be included in the maintenance program: preparation of the maintenance resolution, maintenance estimate of cost and, if applicable, proposal; attendance at meetings of the governing body as may reasonably be required; attendance at public letting; preparation of the contract and/or acceptance of BLR 12330 form. The maintenance expenditure statement must be submitted to IDOT within 3 months of the end of the maintenance period. ENGINEERING INSPECTION shall include: Furnishing the engineering field inspection, including preparation of payment estimate for contract, material proposal and/or deliver and install proposal and/or checking material invoices of those maintenance operations requiring engineering field inspection, as opposed to those routine maintenance operations as described in Chapter 14-2.04 of BLRS Manual, which may or may not require engineering inspection. For furnishing preliminary engineering, the engineer will be paid a base fee PLUS a negotiated fee percentage. For furnishing engineering inspection the engineer will be paid a negotiated fee percentage. The negotiated preliminary engineering fee percentage for each group shown in the"Schedule of Fees"shall be applied to the total estimated costs of that group. The negotiated fee for engineering inspection for each group shall be applied to the total final cost of that group for the items which required engineering inspection. In no case shall this be construed to include supervision of contractor operations. SCHEDULE OF FEES Total of the Maintenance Operation Base Fee ® > $20,000 $1,250.00 <$20,000(Negotiated: $1,250 Max.) PLUS Group Prelimina Engineering Engineerin• Inspection Operation to be Acceptable Fee % Negotiated Fee% Acceptable Fee % Negotiated Fee% Inspected I NA NA NA NA NA IIA 2% 1% IIB 3% 3% 3% 3% III 4% 4% " "' IV /'5% 5% 6% 6% i O9-5 B. r„F-s, By: ./ Iv- ! / B I, SY l ` ��•• _ T(•,� 1. ,'_ ,� ,�, . 062-042917 Local Agency ial Signature C•nsulting Engineer SigrEaturp PROFESSIONAL' ENGINEER Mayor Senior Project Engineer OF : Title Tele j , .89a1 c •,c/LLIN CAS,.• 3/6/2018 2/23/2018 j/- 30-zo/9 Date Date P.E.License Expiration Date Printed 2/26/2018 BLR 05520(Rev. 12/08/11) RETURN WITH BID Local Public Agency IktA.S Depallmen't Material Proposal or Of Transpo tallt)f1 Deliver& Install Proposal PROPOSAL SUBMITTED BY Contractor's Name Street P.O.Box City State Zip Code STATE OF ILLINOIS COUNTY OF Fulton City of Canton (Name of City,Village,Town or Road District) FOR THE IMPROVEMENT OF STREET NAME OR ROUTE NO. Various _ SECTION NO. 18-00000-02-GM TYPES OF FUNDS MFT 0 MATERIAL PROPOSAL ®DELIVER 8 INSTALL PROPOSAL ®SPECIFICATIONS(required) 0 PLANS(if applicable) For Municipal Projects Deparbnent of Transportation le<y$ub1�iitteWAp ro d/Pas ® Released for bid based on limited review ® Mayor resident of Ba rd of Tr tees ❑Municipal Official i5.�.. ' Regional Engineer ntre IA Date March 6,2018 Date For County and Road District Projects Submitted/Approved Highway Commissioner Date Submitted/Approved County Engineer/Superintendent of Highways Date Note: All proposal documents,including Proposal Guaranty Checks or Proposal Bid Bonds,should be stapled together to prevent loss when bids are processed. Printed 2/26/2018 Page 1 of 2 BLR 12240(Rev.01/09/14) RETURN WITH BID County Fulton NOTICE TO BIDDERS Local Public Agency City of Canton Section Number 18-00000-02-GM Route Various Sealed proposals for the furnishing or delivering &installing materials required in the construction/maintenance of the above Section will be received and at that time publicly opened and read at the office of City Clerk, 2 North Main Street;Canton, IL 61520 until on Address Time Date 1. Plans and proposal forms will be available in the office of Maurer-Stutz, Inc. 1670 East Ash Street; Canton, IL 61520 Address 2. ®Prequalification.If checked,the 2 low bidders must file within 24 hours after the letting an"Affidavit of Availability"(Form BC 57), in duplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. 3. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRS Special Provision for Bidding Requirements and Conditions for Material Proposals. 4. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Material Proposals,will be required. Bid Bonds will be allowed as a proposal guaranty. 5. The successful bidder at the time of execution of the contract will not be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu thereof. Failure on the part of the contractor to deliver the material within the time specified or to do the work specified herein will be considered just cause to forfeit his surety as provided in Article 108.10 of the Standard Specifications. 6. Proposals shall be submitted on forms furnished by the Awarding Authority and shall be enclosed in an envelope endorsed "Material Proposal, Section 18-00000-02-GM". By Order of City of Canton 03/06/2018 Diana Pavley-Rock-City Clerk (Awarding Authority) Date (County Engineer/Superintendent of Highways/Municipal Cleric) Material Proposal or Deliver& Install Proposal To City of Canton (Awarding Authority) If this bid is accepted within 45 days from date of opening, the undersigned agrees to furnish or to deliver&install any or all of the materials, at the quoted unit prices, subject to the following: 1. It is understood and agreed that the"Standard Specifications for Road and Bridge Construction", adopted Aoril 1. 2016 , and the "Supplemental Specifications and Recurring Special Provisions", adopted January 1. 2018 , prepared by the Department of Transportation, shall govern insofar as they may be applied and insofar as they do not conflict with the special provisions and supplemental specifications attached hereto. 2. It is understood that quantities listed are approximate only and that they may be increased or decreased as may be needed to properly complete the improvement within its present limits or extensions thereto, at the unit price stated and that bids will be compared on the basis of the total price bid for each group. 3. Delivery in total or partial shipments as ordered shall be made within the time specified in the special provisions or by the acceptance at the point and in the manner specified in the"Schedule of Prices". If delivery on the job site is specified, it shall mean any place or places on the road designated by the awarding authority or its authorized representative. 4. The contractor and/or local agency performing the actual material placement operations shall be responsible for providing work zone traffic control, unless otherwise specified in this proposal. Such devices shall meet the requirements of and be Installed in accordance with applicable provisions of the"Illinois Manual on Uniform Traffic Control Devices"and any referenced Illinois Highway Standards. 5. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. A bid will be declared unacceptable if neither a unit price nor a total price is shown. Discounts will be allowed for payment as follows: % calendar days: % calendar days. Discounts will not be considered in determining the low bidder. Bidder By (Signature) Address Title Printed 2/26/2018 Page 2 of 2 BLR 12240(Rev.01/09/14) RETURN WITH BID Ilinois Department of Transportation Affidavit of Illinois Business Office County Fulton Local Public Agency City of Canton Section Number 18-00000-02-GM Route Various State of ) ss. County of of , (Name of Affiant) (City of Affiant) (State of Affiant being first duly sworn upon oath, states as follows: 1. That I am the of officer or position bidder 2. That I have personal knowledge of the facts herein stated. 3. That, if selected under this proposal, , will maintain a (bidder) business office in the State of Illinois which will be located in County, Illinois. 4. That this business office will serve as the primary place of employment for any persons employed in the construction contemplated by this proposal. 5. That this Affidavit is given as a requirement of state law as provided in Section 30-22(8)of the Illinois Procurement Code. (Signature) (Print Name of Affiant) This instrument was acknowledged before me on day of (SEAL) (Signature of Notary Public) Printed 2/26/2018 BLR 12326(01/08/14) Innois DeparffllfJlt Apprenticeship or Training of Transportation Program Certification Route Various Return with Bid County Fulton Local Agency City of Canton Section 18-00000-02-GM All contractors are required to complete the following certification: ® For this contract proposal or for all groups in this deliver and install proposal. 0 For the following deliver and install groups in this material proposal: Illinois Department of Transportation policy, adopted in accordance with the provisions of the Illinois Highway Code, requires this contract to be awarded to the lowest responsive and responsible bidder. The award decision is subject to approval by the Department. In addition to all other responsibility factors, this contractor deliver and install proposal requires all bidders and all bidders'subcontractors to disclose participation in apprenticeship or training programs that are (1)approved by and registered with the United States Department of Labor's Bureau of Apprenticeship and Training, and (2)applicable to the work of the above indicated proposals or groups. Therefore, all bidders are required to complete the following certification: Except as provided in paragraph IV below,the undersigned bidder certifies that it is a participant, either as an individual or as part of a group program, in an approved apprenticeship or training program applicable to each type of work or craft that the bidder will perform with its own employees. II. The undersigned bidder further certifies for work to be performed by subcontract that each of its subcontractors submitted for approval either(A)is, at the time of such bid, participating in an approved, applicable apprenticeship or training program; or(B)will, prior to commencement of performance of work pursuant to this contract, establish participation in an approved apprenticeship or training program applicable to the work of the subcontract. III. The undersigned bidder, by inclusion in the list in the space below, certifies the official name of each program sponsor holding the Certificate of Registration for all of the types of work or crafts in which the bidder is a participant and that will be performed with the bidder's employees. Types of work or craft that will be subcontracted shall be included and listed as subcontract work. The list shall also indicate any type of work or craft job category for which there is no applicable apprenticeship or training program available. Printed 2126/2018 Page 1 of 2 BLR 12325(Rev.4/07) IV. Except for any work identified above, any bidder or subcontractor that shall perform all or part of the work of the contract or deliver and install proposal solely by individual owners, partners or members and not by employees to whom the payment of prevailing rates of wages would be required, check the following box,and identify the owner/operator workforce and positions of ownership. 0 The requirements of this certification and disclosure are a material part of the contract, and the contractor shall require this certification provision to be included in all approved subcontracts. The bidder is responsible for making a complete report and shall make certain that each type of work or craft job category that will be utilized on the project is accounted for and listed. The Department at any time before or after award may require the production of a copy of each applicable Certificate of Registration issued by the United States Department of Labor evidencing such participation by the contractor and any or all of its subcontractors. In order to fulfill the participation requirement, it shall not be necessary that any applicable program sponsor be currently taking or that it will take applications for apprenticeship,training or employment during the performance of the work of this contract or deliver and install proposal. Bidder: By: (Signature) Address: Title: Printed 2/26/2018 Page 2 of 2 BLR 12325(Rev.4/07) Giatin°Transpis c hoIT1n2ntLocal Agency o tProposal Bid Bond Route Various County Fulton RETURN WITH BID Local Agency City of Canton Section 18-00000-02-GM PAPER BID BOND — ------ - -- WE as PRINCIPAL. and as SURETY, are held jointly,severally and firmly bound unto the above Local Agency(hereafter referred to as"LA')in the penal sum of 5%of the total bid price,or for the amount specified in the proposal documents in effect on the date of invitation for bids whichever is the lesser sum. We bind ourselves,our heirs, executors,administrators,successors,and assigns,jointly pay to the LA this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that,the said PRINCIPAL is submitting a written proposal to the LA acting through Its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above designated section and the PRINCIPAL shall within fifteen(15)days after award enter into a formal contract,furnish surety guaranteeing the faithful performance of the work,and furnish evidence of the required insurance coverage,all as provided in the"Standard Specifications for Road and Bridge Construction"and applicable Supplemental Specifications,then this obligation shall become void;otherwise it shall remain in full force and effect. IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph,then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above,together with all court costs,all attorney fees,and any other expense of recovery. IN TESTIMONY WHEREOF,the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this day of Principal (Company Name) (Company Name) By: By: (Signature and Title) (Signature and Title) (If PRINCIPAL 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 ,a Notary Public in and for said county, do hereby certify that (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 0 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 2/28/2018 10:33:59 AM loflif101S TfDt?p& ) lit Affidavit of Availability �a ra+�^ • n For the Letting of Bureau of Construction 2306 South DiParkway/Room 322 Instructions; Complete this form by either typing or using black ink. 'Authorization to Bid will not be issued Spring4eltl.Illinois 62764 unless both sides of this form are completed in detail. Use additional forms as needed to list all work. Part I.Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture,list only that portion of the work which is the responsibility of your company. The uncompleted dollar value Is to be based upon the most recent engineer's or owners estimate,and must include work subcontracted to others. If no work is contracted,show NONE. 1 2 3 4 Awards Pending Contract Number Contract With Estimated Completion Date Total Contract Price Accumulated Totals Uncompleted Dollar Value if Firm is the Prime Contractor Uncompleted Dollar Value if Firm is the Subcontractor Total Value of All Work Part II.Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work Accumulated subcontracted to others will be listed on the reverse of this form. In a joint venture,list only that portion of the work to be done by your Totals company. If no work is contracted,show NONE. Earthwork Portland Cement Concrete Paving HMA Plant Mix HMA Paving Clean 8 Seal Cracks/Joints Aggregate Bases 8 Surfaces Highway,R.R.and Waterway Structures Drainage Electrical Cover and Seal Coats Concrete Construction Landscaping Fencing Guardrail Painting Signing Cold Milling,Planning 8 Rotomilling Demolition Pavement Markings(Paint) Other Construction(List) $ 0.00 Totals Disclosure of this infor0ation is REQUIRED to accomplish the statutory purpose as outlined in the"Illinois Procurement Code.' Failure to comply will result in non-issuance of an"Authorization To Bid.' This form has been approved by the State Forms Management Center. Printed 1/30/2018 Page 1 of 2 BC 57(Rev.08/17/10) Part Ill.Work Subcontracted to Others. For each contract described in Part I,list all the work you have subcontracted to others. 1 2 3 4 Awards Pending Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted I, being duly sworn, do hereby declare that this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates. Subscribed and sworn to before me this day of Type or Print Name Officer or Director Title Signed Notary Public My commission expires Company (Notary Seal) Address Printed 1/30/2018 Page 2 of 2 BC 57(Rev.08117/10) INDEX FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS Adopted January 1, 2018 This index contains a listing of SUPPLEMENTAL SPECIFICATIONS, frequently used RECURRING SPECIAL PROVISIONS, and LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS. ERRATA Standard Specifications for Road and Bridge Construction (Adopted 4-1-16) (Revised 1-1-18) SUPPLEMENTAL SPECIFICATIONS Std. Spec. Sec. Paoe No. 106 Control of Materials 1 403 Bituminous Surface Treatment(Class A-1, A-2, A-3) 2 404 Micro-Surfacing and Slurry Sealing 3 405 Cape Seal 14 420 Portland Cement Concrete Pavement 24 442 Pavement Patching 26 502 Excavation for Structures 27 503 Concrete Structures 29 504 Precast Concrete Structures 32 542 Pipe Culverts 33 586 Sand Backfill for Vaulted Abutments 34 630 Steel Plate Beam Guardrail 36 631 Traffic Barrier Terminals 39 670 Engineer's Field Office and Laboratory 40 701 Work Zone Traffic Control and Protection 41 704 Temporary Concrete Barrier 42 781 Raised Reflective Pavement Markers 44 888 Pedestrian Push-Button 45 1003 Fine Aggregates 46 1004 Coarse Aggregates 47 1006 Metals 50 1020 Portland Cement Concrete 51 1050 Poured Joint Sealers 53 1069 Pole and Tower 55 1077 Post and Foundation 56 1096 Pavement Markers 57 1101 General Equipment 58 1102 Hot-Mix Asphalt Equipment 59 1103 Portland Cement Concrete Equipment 61 1106 Work Zone Traffic Control Devices 63 GI Pinola Departrnent Check Sheet For Recurring of Transportation Special Provisions The Following Recurring Special Provisions Indicated By An "X"Are Applicable To This Contract And Are Included By Reference: Recurring Special Provisions Check Sheet# Pae o. 1 ❑ Additional State Requirements for Federal-Aid Construction Contracts 64 2 ❑ Subletting of Contracts(Federal-Aid Contracts) 67 3 ❑ EEO 68 4 ❑ Specific EEO Responsibilities Non Federal-Aid Contracts 78 5 ❑ Required Provisions- State Contracts 83 6 ❑ Asbestos Bearing Pad Removal 89 7 ❑ Asbestos Waterproofing Membrane and Asbestos Hot-Mix Asphalt Surface Removal 90 8 ❑ Temporary Stream Crossings and In-Stream Work Pads 91 9 ❑ Construction Layout Stakes Except for Bridges 92 10 ❑ Construction Layout Stakes 95 11 ❑ Use of Geotextile Fabric for Railroad Crossing 98 12 ❑ Subsealing of Concrete Pavements 100 13 ❑ Hot-Mix Asphalt Surface Correction 104 14 ❑ Pavement and Shoulder Resurfacing 106 15 ❑ Patching with Hot-Mix Asphalt Overlay Removal 107 16 ❑ Polymer Concrete 109 17 ❑ PVC Pipeliner 111 18 ❑ Bicycle Racks 112 19 ❑ Temporary Portable Bridge Traffic Signals 114 20 ❑ Work Zone Public Information Signs 116 21 ❑ Nighttime Inspection of Roadway Lighting 117 22 ❑ English Substitution of Metric Bolts 118 23 ❑ Calcium Chloride Accelerator for Portland Cement Concrete 119 24 ❑ Quality Control of Concrete Mixtures at the Plant 120 25 ❑ Quality Control/Quality Assurance of Concrete Mixtures 128 26 ❑ Digital Terrain Modeling for Earthwork Calculations 144 27 ❑ Reserved 146 28 ❑ Preventive Maintenance - Bituminous Surface Treatment 147 29 ❑ Reserved 153 30 ❑ Reserved 154 31 ❑ Reserved 155 32 ❑ Temporary Raised Pavement Markers 156 33 ❑ Restoring Bridge Approach Pavements Using High-Density Foam 157 34 ❑ Portland Cement Concrete Inlay or Overlay 160 35 ❑ Portland Cement Concrete Partial Depth Hot-Mix Asphalt Patching 164 Printed 02/26/18 Page 1 of 2 BLR 11300(10/17/17) The Following Local Roads And Streets Recurring Special Provisions Indicated By An "X"Are Applicable To This Contract And Are Included By Reference: Local Roads And Streets Recurring Soecial Provisions Check Sheet# Pae o. LRS 1 Reserved 168 LRS 2 ❑ Furnished Excavation 169 LRS 3 ❑ Work Zone Traffic Control Surveillance 170 LRS 4 Z Flaggers in Work Zones 171 LRS 5 Z Contract Claims 172 LRS 6 ❑ Bidding Requirements and Conditions for Contract Proposals 173 LRS 7 Z Bidding Requirements and Conditions for Material Proposals 179 LRS 8 Reserved 185 LRS 9 ❑ Bituminous Surface Treatments 186 LRS 10 Reserved 187 LRS 11 Z Employment Practices 188 LRS 12 Z Wages of Employees on Public Works 190 LRS 13 Z Selection of Labor 192 LRS 14 ❑ Paving Brick and Concrete Paver Pavements and Sidewalks 193 LRS 15 Z Partial Payments 196 LRS 16 Z Protests on Local Lettings 197 LRS 17 Z Substance Abuse Prevention Program 198 LRS 18 ❑ Multigrade Cold Mix Asphalt 199 Printed02/26/18 BLR 11300(10/17/17) BDE SPECIAL PROVISIONS For the April 27 and June 15, 2018 Lettings The following special provisions indicated by an "x" are applicable to this contract and will be included by the Project Development and Implementation Section of the BD&E. An * indicates a new or revised special provision for the letting. File Name # Special Provision Title Effective Revised 80099 1 1111111 Accessible Pedestrian Signals (APS) April 1, 2003 Jan. 1, 2014 80382 2 = Adjusting Frames and Grates April 1, 2017 80274 3 = Aggregate Subgrade Improvement April 1,2012 April 1, 2016 80192 4 = Automated Flagger Assistance Device Jan. 1, 2008 80173 5 = Bituminous Materials Cost Adjustments Nov. 2, 2006 Aug. 1, 2017 80241 6 = Bridge Demolition Debris July 1, 2009 50261 7 = Building Removal-Case 1 (Non-Friable and Friable Asbestos) Sept. 1, 1990 April 1, 2010 50481 8 = Building Removal-Case 11 (Non-Friable Asbestos) Sept. 1, 1990 April 1, 2010 50491 9 = Building Removal-Case Ill (Friable Asbestos) Sept. 1, 1990 April 1, 2010 50531 10 = Building Removal-Case IV (No Asbestos) Sept. 1, 1990 April 1, 2010 80366 11 = Butt Joints July 1, 2016 80386 12 = Calcium Aluminate Cement for Class PP-5 Concrete Patching Nov. 1, 2017 80396 13 = Class A and B Patching Jan. 1, 2018 80384 14 = Compensable Delay Costs June 2, 2017 80198 15 NI Completion Date (via calendar days) April 1, 2008 80199 16 = Completion Date (via calendar days) Plus Working Days April 1, 2008 80293 17 . Concrete Box Culverts with Skews >30 Degrees and Design Fills s 5 April 1, 2012 July 1, 2016 Feet 80311 18 = Concrete End Sections for Pipe Culverts Jan. 1, 2013 April 1,2016 80277 19 = Concrete Mix Design-Department Provided Jan. 1, 2012 April 1, 2016 80261 20 1111 Construction Air Quality-Diesel Retrofit June 1, 2010 Nov. 1, 2014 80387 21 = Contrast Preformed Plastic Pavement Marking Nov. 1, 2017 80029 22 = Disadvantaged Business Enterprise Participation Sept. 1, 2000 July 2, 2016 80378 23 = Dowel Bar Inserter Jan. 1, 2017 Jan. 1, 2018 80388 24 = Equipment Parking and Storage Nov. 1, 2017 80229 25 = Fuel Cost Adjustment April 1, 2009 Aug. 1, 2017 80304 26 = Grooving for Recessed Pavement Markings Nov. 1, 2012 Nov. 1, 2017 80246 27 MI Hot-Mix Asphalt-Density Testing of Longitudinal Joints Jan. 1, 2010 April 1, 2016 80347 28 ■ Hot-Mix Asphalt-Pay for Performance Using Percent Within Limits- Nov. 1, 2014 Jan. 1, 2018 Jobsite Sampling 80383 29 = Hot-Mix Asphalt-Quality Control for Performance April 1, 2017 Nov. 1, 2017 80376 30 = Hot-Mix Asphalt-Tack Coat Nov. 1, 2016 80392 31 111111 Lights on Barricades Jan. 1, 2018 80336 32 = Longitudinal Joint and Crack Patching April 1, 2014 April 1, 2016 80393 33 = Manholes,Valve Vaults, and Flat Slab Tops Jan. 1, 2018 80045 34 = Material Transfer Device June 15, 1999 Au.. 1, 2014 80165 36 = Moisture Cured Urethane Paint System Nov. 1, 2006 Jan. 1, 2010 80349 37 1.1 Pavement Marking Blackout Tape Nov. 1, 2014 April 1,2016 80371 38 = Pavement Marking Removal July 1, 2016 80390 39 = Payments to Subcontractors Nov. 2, 2017 80377 40 = Portable Changeable Message Signs Nov. 1, 2016 April 1, 2017 80389 41 = Portland Cement Concrete Nov. 1, 2017 80359 42 1.111 Portland Cement Concrete Bridge Deck Curing April 1, 2015 Nov. 1, 2017 80385 43 = Portland Cement Concrete Sidewalk Aug. 1, 2017 80300 44 = Preformed Plastic Pavement Marking Type D -Inlaid April 1, 2012 April 1, 2016 80328 45 = Progress Payments Nov. 2, 2013 34261 46 = Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, 2006 File Name # Special Provision Title Effective Revised 80157 47 Railroad Protective Liability Insurance (5 and 10) Jan. 1, 2006 80306 48 Reclaimed Asphalt Pavement(RAP)and Reclaimed Asphalt Shingles Nov. 1, 2012 Jan. 1, 2018 (RAS) 80395 49 Sloped Metal End Section for Pipe Culverts Jan. 1, 2018 80340 50 Speed Display Trailer April 2, 2014 Jan. 1, 2017 80127 51 Steel Cost Adjustment April 2, 2004 Aug. 1, 2017 80391 52 Subcontractor Mobilization Payments Nov. 2, 2017 80317 53 Surface Testing of Hot-Mix Asphalt Overlays Jan. 1, 2013 April 1, 2016 80298 54 Temporary Pavement Marking (NOTE: This special provision was April 1, 2012 April 1, 2017 previously named Pavement Marking Tape Type IV".) 20338 55 Training Special Provisions Oct. 15, 1975 80318 56 Traversable Pipe Grate for Concrete End Sections (NOTE: This Jan. 1, 2013 Jan. 1, 2018 special provision was previously named"Traversable Pipe Grate".) 80288 57 Warm Mix Asphalt Jan. 1, 2012 April 1, 2016 80302 58 Weekly DBE Trucking Reports June 2, 2012 April 2, 2015 80071 59 Working Days Jan. 1, 2002 The following special provisions are in the 2018 Supplemental Specifications and Recurring Special Provisions. File Name Special Provision Title New Location Effective Revised 80368 Light Tower Article 1069.08 July 1, 2016 80369 Mast Arm Assembly and Pole Article 1077.03(a)(1) July 1, 2016 80338 Portland Cement Concrete Partial Depth Hot-Mix Recurring CS#35 April 1, 2014 April 1, 2016 Asphalt Patching 80379 Steel Plate Beam Guardrail Articles 630.02, 630.05, Jan. 1, 2017 630.06, and 630.08 80381 Traffic Barrier Terminal, Type 1 Special Article 631.04 Jan. 1, 2017 80380 Tubular Markers Articles 701.03, 701.15, Jan. 1, 2017 701.18, and 1106.02 The following special provisions require additional information from the designer. The additional information needs to be submitted as a separate document. The Project Development and Implementation section will then include the information in the applicable special provision. The Special Provisions are: • Bridge Demolition Debris • Building Removal-Case IV • Material Transfer Device • Building Removal-Case I • Completion Date • Railroad Protective Liability Insurance • Building Removal—Case II • Completion Date Plus Working Days • Training Special Provisions • Building Removal-Case III • DBE Participation • Working Days Rids Department 0 of Transportation Special Provisionso0 Local Public Agency County Section Number City of Canton Fulton 18-00000-02-GM The following Special Provision supplement the"Standard Specifications for Road and Bridge Construction",adopted April 1, 2016 ,the latest edition of the"Manual on Uniform Traffic Control Devices for Streets and Highways', and the"Manual of Test Procedures of Materials"in effect on the date of invitation of bids, and the Supplemental Specification and Recurring Special Provisions indicated on the Check Sheet included here in which apply to and govern the construction of the above named section,and in case of conflict with any parts,or pals of said Specifications,the said Special Provisions shall take precedence and shall govern. DESCRIPTION OF WORK This work shall consist of spray patching on various streets within the City of Canton. PROSECUTION AND PROGRESS The included list of streets is for estimated locations of streets to be spray patched. The Contractor shall coordinate all work with the City of Canton's Street Department Superintendent- Ron Robinson. He can be reached at(309)647-5022 or 'rrobinson@cantoncityhall.org'. All work shall be completed by August 30, 2018 unless approved by the City. TRAFFIC CONTROL PLAN Traffic control shall be in accordance with the applicable sections of the "Standard Specifications for Road and Bridge Construction,"the applicable guidelines contained in the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways,"these Special Provisions, and any special details and Highway Standards contained herein and in the plans. Special attention is called to Section 701 and Articles 107.09 and 107.14 of the "Standard Specifications for Road and Bridge Construction" and the following Highway Standards relating to traffic control: 701901-07 BLR 18-6 The City will take care of any notification to affected property owners. All traffic control required shall be considered incidental to the contract and will not be paid for separately. Printed 03/20/18 Page 1 of 1 BLR 11310(Rev. 10/04/17) SPRAY PATCHING This work shall consist of spray patching the needed streets prior to the application of the Bituminous Surface Treatment A-1 with a mixture of emulsified asphalt and aggregate at the locations shown in the plans. The mixture of emulsified asphalt and aggregate shall be properly proportioned and applied to the surface of the streets according to these specifications and as directed by the Engineer. Materials: Bituminous Material Seal Coat shall be CRS-2. The Seal Coat Aggregate shall be double washed CA 16, crushed (fractured) stone. Equipment: The equipment needed in the performance of the work shall be provided by the Contractor and shall be subject to approval of the Engineer. It shall be maintained in satisfactory working condition at all times. Mixing Machine: The spray patch mixing and application machine shall be a continuous flow unit capable of accurately delivering a predetermined proportion of aggregate and asphalt emulsion and to discharge the thoroughly mixed product on a continuous basis. The machine shall be capable of thoroughly blending all the ingredients together. Cleaning of Streets: All dirt, debris, and deleterious material shall be cleaned from the existing pavement prior to applying the proposed spray patch. This work will not be paid for separately, but shall be included in the various pay items involved. The Contractor shall cover all manholes, inlets and valve boxes prior to appying the proposed spray patch. After application of the spray patch, all covering material shall be removed and disposed of in accordance with the Article 202.03 of the Standard Specifications. This work will not be paid for separately, but shall be included in the various pay items involved. This work shall be paid at the contract unit price per gallon for BITUMINOUS MATERIALS SEAL CRS-2 and per ton for SEAL COAT AGGREGATE (SPRAY PATCH). LR107-4 Page 1 of 1 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR INSURANCE Effective: February 1, 2007 Revised: August 1, 2007 All references to Sections or Articles in this specification shall be construed to mean specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation. The Contractor shall name the following entities as additional insured under the Contractor's general liability insurance policy in accordance with Article 107.27: City of Canton The entities listed above and their officers, employees, and agents shall be indemnified and held harmless in accordance with Article 107.26. ON 0 0 0 a1 Q N 0 0 0 N V 0 at r 0 0 0 to le Q Dt 0 0 Dr COc o o n m 6 b to r < M Q M m Q b N m m CO •� 66666666666666606 .- 6666666 C I- C C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N- 0 0 0 0 0 0 0 0 p o 0 0 0 0 0 0 o 0 0 0 o o 0 o o Q o m o o o o 0 0 C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 to 0 ai 6 6 6 0 0 0 V C 7 C 1N N O N N 0 0 0 0 N N b m O y r O r- N N N N 0 N p m O V N Q 1�• Vt M b m N V n n r y Q b Q li A M N O I< N M to tO O N O M 0 N .- 6 IN N VI VI Q to N 6 c .- so d o. o vl N O b 6 O to V1 0 r 0 O y to 0 0 0 N tO b 0 0 UI b O N 0 Q Q Q MN N Q CO Q 01 Q vl N 6 b to tO 0 0 Q t0 d r ai 2 m aai m to m cd o) td td to td r< r< vi 6 of o o ai ai ci o I N N N N N N N N N N N N N N N N N UI N N N N N N N N •- 0 0 Q Vt b N Ill Vt b N vt Li Lel Lr! vt b b vt to to to to vt to ut vt b to N 0 LL b In N b vt to vt to Lr! Lr! V1 b 1-11 N iA V1 b th toInto b I 0 O L0 0 to b m O N r t0 0 0 0 0 r O t0 n N r N O O t0 N y LO N N N t0 CO 0 CO CO 0 N 0 CO 0 0 M CO N CO L g q N M N M M M enO N M OM IQIt VQt UI VQI Itmt M CO M M M M N en M co E 3 0 ,43o to O 0 N r t0 t0 to N r 0 M 10. N N 0 0 N to O O O O b r m In 01 t0 Q n 0 0 0 Q Q m 0 O O m al o m m Ot m N Q m O N O (N co en In co M Q co N t0 co m m m 10 N M M M M M N L71 01 M Q N Q 6 M N Q M M M M N m3 V. V a 0 0 00121 -I 0 J J J 10001312100 0 0 I- m m m m m S a m S m a a a a ca m m m m m I m 2 m I C p C J J J J J J J J J J J J J . . . . . J CC < < < < < < Z In in a a a a a a a a a a a a a a z a a Z 0 u w I o � o 0 n O ▪ 0 z cl` N W W b Z Y H l m Z Z Z Z a 0 ? _ b VI 0 in a c ' ' u vai tail ¢ w w F a a a a Q O F re re 0 > f O O 2 z z i_ r i_ 0 0 0 0 0 u 0 o z i 0 0 z z m L. si • ti H a= W z Z z m ce a m z r< 0 3 3 p w w J x d a W I w < H H H H r H a LL o o W S LL CO m u m z w C0 ID v L u v LU > 0 0 m m r Q p C VI VI 5 E 4 Q W W W W J J J J W J GGGGGG ti aamm � uuvu U.t:, W W W W W t., uZZOOI2 O n CO m N 0 0 0 0 0 0 to m N 10 0 to o o m V1 m 01 n co cointo o n N- to to 0 0 0 0 0 0 01 to to O 0 01 en 00 ini m 0 r N N N to N N N to N O O O o o m m m m m rn r o o r o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 to 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0000000000000000000000000000000 r O O O O O O O O O O O O O O O O O o o O O O O O O O O O O O N N to m m m m m in 0 0 0 N m r 0 to n 0 n n n n n 01 Cl 01 01 01 01 n 01 N NN N N N N n n N O V in V to to in to N oo co 0 m N O O n b Oi O1 m Oi 01 01 o n n N 6 V m t0 Vi o] 6 O O o o Vi 6 6 to to to O O V1 O O. O O o O o O vl 6 O O O O n 10 N 0 0 0 0 O.113 10 10 O 10 N V <, V N 0 0 0 0 066 .4 .4 , V O m t0 V t0 Q ej m M- N: n 01 m co N T of m Oi o O1 o co co n co n 01 01 O h o Ot Oi o 01 N N N N N N N N N N N N N N N N V1 N N N N N N N N N N N N N N N N N N N to to 1n to to to to to to to to to to to to to v) un Lqto v1 to to to to to to 141 . In V1 111 to V1 V1 V1 6 In in V1 to to to V1 to V1 to to to to to to V1Lqto In to co m m 01 01 01 01 01 01 V1 10 01 CO 10 IN to 01 N N N t0 2 .188888 00 CO 01 m 10 t0 10 10 10 t0 m N N 0 Nitto m co co CO t0 n m m to N N N N N N n to m O N V m m m O O O O O m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m tb 10 m 01 01 m NJ 01 m N to o n o V1 N N N 0 10 r .- m n 41 m m m LO n to 6 co10 m m 0 0 01 a to O. n m CO m 10 10 to m N N . . . . V en el en T T T T T on ee9 een ooh 01 en N ui n M T M T oh en 0m m m m m m m m ✓ N in r• N m r N m m n O 000 ❑ 00 -J ❑ 0 ❑ ❑ 0 ❑ 0 0 0 0 0 m m m m S m m m S 2 2 Q m S m m m m m S m 2 m m m m 0 0 0 Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q cc cc cc cc cc cc cc W W W W W W y W C ZZZZZZ K W S Z w Z 0 0 0 0 0 0 O V1 ON _._LO in F F w w w w w w W k O LL Z j > j > > S S 0 0 0 0 0 0 W W W Q l7 w - ? S tw t7 Z Z Z Z Z Z w w Z W Q O O O CC CC CC s z ZWLLICC z r r r < r < W W m W 2 i w d Q ❑ ❑ ❑ ❑ ❑ 3 QQ f QQ QQ Y Y Y Y Y U et] C W a W W W UI Z D Ow Z Z w 2 w V U V Q Q Q o. a d a 0_ a Q _i _ia 5.3 O To d F W W K K 5 5 2 5 5 5 0' 0 0 0 0 0 a a a a a o. ccm to to to to H - H ti - H - H ✓I Li1 L/1 Lil Ln al w _ rJ � rJ _ , � ! !r 45 0 (0 • _ 11! iLi- // )6 , _ _ _ _ ` ; \ [ : ( `f ! ! ! � _ f § $ 55 § 55 [ To \ C / \ } \ \ \ - - = co . ! - : . .2 . , , , , , � c c - al » f ! } \ } ) E 0720 la l - _ , , , , , , ro ! ] ) ; .' • _ ! ! 7 \ ~ E } Tc ( | \ ! ▪. . . . . . ! oj { } ! ° 2 _ . . . . . . | ) \ ! _ ! / E ) Q0 t mMMerlmL0 4, } § ) } { } k ( ) \ :NNNNN4T, : , m, al ro 7 ) ) ) } 1 , , , , , , ! _ ` ; ] i ) o i - E ): c al H / } j ) ! /)r , , , , • } ƒ _ } { \ ( { ; ,0000 \ . &, m\ ; ; ; co / - f { § «- < 4 « 0 P _ c \ § { ) D ) al 77 sty § ! f ! aj E4 92 2 ILI) a)L al _ / [ } } ) / # Ce CC CC CC CC lize } $ { // < 0 :Ca _ / § ti ; § / § ! ! 7 ) ) ° \ QJ ) / [ ) f7 et Ct CC et cc D� � � � � � ) 2 \ k / § \ \ \ \ \ : ea. 3 , = 2 ! g ! o 0 4.4 m `a ▪ v « - m ao E a y o a '° c •• v o m a W▪ T N ,>, N NW o d ED O C DC ?' ., V 2 -cora ac c > c N $ o a O W w a Ica o mo n - aac m o o ? L a E w Y t w " a i c E to n J ° o> = E `°° a) co v+ L m a t LL a w o c 6 J a 3 u o 'v E E E .. - ry '� n c b y L w N 2 a c a z w, « -o° w ° w .° = '3 =4:."; n am° c N o ° c , N N a w E oo a �e w o m o o y 11-1 v m `w m N w a H a m' '" 3' c Oa V `o a o m ea L E c Cu ° ' 0 c o a c = H °c° n M o ` N u a A ._ o a) C m a E a t F ._ N L o L 6 q U' C id o o 0 Z. m $ v a u •- c `a = 1 LL c 3 c V C t n o a E c E o V m u U a 7 u u' _ U Q C c E a '$ > a oy N a o m s 0 c c m Z i _ d u a j m a w N o a a ° x ° u E art' s E c ° N a > . a a N m m > a a m �° o = 'm 1- 2. Y c w V = C C �? C o 0 : l- 0 LL- aa Cu o n yE m a a 3 c c Of 0aUNv02 ? Eu « ` N COEc a 0 - c0 ° m a Ci 0.1 QJ L aE ° a $ E ax v ¢ Y3L ea „E a , c n E n E u E °E « inoo E E " ° > Y _ '- 's a ° uc aN « uo c m • m u, Cogo` v� a, �? _ " xwE m a c m a a; a o` u a a en ` � ` m waa _cw o - t •• s c nO - E E J c ,°-o c n os r, LE mJ 4-' in •71 W c = C L Ecu j n o2 E u o noa ca J o + = 3 c4" 0 cau ` 22EJ2 a m' > Y ax !' u VIO ° p c °1a CCwo . d C c = _ — ? c E N C aEc - ac uwCoaE °E a m `, acv w ' Ed _w J 3O y W, m >a 4 u - aY o JmY u o « m fa ¢ C o _u m c a oo m u co s c 3 wo g a m r voi 3 a a J CC a o E o ,a, `a 'c° m u N 'a ~ d n N E a c c ` a CC H S a > c a c E ea c N ¢ `o ;ri K/' o a a a L 6 a Yn C° H w E `o u o �. m o ° a = m o a 0 - 2' 3 c t - E N a ., w u Vxi Ci C3i a o . o 0 c '� E a [° •. m d E U c O N w = 4 z « a a o N u Vu, a E 6 O " = `c t; E n u 3 a A i ,n' z v w Li rCO ° t C Z C C m ° N Z a M a W- 0 E O g N n 2 a a L ` E "• C Q 10 C U A _ a C in' w E as c , z a o - a o }- o ti m u `a Y a' 3 c ° E iC m° g Q Y a x 'E V J v 10 « O u « o m ., a a ° c J o in 3 n « ° w E a E m a u Y 5 • o n u -1 c o c Lu j c $ `cC ' o i > w a m '? °'' u` w omD i c a 3 ''' , o a LL im 0al 0.0 2 ua = m u c u .o ni o L c m ? v o o i c w i w v u m a E z0 0 ° ° o 3 0z u` F o c ., 5 u u > o o . a u c y = Cc A o f a L7, < .i . `a o a < a ut ii ri 3 t C C.7 5 o oN• a m u y « .,ma '« J ` w N E o w N v c '0 a r o n a u 3 w c v n E w E O u o` m 4?, 1° co H �' H u v 'E 2 3 to o . w c° « 130 c C m 40 3 ` N• o WN " « m CO rt ch• nm C .. y C UCS W i ` : a oa mo o` C2 `- `w w C °� q - d aao . icn IA o. bp OJ cat amFN E '" • x ` • wwaw v Nw ui a w 7,0 m 0 J- Cirn C N w" n cVN CO r N 0 a, m o = a Y• ~ ` = m w • ao WE-- 2 ' ` occm m mw . E ma a onmj N O w Y'aO d mO y aLL 'rmN n A aV Do E Cl" w q o L m LI XI m ` • ii, aYx c in cm v w O o o 0 . o N r w 2 JcA g O xx Yd ` m U v vo f 3 m , 0.1 x o c 3 NC C . tr o C N a ^ C m rd 0dC w 6 .. L ° oC ryuv - c 2 c y t O m 3 m E : -oi -c a °1 >m Yi US 15 0. CZ O C m N w a r m er w o o t a O C m O -a U g 55_ p m o o co m a a m 1 n Z °1 ? a' m a a 3 m = m o 0 0. > ` w WI m e Z N m U U`r ? c = V U - H r C H Pa y J t'J o H m = = t v• y Col' v ru co N C U z u u w a u ,w, m i° w e m EL a n w G m K -2 2 a LL o co '" t' `a 3 A z O « o -a '- m 3 c c m w w O o 0 m o C° x U a H `. E w n •m m n N '-° G U° 0 a 5 m > Z' C t. m t w LA. CI __� ; o O 11 x a E o v '^ a w c `o y c a E .n u m• v▪ ni E 3 a a °i C a c )o a p E o a 3 a c w E v c w `. u a LL _c! 4.3 o w _C Cin a Zo u n m m � c > m ¢ m ao c '" LI « ›- E E 10• E t v CU u Cu'^ c - `o vi m n -o A c nab `c o .o. m .n � u m m '° er g ai .3 _x `° c a n o a u t O w N a " E m m N co a E a m u C m• a u w▪ w • N• J o u c• r w y Liza - w• ..• 1.0: 'c V 0 ., `o �? " o o ` O O m y `o 3`e CC o o a 0 '^ o m �n 2• 0 •¢ q ,... `0 2 F Bp K _ n N 'S 0 m 3 d i m m yi - _2 w w• vi ~ aci n A O ., m n c "12 5 a c « E u o r j C a L a •- C o �' j W L m = c ° T a H J o a w F w `o > U O c a )n m y o. o a 3 E ° a = w wt-m /- x N C C E• ff c Y u o vmri `Y' U 0 u co E .0 '� u F n E w a w a E c Jin a r w m - y n w v a o m mo 0 0 = ZO w 0 0 o C Q > m ,'-° O. y ` o ^ a 2 V E -- U O = O 0 . U T d E L Y c ., n a E O d N w \ - too00 Lo N N ¢ 0 c w ` a c . 3 c v o $ . o- v y ° o - _E u Tr m a w o c ¢ A N ro ` . `n 5 O a x 1O c '- vN = L c " n w Ca) c •m = t 1" w e . — N a C C w = vi O L T w g. -- u = 1,5 (.91_ _ N N o U' H -C 7 O U L b" a (7 U v. w• m w o a u EraaPE z 'o > E A E c v m t a 1°• = `n °' c o ... y a u c J r t _ ¢ on r . H F m e a E n E w d N o J E w E E y o " ` m > '^ 5_ 4.74 E V. .- 3 'a a o E .n c w a E e a s a 'm v m '- '^ m N a m '- U J `o eo Cl 0 `w u ,, J a• i d, 3 > ri w E ^° e71 '¢ o )`) v E '` a c n Y w o - 2 w v on ¢ c a° it E y x '^ v m c a on c o 3 a = v d o a a v°n m e > v n `o d a t ¢ man i o , = r w C r " v E oE . s m m c w r « o `o 0 o w 3 w ?, E C w o c h '+ a m a .oi iry 0 a' c o a' C u c' m rv « 2 x J w .- r a n r N c a n ., « - l9 .- > i w m w y; „ w ¢ m m C. ti m o8 O 3 w PA E E to « V > > m w m o I- o b O m F u « m E o c Y --. y F a m ▪ 0 _ .Q `m a s z U` ., w 0 Z; `) A, m w U` LL J : « °1 a ., c v 2 y• m O N E E a 6w' N m N w e o 0 w .- c w t a o « t `n t = 'n °i Je G « c E > W g C w m a g N g q °0 'a o i) a J w U w q g y a o V 1- w0 U to O. a U O m m w = in in n < h . 0 0 . c U Z 0 m n m a N a x v `w w v C m 0 U° a i30Eo ' mco 01 f m d '3 t o olA H oa m " c `a tr, c n n n "uoa I/ OC N C '" c o L > Zr., Q m m Iii '471 in y m c i'n C '° o m a n L U m aT w ° c c ti 2 ` CO 0 a o E t5e M> uu N o m E a x o mc a c `a a 3 9 c ti U K N m a C y J L d m L ~• W ° a p j d : O O y W e._ V x Cl L t0 3 y t1 m — W �" H T _ T 3 0 1- 6 _ C > 3 C C '" 0 y L c E = N 01 H O o ' > O a 1 ° O y 6 1 J y .o . y mra > ._a'. 'r0 u m o t 2 ? in _m a 0.1 c lizJ N m « E 2 E a y� N 6 V O N O C T J J N U a O o of 00 U U 0 F O O O O j U O Q L c u ci -5 L 'O L W .� a uN ` c - ..-5 a0. c a CO o o a ., c r 3 ° E 3 « o °3 0 c ° o n a y a o r in 3 'v w m y •"' _c w m « `0 5 '" c 0 3 a " o T a °u E a d 0 ` p T ` _ c c a n n c « a m ao ato « a iN Q t c 00 ry a o ¢ m m e 3 c or a 4= t N \ U D O- S C t a • m C0 -p 2 c �zic' r s Fuv c gib v . > m 0m° -Oo` a c m m _mo r) o m .. `o m q ID -C1 '¢ m `w 3 > > v` o `i o a 3 10 'J" �" 0 w TO 444 III m E v o c n n � F- c 3 r v " « m '" `w c c ., a s o o v q 6 w w m ^°' c ,_ N o v o o q a `m' 0' n c CO a > u o 3 a '^ N O u 0 C OC_0 in y U _ o a a 3 scram a `v a t y 0 '13 O c Y z « ` D C y a U c J m N L m .. F c E = C a o 'E U q p 2 y D J a ) V C U ac owa •(Ti, a) " ).), 2 G a3 5 ° c a -a `o :0,12 L m Y m v m o a m o o a . o o 'La ologw2v -w3a m mov n o xi = IAi aT '^ o aEc3 3mv e* 5 2 H 'r3q .q w « - oo z � c o `oy c c o m .c a m m a F myc u w c 0 o f t c v) N E !' a « - a T J - m a o m _6 = '3U LTo .. h .m.. Y jCvJm Qa !o wtiwU Jc « v E - c u ° o y a x x �' o a o m `o .a>. z E a N aiH c°0 '>0 O d v a Z > w Q W ° =U' « E E t c E E a 3 > w a c g n m v Y v v m 0 c n t v o Z m Y y o d ` O - m N E mi o c m LL j a Z a 5 .5 ` �e x n W v j ° y ,"o 0 L O O ` J0 0 a in _ a ¢ L .c .. .- > V w ° c a H -- in u 3 c N in xpocnO a , m yaa ;, a Q v Y �.°. a '� n ¢ 3y E ^' c .. w e _ m •aTT, W E L v x N a o F ¢ - >, a m a a " F l7 .a, -ao = 0 3 N m `w y i " a ,_ ra = c a v E c ~ a E Y a p 7 -C 'o o w `o ra J a J z a 7-cc ° « o- o n L n « � vnia � '¢ od ESE g° `03 oa o mt n �' < -° � « c E U c c in .e a y LL w '� J - m a E 3 ° '" 0 '" u rat- E `w Q `a 3 > = a in m 3 .c c a v 3 p 'o. U o n 'O ., ,`Oy L ` I` C N U "C 5 L U d LL p _ F C .- 01- 0 rai ¢ s a O E ' m W K O " -0 a 5 13 . a O Q U in 1 V C O a O > W C o m C • c .. E c a o a N m u c c m E E - v ti 0 o` > = a Z _ CO m J T 0 « m m L y m m ° m a a N C m c c '5 V m u E a C y Lc Y a EL. . U E ._ �^ `a rri n H u '" C m y _ C t `I J C v W E ... x_ 3 'O • u a u S i" `o U J 113 2 a z E u° o 2 i3 L% 000c H 3 m u 'E 3 u ° u - i- 'o E m 4- 48 0 § � Z. 2cli i an Ca to \ } } } \ \ \ \ - CO « Li ! ! : § $ a \ k { { \ f } / Li / 0 at Cle ma \ \ \ \ } \ a ) C - U \ \ \ \ \ \ u To 10 t0o U 0 IS al \ \ \ \ ! 17 8 ) { \ & ) —at \ \ } \ \ t\ )\ , 6-1 a} @u _ o u o (5 U \ / { ! ! w O 0 't in o � 0 d Qp N it IcI 71 N R 15. CC ' `o E 0 rts a- u ` V LL C 7 O O c ) V CO o d o U N a) 0 O 0- J N O z O1. U a) Co u J 0 9 N a a a a w Q 0 c m in 3' o M m J 0 o Ma t0 r ocm, 0 6 0 'E 0 O g O O • m d o 0 b IS 0 ¢ co U t N m M 0 N E 3 m ct0 CI C C o E 0d U a N r 115 co 'y o N © To O .. C m > a m y 0) 0 C y J C C V _ U M U -0 0 a` 0 slob Depat hent Material Proposal of Transportation Schedule of Prices Group Items DeliveryUnit QuantityUnit No. Price Total 2 Bit Matls Seal CRS-2 Applied Gallon 3800.00 2 Seal Coat Aggr(Spray Patch) Applied Ton 1oo.00 The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating. Signature of Bidder Address Page 1 of 1 BLR 12241 (Rev.7/05) Printed on 2/26/2018 10:48:12 AM Spray Patch French Ct&Old West Vine 540 West Myrtle 233 West Myrtle N.Ave A& Myrtle N. Main&W.Birch(b/t DQ&O'Reilly's) 506 N.6'" 805 E.Olive 670 N.9'" N.9'h&E.Myrtle N.9th&Birch N.10`11& Birch Locust&15th 17th&Chestnut 27 S. 17th Liberty&4th Walnut&Van Buren 419 Dean Ct. S. 11'"&Pine 40 5.11'" 11'"&Chestnut( North) N.7th&Chestnut S.7'"&Pine S.7'"&Maple Spray Patch Locations 417 S.9th S.4th&Holly 5.5t&Holly 5.6t"& Linn @ gas station entrance 513 S.691 5.3`d&Oak(South side) 5.3'd&Linn Ave C&Locust(gas station) 836 S.2"d S.2"d&Unn 644 5.1" S. 1't&Hickory S. Main&Pine Cedar&Main(comer) 1182 S.Ave B S.Ave A&cedar 397 S. Maple W. Maple&Fulton W.Walnut&Robinson Ct W.Walnut&Martin Ave W.Chestnut&Ave B W.Vine&Johnson 725 Old West Locust Pine&Ave G Ave F&Van Winkle Spray Patch Locations A E. Pine&Ave A 139 E.Chestnut 4th&Stonegate 4th&Gettysburg N. 3'"&Liberty 10th&Chestnut 45 N.10th 8th&Elm St 8th&Pine St. 9th&Maple 425 5. 1"Ave 225 Van Dyke Dr. W.Chestnut&Ave B W.Chestnut&Ave D(manhole) 423 W.Chestnut 455 W.Chestnut Edgewood &Chestnut Spray Patch Locations 5 5 _ a 9E I g E *, 1 t I (13(°� - W - w s Ph 2 * =,a T — 3 L -i° I—r g e I R I w:, : �E e= ° H �oE� r (2.- 1 - oas sE 91 1 'I ii ill i 80-1 t[13. .11 i 2 2 1 ,,t,./.:\ i., C i 0'x I I1 az =1 w O y N p 2 OC 11 ^ `z aE s6 zx - rip e w 66 A Eo Y ° „ - _ 3 _ cS ortx __ Ow 5 ♦ o z ® OT OJ O _= g - 71.0 a rr ; i ga �(pp„ ,_ In a o t � ;E V� yi � - N - -- y yo Sd •• 1Ifrir, i . J Q 312 E e-_ N :- -- W s ggo 22 Ti IR dE`ei t 2 27: �aawane �u a p3 ® t ' Pte _ - a 4 =dam e°°e V E i CI h. ..._LH-4.- li L�e°°e r Q Q a .= _ 531 ..1 i ,Loi -'' :lit; - : — _ s 3 1 41 f_ —5 g J q � 227 7 s L ��r 0 c II ( CEI err , . oa C 0 I� Aa.A. sN � fl Pj I O0gaZ 111 Fla'G ;i 17: I % % Ill! vv% i.v C1 nL l7 Iirig 772 EE l r• l 1—, , , -, -- El a - 0 = E p 0 o it a fs - - u £ 8 N D Oc ch ti ; 8 3E2 0 0 an F �j�l r. 0 = E i w 3 tt ;1 \\\ PEA W y O E bi Lrc ado 1 r 1 RETURN WITH BID Ii10LS Department Local Public Agency Formal of Tiansportation P oposalontraet PROPOSAL SUBMITTED BY Contractors Name Street P.O.Box City State Zip Code STATE OF ILLINOIS COUNTY OF Fulton City of Canton (Name of City,ViIlage,Town or Road District) FOR THE IMPROVEMENT OF STREET NAME OR ROUTE NO. Various SECTION NO. 18-00000-01-GM TYPES OF FUNDS MFT 0 SPECIFICATIONS(required) ® PLANS(required) For Municipal Projects Department of Transportation Su miitedss p r ed/Passed ® Released for bid based on limited review ®Mayor IIH�II'PPresident of Board oflrustees 0 Municipal Official Regional Engineer Date March 6,2018 Date 03Z3i For County and Road District Projects Submitted/Approved Highway Commissioner Date Submitted/Approved County Engineer/Superintendent of Highways Date Note: All proposal documents,including Proposal Guaranty Checks or Proposal Bid Bonds,should be stapled together to prevent loss when bids are processed. Printed 2/27/2018 Page 1 of 6 BLR 12200(01/08/14) RETURN WITH BID County Fulton NOTICE TO BIDDERS Local Public Agency City of Canton Section Number 18-00000-01-GM Route Various Sealed proposals for the improvement described below will be received at the office of City Clerk, 2 North Main Street;Canton,IL 61520 until on Address Time Date Sealed proposals will be opened and read publicly at the office of City Clerk 2 North Main Street;Canton.IL 61520 at on Address Time Date DESCRIPTION OF WORK Name Canton 2018 Contract Maintenance Length: 4872.00 feet ( 0.923 miles) Location Various Locations Proposed Improvement Maintenance Mill and Overlay and other collateral work to complete the project 1. Plans and proposal forms will be available in the office of Maurer-Stutz,Inc. 1670 East Ash Street;Canton,IL 61520 Address 2. ® Prequalification If checked, the 2 low bidders must file within 24 hours after the letting an "Affidavit of Availability"(Form BC 57), in duplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. One original shall be filed with the Awarding Authority and one original with the IDOT District Office. 3. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals. 4. The following BLR Forms shall be returned by the bidder to the Awarding Authority: a. BLR 12200: Local Public Agency Formal Contract Proposal b. BLR 12200a Schedule of Prices c. BLR 12230: Proposal Bid Bond(if applicable) d. BLR 12325:Apprenticeship or Training Program Certification (do not use for federally funded projects) e. BLR 12326:Affidavit of Illinois Business Office 5. The quantities appearing in the bid schedule are approximate and are prepared for the comparison of bids. Payment to the Contractor will be made only for the actual quantities of work performed and accepted or materials furnished according to the contract. The scheduled quantities of work to be done and materials to be furnished may be increased, decreased or omitted as hereinafter provided. 6. Submission of a bid shall be conclusive assurance and warranty the bidder has examined the plans and understands all requirements for the performance of work. The bidder will be responsible for all errors in the proposal resulting from failure or neglect to conduct an in depth examination. The Awarding Authority will, in no case be responsible for any costs, expenses, losses or changes in anticipated profits resulting from such failure or neglect of the bidder. 7. The bidder shall take no advantage of any error or omission in the proposal and advertised contract. 8. If a special envelope is supplied by the Awarding Authority, each proposal should be submitted in that envelope furnished by the Awarding Agency and the blank spaces on the envelope shall be filled in correctly to clearly indicate its contents. When an envelope other than the special one furnished by the Awarding Authority is used, it shall be marked to clearly indicate its contents. When sent by mail, the sealed proposal shall be addressed to the Awarding Authority at the address and in care of the official in whose office the bids are to be received. All proposals shall be filed prior to the time and at the place specified in the Notice to Bidders. Proposals received after the time specified will be returned to the bidder unopened. 9. Permission will be given to a bidder to withdraw a proposal if the bidder makes the request in writing or in person before the time for opening proposals. Printed 3/1/2018 Page 2 of 6 BLR 12200(01/08/14) RETURN WITH BID County Fulton PROPOSAL Local Public Agency City of Canton Section Number 18-00000-01-GM Route Various 1. Proposal of for the improvement of the above section by the construction of Maintenance Mill and Overlay and other collateral work to complete the project a total distance of 4872.00 feet, of which a distance of 4872.00 feet, ( 0.923 miles)are to be improved. 2. The plans for the proposed work are those prepared by Maurer-Stutz,Inc. 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 15 working days or by unless additional time is granted in accordance with the specifications. 6. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals, will be required. Bid Bonds will be allowed as a proposal guaranty. Accompanying this proposal is either a bid bond if allowed, on Department form BLR 12230 or a proposal guaranty check, complying with the specifications, made payable to: City Treasurer of The City of Canton The amount of the check is ( ) 7. In the event that one proposal guaranty check is intended to cover two or more proposals, the amount must be equal to the sum of the proposal guaranties, which would be required for each individual proposal. If the proposal guaranty check is placed in another proposal, it will be found in the proposal for: Section Number 8. The successful bidder at the time of execution of the contract will be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu thereof. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the Bid Bond or check shall be forfeited to the Awarding Authority. 9. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted,the total price will be divided by the quantity in order to establish a unit price. 10. A bid will be declared unacceptable if neither a unit price nor a total price is shown. 11. The undersigned submits herewith the schedule of prices on BLR 12200a covering the work to be performed under this contract. 12. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on BLR 12200a, the work shall be in accordance with the requirements of each individual proposal for the multiple bid specified in the Schedule for Multiple Bids below. Printed 3/1/2018 Page 3 of 6 BLR 12200(01/08/14) RETURN WITH BID Illinois Dei3artrnent of Transportation SCHEDULE OF PRICES County Fulton Local Public Agency City of Canton Section 18-00000-01-GM Route Various Schedule for Multiple Bids Combination Letter Sections Included in Combinations Total Schedule for Single Bid (For complete information covering these items, see plans and specifications) Bidder's Proposal for making Entire Improvements Item Items Unit Quantity Unit Price Total No. HMA SURF REM 2" Sq Yd 7,849 BIT MATLS TACK CT Lb 3,532 HMA SC"D" N50 Ton 879 MATL TRANSFER DEVICE Ton 879 Printed 3/1/2018 Page 4-1 of 6 BLR 12200a(01/08/14) RETURN WITH BID County Fulton CONTRACTOR CERTIFICATIONS Local Public Agency City of Canton Section Number 18-00000-01-GM Route Various The certifications hereinafter made by the bidder are each a material representation of fact upon which reliance is placed should the Department enter into the contract with the bidder. 1. Debt Deliquency.The bidder or contractor or subcontractor, respectively, certifies that it is not delinquent in the payment of any tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance with the procedures established by the appropriate revenue Act, its liability for the tax or the amount of tax. Making a false statement voids the contract and allows the Department to recover all amounts paid to the individual or entity under the contract in a civil action. 2. Bid-Rigging or Bid Rotating.The bidder or contractor or subcontractor, respectively, certifies that it is not barred from contracting with the Department by reason of a violation of either 720 ILCS 5/33E-3 or 720 ILCS 5/33E-4. A violation of Section 33E-3 would be represented by a conviction of the crime of bid-rigging which, in addition to Class 3 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be barred for 5 years from the date of conviction from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1)it has been finally adjudicated not guilty or(2)if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation. A violation of Section 33E-4 would be represented by a conviction of the crime of bid-rotating which, in addition to Class 2 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be permanently barred from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or(2)if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested,commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation. 3. Bribery. The bidder or contractor or subcontractor, respectively, certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois or any unit of local government, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. 4. Interim Suspension or Suspension. The bidder or contractor or subcontractor, respectively, certifies that it is not currently under a suspension as defined in Subpart I of Title 44 Subtitle A Chapter III Part 6 of the Illinois Administrative Code. Furthermore, if suspended prior to completion of this work, the contractor contracts executed for the completion of this work may be cancelled. Printed 3/1/2018 Page 5 of 6 BLR 12200(01/08/14) RETURN WITH BID County Fulton SIGNATURES Local Public Agency City of Canton Section Number 18-00000-01-GM Route Various (If an individual) Signature of Bidder Business Address (If a partnership) Firm Name Signed By Business Address Inset Names and Addressed of All Partners { (If a corporation) Corporate Name Signed By President Business Address President Insert Names of Officers Secretary Treasurer Attest: Secretary Printed 3/1/2018 Page 6 of 6 BLR 12200(01/08/14) !Ends Department Apprenticeship or Training of Transportation Program Codification Route Various Return with Bid County Fulton Local Agency City of Canton Section 18-00000-01-GM All contractors are required to complete the following certification: ® For this contract proposal or for all groups in this deliver and install proposal. ❑ For the following deliver and install groups in this material proposal: Illinois Department of Transportation policy, adopted in accordance with the provisions of the Illinois Highway Code, requires this contract to be awarded to the lowest responsive and responsible bidder. The award decision is subject to approval by the Department. In addition to all other responsibility factors, this contractor deliver and install proposal requires all bidders and all bidders'subcontractors to disclose participation in apprenticeship or training programs that are (1)approved by and registered with the United States Department of Labor's Bureau of Apprenticeship and Training, and (2)applicable to the work of the above indicated proposals or groups. Therefore, all bidders are required to complete the following certification: Except as provided in paragraph IV below, the undersigned bidder certifies that it is a participant, either as an individual or as part of a group program, in an approved apprenticeship or training program applicable to each type of work or craft that the bidder will perform with its own employees. II. The undersigned bidder further certifies for work to be performed by subcontract that each of its subcontractors submitted for approval either(A)is, at the time of such bid, participating in an approved, applicable apprenticeship or training program; or(B)will, prior to commencement of performance of work pursuant to this contract, establish participation in an approved apprenticeship or training program applicable to the work of the subcontract. III. The undersigned bidder, by inclusion in the list in the space below, certifies the official name of each program sponsor holding the Certificate of Registration for all of the types of work or crafts in which the bidder is a participant and that will be performed with the bidder's employees. Types of work or craft that will be subcontracted shall be included and listed as subcontract work. The list shall also indicate any type of work or craft job category for which there is no applicable apprenticeship or training program available. Printed 3/1/2018 Page 1 of 2 BLR 12325(Rev.4/07) IV. Except for any work identified above, any bidder or subcontractor that shall perform all or part of the work of the contract or deliver and install proposal solely by individual owners, partners or members and not by employees to whom the payment of prevailing rates of wages would be required, check the following box, and identify the owner/operator workforce and positions of ownership. 0 The requirements of this certification and disclosure are a material part of the contract, and the contractor shall require this certification provision to be included in all approved subcontracts. The bidder is responsible for making a complete report and shall make certain that each type of work or craft job category that will be utilized on the project is accounted for and listed. The Department at any time before or after award may require the production of a copy of each applicable Certificate of Registration issued by the United States Department of Labor evidencing such participation by the contractor and any or all of its subcontractors. In order to fulfill the participation requirement, it shall not be necessary that any applicable program sponsor be currently taking or that it will take applications for apprenticeship, training or employment during the performance of the work of this contract or deliver and install proposal. Bidder: By: (Signature) Address: Title: Printed 3/1/2018 Page 2 of 2 BLR 12325(Rev.4/07) RETURN WITH BID QIlEnols Department of Transportation Affidavit of Illinois Business Office County Fulton Local Public Agency City of Canton Section Number 18-00000-01-GM Route Various State of ) ss. County of of (Name of Affiant) (City of Affiant) (State of Affiant being first duly sworn upon oath, states as follows: 1. That I am the of officer or position bidder 2. That I have personal knowledge of the facts herein stated. 3. That, if selected under this proposal, , will maintain a (bidder) business office in the State of Illinois which will be located in County, Illinois. 4. That this business office will serve as the primary place of employment for any persons employed in the construction contemplated by this proposal. 5. That this Affidavit is given as a requirement of state law as provided in Section 30-22(8) of the Illinois Procurement Code. (Signature) (Print Name of Affiant) This instrument was acknowledged before me on day of (SEAL) (Signature of Notary Public) Printed 3/1/2018 BLR 12326(01/08114) pidingsDePartrPrt, Proposal Bid Bond Route Various County Fulton RETURN WITH BID Local Agency City of Canton Section 18-00000-01-GM PAPER BID BOND WE as PRINCIPAL, and as SURETY, are held jointly,severally and firmly bound unto the above Local Agency(hereafter referred to as"LA")in the penal sum of 5%of the total bid price,or for the amount specified in the proposal documents in effect on the date of invitation for bids whichever is the lesser sum. We bind ourselves,our heirs, executors,administrators,successors,and assigns,jointly pay to the LA this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that,the said PRINCIPAL is submitting a written proposal to the LA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above designated section and the PRINCIPAL shall within fifteen(15)days after award enter into a formal contract,furnish surety guaranteeing the faithful performance of the work,and furnish evidence of the required insurance coverage,all as provided in the"Standard Specifications for Road and Bridge Construction"and applicable Supplemental Specfcations,then this obligation shall become void;otherwise it shall remain in full force and effect. IN THE EVENT the IA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph,then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above,together with all court costs,all attorney fees,and any other expense of recovery. IN TESTIMONY WHEREOF,the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this day of Principal (Company Name) (Company Name) By: By: (Signature and Title) (Signature and Title) (If PRINCIPAL 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 , a Notary Public in and for said county, do hereby certify that (Insert names of individuals signing on behalf of PRINCIPAL a 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 0 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 10 code (Company/Bidder Name) (Signature and Title) Date Page 1 of 1 BLR 12230(Rev.7/05 Printed on 3/1/2016 2:11:39 PM Q 'Ofiilr TransportatDepartmioentn Affidavit of Availability For the Letting of Bureau of Construction 2300 South Dirksen Parkway/Room 322 Instructions: Complete this form by Springfield Illinois 62764 pealtyping or using black ink. "Authorization to Bid"ist all not be issued unless both sides of this form are completed in detail. Use additional forms as needed to list all work. Part I.Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture,list only that portion of the work which is the responsibility of your company. The uncompleted dollar value Is to be based upon the most recent engineers or owners estimate,and must Include work subcontracted to others. If no work is contracted,show NONE. 1 2 3 4 Awards Pending Contract Number Contract With Estimated Completion Date Total Contract Price Accumulated Totals Uncompleted Dollar Value if Firm Is the Prime Contractor Uncompleted Dollar Value if Firm is the Subcontractor Total Value of All Work Pad II.Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work Accumulated subcontracted to others will be listed on the reverse of this form. In a joint venture,list only that portion of the work to be done by your Totals company. If no work is contracted,show NONE. Earthwork Portland Cement Concrete Paving HMA Plant Mix HMA Paving Clean 8 Seal Cracks/Joints Aggregate Bases 8 Surfaces Highway,R.R.and Waterway Structures Drainage Electrical Cover and Seal Coats Concrete Construction Landscaping Fencing Guardrail Painting Signing Cold Milling,Planning 8 Rotomilling Demolition Pavement Markings(Paint) Other Construction(List) $ 0.00 Totals Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the"Illinois Procurement Code." Failure to comply will result in non-issuance of an"Authorization To Bid." This form has been approved by the State Forms Management Center. Printed 1/30/2018 Page 1 of 2 BC 57(Rev.08/17/10) Part III.Work Subcontracted to Others. For each contract described in Part I,list all the work you have subcontracted to others. 1 2 3 4 Awards Pending Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted I, being duly sworn, do hereby declare that this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates. Subscribed and sworn to before me this day of Type or Print Name Officer or Director Title Signed Notary Public My commission expires Company (Notary Seal) Address Printed 1/30/2018 Page 2 of 2 BC 57(Rev.08/17/10) City of Canton Section 18-00000-01-GM Fulton County INDEX FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS Adopted January 1, 2018 This index contains a listing of SUPPLEMENTAL SPECIFICATIONS, frequently used RECURRING SPECIAL PROVISIONS, and LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS. ERRATA Standard Specifications for Road and Bridge Construction (Adopted 4-1-16) (Revised 1-1-18) SUPPLEMENTAL SPECIFICATIONS Std. Spec. Sec. Paae No. 106 Control of Materials 1 403 Bituminous Surface Treatment (Class A-1, A-2, A-3) 2 404 Micro-Surfacing and Slurry Sealing 3 405 Cape Seal 14 420 Portland Cement Concrete Pavement 24 442 Pavement Patching 26 502 Excavation for Structures 27 503 Concrete Structures 29 504 Precast Concrete Structures 32 542 Pipe Culverts 33 586 Sand Backfill for Vaulted Abutments 34 630 Steel Plate Beam Guardrail 36 631 Traffic Barrier Terminals 39 670 Engineer's Field Office and Laboratory 40 701 Work Zone Traffic Control and Protection 41 704 Temporary Concrete Barrier 42 781 Raised Reflective Pavement Markers 44 888 Pedestrian Push-Button 45 1003 Fine Aggregates 46 1004 Coarse Aggregates 47 1006 Metals 50 1020 Portland Cement Concrete 51 1050 Poured Joint Sealers 53 1069 Pole and Tower 55 1077 Post and Foundation 56 1096 Pavement Markers 57 1101 General Equipment 58 1102 Hot-Mix Asphalt Equipment 59 1103 Portland Cement Concrete Equipment 61 1106 Work Zone Traffic Control Devices 63 City of Canton Minds Department Check Sheet For Recurring Section to- Fppgp oo cM of Transportation Special Provisions � The Following Recurring Special Provisions Indicated By An "X"Are Applicable To This Contract And Are Included By Reference: Recurrino Special Provisions Check Sheet# Pane No 1 ❑ Additional State Requirements for Federal-Aid Construction Contracts 64 2 ❑ Subletting of Contracts (Federal-Aid Contracts) 67 3 ❑ EEO 68 4 ❑ Specific EEO Responsibilities Non Federal-Aid Contracts 78 5 ❑ Required Provisions-State Contracts 83 6 ❑ Asbestos Bearing Pad Removal 89 7 ❑ Asbestos Waterproofing Membrane and Asbestos Hot-Mix Asphalt Surface Removal 90 8 ❑ Temporary Stream Crossings and In-Stream Work Pads 91 9 ❑ Construction Layout Stakes Except for Bridges 92 10 ❑ Construction Layout Stakes 95 11 ❑ Use of Geotextile Fabric for Railroad Crossing 98 12 ❑ Subsealing of Concrete Pavements 100 13 ❑ Hot-Mix Asphalt Surface Correction 104 14 ❑ Pavement and Shoulder Resurfacing 106 15 ❑ Patching with Hot-Mix Asphalt Overlay Removal 107 16 ❑ Polymer Concrete 109 17 ❑ PVC Pipeliner 111 18 ❑ Bicycle Racks 112 19 ❑ Temporary Portable Bridge Traffic Signals 114 20 ❑ Work Zone Public Information Signs 116 21 ❑ Nighttime Inspection of Roadway Lighting 117 22 ❑ English Substitution of Metric Bolts 118 23 ❑ Calcium Chloride Accelerator for Portland Cement Concrete 119 24 ❑ Quality Control of Concrete Mixtures at the Plant 120 25 ❑ Quality Control/Quality Assurance of Concrete Mixtures 128 26 ❑ Digital Terrain Modeling for Earthwork Calculations 144 27 ❑ Reserved 146 28 ❑ Preventive Maintenance - Bituminous Surface Treatment 147 29 ❑ Reserved 153 30 ❑ Reserved 154 31 ❑ Reserved 155 32 ❑ Temporary Raised Pavement Markers 156 33 ❑ Restoring Bridge Approach Pavements Using High-Density Foam 157 34 ❑ Portland Cement Concrete Inlay or Overlay 160 35 ❑ Portland Cement Concrete Partial Depth Hot-Mix Asphalt Patching 164 Printed 03/01/18 Page 1 of 2 SLR 11300(10/17/17) City of Canton Section 18-00000-01-GM Fulton County The Following Local Roads And Streets Recurring Special Provisions Indicated By An "X"Are Applicable To This Contract And Are Included By Reference: Local Roads And Streets Recurring Special Provisions Check Sheet# Pa e LRS 1 Reserved 168 LRS 2 ❑ Furnished Excavation 169 LRS 3 ® Work Zone Traffic Control Surveillance 170 LRS 4 ® Flaggers in Work Zones 171 LRS 5 ® Contract Claims 172 LRS 6 Z Bidding Requirements and Conditions for Contract Proposals 173 LRS 7 ❑ Bidding Requirements and Conditions for Material Proposals 179 LRS 8 Reserved 185 LRS 9 ❑ Bituminous Surface Treatments 186 LRS 10 Reserved 187 LRS 11 ® Employment Practices 188 LRS 12 ® Wages of Employees on Public Works 190 LRS 13 ® Selection of Labor 192 LRS 14 ❑ Paving Brick and Concrete Paver Pavements and Sidewalks 193 LRS 15 ® Partial Payments 196 LRS 16 ® Protests on Local Lettings 197 LRS 17 Z Substance Abuse Prevention Program 198 LRS 18 ❑ Multigrade Cold Mix Asphalt 199 Printed 03/01/18 BLR 11300(10/17/17) City of Canton Section 18-00000-01-GM Fulton County BDE SPECIAL PROVISIONS For the April 27 and June 15, 2018 Lettings The following special provisions indicated by an "x" are applicable to this contract and will be included by the Project Development and Implementation Section of the BD&E. An 'indicates a new or revised special provision for the letting. File Name # Special Provision Title Effective Revised 80099 1 = Accessible Pedestrian Signals (APS) April 1, 2003 Jan. 1, 2014 80382 2 = Adjusting Frames and Grates April 1, 2017 80274 3 = Aggregate Subgrade Improvement April 1, 2012 April 1, 2016 80192 4 = Automated Flagger Assistance Device Jan. 1, 2008 80173 5 1.1.1 Bituminous Materials Cost Adjustments Nov. 2, 2006 Aug. 1, 2017 80241 6 MI Bridge Demolition Debris July 1, 2009 50261 7 = Building Removal-Case I (Non-Friable and Friable Asbestos) Sept. 1, 1990 April 1, 2010 50481 8 um Building Removal-Case 11 (Non-Friable Asbestos) Sept. 1, 1990 April 1, 2010 50491 9 = Building Removal-Case Ill (Friable Asbestos) Sept. 1, 1990 April 1, 2010 50531 10 = Building Removal-Case IV(No Asbestos) Sept. 1, 1990 April 1, 2010 80366 11 = Butt Joints July 1, 2016 80386 12 MI Calcium Aluminate Cement for Class PP-5 Concrete Patching Nov. 1, 2017 80396 13 IIII Class A and B Patching Jan. 1, 2018 80384 14 = Compensable Delay Costs June 2, 2017 80198 15 = Completion Date(via calendar days) April 1, 2008 80199 16 EN Completion Date(via calendar days)Plus Working Days April 1, 2008 80293 17 ■ Concrete Box Culverts with Skews >30 Degrees and Design Fills 5 5 April 1, 2012 July 1,2016 Feet 80311 18 = Concrete End Sections for Pipe Culverts Jan. 1, 2013 April 1, 2016 80277 19 = Concrete Mix Design-Department Provided Jan. 1, 2012 April 1, 2016 80261 20 IIII Construction Air Quality-Diesel Retrofit June 1, 2010 Nov. 1, 2014 80387 21 1.1 Contrast Preformed Plastic Pavement Marking Nov. 1, 2017 80029 22 = Disadvantaged Business Enterprise Participation Sept. 1, 2000 July 2, 2016 80378 23 = Dowel Bar Inserter Jan. 1, 2017 Jan. 1, 2018 80388 24 0 Equipment Parking and Storage Nov. 1, 2017 80229 25 = Fuel Cost Adjustment April 1, 2009 Aug. 1, 2017 80304 26 = Grooving for Recessed Pavement Markings Nov. 1, 2012 Nov. 1, 2017 80246 27 fl Hot-Mix Asphalt-Density Testing of Longitudinal Joints Jan. 1, 2010 April 1, 2016 80347 28 ■ Hot-Mix Asphalt-Pay for Performance Using Percent Within Limits- Nov. 1, 2014 Jan. 1, 2018 Jobsite Sampling 80383 29 MI Hot-Mix Asphalt-Quality Control for Performance April 1, 2017 Nov. 1, 2017 80376 30 O Hot-Mix Asphalt-Tack Coat Nov. 1, 2016 80392 31 MI Lights on Barricades Jan. 1, 2018 80336 32 = Longitudinal Joint and Crack Patching April 1, 2014 April 1, 2016 80393 33 = Manholes,Valve Vaults, and Flat Slab Tops Jan. 1, 2018 80045 34 = Material Transfer Device June 15, 1999 Au.. 1, 2014 80165 36 = Moisture Cured Urethane Paint System Nov. 1, 2006 Jan. 1, 2010 80349 37 NE Pavement Marking Blackout Tape Nov. 1, 2014 April 1, 2016 80371 38 = Pavement Marking Removal July 1, 2016 80390 39 0 Payments to Subcontractors Nov. 2, 2017 80377 40 = Portable Changeable Message Signs Nov. 1, 2016 April 1, 2017 80389 41 = Portland Cement Concrete Nov. 1, 2017 80359 42 = Portland Cement Concrete Bridge Deck Curing April 1, 2015 Nov. 1, 2017 80385 43 = Portland Cement Concrete Sidewalk Aug. 1, 2017 80300 44 = Preformed Plastic Pavement Marking Type D- Inlaid April 1, 2012 April 1, 2016 80328 45 IIII Progress Payments Nov. 2, 2013 34261 46 = Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, 2006 City of Canton Section 18-00000-01-GM Fulton County File Name # Special Provision Title Effective Revised 80157 47 Railroad Protective Liability Insurance (5 and 10) Jan. 1, 2006 80306 48 ✓ Reclaimed Asphalt Pavement(RAP)and Reclaimed Asphalt Shingles Nov. 1, 2012 Jan. 1,2018 (RAS) 80395 49 Sloped Metal End Section for Pipe Culverts Jan. 1,2018 80340 50 Speed Display Trailer April 2, 2014 Jan. 1, 2017 80127 51 Steel Cost Adjustment April 2, 2004 Aug. 1, 2017 80391 52 ✓ Subcontractor Mobilization Payments Nov. 2, 2017 80317 53 Surface Testing of Hot-Mix Asphalt Overlays Jan. 1, 2013 April 1, 2016 80298 54 Temporary Pavement Marking (NOTE: This special provision was April 1, 2012 April 1, 2017 previously named Pavement Marking Tape Type IV".) 20338 55 Training Special Provisions Oct. 15, 1975 80318 56 Traversable Pipe Grate for Concrete End Sections (NOTE: This Jan. 1, 2013 Jan. 1, 2018 special provision was previously named "Traversable Pipe Grate".) 80288 57 ✓ Warm Mix Asphalt Jan. 1, 2012 April 1, 2016 80302 58 Weekly DBE Trucking Reports June 2, 2012 April 2, 2015 80071 59 ✓ Working Days Jan. 1, 2002 The following special provisions are in the 2018 Supplemental Specifications and Recurring Special Provisions. File Name Special Provision Title New Location Effective Revised 80368 Light Tower Article 1069.08 July 1, 2016 80369 Mast Arm Assembly and Pole Article 1077.03(a)(1) July 1, 2016 80338 Portland Cement Concrete Partial Depth Hot-Mix Recurring CS#35 April 1, 2014 April 1, 2016 Asphalt Patching 80379 Steel Plate Beam Guardrail Articles 630.02, 630.05, Jan. 1, 2017 630.06, and 630.08 80381 Traffic Barrier Terminal,Type 1 Special Article 631.04 Jan. 1, 2017 80380 Tubular Markers Articles 701.03, 701.15, Jan. 1, 2017 701.18, and 1106.02 The following special provisions require additional information from the designer. The additional information needs to be submitted as a separate document. The Project Development and Implementation section will then include the information in the applicable special provision. The Special Provisions are: • Bridge Demolition Debris • Building Removal-Case IV • Material Transfer Device • Building Removal-Case I • Completion Date • Railroad Protective Liability Insurance • Building Removal—Case II • Completion Date Plus Working Days • Training Special Provisions • Building Removal-Case III • DBE Participation • Working Days City of Canton Section 18-00000-01-GM Fulton County Index of Sheets Description Page No. Description of Work 1 Traffic Control Plan 1 Hot-Mix Asphalt Surface Course, Mix D, N50 2 Other Pavement Edge Transitions 2 Hot-Mix Asphalt Surface Removal 2" 3 Equipment Parking and Storage (BDE) 5 Hot-Mix Asphalt—Density Testing of Longitudinal Joints (BDE) 6 Hot-Mix Asphalt—Tack Coat (BDE) 7 Lights on Barricades (BDE) 8 Payments to Subcontractors (BDE) 10 Reclaimed Asphalt Pavement and Reclaimed Asphalt Shingles (BDE) 11 Subcontractor Mobilization Payments (BDE) 21 Warm Mix Asphalt (BDE) 22 Working Days (BDE) 24 Insurance 25 City of Canton Section 18-00000-01-GM Fulton County CITY OF CANTON SPECIAL PROVISION The following Special Provisions supplement the "Standard Specifications for Road and Bridge Construction,"Adopted April 1, 2016, the latest edition of the "Manual on Uniform Traffic Control Devices for Streets and Highways," and the "Manual of Test Procedures of Materials" in effect on the date of invitation for bids, and the Supplemental Specifications and Recurring Special Provisions indicated on the Check Sheet included herein which apply to and govern the construction of City of Canton, Section 18-00000-01-GM in Fulton County and in case of conflict with any part or parts of said Specifications, the said Special Provisions shall take precedence and shall govern. DESCRIPTION OF WORK This work shall consist of HMA Surface Removal, placement of HMA surface course and other collateral work as necessary to complete the project on various locations in the City of Canton in Fulton County, IL. TRAFFIC CONTROL PLAN Traffic control shall be in accordance with the applicable sections of the "Standard Specifications for Road and Bridge Construction," the applicable guidelines contained in the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways," these Special Provisions, and any special details and Highway Standards contained herein and in the plans. Special attention is called to Section 701 and Articles 107.09 and 107.14 of the "Standard Specifications for Road and Bridge Construction" and the following Highway Standards relating to traffic control: 701001 701006 701201 701301 701306 701311 701501 701901 Special attention is called to Section 1106 of the Standard Specifications. The Contractor will take care of any notification to affected property owners. All traffic control required shall be considered incidental to the contract and will not be paid for separately. Page 1 City of Canton Section 18-00000-01-GM Fulton County HOT-MIX ASPHALT SURFACE COURSE, MIX D, N50 This item consists of the furnishing, transportation and placement of hot-mix asphalt mixture in accordance with Section 406 of the Standard Specifications and as modified herein. The total thickness will be 2". Materials placed within the radius returns or butt joints will be included in the contract unit price per ton for HOT-MIX ASPHALT SURFACE COURSE, MIXTURE D, N50 and no additional compensation will be allowed. The following mixture requirements are applicable for this project. Mixture Use(s) Surface Course AC/PG: PG 64-22 Design Air Voids: 4.0% @ N = 50 Mixture Composition: IL 9.5 (Gradation Mixture) Friction Aggregate: Mixture D Quality Management Program QCQA Note: 1) Individual lift thickness of each mix type will be no less than 3 times nominal maximum aggregate size and no more than 6 times nominal maximum aggregate size, unless otherwise approved by the Engineer. 2) For design purposes, mixture weight for all mixes is determined to be 112.0 lbs/s.y./in., unless otherwise noted. HMA quantity has been increased by 3% over theoretical quantity. 3) Sublot sizes for PFP and QCP mixes will be 1000 tons, unless otherwise agreed to by the Engineer and paving contractor. This work will be paid for at the contract unit price per ton for HOT-MIX ASPHALT SURFACE COURSE, MIXTURE D, N50 which shall include all labor, equipment and materials to complete the work. OTHER PAVEMENT EDGE TRANSITIONS Pavement edge transitions are required at sideroads, curb and gutter, curbs, inlets, driveways, etc. as needed. Pavement edge transitions shall be considered incidental to Hot-Mix Asphalt Surface Course, Mix D, N50 and no additional compensation will be allowed. Page 2 City of Canton Section 18-00000-01-GM Fulton County HOT-MIX ASPHALT SURFACE REMOVAL 2" The locations of the surface removal are shown on the drawings included later in this proposal. The cold milled salvaged aggregate resulting from this operation shall be the property of the City of Canton. The contractor shall deliver the millings to the City's lot at 4th Avenue and Maple Street (former IH Site) and store it as directed by the City. The Contractor shall coordinate with the City of Canton's Street Department Superintendent - Ron Robinson prior to delivery. He can be reached at (309) 647-5022 or rro b i nson @canto ncityhal I.org. If the milling depth is intended to expose the original concrete pavement, then additional hand or machine work may be necessary to remove any remaining veneer of bituminous pavement which may be left in place behind the milling machine. Such work will be at the direction of the Engineer and at no extra cost to the CITY. Cleanup: After cold milling a traffic lane and before opening the lane to traffic, the pavement shall be swept by a (a) self-propelled street sweeper with power vacuum capability or (b) mechanical broom to prevent compaction of the cuttings onto the pavement. All loose material shall be removed from the roadway. Before the prime coat is placed, the pavement shall be cleaned of all foreign material to the satisfaction of the Engineer. Method of Measurement (a) Contract Quantities. The requirements for the use of Contract Quantities shall be Article 202.07(a) of the Standard Specifications. (b) Measured Quantities. Cold milling and planing will be measured and the area computed in square yards of surface. Areas not milled (shadow areas) due to rutting in the existing pavement surface will be included in the area measured for payment. Removal of occasional concrete patches in the surface to the required depth shall be accomplished identically to the removal of the bituminous surface, and these areas shall be included in the unit cost bid per square yard for HOT-MIX ASPHALT SURFACE REMOVAL of the depth indicated. Butt Joints removed will be included in the area measured for payment and will not be paid for separately. Page 3 City of Canton Section 18-00000-01-GM Fulton County Basis of Payment Transporting salvage milled material to the City's stock pile shall be incidental to the contract unit price per square yard for HOT-MIX ASPHALT SURFACE REMOVAL of the depth indicated. This work will be paid in accordance with Article 440.08. Page 4 City of Canton Section 18-00000-01-GM Fulton County EQUIPMENT PARKING AND STORAGE (BDE) Effective: November 1, 2017 Replace the first paragraph of Article 701.11 of the Standard Specifications with the following. "701.11 Equipment Parking and Storage. During working hours, all vehicles and/or nonoperating equipment which are parked, two hours or less, shall be parked at least 8 ft (2.5 m) from the open traffic lane. For other periods of time during working and for all nonworking hours, all vehicles, materials, and equipment shall be parked or stored as follows. (a) When the project has adequate right-of-way, vehicles, materials, and equipment shall be located a minimum of 30 ft (9 m)from the pavement. (b) When adequate right-of-way does not exist, vehicles, materials, and equipment shall be located a minimum of 15 ft (4.5 m)from the edge of any pavement open to traffic. (c) Behind temporary concrete barrier, vehicles, materials, and equipment shall be located a minimum of 24 in. (600 mm) behind free standing barrier or a minimum of 6 in. (150 mm) behind barrier that is either pinned or restrained according to Article 704.04. The 24 in. or 6 in. measurement shall be from the base of the non-traffic side of the barrier. (d) Behind other man-made or natural barriers meeting the approval of the Engineer." 80388 Page 5 City of Canton Section 18-00000-01-GM Fulton County HOT-MIX ASPHALT -DENSITY TESTING OF LONGITUDINAL JOINTS(BDE) Effective: January 1, 2010 I Revised: April 1, 2016 Description. This work shall consist of testing the density of longitudinal joints as part of the quality control/quality assurance(QC/QA) of hot-mix asphalt (HMA). Work shall be according to Section 1030 of the Standard Specifications except as follows. Quality Control/Quality Assurance (QC/QA). Delete the second and third sentence of the third paragraph of Article 1030.05(d)(3)of the Standard Specifications. Add the following paragraphs to the end of Article 1030.05(d)(3) of the Standard Specifications: "Longitudinal joint density testing shall be performed at each random density test location. Longitudinal joint testing shall be located at a distance equal to the lift thickness or a minimum of 4 in. (100 mm), from each pavement edge. (i.e. for a 5 in. (125 mm) lift the near edge of the density gauge or core barrel shall be within 5 in. (125 mm) from the edge of pavement.) Longitudinal joint density testing shall be performed using either a correlated nuclear gauge or cores. a. Confined Edge. Each confined edge density shall be represented by a one- minute nuclear density reading or a core density and shall be included in the average of density readings or core densities taken across the mat which represents the Individual Test. b. Unconfined Edge. Each unconfined edge joint density shall be represented by an average of three one-minute density readings or a single core density at the given density test location and shall meet the density requirements specified herein. The three one-minute readings shall be spaced 10 ft (3 m) apart longitudinally along the unconfined pavement edge and centered at the random density test location." Revise the Density Control Limits table in Article 1030.05(d)(4) of the Standard Specifications to read: "Mixture Parameter Individual Test Unconfined Edge Composition (includes confined Joint Density edges) Minimum IL-4.75 Ndesign = 50 93.0-97.4% 1' 91.0% IL-9.5 Ndesign = 90 92.0—96.0% 90.0% IL-9.5,IL-9.5L Ndesign <90 92.5—97.4% 90.0% IL-19.0 Ndesign =90 93.0—96.0% 900% IL-19.0, IL-19.0L Ndesign <90 93.021-97.4% 90.0% SMA Ndesign = 50&80 93.5—97.4% 91.0W 80246 Page 6 City of Canton Section 18-00000-01-GM Fulton County HOT-MIX ASPHALT—TACK COAT (BDE) Effective: November 1, 2016 Revise Article 1032.06(a)of the Standard Specifications to read: "(a) Anionic Emulsified Asphalt. Anionic emulsified asphalts shall be according to AASHTO M 140. SS-1h emulsions used as a tack coat shall have the cement mixing test waived." 80376 Page 7 City of Canton Section 18-00000-01-GM Fulton County LIGHTS ON BARRICADES (BDE) Effective: January 1, 2018 Revise Article 701.16 of the Standard Specifications to read: "701.16 Lights. Lights shall be used on devices as required in the plans, the traffic control plan, and the following table. Circumstance Lights Required Daylight operations None First two warning signs on each approach to the work involving a nighttime lane Flashing mono-directional lights closure and"ROUGH GROOVED SURFACE"(w8-1107)signs Devices delineating isolated obstacles, excavations,or hazards at night Flashing bi-directional lights (Does not apply to patching) Devices delineating obstacles, excavations,or hazards exceeding Steady burn bi-directional lights 100 ft(30 m)in length at night (Does not apply to widening) Channelizing devices for nighttime lane None closures on two-lane roads Channelizing devices for nighttime lane None closures on multi-lane roads Channelizing devices for nighttime lane closures on multi-lane roads separating None opposing directions of traffic Channelizing devices for nighttime along Steady bum mono-directional lights lane shifts on multilane roads Channelizing devices for night time along Steady bum hi-directional lights lane shifts on two lane roads Devices in nighttime lane closure tapers Steady burn hi-directional lights on Standards 701316 and 701321 Devices in nighttime lane closure tapers Steady bum mono-directional lights Devices delineating a widening trench None Devices delineating patches at night on roadways with an ADT less than 25,000 None Devices delineating patches at night on None roadways with an ADT of 25,000 or more Batteries for the lights shall be replaced on a group basis at such times as may be specified by the Engineer." Delete the fourth sentence of the first paragraph of Article 701.17(c)(2) of the Standard Specifications. Revise the first paragraph of Article 603.07 of the Standard Specifications to read: Page 8 City of Canton Section 18-00000-01-GM Fulton County "603.07 Protection Under Traffic. After the casting has been adjusted and Class SI concrete has been placed, the work shall be protected by a barricade for at least 72 hours." 80392 Page 9 City of Canton Section 18-00000-01-GM Fulton County PAYMENTS TO SUBCONTRACTORS (BDE) Effective: November 2, 2017 Add the following to the end of the fourth paragraph of Article 109.11 of the Standard Specifications: "If reasonable cause is asserted, written notice shall be provided to the applicable subcontractor and/or material supplier and the Engineer within five days of the Contractor receiving payment. The written notice shall identify the contract number, the subcontract or material purchase agreement, a detailed reason for refusal, the value of payment being withheld, and the specific remedial actions required of the subcontractor and/or material supplier so that payment can be made." 80390 Page 10 City of Canton Section 18-00000-01-GM Fulton County RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES (BDE) Effective: November 1, 2012 Revise: January 1, 2018 Revise Section 1031 of the Standard Specifications to read: "SECTION 1031. RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES 1031.01 Description. Reclaimed asphalt pavement and reclaimed asphalt shingles shall be according to the following. (a) Reclaimed Asphalt Pavement (RAP). RAP is the material produced by cold milling or crushing an existing hot-mix asphalt (HMA) pavement. The Contractor shall supply written documentation that the RAP originated from routes or airfields under federal, state, or local agency jurisdiction. (b) Reclaimed Asphalt Shingles (RAS). Reclaimed asphalt shingles (RAS). RAS is from the processing and grinding of preconsumer or post-consumer shingles. RAS shall be a clean and uniform material with a maximum of 0.5 percent unacceptable material, as defined in Central Bureau of Materials Policy Memorandum, "Reclaimed Asphalt Shingle (RAS) Sources", by weight of RAS. All RAS used shall come from a Central Bureau of Materials approved processing facility where it shall be ground and processed to 100 percent passing the 3/8 in. (9.5 mm) sieve and 93 percent passing the#4 (4.75 mm) sieve based on a dry shake gradation. RAS shall be uniform in gradation and asphalt binder content and shall meet the testing requirements specified herein. In addition, RAS shall meet the following Type 1 or Type 2 requirements. (1) Type 1. Type 1 RAS shall be processed, preconsumer asphalt shingles salvaged from the manufacture of residential asphalt roofing shingles. (2) Type 2. Type 2 RAS shall be processed post-consumer shingles only, salvaged from residential, or four unit or less dwellings not subject to the National Emission Standards for Hazardous Air Pollutants (NESHAP). 1031.02 Stockpiles. RAP and RAS stockpiles shall be according to the following. (a) RAP Stockpiles. The Contractor shall construct individual, sealed RAP stockpiles meeting one of the following definitions. No additional RAP shall be added to the pile after the pile has been sealed. Stockpiles shall be sufficiently separated to prevent intermingling at the base. Stockpiles shall be identified by signs indicating the type as listed below(i.e. "Homogeneous Surface"). Prior to milling, the Contractor shall request the District provide documentation on the quality of the RAP to clarify the appropriate stockpile. Page 11 City of Canton Section 18-00000-01-GM Fulton County (1) Fractionated RAP (FRAP). FRAP shall consist of RAP from Class I, HMA (High and Low ESAL) mixtures. The coarse aggregate in FRAP shall be crushed aggregate and may represent more than one aggregate type and/or quality, but shall be at least C quality. All FRAP shall be fractionated prior to testing by screening into a minimum of two size fractions with the separation occurring on or between the #4 (4.75 mm) and 1/2 in. (12.5 mm) sieves. Agglomerations shall be minimized such that 100 percent of the RAP shall pass the sieve size specified below for the mix into which the FRAP will be incorporated. Mixture FRAP will be used in: Sieve Size that 100 % of FRAP Shall Pass IL-19.0 1 1/2 in. (40 mm) IL-9.5 3/4 in. (20 mm) IL-4.75 1/2 in. (13 mm) (2) Homogeneous. Homogeneous RAP stockpiles shall consist of RAP from Class I, HMA (High and Low ESAL) mixtures and represent: 1) the same aggregate quality, but shall be at least C quality; 2) the same type of crushed aggregate (either crushed natural aggregate, ACBF slag, or steel slag); 3) similar gradation; and 4) similar asphalt binder content. If approved by the Engineer, combined single pass surface/binder millings may be considered "homogeneous" with a quality rating dictated by the lowest coarse aggregate quality present in the mixture. (3) Conglomerate. Conglomerate RAP stockpiles shall consist of RAP from Class I, HMA (High and Low ESAL) mixtures. The coarse aggregate in this RAP shall be crushed aggregate and may represent more than one aggregate type and/or quality, but shall be at least C quality. This RAP may have an inconsistent gradation and/or asphalt binder content prior to processing. All conglomerate RAP shall be processed prior to testing by crushing to where all RAP shall pass the 5/8 in. (16 mm)or smaller screen. Conglomerate RAP stockpiles shall not contain steel slag. (4) Non-Quality. RAP stockpiles that do not meet the requirements of the stockpile categories listed above shall be classified as "Non-Quality". RAP/FRAP containing contaminants, such as earth, brick, sand, concrete, sheet asphalt, bituminous surface treatment (i.e. chip seal), pavement fabric, joint sealants, etc., will be unacceptable unless the contaminants are removed to the satisfaction of the Engineer. Sheet asphalt shall be stockpiled separately. (b) RAS Stockpiles. Type 1 and Type 2 RAS shall be stockpiled separately and shall not be intermingled. Each stockpile shall be signed indicating what type of RAS is present. Unless otherwise specified by the Engineer, mechanically blending manufactured sand (FM 20 or FM 22) up to an equal weight of RAS with the processed RAS will be permitted to improve workability. The sand shall be "B Quality" or better from an Page 12 City of Canton Section 18-00000-01-GM Fulton County approved Aggregate Gradation Control System source. The sand shall be accounted for in the mix design and during HMA production. Records identifying the shingle processing facility supplying the RAS, RAS type, and lot number shall be maintained by project contract number and kept for a minimum of three years. 1031.03 Testing. RAP/FRAP and RAS testing shall be according to the following. (a) RAP/FRAP Testing. When used in HMA, the RAP/FRAP shall be sampled and tested either during or after stockpiling. (1) During Stockpiling. For testing during stockpiling, washed extraction samples shall be run at the minimum frequency of one sample per 500 tons (450 metric tons) for the first 2000 tons (1800 metric tons) and one sample per 2000 tons (1800 metric tons) thereafter. A minimum of five tests shall be required for stockpiles less than 4000 tons (3600 metric tons). (2) After Stockpiling. For testing after stockpiling, the Contractor shall submit a plan for approval to the District proposing a satisfactory method of sampling and testing the RAP/FRAP pile either in-situ or by restockpiling. The sampling plan shall meet the minimum frequency required above and detail the procedure used to obtain representative samples throughout the pile for testing. Each sample shall be split to obtain two equal samples of test sample size. One of the two test samples from the final split shall be labeled and stored for Department use. The Contractor shall extract the other test sample according to Department procedure. The Engineer reserves the right to test any sample (split or Department-taken) to verify Contractor test results. (b) RAS Testing. RAS or RAS blended with manufactured sand shall be sampled and tested during stockpiling according to Central Bureau of Materials Policy Memorandum, "Reclaimed Asphalt Shingle (RAS) Source". Samples shall be collected during stockpiling at the minimum frequency of one sample per 200 tons (180 metric tons) for the first 1000 tons (900 metric tons) and one sample per 250 tons (225 metric tons) thereafter. A minimum of five samples are required for stockpiles less than 1000 tons (900 metric tons). Once a 5 1000 ton (900 metric ton), five-sample/test stockpile has been established it shall be sealed. Additional incoming RAS or RAS blended with manufactured sand shall be stockpiled in a separate working pile as designated in the Quality Control plan and only added to the sealed stockpile when the test results of the working pile are complete and are found to meet the tolerances specified herein for the original sealed RAS stockpile. Before testing, each sample shall be split to obtain two test samples. One of the two test samples from the final split shall be labeled and stored for Department use. The Page 13 City of Canton Section 18-00000-01-GM Fulton County Contractor shall perform a washed extraction and test for unacceptable materials on the other test sample according to Department procedures. The Engineer reserves the right to test any sample (split or Department-taken) to verify Contractor test results. If the sampling and testing was performed at the shingle processing facility in accordance with the QC Plan, the Contractor shall obtain and make available all of the test results from start of the initial stockpile. 1031.04 Evaluation of Tests. Evaluation of test results shall be according to the following. (a) Evaluation of RAP/FRAP Test Results. All of the extraction results shall be compiled and averaged for asphalt binder content and gradation, and when applicable Gmm. Individual extraction test results, when compared to the averages, will be accepted if within the tolerances listed below. Parameter FRAP/Homogeneous/ Conglomerate 1 in. (25 mm) 1/2 in. (12.5 mm) ±8 % No. 4 (4.75 mm) ±6 % No. 8 (2.36 mm) ± 5 % No. 16 (1.18 mm) No. 30 (600 pm) ± 5 % No. 200 (75 pm) ±2.0 % Asphalt Binder ± 0.4 % Gmm ± 0.03 1/ The tolerance for FRAP shall be± 0.3 %. If more than 20 percent of the individual sieves and/or asphalt binder content tests are out of the above tolerances, the RAP/FRAP shall not be used in HMA unless the RAP/FRAP representing the failing tests is removed from the stockpile. All test data and acceptance ranges shall be sent to the District for evaluation. With the approval of the Engineer, the ignition oven may be substituted for extractions according to the ITP, "Calibration of the Ignition Oven for the Purpose of Characterizing Reclaimed Asphalt Pavement (RAP)". (b) Evaluation of RAS and RAS Blended with Manufactured Sand Test Results. All of the test results, with the exception of percent unacceptable materials, shall be compiled and averaged for asphalt binder content and gradation. Individual test results, when compared to the averages, will be accepted if within the tolerances fisted below. Parameter RAS No. 8 (2.36 mm) ± 5 % Page 14 City of Canton Section 18-00000-01-GM Fulton County No. 16 (1.18 mm) ± 5 % No. 30 (600 pm) ± 4 % No. 200 (75 pm) ± 2.0 Asphalt Binder Content ± 1.5 % If more than 20 percent of the individual sieves and/or asphalt binder content tests are out of the above tolerances, or if the percent unacceptable material exceeds 0.5 percent by weight of material retained on the # 4 (4.75 mm) sieve, the RAS or RAS blend shall not be used in Department projects. All test data and acceptance ranges shall be sent to the District for evaluation. 1031.05 Quality Designation of Aggregate in RAP/FRAP. (a) RAP. The aggregate quality of the RAP for homogeneous and conglomerate stockpiles shall be set by the lowest quality of coarse aggregate in the RAP stockpile and are designated as follows. (1) RAP from Class I, Superpave/HMA (High ESAL), or (Low ESAL) IL-9.5L surface mixtures are designated as containing Class B quality coarse aggregate. (2) RAP from Class I binder, Superpave/HMA (High ESAL) binder, or (Low ESAL) IL-19.0L binder mixtures are designated as containing Class C quality coarse aggregate. (b) FRAP. If the Engineer has documentation of the quality of the FRAP aggregate, the Contractor shall use the assigned quality provided by the Engineer. If the quality is not known, the quality shall be determined as follows. Coarse and fine FRAP stockpiles containing plus #4 (4.75 mm) sieve coarse aggregate shall have a maximum tonnage of 5000 tons (4500 metric tons). The Contractor shall obtain a representative sample witnessed by the Engineer. The sample shall be a minimum of 50 lb (25 kg). The sample shall be extracted according to Illinois Modified AASHTO T 164 by a consultant laboratory prequalified by the Department for the specified testing. The consultant laboratory shall submit the test results along with the recovered aggregate to the District Office. The cost for this testing shall be paid by the Contractor. The District will forward the sample to the Central Bureau of Materials Aggregate Lab for MicroDeval Testing, according to ITP 327. A maximum loss of 15.0 percent will be applied for all HMA applications. 1031.06 Use of RAP/FRAP and/or RAS in HMA. The use of RAP/FRAP and/or RAS shall be the Contractor's option when constructing HMA in all contracts. (a) RAP/FRAP. The use of RAP/FRAP in HMA shall be as follows. (1) Coarse Aggregate Size. The coarse aggregate in all RAP shall be equal to or less than the nominal maximum size requirement for the HMA mixture to be produced. Page 15 City of Canton Section 10-00000-01-GM Fulton County (2) Steel Slag Stockpiles. Homogeneous RAP stockpiles containing steel slag will be approved for use in all HMA (High ESAL and Low ESAL) Surface and Binder Mixture applications. (3) Use in HMA Surface Mixtures (High and Low ESAL). RAP/FRAP stockpiles for use in HMA surface mixtures (High and Low ESAL) shall be FRAP or homogeneous in which the coarse aggregate is Class B quality or better. FRAP from Conglomerate stockpiles shall be considered equivalent to limestone for frictional considerations. Known frictional contributions from plus #4 (4.75 mm) homogeneous FRAP stockpiles will be accounted for in meeting frictional requirements in the specified mixture. (4) Use in HMA Binder Mixtures (High and Low ESAL), HMA Base Course, and HMA Base Course Widening. RAP/FRAP stockpiles for use in HMA binder mixtures (High and Low ESAL), HMA base course, and HMA base course widening shall be FRAP, homogeneous, or conglomerate, in which the coarse aggregate is Class C quality or better. (5) Use in Shoulders and Subbase. RAP/FRAP stockpiles for use in HMA shoulders and stabilized subbase (HMA) shall be FRAP, homogeneous, or conglomerate. (6) When the Contractor chooses the RAP option, the percentage of RAP shall not exceed the amounts indicated in Article 1031.06(c)(1) below fora given Ndesign. (b) RAS. RAS meeting Type 1 or Type 2 requirements will be permitted in all HMA applications as specified herein. (c) RAP/FRAP and/or RAS Usage Limits. Type 1 or Type 2 RAS may be used alone or in conjunction with RAP or FRAP in HMA mixtures up to a maximum of 5.0 percent by weight of the total mix. (1) RAP/RAS. When RAP is used alone or RAP is used in conjunction with RAS, the percentage of virgin asphalt binder replacement shall not exceed the amounts listed in the Max RAP/RAS ABR table listed below for the given Ndesign. RAP/RAS Maximum Asphalt Binder Replacement(ABR) Percentage HMA Mixtures RAP/RAS Maximum ABR If,21 Ndesign Binder/Leveling Surface Polymer Modified Binder 30 30 30 10 50 25 15 10 70 15 10 10 90 10 10 10 Page 16 City of Canton Section 18-00000-01-GM Fulton County 1/ For Low ESAL HMA shoulder and stabilized subbase, the RAP/RAS ABR shall not exceed 50 percent of the mixture. 2/ When RAP/RAS ABR exceeds 20 percent, the high and low virgin asphalt binder grades shall each be reduced by one grade (i.e. 25 percent ABR would require a virgin asphalt binder grade of PG 64-22 to be reduced to a PG 58-28). If warm mix asphalt (WMA) technology is utilized and production temperatures do not exceed 275 °F (135 °C), the high and low virgin asphalt binder grades shall each be reduced by one grade when RAP/RAS ABR exceeds 25 percent (i.e. 26 percent RAP/RAS ABR would require a virgin asphalt binder grade of PG 64-22 to be reduced to a PG 58-28). (2) FRAP/RAS. When FRAP is used alone or FRAP is used in conjunction with RAS, the percentage of virgin asphalt binder replacement shall not exceed the amounts listed in the FRAP/RAS table listed below for the given Ndesign. FRAP/RAS Maximum Asphalt Binder Replacement(ABR) Percentage HMA Mixtures FRAP/RAS Maximum ABR v,v Ndesign Binder/Leveling Surface Polymer Modified 3''41 Binder 30 50 40 10 50 40 35 10 70 40 30 10 90 40 30 10 1/ For Low ESAL HMA shoulder and stabilized subbase, the FRAP/RAS ABR shall not exceed 50 percent of the mixture. 2/ When FRAP/RAS ABR exceeds 20 percent for all mixes, the high and low virgin asphalt binder grades shall each be reduced by one grade (i.e. 25 percent ABR would require a virgin asphalt binder grade of PG 64-22 to be reduced to a PG 58-28). If warm mix asphalt (WMA) technology is utilized and production temperatures do not exceed 275 °F (135 °C), the high and low virgin asphalt binder grades shall each be reduced by one grade when FRAP/RAS ABR exceeds 25 percent (i.e. 26 percent ABR would require a virgin asphalt binder grade of PG 64-22 to be reduced to a PG 58-28). 3/ For SMA the FRAP/RAS ABR shall not exceed 20 percent. 4/ For IL-4.75 mix the FRAP/RAS ABR shall not exceed 30 percent. 1031.07 HMA Mix Designs. At the Contractor's option, HMA mixtures may be constructed utilizing RAP/FRAP and/or RAS material meeting the detailed requirements specified herein. Page 17 City of Canton Section 18-00000-01-GM Fulton County (a) RAP/FRAP and/or RAS. RAP/FRAP and/or RAS mix designs shall be submitted for verification. If additional RAP/FRAP and/or RAS stockpiles are tested and found that no more than 20 percent of the results, as defined under "Testing" herein, are outside of the control tolerances set for the original RAP/FRAP and/or RAS stockpile and HMA mix design, and meets all of the requirements herein, the additional RAP/FRAP and/or RAS stockpiles may be used in the original mix design at the percent previously verified. (b) RAS. Type 1 and Type 2 RAS are not interchangeable in a mix design. The RAP, FRAP, and RAS stone bulk specific gravities (Gse) shall be according to the "Determination of Aggregate Bulk (Dry) Specific Gravity (Gsb) of Reclaimed Asphalt Pavement (RAP) and Reclaimed Asphalt Shingles (RAS)' procedure in the Departments Manual of Test Procedures for Materials. 1031.08 HMA Production. HMA production utilizing RAP/FRAP and/or RAS shall be as follows. (a) RAP/FRAP. The coarse aggregate in all RAP/FRAP used shall be equal to or less than the nominal maximum size requirement for the HMA mixture being produced. To remove or reduce agglomerated material, a scalping screen, gator, crushing unit, or comparable sizing device approved by the Engineer shall be used in the RAP feed system to remove or reduce oversized material. If the RAP/FRAP control tolerances or QC/QA test results require corrective action, the Contractor shall cease production of the mixture containing RAP/FRAP and either switch to the virgin aggregate design or submit a new RAP/FRAP design. (b) RAS. RAS shall be incorporated into the HMA mixture either by a separate weight depletion system or by using the RAP weigh belt. Either feed system shall be interlocked with the aggregate feed or weigh system to maintain correct proportions for all rates of production and batch sizes. The portion of RAS shall be controlled accurately to within ± 0.5 percent of the amount of RAS utilized. When using the weight depletion system, flow indicators or sensing devices shall be provided and interlocked with the plant controls such that the mixture production is halted when RAS flow is interrupted. (c) RAP/FRAP and/or RAS. HMA plants utilizing RAP/FRAP and/or RAS shall be capable of automatically recording and printing the following information. (1) Dryer Drum Plants. a. Date, month, year, and time to the nearest minute for each print. b. HMA mix number assigned by the Department. Page 18 City of Canton Section 18-00000-01-GM Fulton County c. Accumulated weight of dry aggregate (combined or individual) in tons (metric tons)to the nearest 0.1 ton (0.1 metric ton). d. Accumulated dry weight of RAP/FRAP/RAS in tons (metric tons) to the nearest 0.1 ton (0.1 metric ton). e. Accumulated mineral filler in revolutions, tons (metric tons), etc. to the nearest 0.1 unit. f. Accumulated asphalt binder in gallons (liters), tons (metric tons), etc. to the nearest 0.1 unit. g. Residual asphalt binder in the RAP/FRAP material as a percent of the total mix to the nearest 0.1 percent. h. Aggregate and RAP/FRAP moisture compensators in percent as set on the control panel. (Required when accumulated or individual aggregate and RAP/FRAP are printed in wet condition.) (2) Batch Plants. a. Date, month, year, and time to the nearest minute for each print. b. HMA mix number assigned by the Department. c. Individual virgin aggregate hot bin batch weights to the nearest pound (kilogram). d. Mineral filler weight to the nearest pound (kilogram). e. RAP/FRAP/RAS weight to the nearest pound (kilogram). f. Virgin asphalt binder weight to the nearest pound (kilogram). g. Residual asphalt binder in the RAP/FRAP/RAS material as a percent of the total mix to the nearest 0.1 percent. The printouts shall be maintained in a file at the plant for a minimum of one year or as directed by the Engineer and shall be made available upon request. The printing system will be inspected by the Engineer prior to production and verified at the beginning of each construction season thereafter. 1031.09 RAP in Aggregate Surface Course and Aggregate Wedge Shoulders, Type B. The use of RAP in aggregate surface course (temporary access entrances only) and aggregate wedge shoulders, Type B shall be as follows. Page 19 City of Canton Section 18-00000-01-GM Fulton County (a) Stockpiles and Testing. RAP stockpiles may be any of those listed in Article 1031.02, except "Non-Quality" and "FRAP". The testing requirements of Article 1031.03 shall not apply. RAP used shall be according to the current Central Bureau of Materials Policy Memorandum, "Reclaimed Asphalt Pavement (RAP)for Aggregate Applications'. (b) Gradation. One hundred percent of the RAP material shall pass the 1 1/2 in. (37.5 mm) sieve. The RAP material shall be reasonably well graded from coarse to fine. RAP material that is gap-graded or single sized will not be accepted." 80306 Page 20 City of Canton Section 18-0000001-GM Fulton County SUBCONTRACTOR MOBILILATION PAYMENTS (BDE) Effective: November 2, 2017 Replace the second paragraph of Article 109.12 of the Standard Specifications with the following: "This mobilization payment shall be made at least 14 days prior to the subcontractor starting work. The amount paid shall be at the following percentage of the amount of the subcontract reported on form BC 260A submitted for the approval of the subcontractor's work. Value of Subcontract Reported on Form BC 260A Mobilization Percentage Less than $10,000 25% $10,000 to less than $20,000 20% $20,000 to less than $40,000 18% $40,000 to less than $60,000 16% $60,000 to less than $80,000 14% $80,000 to less than $100,000 12% $100,000 to less than $250,000 10% $250,000 to less than $500,000 9% $500,000 to $750,000 8% Over$750,000 7%" 80391 Page 21 City of Canton Section 18-00000-01-GM Fulton County WARM MIX ASPHALT(BDE) Effective: January 1, 2012 Revised: April 1, 2016 Description. This work shall consist of designing, producing and constructing Warm Mix Asphalt (WMA) in lieu of Hot Mix Asphalt(HMA) at the Contractor's option. Work shall be according to Sections 406, 407, 408, 1030, and 1102 of the Standard Specifications, except as modified herein. In addition, any references to HMA In the Standard Specifications, or the special provisions shall be construed to include WMA. WMA is an asphalt mixture which can be produced at temperatures lower than allowed for HMA utilizing approved WMA technologies. WMA technologies are defined as the use of additives or processes which allow a reduction In the temperatures at which HMA mixes are produced and placed. WMA is produced by the use of additives, a water foaming process, or combination of both. Additives include minerals, chemicals or organics incorporated into the asphalt binder stream in a dedicated delivery system. The process of foaming injects water into the asphalt binder stream,just prior to incorporation of the asphalt binder with the aggregate. Approved WMA technologies may also be used in HMA provided all the requirements specified herein, with the exception of temperature, are met. However, asphalt mixtures produced at temperatures in excess of 275 °F (135 °C) will not be considered WMA when determining the grade reduction of the virgin asphalt binder grade. Equipment. Revise the first paragraph of Article 1102.01 of the Standard Specifications to read: "1102.01 Hot-Mix Asphalt Plant. The hot-mix asphalt (HMA) plant shall be the batch-type, continuous-type, or dryer drum plant. The plants shall be evaluated for prequalification rating and approval to produce HMA according to the current Bureau of Materials and Physical Research Policy Memorandum, "Approval of Hot-Mix Asphalt Plants and Equipment". Once approved, the Contractor shall notify the Bureau of Materials and Physical Research to obtain approval of all plant modifications. The plants shall not be used to produce mixtures concurrently for more than one project or for private work unless permission is granted in writing by the Engineer. The plant units shall be so designed, coordinated and operated that they will function properly and produce HMA having uniform temperatures and compositions within the tolerances specified. The plant units shall meet the following requirements." Add the following to Article 1102.01(a)of the Standard Specifications. "(11) Equipment for Warm Mix Technologies. a. Foaming. Metering equipment for foamed asphalt shall have an accuracy of ±2 percent of the actual water metered. The foaming control system shall be electronically interfaced with the asphalt binder meter. Page 22 City of Canton Section 18-00000-01-GM Fulton County • b. Additives. Additives shall be Introduced into the plant according to the supplier's recommendations and shall be approved by the Engineer. The system for introducing the WMA additive shall be interlocked with the aggregate feed or weigh system to maintain correct proportions for all rates of production and batch sizes? Mix Design Verification. Add the following to Article 1030.04 of the Standard Specifications. "(e) Warm Mix Technologies. (1) Foaming. WMA mix design verification will not be required when foaming technology is used alone (without WMA additives). However, the foaming technology shall only be used on HMA designs previously approved by the Department. (2) Additives. WMA mix designs utilizing additives shall be submitted to the Engineer for mix design verification? Construction Reauirements. Revise the second paragraph of Article 406.06(b)(1)of the Standard Specifications to read: "The HMA shall be delivered at a temperature of 250 to 350 °F (120 to 175 °C). WMA shall be delivered at a minimum temperature of 215 °F (102 °C)." Basis of Payment. This work will be paid at the contract unit price bid for the HMA pay items involved. Anti-strip will not be paid for separately, but shall be considered as included in the cost of the work. 80288 Page 23 City of Canton Section 18-00000-01-GM Fulton County WORKING DAYS (BDE) Effective: January 1, 2002 The Contractor shall complete the work within 15 working days. 80071 Page 24 City of Canton Section 18-00000-01-GM LR107-4Fulton County Page 1 of 1 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOF INSURANCE Effective: February 1, 2007 Revised: August 1, 2007 All references to Sections or Articles in this specification shall be construed to mean specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation. The Contractor shall name the following entities as additional insured under the Contractor's general liability insurance policy in accordance with Article 107.27: City of Canton The entities listed above and their officers, employees, and agents shall be indemnified and held harmless in accordance with Article 107.26. Page 25 01 0 0 0 m a N o 0 0 n 6 o m r o 0 0 Ln < N o o N 1 CO o a n 6 m to 6 6 r M v M m e m ry m m •c 666 ° 6666606666666r 0 0 0 0 0 0 0 I- C o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o n 0 0 0 0 0 0 o 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O V o 01 o 0 o o o o o 0 o 0 0 o 0 0 0 0 0 0 0 0 0 o ni o m o 0 0 0 0 0 g R O n0 n n 0 0 0 0 n n 0' O V O '- n n N N 0 n I-09 V N N O N. V1 N M tO m N O n N. r p y m r y ▪ 6 M N O n n en to l0 O N 0 M 0 N r 6 n N 6 In 6 tO n Vl C ,- w d 6 y o Ln O N 0 a a V M N N a CO Q O1 a In Or N 1n = t0O ttOO 0 0 < LID 2 of of n 6 of 6 6 m c6 m 6 to 6 6 n r 6 o of o o of of of o S .2 N N N N N N N N N N N N N N N N N ' N N N N N N N N 0 Q ul to N vl vl N vl Ln in in in 0 Vl Un N 0 LL to N InLn Inv! U, inLn Ln Into Ln vl Un N of LI Lei Vf to N Vl Vt 5 0 o N ow t0 al O n t0 O O O O r O t0 n Nr N O O t0 N Y y t0 N N N 10 0 0 0 0 CO N O 0 m V M m N en N m d g c N M V M M M Mg M OM U, U, U, T e V ren leVl M ??4 ,T; M M M LLE 3 O b O cco V ON r m t0 t0VN nO M n NvN 0 0 oN o m 6 0 o m r n m o o o v, m v m o 0 m IID py ¢ Oi to N V 0 O co, m O 0 r M m M mm6 m N N O 1 3N M M M M M N M mM Q N Q M N K m M N MM en MR V a ° ° o ° ° J ° ° 4 _ 4 -1 ° ° ° ° 3 ° ° ° F m m m m m x Q m x m a __J- a a m m m m m m = m S m S C O .as cd a -I a a a a z tn � a a a a a a a a a a a a a a - a a a s Z > 0 4. oC o w n o z o I s o s a. u! LLj LA Ce Z I 3 ID E 0 2 Z Z Z Z W U• 1_ 6 6 O IT Y 0 6 m m m z ON NO ON J K s K 'n O �^ w w CC c 'X w v• ai a in w w 2 2 2 n a a a a ¢ Z , Z z cc cc O 0 1 ¢ I- F- f- f- i_ u v t� u u t3 O O ce m O 0 w w a. Z � ' �'- d nwm2 ,z,, ,z, ZZZ2cccmczz1 033o- mw 1L ani a Lc m m C V < < w w w Q u u u u u W w w Z Z O O x � P in to O z a a w w w w � 11 11- 00 ,5" m 0 Q w a a m m U V U U u U w w w w w w w 0 x g 5 5 2 o N co O N 0 0 0 0 0 0 0t O N 0 00 0 o a Lnm N m CO Ln to u n 0 o r n VI 0 0 0 0 0 0 0 m 0 m O CO Ot m CO LP m LO r N N r N ry N ry N a o 0 o a rvi ni M m m m r a a r a o 0 o a a a o o a a a o a a a Ln o o O O o 0 0 o a a O O o 0 0 0 o O O o 0 0 o o o o o a o o w O O o 0 0 0 o O O O o o O o a O o O o o O O O o O o O o o o r O a a a o o a a a a a a o a a a a a o o a a a a o a a a o a Ln N N ry m m m m 0 0 0 m O w N O r N N N r m m m 0 m m N m N N N N N N N Lel Vt r r N V O Vt V 0 W CO N 03 cc- cd O O I� w m m m m m m ca h 1-: N t0 Q m t0 Ln W Ln O O O O to Lri to to N LO 0 0 b 0 0 0 0 0 0 0 0 N Ln O O O O N LO N t0 0 0 0 0 0 LO o b UD N Cr. Q O N O O O O a O M < V r O O M t0 V 0 V Q Q y 1� m m fO N Ot m m m m m a W co n cd r m m O c0 O m m m m N N N N N r N N N N N N N N N N N 0 N N N N N N N N N N N N N N N N N N N r m to in 0 to 0 Ln Ln Lq m in to LnLQLQ Ml UI to Lri Ln 0in to m 0 0 LQ VI LQ to V1 Vt Ln InLn1n Ur? vl V1 Lel Vt Ln LQ 1n to Lr! V1 0 Vt to to Ln V1 V1 LQ 0 in l0 m M m m m m Cr) m vt t0 m m t0 N N m N N N t0 t0 t0. V O V V V o 0 m t0 t0 t0 t0 t0 t0 m N N r t0 I� m co 0 CO tO oO oO O O a O I� M M M N N N N N N n to t0 M a 0 N Q ea m cd V M M o 0 0 a a V M m Q Q y 4 p y m m m 'Cr men m m m m m m M m V V O V V Ln LO 0 CA M W n 0 en t0 r 0 c0 r m0 O m V to O N NJ r m LD 0 t0 t- r N m N N tt O M r M m t0 ni Oi m m m re; m O m vi r ry to r- to M O N N t0 t0 to m 0 ✓ m m M M M M M M M NJ M M M M M m m M M m en r N M r N m r N M V Ml O 0 0 0 C 0 0 J ❑ 00000 0 C C ❑ ❑ J J J m m m m x m m m x x x < ...1 x . . . . .m x --I x m m m m < ¢ a a a J J J J J J J J J J J J J J J J J a a a a a a a a a a a a a J a a a ¢ a a a a a a a a a Zr" a a a a W W W W W W Ui w 0 z z z z z z C w z LU Z 0 0 0 U' 0' 0 O in re ON In 10 w w w w w w 3 G be z2 <a a ce z w w 1— 2 -.L21000000 I-- I-- w w K Q l� OF LA 11 2 Z > > > > > '_^ M 0 0 Z Z Z Z Z Z w w w w Z w w a 0.� 0� 0 Ce ce cc ce a Z w w 0: C H f H f H hto > p w m w L = Y w 2V INII� Q ❑ ❑ 0° ° 0 0 ° S O] m 3 3 H ❑ ❑ F' LL F Z w Lu Q Q 2 X Y Y Y Y V a' C J w w w w w w ? O In O W Z Z C' V V V V V Q Q Q a a a a a a Q J J a g -4 0 = CD a H I- w w J D D 0 CC D 22 2 0 O O O O O a a n a a n z in in mnn H r r F i -E ti i- i- LMitI IrA4 acl-al _ dam _ 03 ° k § ; • ) ru % ) \ CO_ ) \ § \ _ O _ , d _ ) § } | a a ® ` ° ! ! , - -0 § f ± { § 5 § § § \ \ \ } \ \ \ \ } } <qj \ , , , , , , 1 k 22 i / \ } ) # } / £ ! t -0.1 _ , , , � „ Al • ! § } ; - _U ! ! 7 % - ( ; : ! U ; � ; f ! ! &al { ) 7 ; « _ on z 4_ - ) \ / \ 0i 7 u (0 I- 4 , :0 0. cc 0.„ : , or 0 ; ƒ ) ) » N in ) ( , , , , , , - \ _ _ -C 1/1.1I4I 4-, _ $no ] 0.1! } 0 3. ! \ ! 7 ) k \ / � , , , � _ o t Cr 40C c. 00000m in _0 \ \ wo { tOc k 5 ; co 2 ! { & } ) ] co\ 22 ) « « _ E f73 491/ \ § \ } D ) _ / \ § { _ Ln ( ! 7 ! } ( { f ) _ / [ } } ) / | CO CO CO CO CO rz i\ { /{ < - ( 0 � � I ! ; § < 0 { — - 2 \ ) \ [ \ \ \ \ \ ) k2 / k k § \ \ \ - t _ Orn ! } \ \ ro w `m .r m v o c c 3 _ o m ` . Y E a v 's = ° 0 o v d E r E LL a ° « w N y .o 2 E p o ., .7, ° u v o a ._ m -1° m U `U a 4 E ° a w op 3 `v ^m a q C m j C 'a' n n m m n ▪ w `w A 0E1.7_ 5 F ho n « u u a LL o « _ o E E c -o c w o a ro °' '" a F v „°, z ° m o v o In v - E r m E mo 0 -' E2 >- Ella t w = mH O N > = E . m - s° in « a i° °• c LL a c m v . v 3ea a E « E .. ', a cu y Y W N n` vWnom0 " L et v -o a e a s m °' o o " amc mocm v n ^ Wm a E,n Om fE c c c u o o nF ay > o = c ea nmooW C q A OC m iH . W c O Ld '- bp T 474.i U `-' ° c o m Z a c u m ¢ L" u` ii w 3 s u E m o E 2 c «°° a c E y v ° 'x i v u o y N o E u _ o m m m Z > :_ V = m m o U C o —° a i °J Y E cm _ ° u E v n v > wp a N YV W N m C > m O a a ° ° N LL O '0) N Y C in E `W r 0 o c a '- u i- . a u a w 3 « c 'n 4 °' E u u cWI-J O u O u 2 A u E co vvi u m co c CC v CO c L o. o a E H gl) a Y ? 3 r n Y^ m '^ ° 2 a cu w a 1=/1 o U ° >i C W o > J m O U N m L 7 a .. O >' u V N c a E c .r w '° o v • E 41'CL C ° m CO y LT_ > ' c W a c E u « '" m m m o '" E J - W I cc p « ma x N 'n C m W ,W, n > u` E m° Y ° a v 0 „ 071 p a d A W d L E a i dCU 0 ✓1 W 7 N = J co N N ¢ m v u c c v ° n L c oW ; `' « .° m F ° �- " 3 a cc v o E o v « `W m E u m 'a `v a '� E w WI WI• c � ¢ W F a y m > c a c E a `o '^ i• o ¢ ant a a m in co r w Eou o3. mO � W = mo TO ; « �>j3 GENE 6U • L Vf v W O O J O L C m n fO i 00 Q A .O C O N y « d ea LL w y c c CU `a la ..LI W a V' Q O .cE c E m °ri2M2- - c2 q m m p c c6.m or J a+ O L < O c C m m Z W m N ° a E 2 W W .G :•,-j O L o m O V « O C > 5 C 1 a Ei g C u _ '`yJ V C . ri = n o m n m m J c ` O p m a Y = -Jo 2 n u ° y i0 w u ° o m ,av0 MU v o c E `O E '0 c 2 a « o u" UJ E -o E m w m a Y y ° v o n > o v a °' c c uj t In a « 2 m °'o n u w w m m > u w a o v W =r m o n LI c _ w o 2 m O ° u° W t J W 3 O L a r m v) m W C m ? mO .2.- LL in J a �- 4 v0i W o f E .. w W « m `o a jaa 0 w > y u !•- 13 ° E a' fv, u o y (o w L 0 m m 1_ E a a « i w a c .., ci >' >+ a H L z p c a '3 2 U - 0 0 'c ., J V I- >. 0 0 caw I a U c z = b- V a ~ a ° u Q r '^ «v E ° E 22 v .i j.,, 3 ° 5 v K .N E m> G To 2 7,, '00 '°` u a a cc m rn 0 ° ° 'alo �^ " j m E N a L N L n o 0 n - m n LU a u 3 w = v a E w - O u a vui m « �1°.. n h « in u E 3 vi I._ o v a) c° m 1 a o u a > - S v ry ) c o O 'ac. n m a O ` 3 ` ° a m 0. Y m 'n n � m v c t Fa m a o i n 0 t r m w .- n c a a m o F Da in n 3 u` N j E ai u'J a 6o r u M -°° m v' o 3 a ° v o c .°c_° '^ .° N w _ 071 c c « — 'n a -'c - '^ v o 2 c m w a 'uO m a a c 'c " C o 0 o o C I- c n o u •' m ¢ c w o v N w c v ` 0 7 w = -o y u n a ° w m M = o « o n 2 a = n E `w Li m _ `v o c m° c 5 m aY t O t O o 0 a m L O m - O LL O N O a 'u. y a m � o vu. x a 0 ° 2 o 2 o a i,r. uoor •2 m 'n c r v g 2 m or N u v °' c Q mm c u t p ? ; m E m m a o 2 r t a o 2 « iw 2 0 ., ._ _ ., U' m d n c p v m 0 min a u C m m a °' F c a `a o o t p r m c u c o ,M, 0C to m m o c m a ' a• E a t O c 0 q is c 0° 2 a u V .c w M C a 'Y m U q O 'c t a U a f H c 'r0 2 ,- J V' O H m = L v y c 071 v yu m Q U a u > °1 ., O a .- c x -o 'q E L- o cc s ro ° E 3 o y ° o A m L > o a ? .° J n LL E o a m y .. a V L 3 ` c c m O V' Cl c x 2 _ v in O `a n m > a '—° U l7 s c 'i j 2' 0L 3 t > v u o o = a ° v a v E ' o a O - xou , c 3 O M ` c a •- a v 2 a o n c c a clod- . „L-La a v 'a m > o` _ E O p n c `o 2 `a v E o 'n E u 3 a 01 v A ° c LL N a' c . E o — _ 3 o c a E a II Lt e U .- `o m A w _c a i _u a n c m hi > 2 ¢ n° ai m u « F E c mE 'aa n u c '^ m « o 'n to -am " c a a H v m o E m A u a m 2 a .3 m d9 c c n « 01-1 .- 0 al .a. E - in ° E O d ° a > a eaa is V O N N . m ? o % si m — a ~ a m a o = a . a v v a m a n, x .° c v < q '" a . m o u c r 2 a ° x o . y O 3 . o �0 °1 pa o c o O m ° 0 ° c 3 E = a 'n m m a m '^ o o G > = ` z 0 o m u d w u 0 'm 3 v > m n N w a v H a y n m ? 2 ~ L.9 i o n c c m S o 4d .N a a c 'n L. E 2 s F O v u = a m c ''n E E a 3 0 > ° a c> °1' - ~ s nij j ~ 2 ° t c c 0 ei L U O m = « n O n - c S a a_ m 6 m > > m L- t c w E 0.1 ° ~ H W u O M m N > `v Ln 6 w a F 6 a J0 x L 'yE-j a p` VO m ra m ° r 0 « p pu a v o . x m . �' a E o v u N c t _ !in o. t-.5 '4 ., > ` p. ~ CCI1O `a a c r¢ 0 a o a a a 2 c3 in E N = ..a`- d o :c" in t c a v Li v 'n c a O. 3 c v_ ° ° H > ti y c O •- E .d:2. b 7 `o c Q '° N 15 -0 ,- c l7 S q c . .- 'n — c 'o cv a a 'n c a c m u a =i v c a 'n m n c E S 'n ° s > v 2" — 'u2 0 a F = c 0 = t O Q U a •O pa c 2 a o 7 a N E E IG 'Yaa c cv .J C m c P.- ... c V. a U 0 3.u1 m 5 a In " 0 TM E ''n H p c Q o a N y a' u o -1 E - d a Y La- C2 .- .._. •- m a •a m ., in m `a c c0 .- s j o .h w a g '' _ m «_ O co" '°n' a u a LL il E o x m Lu 0 m 0ca c v° c E `o a ,`ao a o v a° '°n m a w a m > o u` of 'o ._ O m ., c O 3 a m o o _ w a' .- .. a �, '^ o " A Le c 'a r m t r y m E g ri '^ c > C ~ ° °i -a - w v` a° a = ._ ' 8 ~ a m 3 n ag+ o E a ta, m 2 - .- a .. a ¢ d > z S m n "' u F 'n H ` , -4 r' a ' c p a c u is a Lut E N .0 .. r `ca z a a' y `a -= N v NJ u 'n m --- in 0E O 3 v ".in m E u`m 0, u .5-. >. 0 - u O U o E U o 'N a H E. ` LL Q 3 0b v �- G ° 4 m — .Q m d a Z - v O 'vi « m m is 0 u .• >131 -CM m a .. `m d c O m E 0 a <cc m c a � a n E LE r N c a to c « c E x E v un- ii o E y d m E cs wn 'n q .p ° °o v " 0 Pr g aa' 8 .a. " L^ m 't` a o u I- wO um nea O uom° CO w 2 'n 'n 04 me C3 `o a? � 0 u. m nm` N y 3 a a d a _ n `0 o L m cc y d _ G N - d > Y O u , it im a H o a y "`' Cx o ` c ra ` a c a ro o "au x a ., o a o 2 > uO a a oc mN CqNti EL > ^ md C Na � O N aC AO om3 -c u m ° y a m ' doE a > in NU °O. c cub c = e Wa n0 d O O m e sC \ ir < =' cw � o OEa. c c N 0 Ci vi m uo Ln va) > C d � o $ z d C N y O d L 3 `o A a m `w 3 c 0 O N o y L E yi o -• ' y 'n -o w a a -- 0> a° E G ;,, w u E ° Y o U v ° « n a A a a O y d L ` N al a ° r d o N a a m F Y, m na y m .. in E d c ,'�_, y H n a E C a u .. - 6 u 0 m o c c N ' q• m ` a ° a "d' E a o ,o o o N '-' ' a L C c E n' v E :a ° ,O a H o N o p o Y ,_ N '3 L V 'C Y c - y c ii v m` O c o 3,2 c m -5 2 3 6 E 3 - 0 3 o c° o c O a j 3 a t O > d a 2 r `a « > u O ,v. G a ui y O O > ` C co- N n c ~ y t0 0 0047 .� 0 ,_ a 1- y. N a L C m N t 0 a n m q 3 C C t0 -O oNV 6 • in 1/473 — 6C ' a o - o ' oF E c o 2 u v 9 vaOu o ?cmn uF u < c > 0 0 m v 3b a > E a u m - om n ¢ m v 3m N ,_ yoo - cL ` mo ic S ° d +' 2 u wm ° u 0 « ° ° C 10 10 N 000 C O cca N " ^m EuoaaaaCaa , may € o a a y 6 87 d � « o > ° ° -0 d m uO' m _ m daVc ? 3 `n ° F uCN u a v m � o d aO 1- Er i o a a _ wa s3vc o Em Ozay > n v . N - ummE ` « am = « A aOC E a Cr c ea >d L 1-- cmc E _ LY O d c ` vc a 'W a m a w N _° '° a LLm e a n O jo ~ cHxN N N 0 U LO L O O t O - d ° LoYoG ` O a z ^ ca E 3 « ma• ammc ` n 'ma ° o c m m5g � m 'm w '• wooza m qN '. on c NEc • amtat C w1_ 1300aOl 2- c E r u m5 u c° , « a- u - D O' o vv E na N p W " 3u E ., nY Y C m a g a a N Y c ?°C c1•21 0boa 0a ` - o m a x 3 a a z a a c ✓ o Vw m ova Nm - Qv « EL O v a 2 > ' 0 :5 E t c E mEai ii m` asanvc � u0 a U m ma v w0 `> a c a .Y dAnCcC c ,-IIz XI o ., o u 113 CI ill 4E4 '454 16 2 q a a+ 0 0 v U. ° m LL ° 3 a c L L u a O N S y t 7 c E N a U — a '^ x a i ¢ o c > 'v w o c - Vf X 00 m 5 C a W m t m = `w a a - a Y ° a u- . cc y E L c 2 ., w � .0 a O -o i EL r c A N a � F Q - o E a a it t9 d R a o 3 „ a m y d `) 3 H. VI i'i ° rn . x a c ,H1- U ? x X > > t - u d d a 6 7 U d 0 O m j z .O C ° o- 0 .o L ° E , , c a 'EO LL ° >a _i ,, r v L O a `a) cc z m I- 'p U N t' a m 0 6 d 3 N_ 0 J N N N 'O mt. , LL 3 g ` c ^ a ` v a 0 a `Lc N E (13 -c pu a 03 .=ci '-m 9 vy ¢ a ° . cC „ y biL ;10 ° a0 ,- -oi_ > c Oa O > ¢ sC • u 42 ctc d v o a• C Z E N c v ` vmc Ea - F o 2, m dma t xN « ” ° m a E w wE c m C a - scof m `a vi c viw xD -ON - -' Nv u Um — 'ocOc0 Ez a N • ' m jNa1° > '0a .mEo ° a ° com ¢ dc ° N - ' re 220m uo2t7 'n uou 2 i- 3m u3 uW u - - o E m I- .•-• coalco t 0 al \ 20 MC goo } \ \ ro CD \ �OJ \ $2 ! ! ; a— & \ k { 0.1 f{ }\ g§ ) § co ) §; ;oa \ \ \ \ } \ / \ aoo \ \ \ \ o .1. } \ J ILI '02 ! / { f ! \ -45 a a \ wu \ \}\ \ C 4 \ )c \ a) s . � u , 40.= 0. ; \ % ! ! !i \ {o { ) ) CANTON 2018 MAINTENANCE PROGRAM TYPICAL SECTION OPERATION NO. 1 HOT-MIX ASPHALT SURFACE COURSE, MIXTURE D, N50 WIDTH E-E 7' 7' * '-' MATCH EXISTING PROPOSED HOT-MIX SLOPE (TYP.) ASPHALT SURFACE COURSE, MIX D, N50 2" (TYP.) PROPOSED HOT MIX ASPHALT SURFACE REMOVAL, 2" (TYP.) TYPICAL SECTION CURB+OU1lER STREETS RESURFACED t EDGE OF CURB AND OUSTER TO T CUT LOCATION NO MCI STONEGATE DR (MAIN ST — 4TH AVE) 2 0 7' % LINCOLN ROAD (GETTYSBURG DR — 4TH AVE) 2 0 7' LAUREL DR (MAIN ST — HEMLOCK TER) 2 ® 7' 8 e c RI sDRAWING 10f 2 n. el I* MAURER-STUTZ INS' SURVIVORS m.sitsuncsumspnamess NO CCC&G ON SOUTH SIDE OF STONEGATE DR ^�--" - n.0 6 FROM ARGONNE DR TO 4TH AVE „a AG"'..................' CANTON 2018 MAINTENANCE PROGRAM TYPICAL SECTION OPERATION NO. 1 HOT-MIX ASPHALT SURFACE COURSE, MIXTURE D, N50 WIDTH F-F 7' 7' I TC I MATCH EXISTING PROPOSED HOT-MIX SLOPE (TYP.) ASPHALT SURFACE COURSE, MIX D, N50 2" (TYP.) PROPOSED HOT MIX ASPHALT SURFACE REMOVAL, 2" (TYP.) TYPICAL RECTION CURB+ GUTTER STREETS FEEIURFACED FACE OF CURB AND GUTTER TOT our LOCATION NO 1A'1QIli LINCOLN ROAD (MAIN ST - GETTYSBURG DR) 2 ® 7' OMWING 2OF2 04 MAURER-STUTZ guu peopxwomthroutyDENspe viz 2 .22'2et I _E Wet o2L $$ Ile-.5!6 =2E A bac; : aN .4 O N fE ggi ti ! . .i I I coF 3 I / c fi1Q o eE N ewp J O W V 1\ on. - baF N _ '. _ zc OaE4 c b 0s- v o 0 k eio n I "- d3 O \\\ p S P O s 2 o . C' o _ O O \\ . „:z„ 94. O \\ 4. 4414 0 4 o _ F IJ EE £ -1-E- \\ -0- O ® .4 I 3 $ e�: 1 - N E 4 Fix; ...1 b Y 04 <"£ H € C z M r aya` � ' _� oa� o �' I s a w e e _ W C liXi .= Z O . i 5 LL LIQ tin R! a e3 I p • _ oo e 3_ •• A.d o-- I AE - : """ °": I h o 4* = o u o O - O -_ • I - E €c \.I I .,, F. h ° ▪ =� = _mss -m `, E ' i 2 -▪2 ii; 14 ® ; _ c a ® i : I : .. N 2 N F - wen N I I � g cn W e t . _ __ G2 g C•3 O I I I £ 5y C I I o :11 L n V I I = I I _e. -' • 4 • gE E I1 1N 11 A. m I • _ I • I I I o ; -"" • I - I �/ _ 0 E 4 s I I II 1 ij 3 . ) !.7 ) kms \ w32S . #§� ! §ƒ� : ` ` 2 � • .. §�:.,_ „ /g§ Q 2 I 2 _ _ K2 § . 1 © _ : < aZ _ . {} § ( 333- 3 , ,_ eL Bfi ~ ^ ; I / 1 . :, ' I .3 \ } ° n , > \ .__ \ag 4 / ©©® ^ / � \ •{; ( C ° . A. » g ( } • ` | , { - } ) { _1-3 . .; \ I ° /^ C4 ; § i \ \ {} } (\ I i,~ d \ Er ! 22 \ Cfl ) .) \ \ yn . eNV F E Y -, mill: 1 6 � Ze z :,e: .. .%. c i11 ta Y T 21,15 R.0E: tF � o � II tt 1 w = ` 3 -.° !- ! °!,i _ e' E v a ' 6y\\ I ' EL EDI 00p . I --1141 0 _ a . I n', I (j € • . lei bII " V G - O I b ,o0 141 a UN 1 - m N 0 cai o ® s v u > Fa g Lg - z ' „Y 34 3 3 33 33.3 33.3E r . - y OO C) O4 J .I—oma E .E)--fr: I % i I -E 2 3 .m ..n = £_` - „E „. = -3ako Ig @ . o eIc E 5 e s g s c g W r i * O �" tl E g ,E bi c I 11 RI s R ' e IPa = I e99 c g . t 3 ii o IFS F K a 3 . .ii !- . C n U e p oc, II 100614 I00611 9(StI 0001111> 1.cm °01 vE s„ g \r% 2 ' ' ' F ] 1 x G I0 9c li C S ld J _ - f2 3 x n c V a f22 o 82 n w _ - 3o X 6 E Zja a Q 0 s = � li ,1co \ J cippi Lu ¢ 'o°Ear E xE g RE' 25 0 Eoay /I� IS 0 _ - . s - OW \0 gi gt 3" i \ i) tic a. W o a =' rvam.ea io abo3x 4. -' �' ii t o\ JE. ii. 000 o 41- 0 �. 1 . e°ee V Peeee A E G o '-----_,-„H i g= ,? Peeee I . e°e L N QH - "ncYp > —1.1i .�.�. 2 "I,P Eg / —' a ' Y uI - s g Ow 1 / 7 o0 C c A A A w. 35 i I 5 < :rim x[ F -a=Ar.` i " h 1 W i IRI [I .., siss �� s ;. '> H II III 3 L ,,- = 1 c c 3 (I � j �� W iii I . . e _t # I '; all r 1_1 iiiia ,I � s 1 oIllinois Department of Transportation Office of Highways Project Implementation /Region 3/District 4 401 Main Street/Peoria, Illinois 61602-1111 May 9, 2018 Ms. Diana Pavley-Rock, City Clerk 2 North Main Street Canton, Illinois 61520 Municipal Motor Fuel Tax (MFT) City of Canton Section 18-00000-02-GM Dear Ms. Pavley-Rock: The Acceptance of Proposal to Furnish Materials and Approval of Award(BLR 12330) in the amount of$30,420.00 with Midstate Asphalt Repair for spray patch for the above section was approved on May 1, 2018. Authorization to expend $30,420.00 of Motor Fuel Tax (MFT) funds for this section has been approved and should appear on the city's next MFT transaction detail. One copy of BLR 12330 is attached, one copy is being forwarded to Maurer- Stutz, and one copy is being sent to the contractor. One copy of the approved contract is being forwarded to the contractor. If you have any questions, please contact Simon Alwan at(309)671-3694. Sincerely, Ar G " ,., Kensil A. Garnett, P.E. Region Three Engineer SJA/Imh o.\Irs\gen\winword\blrs\staff\alwan\letters\city\proposal\canton_spraypatch_18-00000-02-gm4ocx Enclosure cc: Maurer-Stutz Midstate Asphalt Repair Documentation Review File 4 Illinois Department Acceptance of Proposal to Furnish of Transportation Materials and Approval of Award Local Public Agency: City of Canton County: Fulton Section 1a-0000a-o2-GM Route Various To Midstate Asphalt Repair Address P.O. Box 250', Eureka, IL 61530 In accordance with your proposal submitted on 4/16/2018 ,a copy of which is in our files,you have been proposal or quotation dale of submittal awarded the contract for furnishing the following materials required in the maintenance of the above designated project. aonslrunion or maintenance Materials shall be inspected in accordance with current Departmental policies. Item Unit Quantity Unit Price Amount Bit Malls Seal CRS-2 Gal 3800 T1500 27,170.00 Seal Coat Aggregate(Spray Patch) Ton 100 32.5000 3,250.00 Total: 30420.00 Terms All work shall becompleted by August 30,2018 unless approved by the City. Shipping Instructions See Special Provisions For Municipal rejects Lies ti IAAA 4-Sp rge, (Val Date Illinois Department of Transportation For County And Road District Project Concurrence in approval of award Highway Commissioner - F/ Dae i-'st.W A . 614....14_,_Regional Engineer County Engineer/Superintendent of HighwaysSr-- , 18 Date Date BLR 12330 tiles.07/16/13) Printed 4/16/2015 IYinois Department Of Transportation TRANSMITTAL LETTER Office of Highways Project Implementation/Region 3/Distract 4.401 Main Street. Peoria, Illinois 61602-1111 .Telephone 309/671-3333 n Date: December 10, 2018 To: City of Canton Route: 2 North Main Street Section: 18-00000-00-GM Canton, Illinois 61520 County: Fulton Job No.: Contract No.: Attention: Ms. Diana Pavley-Rock, City Clerk Agency: City of Canton Approved Requests for Approval of Change in Plans (BLR 13210), Engineers Final Payment Estimates Subject: (BLR 13231) and Maintenance Expenditure Statements (BLR 14310) Transmittal Sent As Marked Below: ❑ For Processing/Approval ❑ Other(See Remarks) ❑ Returned for Corrective Action ❑ For Your Information/Response ❑ Per Our Conversation ❑ Review and Comments ® Note and File ❑ Per Your Request ❑ Take Appropriate Action Description and/or Remarks: Attached are the approved Requests for Approval of Change in Plans (BLR 13210) and Engineer's Final Payment Estimates (BLR 13231)for Advanced Asphalt Company and Midstate Asphalt Repair as well as the Maintenance Expenditure Statement (BLR 14310)for the above-mentioned section. If you have any questions, please contact Mr. Simon Alwan at(309)671-3694. Kensil A. Garnett, P.E. Region Three Engineer SJA/jjs Attachment(s) cc: Maurer-Stutz, Inc Documentation Review File s:\gen\winward\bim\staff\alwan\gm\municipal\final pay est\canton_1&gm fpe.mes.cip.docm Printed 12/612018 of AD0101 (Rev.07106/16) Ell ®��goilsg t nVA Municipal Maintenance Expenditure Statement o Maintenance Period Local Public Aoncy Be innin Ending Section Number City of Canton ilgle" / h 01101/18 to 12/31/18 18-00000-00-GM Maintenance Operation Costs Maintenance Operations Maintenance Labor Materials Equipment Rental Contract Total Maintenance Operation Engineering As listed on approved BLR 14231) Eng.Group Operation Cost Inspection Fee 1. Mill and HMACYverlay IV $106,956.48 $106,956.48 $6,417.39 Advanced Asohalt Company 2. Spray Patch IIB $30,657.25 $30,657.25 $919.72 Midstate Asphalt Repair, Inc. I Add Row Total Maintenance Cos $137,613.73 Maintenance Engineering Cost Summary Preliminary Engineering Fee $9,195.43 Maintenance Maint. Engineering Engineering Inspection Fee $7,337.11 Total Maintenance Program Costs $137,613.73 $16,532.54 Material Testing Costs Contributions, Refunds, Paid with Other Funds Advertising Costs Total Motor Fuel Tax Portion $137,613.73 $16,532.54 Bridge Inspection Costs Total Motor Fuel Tax Funds Authorized 1 $139,304.00 $18,549.34 Total Maintenance Engineering 16,532.54 Surplus/Deficit 1 $1,690.271 $2,016.80 Remarks I hereby certify that the maintenance operations shown above were completed in accordance with the items of work listed on an approved Municipal Estimate of Maintenance Costs, from BLR 14231 and that the expenditure of Motor Fuel Tax funds,for work during the maintenance period staled above,and that receipted bills are on file and available for review. Submitted: Munid al Oficial Date . Approved with understanding that approval could changes based upon a compliance review by the Department. Regional Engineer De artment of Trans ortation Date Title /71 agar , Printed 11/05/18 Page 1 of 1 BLR 14310(Rev.03/13/17) ®INnois Denspon w ent Request for Approval Of Trartation of Change in Plans Date. 11/52018 County'. Fulton Request No 1 Xl Final Road District or Municipality: City of Canton Contractor: Midstate Asphalt Repair Inc. Section No. 18-00000-02-GM Address: P.O.Box 250 Eureka, IL 61530 I recommend that this addition be made to the above contract. (addAon,eAenelon,deduction) it.horn) The estimated quantities are shown below and the contractor agrees to furnish the materials and do the work at the unit prices. Item Description Unit Quantity Unit Price p��aroo(o) emTotal Addition Total Deduction Bit Matls Seal CRS-2 Gal 10.00 7.15 D $ $ 71.50 Seal Coat A r(Spray Patch Ton 9.50 3250 A $ 308.75 $ IS $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Total Changes I $ 308.75 1 $ 71.50 BUR 13210 (Rev.11107113) Printed 11/S 018 1 oft Total Net Change: $ 237.25 Amount of Original Contact: $ 30,420.00 Amount of Previous Change Orders: Amount of adjusted/final contact $ 30,657.25 Total net addition to date $ 237.25 which is 0.78 %of the contract price. (adtlition,deduction) State fully the nature and reason for the change: Final field measurements When the net increase or decrease in the Cost of the contract is$10,000.00 or more,or the time of completion is increased or decreased by 30 days or more,one of the following statements must be checked ❑ The undersigned has determined that the circumstances which necessitate this change were not reasonably foreseeable at the time the contract was signed. ❑ The undersigned has determined that the change is germane to the original contract as signed. The undersigned has determined that this change is in the best interest of the Local Agency and is authorized by law. Prepared by: Game B.Merkle Senior Project Engineer-Maurer-Stutz,Inc. Title of Prepare, For County and Road District Projects For Municipal Projects 9�U✓ Highway Commissioner ni=K0 A r Data Till �I Officer 1/�c0/B Submitted/Approved i County EngineedSupenniendent of Highways Approved Date yr �0 Regional Engineer lernIA Date Nate. Make out separate form for change in length quantities. Give net quantities Submit 6 Originals If plans are required attached 3 sets. BLR 13210 (Rev.11/07/13) Printed 11/5/2018 2 oft ®iiiinots nsp�orttment Request for Approval of Traation of Change in Plans Date. 11/5/2018 County: Fulton Request No 1 Final Road District or Municipality. City of Canton Contractor: Mitlstate Asphalt Repair, Inc. Section No. 18-00000-02-GM Address: P.O.Box 250 Eureka, IL 61530 1 recommend that this addition be made to the above contract. (addiu'on eaenslon dedumidn) fro,..) The estimated quantities are shown below and the contractor agrees to furnish the materials and do the work at the unit prices. Item Description Unit Quantity Unit Price 0°° 1—(o) pmu<moTotal Addition Total Deduction Bit Made Seal CRS-2 Gal 10.00 7.15 D $ $ 71.50 Seal Coat A r(Spray Patch Ton 9.50 32.50 A $ 308.75 $ $ $ 8 $ $ $ $ $ $ $ 8 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Total Changes: $ 308.75 1 $ 71.50 BLR 13210 (Rev. 11/07113) Printed 1115/2018 1 oft Total Net Change: $ 23725 Amount of Original Contract. $ 30,420.00 Amount of Previous Change Orders: Amount of adjusted/final contract: $ 30,657.25 Total net addition to date $ 237.25 which is 03e %of the contract price. (addition,deduction) Stale fully the nature and reason for the change'. Final field measurements When the net increase or decrease m the cost of the contract is$10,000.00 or more,or the time of Completion is increased or decreased by 30 days or more,one of the following statements must be checked'. ❑ The undersigned has determined that the circumstances which necessitate this change were not reasonablyforeseeable at the time the Contract was signed. ❑ The undersigned has determined that the change is germane to the original contract as signed. ❑ The undersigned has determined that this change is in the best interest of the Local Agency and is authorized by law. Prepared by. Gerge B.Merkle Senior Project EmGineer-Maurer-Stutz,Inc. Tide of Preparer For County and Road District Projects For Municipal Projects Highway Commissioner Mu Data Tilf�l6n�A/deer SubmiltedlApprovetl Data County En,ineer/SupednteMent of Highways Approved Date J�T r. Regional Engineer 7.1 L11� ,at. Note: Make out separate form for change in length quantities. Give net quantities Submit 6 Originals If plans are re uired attached 3 sets. 6LR 13210 (Rev.1IM7/13) Printed 11/5/2018 2 of 2 ®��rInOLS DC�a1tfT11?71t Request for Approval pf Tf8115ppPt81 of Change in Plans Date: 11/52018 County. Fulton Request No 1 X] Final Road District or Municipality City of Canton Contractor: Midstate Asphalt Repair,Inc. Section No. 18-00000-02-GM Address: P.O. Box 250 Eureka, IL 61530 1 recommend that this addition be made to the above contract. oddman,eaenemndeduaronl to nom) The estimated quantities are shown below and the contractor agrees to furnish the materials and do the work at the unit prices. Item Description Unit Quantity Unit Price oeduaonjoAddi r Total Addition Total Deduction B0 Malls Seal CRS-2 Gal 10.00 7.15 D $ - $ 71.50 Seal Coat A r(Spray Patch Ton 9.50 32.50 A $ 30875 $ - $ $ $ $ $ $ $ IS $ $ $ $ $ $ $ It $ $ $ 8 $ $ IS $ $ $ $ $ $ $ $ $ $ IS $ $ $ $ $ $ $ $ Total Changes: $ 308.75 $ 71.50 SLR 13210 (Rev.11107113) Printed 111512018 1 oft Route Various Qy/ fflno S I ent County Fulton T� O {jQ�� Local Agency City of Canton Section 18-00000-02-GM Engineer's Final Payment Estimate Estimate No. 1 and Final Date of Completion 9/18/2018 Payable To: Name Midstate Asphalt Repair Address P.O. Box 250; Eureka, IL 61530 Items Awarded- Added Deducted Completed Q.antiW Values uantit I QuantityUnit Price Values Totals from previous page Bit Matls Seal CRS-2 3,800.00 27,170.00 10.00 1790 00 715 27,098.50 Seal Coat A r(Spray Patch 100.00 3,250.00 9.50 10950 0 32.50 3,558.75 Total Awarded Values $30,42000 1 1 Total Com leled Values $30,65].25 Page 1 of 2 BLR 13231 (Rev. 1/06) Printed on 11/5/201810:45'.53 AM Section Number: 18-00000-02-GM Total Brought Forward $30,657.25 Miscellaneous Extras and Credits Values Total Miscellaneous Extras and Cretlits Total Value of Com feted Work 3065725 Miscellaneous Debits Values Total Miscellaneous Debits Net Cost of Bedion $30,657.25 Previous Payments Net Amount Due $30,65].25 Signed: Re 'dentE gin er ns��ullaneet Signed: W /V// Local Ag nc I Dale Approved: /zinlP, egmnal Engineer Date Page 2 of 2 BLR 13231 (Rev. 1106) Printed on 11/58018 10'.45'.53 AM ®flHMM Dnspr�ment Request for Approval Of Traortation of Change in Plans Date: 11/52018 County: Fulton Request No 1 Xl Final Road District or Municipality City of Canton Contractor: Advanced Asphalt Company Section No. 18-00000-01-GM Address: P.O. Box 234 Princeton, IL 61356 1 recommend that this deduction be made from the above contract. (esauw,edo-or,eeewuon) no,rmm) The estimated quantities are shown below and the contractor agrees to furnish the materials and do the work at the unit prices. Item Description Unit Quantity Unit Price AJEAbn(A)ofTotal Addition Total Deduction om�aan i)) HMA Surface Removal 2" Sq Yd 217.00 2.00 D $ $ 434.00 Bit Matls Tack Ct Lb 432.40 0.75 A $ 324.30 $ HMA Surf Cse Mix D N50 Ton 15.54 97.00 D $ $ 1,507.38 Material Transfer Device Ton 51.74 6.00 D $ $ 31044 $ $ $ S $ $ $ $ $ $ $ $ $ $ Total Changes: $ 324.30 1 $ 2251.82 BLR 13210 (Rev 11/07113) Printed 11/5/2018 1 of Total Net Change: $ (1,927,52) Amount of Original Contract: $ 108,884.00 Amount of Previous Change Orders: Amount of adjusted/final contract: $ 106,95648 Total net deduction to data $ (1,927.52) which is 4.77 %of the contract price. (addition,deduction) State fully the nature and reason for the change: Final field measurements When the net increase or decrease in the cost of the contract is$10,000.00 or more,or the time of completion is increased or decreased by 30 days or more,one of the following statements must be checked. The undersigned has determined that the circumstances which necessitate this change were not reasonably foreseeable at the time the contract was signed. E] The undersigned has determined that the change is germane to the original contract as signed. ❑ The undersigned has determined that this change is in the best interest of the Local Agency and is authorized by law. Prepared by. Germ B.Merkle Senior Project Engineer-MaurerStutz,Inc. Title at Preparer For County and Road District Projects For Municipal Projects /✓Ia r Highway Commissioner � p w jr Data I —r%n�epf rupwip'al/q{ncar Submitted/Approved 1 nine County Cl Couny Enginem/5upedntendent or Hi0hwaoi Approved Date o. Regional Engineer 7.lhIB Date Note: Make out separate forth for change in length quantities. Give net quantities Submit 6 Originals If plans are required attached 3 sets. BLR 13210 (Rev.11107113) Printed 11/512018 2 of 2 qyf �uj1fO1S ��IttTtellt Request for Approval of Change in Plans Date: 11/5/2018 County: Fulton Request No 1 XJ Final Road District or Municipality: City of Canton Contractor. Advanced Asphalt Company Section No. 18-00000-01-GM Address: P.O.Box 234 Princeton.IL 61356 1 recommend that this deduction be made from the above contract. (amnion.enenson,deduction) Oo.mom) The estimated quantities are shown below and the contractor agrees to furnish the materials and do Me work at the unit prices. Item Description Unit Quantity Unit Price Aa,In,,,or Total Addition Total Deduction P H Deauxonu)) HMA Surface Removal T' Sq Yd 217.00 2.00 D $ $ 434.00 Bit Made Tack Cl Lb 432,40 075 A $ 324.30 $ HMA Surf Cse Mix D N50 Ton 15.54 97.00 D $ $ 1 507.38 Material Transfer Device Ton 51.74 6.00 D $ $ 310.44 $ 8 8 $ 8 $ $ $ 8 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ S $ $ $ $ S $ $ $ Total Changes: $ 324.30 $ 2251.82 BLR 13210 (Rev.11/07/13) Printed 11/5/2018 1 oft Total Net Change. $ (1,927.52) Amount of Original Contract. $ 108,884.00 Amount of Previous Change Orders: Amount of adjusted/final contract. $ 106,95648 Total net deduction to date $ (1,927.52) which is -1.77 %of the contract price. (addition,deduction) State fully the nature and reason for the change: Final field measurements When the net increase or decrease in the cost of the contract is$10,000.00 or more,or the time of completion is increased or decreased by 30 days or more,one of the following statements must be checked ❑ The undersigned has determined that the circumstances which necessitate this change were not reasonably foreseeable at the time the contract was signed. ❑ The undersigned has determined that the change is germane to the original contract as signed. The undersigned has determined that this change is in the best interest of the Local Agency and is authonzed by law. Prepared by. Gerge B.Merkle Senior Project Engineer-Maurer-Stutz,Inc. Title of Preparer For County and Road District Projects For Municipal Projects 7 0✓ Highway Commissioner Mu ' IOffioer Data Titk o ipal Crroer Submitted/Approved Date County EngineerlSupennterdent of Hghway$ Approved Date 1 Regional Engineer [_ A Dm Date Note: Make out separate form for change in length quantities. Give net quantities Submit 6 Originals If Plans are required attachetl 3 sets. BLR 13210 (Rev.11/07113) Printed 11/512018 2 of 2 Route Various f Tma 7epartlrlPJ7t County Fulton Of Transportation Local Agency city of canton Section 1B-00000-01 -GM Engineer's Final Payment Estimate Estimate No. 1 and Final Date of Completion May 15 2018 Payable To: Name Advanced Asphalt Company Address P.O. Box 234; Princeton, IL 61356 Items Awarded* Added I Deducted Completed ntit uanti O.mtuv Unit Price I Value Totals from previous page HMA Surface Removal 2' 7,849.00 15,69600 217.00 7 200 1 2.00 15,264.00 Bituminous Materials Tack Cl 31532.00 2649.00 43240 3964.40 1 075 2973.30 HMA Buff Css,Mix D, N50 879.00 85,26300 15.54 863.46 97.00 83,755.62 Material Transfer Device 879.00 5,274.00 5174 827.26 6.00 4963.56 it TotalwarEetl Values $108,884.00 Total Completed Values $10695648 Page 1 of 2 BLR 13231 (Rev. 1106) Printed on 111512018 10:45:33 AM ~Section Number: 18-00000-01 -GM Total Brought Forward $106,956.48 Miscellaneous EAras and Credits Values Total Miscellaneous EAma and Credits Total Value of Com leted Work 106956.48 Miscellaneous Debits Values Total Miscellaneous Debits Net Cost of Section $106,95648 Previous Pa ments Net Amount Due $106,956.48 Signed: r�!/�Cr a✓/e !/f�' ll�L?4 Resitlenl n erlConsupla�t Date Signed: Loc' ency Date Approved: Regional Engineer Date Page 2 of 2 BLR 13231 (Rev. 1106) Printed on 111512 018 10,45:33 AM