Loading...
HomeMy WebLinkAboutResolution # 3862~~ :~ ~ a, ..~ ' ~ .. Illinois Department of Transportation Division of Highways /Region 3 /District 4 401 Main Street /Peoria, Illinois / 61 602-1 1 1 1 Telephone 309/671-3333 July 30, 2008 CITY MFT City of Canton Section 08-00000-00-GM 2008 General Maintenance Ms. Nancy Whites City Clerk 2 North Main Street Canton, Illinois 61520 Dear Ms. Whites: A contract in the amount of $211,769.88 with Advanced Asphalt Company is approved. One copy is enclosed. Three copies of the approved contract have been sent to Maurer-Stutz, Inc. ery trNly yours, J eph E. Crowe, P.E. D uty Director of Highways, Region Three Engineer LHL:sds s:\gen\winword\parklcontract approval\contapprcanton08-00000-00-gm.doc Enclosure cc: Maurer-Stutz, Inc. (G. Merkle -Peoria office -3 copies) Advanced Asphalt Company (letter only) District Four Auditor (letter only) File <,~ RETURN WITH BID J Q ~~ O~ ~ O ~ ~ W L ~ ~ Zm W O = U ~ O ~ Z F-- '~"' W p ~ ~ OO Z~ 0 ~ W N Z ~ ~ o QZ m Submitted j Approved/Passed - ~' I ~ ~ `DO(~ • ,Mayor /Mayor/ For County and Road District Projects Only Submitted/Approved APPROVED DEPARTMENT ~OF TRANSPORTATION Date ~ yy`~ ~~ STATE OF ILLINOIS PROPOSAL SUBMITTED BY Advance Asphalt Co. Contractor's Name 234 Street P.O. Box Princeton IL 61356 City State Zip Code COUNTY OF Fulton City of Canton (Insert name of City, Village, Town or Road District) SPECIFICATIONS, PLANS, CONTRACT AND CONTRACT BOND. (Strike out that which is not applicable) FOR THEIMPROVEMENT OF TO BE CONSTRUCTED UNDER THE PROVISIONS OF THE ILLINOIS HIGHWAY CODE County Engineer/Superintendent of Highways Page 1 of 1 Printed on 7/28/2008 8:52:20 AM STREET NAME OR ROUTE NO. Various Streets SECTION NO. 08-00000-00-GM TYPE OF FUNDS MFT IL 494-0328 I Eng BLR 12210 (Rev. 7/05) INDEX FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS Adopted January 1, 2008 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 1-1-07) (Revised 1-1-08) SUPPLEMENTAL SPECIFICATIONS Std. S cec. Sec. 205 Embankment ..................... Page No. 251 ........................................................................................................ Mulch ................ 1 253 ...................................................................................... .................................. Planting Woody Plants 2 280 .................................................................. ............................................ Temporary Erosion Control 3 3 ................................................................................ ....................... Reflective Crack Control Treatment 5 502 .......................................................................................... Excavation for Structures 6 503 .......................................................................................................... Concrete Structures ...... g 505 ............................................................................................................ Steel Structures 10 540 ........................................................................................................................ Box Culverts ................... 11 633 ........................................................................................................... Removing and Reerecting Guardrail and Terminals 12 672 ................................................................ Sealing Abandoned Water Wells ....... 13 701 ....................................................................................... Work Zone Traffic Control and Protection 14 838 ................................................................................ Breakaway Devices ........................... . 15 1004 . ..................................................................................... Coarse Aggregates ............................. 16 1020 ................................................... ................................. . Portland Cement Concrete 17 1022 ....................................................................................................... Concrete Curing Materials ................. 18 1042 ....................................................................................... Precast Concrete Products 20 1062 ....................................................................................................... Reflective Crack Control System ..................... 21 1069 ......................................................................... Pole and Tower 22 81 ......................................................................................................... ................ Materials for Planting ........................... 24 1083 ..................................................................................... Elastomeric Bearings ....................... 27 1102 ......................................................................................... Hot-Mix Asphalt Equipment ...... 29 ................................................................................................ 30 CHECK SHEET FOR RECURRING SPECIAL PROVISIONS Adopted January 1, 2008 The following RECURRING SPECIAL PROVISIONS indicated by an "X"are applicable to this contract and are included by reference: RECURRING SPECIAL PROVISIONS CHECK SHEET # PAGE N0. 1 ^ State Required Contract Provision All Federal-aid Construction Contracts (Eff. 2-1-69) (Rev 1-1-07) . ............................................ 2 ^ Subletting of Contracts (Federal Aid Contracts) (Eff. 1-1-88) (Rev. 5-1-93) . 31 ..................................................................................... 3 ^ EEO (Eff. 7-21-78) (Rev.11-18-80) ..................................... 33 .............................................................................................................. 4 ^ Specific Equal Employment Opportunity Responsibilities Non Federal-aid Contracts (Eff. 3-20-69) (Rev. 1-1-94) 34 44 .......................... 5 ^ Required Provisions -State Contracts (Eff. 4-1-65) (Rev.1-1-07) .............. ...................................................................................... 6 Reserved ...... 49 .................................................................................................................................................................................... 7 Reserved ............................ 54 8 ^ .............................................................................................................................................................. Haul Road Stream Crossings, Other Temporary Stream Crossings, and In-Stream Work Pads (Eff.1-2-92) (Rev.1-1-98) 55 56 9 ^ ........... Construction Layout Stakes Except for Structure" (Eff.1-1-99) (Rev.1-1-07) ..... 10 ^ ............................................................................. Construction Layout Stakes (Eff. 5-1-93) (Rev.1-1-07) ............... 57 11 ^ ..................................................................................................... Use of Geotextile Fabric for Railroad Crossing (Eff. 1-1-95) (Rev.1-1-07) 60 12 ^ ....................................................................................... Subsealing of Concrete Pavements (Eff. 11-1-84) (Rev.1-1-07) .. 63 13 ^ .................................................................................................... Hot-Mix Asphalt Surface Removal (Cold Milling) (Eff. 11-1-87) (Rev.1-1-07) .. 65 14 ^ ................................................................................ Pavement and Shoulder Resurfacing (Eff. 2-1-02) (Rev.1-1-07) ...... 69 15 ^ ............................................................................................... PCC Partial Depth Hot-Mix Asphalt Patching (Eff. 1-1-98) (Rev.1-1-07) 71 16 ^ .......................................................................................... Patching with Bituminous Overlay Removal (Eff. 10-1-95) (Rev.1-1-07) 72 17 ........................................... ............................................... Polymer Concrete (Eff. 8-1-95) (Rev.1-1-08) .................. 74 18 ........................................................................ ......................................... PVC Pipeliner (Eff. 4-1-04) (Rev.1-1-07) .. ...................... ... 75 19 ^ ............................................................................................................... Pipe Underdrains (Eff. 9-9-87) (Rev.1-1-07) ... . 77 20 ^ . ............................................................................................................................... Guardrail and Barrier Wall Delineation {Eff. 12-15-93) (Rev.1-1-97) ................................................................................. 78 79 21 ^ ............... Bicycle Racks (Eff. 4-1-94) (Rev.1-1-07) .................. .. 22 ^ . ..................................................................................................................... Temporary Modular Glare Screen System (Eff.1-1-00) (Rev. 1-1-07) ............................................................................ 83 85 23 ^ .................. Temporary Portable Bridge Traffic Signals (Eff. 8-1-03) (Rev. 1-1-07) 24 ^ ............................................................................................. Work Zone Public Information Signs (Eff. 9-1-02) (Rev. 1-1-07) ...................................................................... 87 89 25 ^ ................................. Night Time Inspection of Roadway Lighting (Eff. 5-1-96) 26 ^ .................................................................................................................. English Substitution of Metric Bolts (Eff. 7-1-96) ................................................................................................ 90 91 27 ^ ............................... English Substitution of Metric Reinforcement Bars (Eff. 4-1-96) (Rev,1-1-03) ................................................... 92 28 ^ .............................. Calcium Chkxide Accelerator for Portland Cement Concrete (Eff.1-1-01) ...................................................... .. . 93 29 ^ . . ............................ OC of Concrete Mixtures at the Plant - Single A (Eff. 8-1-00) (Rev.1-1-04) ......................................................... . 94 30 ^ . .......................... QC of Concrete Mixtures at the Plant - Double A (Eff. 8-1-00) (Rev.1-1-04) ........................................................................ . 100 31 ^ . ......... Quality ControVOualityAssurance of Concrete Mixtures (Eff. 4-1-92) (Rev.1-1-07) ........................................................................ 108 CHECK SHEET FOR RECURRING LOCAL ROADS AND STREETS SPECIAL PROVISIONS Adopted January 1, 2008 The following RECURRING LOCAL ROADS AND STREETS SPECIAL PROVISIONS indicated by an "X" are applicable to this contract and are included by reference: RECURRING LOCAL ROADS AND STREETS SPECIAL PROVISIONS CHECK SHEET # PAGE N0 ..... LRS 1 Reserved .......... ....................................................................................................................................................... . 121 LRS 2 ^ .................... Furnished Excavation (Eff.1-1-99) (Rev.1-1-07) ............ . LRS 3 Q . ................................................................................................................ Work Zone Traffic Control (Eff.1-1-99) (Rev. 1-1-07) . . 122 LRS 4 ^x . . ................................................................................................................... Flaggers in Work Zones (Eff. 1-1-99) (Rev.1-1-07) ... . . . 123 LRS 5 ^X . . . ................................................................................................................. Contract Claims (Eff.1-1-02) (Rev.1-1-07) .. . 124 LRS 6 ^X . ................................................................................................................................. Bidding Requirements and Conditions for Contract Proposals (Eff.1-1-02) ........................................................................ 125 126 LRS 7 ^ ............. Bidding Requirements and Conditions for Material Proposals (Eff.1-1-02) (Rev.1-1-03) ....................................................... 132 LRS 8 ^ ......... Failure to Complete the Work on Time (Eff.1-1-99) LRS 9 ^ .......................................................................................................................... Bituminous Surface Treatments (Eff.1-1-99) . ... 138 LRS 10 ^X . . .............................................................................................................................. Reflective Sheeting Type C (Eff.1-1-99) {Rev.1-1-02) 139 LRS 11 ^X ..................................................................................................................... Employment Practices (Eff.1-1-99) ........... . 140 LRS 12 ^X . ...................................................................................................................................... Wages of Employees on Public Works (Eff.1-1-99) (Rev.1-1-07) ............................................................................................... 141 143 LRS 13 ^x .... Selection of Labor (Eff.1-1-99) .............................................................................................................................. 144 LRS 14 ^ ........................... Paving Brick and Concrete Paver Pavements and Sidewalks (Eff.1-1-04) (Rev 1-1-07) . ................................................................ LRS 15 ^X Partial Payments (Rev.1-1-07) ................ .. . 145 . . .................................................................................................................................... 148 ~Ninois Department of Transportation Special Provisions The following Special Provisions supplement the "Standard Specifications for Road and Bridge Construction", Adopted January 1, 2007 ,the latest edition of the "Manual on Uniform Traffic Control Devices for Streets and Highways", and the "Manual of Test Procedures of Materials" in effect on the date of invitation of bids, and the Supplemental Specifications and Recurring Special Provisions indicated on the Check Sheet included here in which apply to and govern the construction of City of Canton Section 08-00000-00-GM ,and in case of conflict with any part, or parts, of said Specifications, the said Special Provisions shall take precedence and shall govern. MANHOLES AND OTHER OBSTRUCTIONS TO BE ADJUSTED /BASE REPAIR The City of Canton will be responsible for manhole, valve box, and other utility adjustments and any base repair if required. This item will be performed at no cost to this contract. AGGREGATE (PRIME COAT) The City of Canton will be responsible for furnishing and applying prime coat aggregate (if needed). The City will perform this operation at no cost to this contract. BITUMINOUS MATERIALS PRIME COAT This work shall be done in accordance with Article 406.05(b). Bituminous material shall be applied at an approximate rate of 0.06 gallons per Sq. Yd. on existing pavement surfaces and 0.1 gallons per Sq. Yd. on milled surfaces. This is a specified range only and may vary due to field and climate conditions. This work will be paid in accordance with Article 406.14 and at the contract unit price per gallon for BITUMINOUS MATERIALS (PRIME COAT) which shall include all labor, equipment, and materials to complete the work. TRAFFIC CONTROL PLAN Traffic control shall be in accordance with the applicable sections of the "Standard Specifications for Road and Bridge Construction", the applicable guidelines contained in the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways", these special provisions, and any special details and Highway Standards contained herein and in the plans. Special attention is called to SECTION 701 and Articles 107.09 and 107.14 of the "Standard Specifications for Road and Bridge Construction" and the Traffic Control Standards 701501, 701901 and BLR 18-4. Basis of Payment All traffic control required shall be considered incidental to Hot-Mix Asphalt Surface Course, Mix D, N50 or Bituminous Hot Mix Sand Seal Coat (Modified) and will not be paid for separately. Page 1 of 1 BLR 11310 (Rev. 7/05) Printed on 5/15/2008 12:12:18 PM Special Provisions City of Canton Section 08-00000-00-GM #247-08001 BITUMINOUS HOT MIX SAND SEAL COAT (MODIFIED) This item of work shall be performed in accordance with LR-403-2, Special Provision for Bituminous Hot Mix Sand Seal Coat except for the following modifications: CHANGE Description requiring a maximum compacted bituminous hot mix sand seal coat thickness of 19 mm (0.75 inch) to allow greater thickness as required by the Contract. Materials under item (a) include Article 1004 to provide for a CM-16 or CA-16 aggregate in the mixture. Modify Note 1 to follow the Class I Surface Course Mixture Specification in Section 406 of the "Standard Specifications". The following is a Target Range for the aggregate gradation: Passing 2 inch sieve 100% Passing 3/8 inch sieve 99% Passing No. 4 sieve 78% Passing No. 8 sieve 55% Passing No. 16 sieve 40% Passing No. 30 sieve 30% Passing No. 50 sieve 17% Passing No. 100 sieve 7% Passing No. 200 sieve 3% Job Mix Formula Tolerances d5% d5% d4% t~0.3% The ingredients of the seal coat mixture shall be combined in such proportion as to produce a mixture conforming to the following composition limits by weight: Ingredient CA-16 or CM-16 FA-01 FA-20 Residual Bitumen PG 58-22 Percent by Weight 27.9% 32.6% 32.5% 7.0% The percentage of residual bitumen shall be set by the Engineer (or City). The right is reserved by the Engineer (or City) to make such changes in proportions during the progress of the work as deemed necessary. The asphalt content shall not vary d .5% from the bitumen content set by the Engineer (or City). Modify Note 3 to require a PG 58-22 asphalt cement in the mixture. -2- Special Provisions City of Canton Section 08-00000-00-GM #247-08001 HOT-MIX ASPHALT SURFACE COURSES MIX D, N50 This item consists of the furnishing, transportation and placement of hot-mix asphalt mixture in accordance with Section 406 of the Standard Specifications and as modified herein. PG 64-22 bituminous material shall be used. For the CA-16 or CM-16 aggregate only Dolomite will be allowed. Article 406.11 will not be applicable. HOT MIX ASPHALT MIXTURE REQUIREMENTS The following mixture requirements are applicable for this project. Mixture Use(s) Surface Course AC/PG: PG 64-22 RAP %: (Max)** 15% Desi n Air Voids: 4.0% @ Ndes = 50 Mixture Composition: (Gradation Mixture) IL 9.5 or IL 12.5 Friction A gre ate: Mixture D* *CA-16 or CM-16 only Dolomite will be allowed. ** If > 15% RAP is used, the contractor may be required to use a softer grade of asphalt as determined by the Materials Engineer. This work will be paid for at the contract unit price per ton for HOT-MIX ASPHALT SURFACE COURSE, MIXTURE D, N50 which shall include all labor, equipment and materials to complete the work. OTHER PAVEMENT EDGE TRANSITIONS Pavement edge transitions are required at curb and gutter, curbs, inlets, driveways, etc. as needed. Pavement edge transitions shall be considered incidental to Hot-Mix Asphalt Surface Course, Mix D, N50 or Bituminous Hot Mix Sand Seal Coat (Modified) and no additional compensation will be allowed. -3- Special Provisions City of Canton Section 08-00000-00-GM #247-08001 AREA REFLECTIVE CRACK CONTROL TREATMENT Revise the 2"d and 3~d sentences of Article 443.01 to read as follows: "Area reflective crack control treatment shall be System A. Strip reflective crack control treatment shall be System A." Add the following paragraph to Article 443.04: ulf rain is imminent, the Contractor is to apply a fog coat prime and a fine aggregate blotter. as directed by the Engineer, to all area crack control fabric that has been placed but no overlaid. This work shall be completed in accordance with Article 406 06 and will be paid for in accordance with Article 109.04." Add the following paragraph to Article 443.05: "The HMA surface course mixture placement on the crack control treatment shall be completed within two working days of the time the crack control is installed. Reflective crack control treatment placed more than two working days in advance of the overlay placement will be inspected by the Engineer prior to placing the overlay. Any corrective work required by the Engineer shall be completed by the Contractor at no cost to the Department." Revise the first sentence of Article 443.06 to read as follows: "The area to be covered with fabric shall be sprayed uniformly with asphalt binder at a rate of 0.20 to 0.30 gal/sq yd as directed by the Engineer. Add after the first paragraph of Article 443.06: "If the asphalt cement binder bleeds through the fabric under traffic, then a fine aggregate blotter shall be applied as directed by the Engineer and paid for in accordance with Article 109.04. After reflective crack control placement and prior to the bituminous overlay placement, the Contractor shall furnish, erect and maintain SLIPPERY WHEN WET signs at such locations when required during wet weather. The cost of this work shall be included in the unit prices bid and no additional compensation will be allowed." -4- Special Provisions City of Canton Section 08-00000-00-GM #247-08001 HOT-MIX ASPHALT SURFACE. REMOVAL, 1-1/2" The cold milled salvaged aggregate resulting from this operation shall be the property of the City of Canton. The contractor shall deliver it to the City's lot at 2"d Avenue and Pine Street and store it as directed by the City of Canton's Superintendent of Streets. Add the following to Article 440.03: Weather conditions, when milling work is performed, must be such that short term or temporary pavement markings can be placed the day the surface is milled in accordance with Section 703 "Work Zone Pavement Markings". If the milling depth is intended to expose the original concrete pavement, then additional hand or machine work may be necessary to remove any remaining veneer of bituminous pavement which may be left in place behind the milling machine. Such work will be at the direction of the Engineer and at no extra cost to the CITY. Cleanup: After cold milling a traffic lane and before opening the lane to traffic, the pavement shall be swept by a (a) self-propelled street sweeper with power vacuum capability or (b) mechanical broom to prevent compaction of the cuttings onto the pavement. All loose material shall be removed from the roadway. Before the area reflective crack control treatment or prime coat is placed, the pavement shall be cleaned of all foreign material to the satisfaction of the Engineer. This cleanup work shall be considered included in the contract unit price per square yard for HOT-MIX ASPHALT SURFACE REMOVAL, 1-1/2", and no additional compensation will be allowed. Method of Measurement (a) Contract Quantities. The requirements for the use of Contract Quantities shall be Article 202.07(a) of the Standard Specifications. (b) Measured Quantities. Cold milling and planing will be measured and the area computed in square yards of surface. Areas not milled (shadow areas) due to rutting in the existing pavement surface will be included in the area measured for payment. Removal of occasional concrete patches in the surface to the required depth shall be accomplished identically to the removal of the bituminous surface, and these areas shall be included in the unit cost bid per square yard for HOT-MIX ASPHALT SURFACE REMOVAL, 1-1 /2". -5- Special Provisions City of Canton Section 08-00000-00-GM #247-08001 Basis of Payment Transporting salvage milled material to the City's stock pile shall be incidental to the contract unit price per Square Yard for HOT-MIX ASPHALT SURFACE REMOVAL, 1-1 /2". This work will be paid in accordance with Article 440.08. -6- EQUIPMENT RENTAL RATES (BDE) Effective: August 2, 2007 Revised: January 2, 2008 Replace the second and third paragraphs of Article 105.07(b)(4)a. of the Standard Specifications with the following: "Equipment idled which cannot be used on other work, and which is authorized to standby on the project site by the Engineer, will be paid for according to Article 109.04(b)(4)." Replace Article 109.04(b)(4) of the Standard Specifications with the following: "(4) Equipment. Equipment used for extra work shall be authorized by the Engineer. The equipment shall be specifically described, be of suitable size and capacity for the work to be performed, and be in good operating condition. For such equipment, the Contractor will be paid as follows. a. Contractor Owned Equipment. Contractor owned equipment will be paid for by the hour using the applicable FHWA hourly rate from the "Equipment Watch Rental Rate Blue Book" (Blue Book) in effect when the force account work begins. The FHWA hourly rate is calculated as follows. FHWA hourly rate = (monthly rate/176) x (model year adj.) x (Illinois adj.) + EOC Where: EOC =Estimated Operating Costs per hour (from the Blue Book) The time allowed will be the actual time the equipment is operating on the extra work. For the time required to move the equipment to and from the site of the extra work and any authorized idle (standby) time, payment will be made at the following hourly rate: 0.5 x (FHWA hourly rate - EOC). All time allowed shall fall within the working hours authorized for the extra work. The rates above include the cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs, overhaul and maintenance of any kind, depreciation, storage, overhead, profits, insurance, and all incidentals. The rates do not include labor. The Contractor shall submit to the Engineer sufficient information for each piece of equipment and its attachments to enable the Engineer to determine the proper equipment category. If a rate is not established in the Blue Book for a particular piece of equipment, the Engineer will establish a rate for that piece of equipment that is consistent with its cost and use in the industry. b. Rented Equipment. Whenever it is necessary for the Contractor to rent equipment to perform extra work, the rental and transportation costs of the equipment plus five percent for overhead will be paid. In no case shall the rental rates exceed those of established distributors or equipment rental agencies. All prices shall be agreed to in writing before the equipment is used." 80189 HOT-MIX ASPHALT -FIELD VOIDS IN THE MINERAL AGGREGATE (BDE) Effective: April 1, 2007 Revised: April 1, 2008 Add the following to the table in Article 1030.05(d)(2)a. of the Standard Specifications: Frequency of Tests Frequency of Tests Test Method "Parameter See Manual of Test High ESAL Mixture All Other Mixtures Procedures for Materials Low ESAL Mixture VMA Day's production N/A Illinois-Modified Z 1200 tons: AASHTO R 35 1 per half day of Note 5. production Day's production < 1200 tons: 1 per half day of production for first 2 days and 1 per day thereafter (first sample of the da Note 5. The Gsb used in the voids in the mineral aggregate (VMA) calculation shall be the same average Gsb value listed in the mix design." Add the following to the Control Limits table in Article 1030.05(d)(4) of the Standard Specifications: "CONTROL LIMITS Parameter High ESAL High ESAL All Other Low ESAL Low ESAL Individual Moving Avg. of 4 Individual Test Test VMA -0.7 % 2~ -0.5 % v N/A 2/ Allowable limit below minimum design VMA requirement" Add the following to the table in Article 1030.05(d)(5) of the Standard Specifications: "CONTROL CHART High ESAL All Other REQUIREMENTS Low ESAL VMA" Revise the heading of Article 1030.05(d)(6)a.1. of the Standard Specifications to read: "1. Voids, VMA, and Asphalt Binder Content." Revise the first sentence of the first paragraph of Article 1030.05(d)(6)a.1.(a.) of the Standard Specifications to read: "If the retest for voids, VMA, or asphalt binder content exceeds control limits, HMA production shall cease and immediate corrective action shall be instituted by the Contractor." Revise the table in Article 1030.05(e) of the Standard Specifications to read: "Test Parameter Acceptable Limits of Precision Passin : '~ 1/2 in. 12.5 mm 5.0 No. 4 4.75 mm 5.0 No. 8 2.36 mm 3.0 No. 30 600 m 2.0 Total Dust Content No. 200 75 m '~ ° 2.2 /° As halt Binder Content 0.3 Maximum Specific Gravi of Mixture 0.026 Bulk S ecific Gravi 0.030 VMA 1.4 Densi % Com action 1.0 % Correlated 1/Based on washed ignition." 80181 HOT-MIX ASPHALT -PLANT TEST FREQUENCY (BDE) Effective: April 1, 2008 Revise the table in Article 1030.05(d)(2)a. of the Standard Specifications to read: Frequency of Frequency of Tests Test Method Tests See Manual of "Parameter All Other Mixtures Test High ESAL Procedures for Mixture Materials Low ESAL Mixture Gradation 1 dry gradation per day of Hot bins for batch production (either and continuous rooming or plants. afternoon sample) Individual cold-feed and or combined belt- 1 washed ignition feed for drier drum oven test on the plants. mix per day of production passing sieves: (conduct in the 1/2 in. (12.5 mm), afternoon if dry No. 4 (4.75 mm), gradation is No. 8 (2.36 mm), conducted in the No. 30 (600 µm) rooming or vice No. 200 (75 µm) versa). Note 1. Note 3. Note 4. Binder by Ignition 1 per half day of production 1 gradation per day I Illinois of production. Procedure The first day of production shall be a washed igntion oven test on the mix. Thereafter, the testing shall alternate between dry gradation and washed ignition oven test on the mix. Note 4. 1 per day Illinois-Modified AASHTO T 308 I Note 2. it Voids Day's production z 1200 tons: Bulk Specific Gravity 1 per half day of of Gyratory Sample production Day's production < 1200 tons: 1 per half day of production for first 2 days and 1 per day thereafter (first sample of the 1 per day Illinois-Modified AASHTO T 312 "Parameter Frequency of Tests High ESAL Mixture Low ESAL Mixture Frequency of Tests All Other Mixtures Test Method See Manual of Test Procedures for Materials Day's production z Maximum Specific 1200 tons: 1 per day Illinois-Modified Gravity of Mixture AASHTO T 209" 1 per half day of production Day's production < 1200 tons: 1 per half day of production for first 2 days and 1 per day thereafter (first sample of the da 80201 HOT-MIX ASPHALT -TRANSPORTATION (BDE) Effective: April 1, 2008 Revise Article 1030.08 of the Standard Specifications to read: "1030.08 Transportation. Vehicles used in transporting HMA shall have clean and tight beds. The beds shall be sprayed with asphalt release agents from the Department's approved list. In lieu of a release agent, the Contractor may use a light spray of water with a light scatter of manufactured sand (FA 20 or FA 21) evenly distributed over the bed of the vehicle. After spraying, the bed of the vehicle shall be in a completely raised position and it shall remain in this position until all excess asphalt release agent or water has been drained. When the air temperature is below 60 °F (15 °C), the bed, including the end, endgate, sides and bottom shall be insulated with fiberboard, plywood or other approved insulating material and shall have a thickness of not less than 3/4 in (20 mm). When the insulation is placed inside the bed, the insulation shall be covered with sheet steel approved by the Engineer. Each vehicle shall be equipped with a cover of canvas or other suitable material meeting the approval of the Engineer which shall be used if any one of the following conditions is present. (a) Ambient air temperature is below 60 °F (15 °C). (b) The weather is inclement. (c) The temperature of the HMA immediately behind the paver screed is below 250 °F (120 °C). The cover shall extend down over the sides and ends of the bed for a distance of approximately 12 in. (300 mm) and shall be fastened securely. The covering shall be rolled back before the load is dumped into the finishing machine." 80202 PAYMENTS TO SUBCONTRACTORS (BDE) Effective: June 1, 2000 Revised: January 1, 2006 Federal regulations found at 49 CFR §26.29 mandate the Department to establish a contract clause to require Contractors to pay subcontractors for satisfactory performance of their subcontracts and to set the time for such payments. State law also addresses the timing of payments to be made to subcontractors and material suppliers. Section 7 of the Prompt Payment Act, 30 ILCS 540/7, requires that when a Contractor receives any payment from the Department, the Contractor shall make corresponding, proportional payments to each subcontractor and material supplier performing work or supplying material within 15 calendar days after receipt of the Department payment. Section 7 of the Act further provides that interest in the amount of two percent per month, in addition to the payment due, shall be paid to any subcontractor or material supplier by the Contractor if the payment required by the Act is withheld or delayed without reasonable cause. The Act also provides that the time for payment required and the calculation of any interest due applies to transactions between subcontractors and lower-tier subcontractors and material suppliers throughout the contracting chain. This Special Provision establishes the required federal contract clause, and adopts the 15 calendar day requirement of the State Prompt Payment Act for purposes of compliance with the federal regulation regarding payments to subcontractors. This contract is subject to the following payment obligations. ~ When progress payments are made to the Contractor according to Article 109.07 of the Standard Specifications, the Contractor shall make a corresponding payment to each subcontractor and material supplier in proportion to the work satisfactorily completed by each subcontractor and for the material supplied to perform any work of the contract. The proportionate amount of partial payment due to each subcontractor and material supplier throughout the contracting chain shall be determined by the quantities measured or otherwise determined as eligible for payment by the Department and included in the progress payment to the Contractor. Subcontractors and material suppliers shall be paid by the Contractor within 15 calendar days after the receipt of payment from the Department. The Contractor shall not hold retainage from the subcontractors. These obligations shall also apply to any payments made by subcontractors and material suppliers to their subcontractors and material suppliers; and to all payments made to lower tier subcontractors and material suppliers throughout the contracting chain. Any payment or portion of a payment subject to this provision may only be withheld from the subcontractor or material supplier to whom it is due for reasonable cause. This Special Provision does not create any rights in favor of any subcontractor or material supplier against the State or authorize any cause of action against the State on account of any payment, nonpayment, delayed payment, or interest claimed by application of the State Prompt Payment Act. The Department will not approve any delay or postponement of the 15 day requirement except for reasonable cause shown after notice and hearing pursuant to Section ~ 7(b) of the State Prompt Payment Act. State law creates other and additional remedies available to any subcontractor or material supplier, regardless of tier, who has not been paid for work properly performed or material furnished. These remedies are a lien against public funds set forth in Section 23(c) of the Mechanics Lien Act, 770 ILCS 60/23(c), and a recovery on the Contractor's payment bond according to the Public Construction Bond Act, 30 ILCS 550. 80022 REFLECTIVE SHEETING ON CHANNELIZING DEVICES (BDE) Effective: April 1, 2007 Revise the seventh paragraph of Article 1106.02 of the Standard Specifications to read: "At the time of manufacturing, the retroreflective prismatic sheeting used on channelizing devices shall meet or exceed the initial minimum coefficient of retroreflection as specified in the following table. Measurements shall be conducted according to ASTM E 810, without averaging. Sheeting used on cones, drums and flexible delineators shall be reboundable as tested according to ASTM D 4956. Prestriped sheeting for rigid substrates on ban'icades shall be white and orange. Initial Minimum Coefficient of Retroreflection candelas/foot candle/s ft candelas/lux/s m of material Observation An le de Entrance Angle de White Oran a Fluorescent Oran e 0.2 -4 365 160 150 0.2 +30 175 80 70 0.5 -4 245 100 95 0.5 +30 100 50 40" Revise the first sentence of the first paragraph of Article 1106.02(c) of the Standard Specifications to read: "Barricades and vertical panels shall have alternating white and orange stripes sloping downward at 45 degrees toward the side on which traffic will pass." Revise the third sentence of the first paragraph of Article 1106.02(d) of the Standard Specifications to read: "The bottom panels shall be 8 x 24 in. (200 x 600 mm) with alternating white and orange stripes sloping downward at 45 degrees toward the side on which traffic will pass." 80183 LR 102 Page 1 of 1 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR PROTESTS ON LOCAL LETTINGS Effective: January 1, 2006 All protests will be handled according to Subpart F of Subtitle B of Title 44 of the Illinois Administrative Code except for apprenticeship and training certification issues. The Chief Procurement Officer will be a representative of the awarding authority. LR107-5 Page 1 of 1 State of Illinois DEPARTMENT OF TRANSPORTATION Bureau of Local Roads & Streets SPECIAL PROVISION FOR SUBSTANCE ABUSE PREVENTION PROGRAM Effective: January 1, 2008 Revised: January 8, 2008 In addition to all other labor requirements set forth in this proposal and in the Standard Specification for Road and B ridge Construction, adopted by the Department, during the performance of this contract, the Contractor for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: Substance Abuse Prevention Program. Before the Contractor and any Subcontractor commences work, the Contractor and any Subcontractor shall have in place a written Substance Abuse Prevention Program for the prevention of substance abuse among its employees which meets or exceeds the requirements in P. A. 95-0635 or shall have a collective bargaining agreement in effect dealing with the subject matter of P. A. 95-0635. The Contractor and any Subcontractor shall file with the public body engaged in the construction of the public works: a copy of the substance abuse prevention program along with a cover letter certifying that their program meets the requirements of the Act, or a letter certifying that the Contractor or a Subcontractor has a collective bargaining agreement in effect dealing with the subject matter of this Act. LR 403-2 Page 1 of 6 State of Illinois DEPARTMENT OF TRANSPORTATION Bureau of Local Roads and Streets SPECIAL PROVISION FOR BITUMINOUS HOT MIX SAND SEAL COAT Effective August 1, 1969 Revised January 1, 2007 All references to Sections or Articles in this specification shall be construed to mean a specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation. Description. This item shall consist of the furnishing and spreading of a bituminous hot mix sand seal coat mixture to a compacted thickness of 19 mm (0.75 inch) or less afl in accordance with the requirements of these specifications, and to the lines, grade, thickness and cross sections shown on the plans or established by the Engineer. Materials. Materials shall meet the requirements of the following Articles of Section 1000 - Materials. Item Article/Section (a) Fine Aggregate (Note 1) .................................................................................1003.03 (a, b) (b) Coarse Aggregate (Note 2) ............................................................................1004.03 (a, b) (c) Bituminous Materials (Note 3) ......................1032.01-1032.03, 1032.05, 1032.06, 1032.08 Note 1. The fine aggregate shall be of gradation FA-1. Stone sand shall not be permitted. If approved by the Engineer, the material may be produced by blending aggregates from more than one source. The method of blending shall be by the use of aggregate feeders of the apron, drum, reciprocating, or other type approved by the Engineer, which shall provide for proportional and total feeding of the aggregates. The components of a blend need not be of the same kind of material. The source of material and blending proportions shall not be changed during the progress of the work without written permission from the Engineer. Note 2. The coarse aggregate shall be of gradation CA-16. Note 3. The contractor may use any one of the types of bituminous materials as shown in the table below. When more than one grade is shown for particular mixture, the Engineer reserves the right to specify the grade that s hall be used. Type of Construction Bituminous Material Prime Coat MC-30 PEP Bituminous Hot Mix Sand Seal Coat MC-3000 RS-1, RS-2, HFE-90, HFE-150 PG 46-28, PG 52-28, PG 58-28, PG 58-22 LR 403-2 Page 2 of 6 Eouipment. The following required items of equipment shall conform to Section 1100 -Equipment: Item Article/Section (a) Tandem Rollers .............................................................................................1101.01 (e)(1) (b) Three-wheel Rollers ...................................................................................... 1101.01 (e)(2) (c) Hot Mix Plant ...........................................................................................................1102.01 (d) Spreading and Finishing Machine ...........................................................................1102.03 CONSTRUCTION REQUIREMENTS General. The seal coat mixture shall be laid only on a base which is dry and only when weather conditions are suitable. No mixture shall be laid when the temperature of the air in the shade is below 10 °C (50 °F). No work shall be started if local conditions indicate rain is imminent. Rolling shall be done with three-wheel and tandem rollers. The rollers shall weigh 7 to 11 metric tons (8 to 12 tons). All surfaces shall be cleaned of dirt, debris, and loose material prior to placing the bituminous mixture. Preparation of Base. When an existing bituminous concrete pavement is to be sealed, all excess crack filler and bituminous patches that contain an excess of bitumen or which are unstable in hot weather shall be removed. All bitumen shall be removed from cracks more than 38 mm (1.5 inches) wide. The Contractor shall perform this work in the most economical manner practicable and as directed by the Engineer. All waste material placed on the shoulders during the pavement cleaning operations shall be removed at the close of each day's work and shall be disposed of outside the limits of the right-of-way at locations acceptable to the Engineer. This work will be paid for in accordance with Article 109.04. Prior to placing the seal coat mixture, all open cracks having a width of 13 mm (0.5 inch) or more, cracks that have been cleaned and depressions of 25 mm (1 inch) or more in the existing pavement or base, shall be completely filled with a bituminous mixture meeting the approval of the Engineer. The mixture shall be tamped in place with hand tools. This work shall be completed at least 24 hours prior to placing the seal coat mixture. Preparation of Apgregate and Bituminous Materials. The bituminous material for the prime coat, if required by the Engineer, shall be prepared according to Article 403.07 and applied according to Articles 403.10 and 403.11. The aggregate and bituminous materials shall be heated to the following temperatures: A re ate Bituminous Material Emulsified Bituminous Mixture Not to exceed 150 °C (300 °F) 60 to 80 °C (140 to 180 °F) Liquid Bituminous Mixture Not to exceed 110 °C (225 °F) Not to exceed 65 °C (150 °F) Asphalt Cement Mixture 135 to 190 °C (275 to 375 °F) 120 to 180 °C (250 to 350 °F) LR 403-2 Page 3 of 6 Preparation of Seal Coat Mixture. The heated aggregate and the bituminous material for the seal coat mixture shall be measured separately and accurately by weight. The bituminous mixture shall be made in the pug mill mixer. The bituminous material shall be added to the hot aggregate in less than 15 seconds. The wet mixing period shall produce a homogeneous mixture in which all particles of aggregate are coated uniformly. The total time required adding the bituminous material and completing the wet mixing shall be greater than 30 seconds. The ingredients shall be heated and combined in such a manner as to produce a mixture which when discharged from the mixer should not, in general, vary more than 10 °C (20 °F) from the temperature set by the Engineer. In all cases, the temperature shall not exceed that shown in the table below. Emulsified Liquid Asphalt Bituminous Bituminous Cement Mixture Mixture Mixture 120 °C 250 °F 110 °C 225 °F 180 °C 350 °F The ingredients of the seal coat mixture shall be combined in such proportions as to produce a mixture conforming to the following table: MIXTURE COMPOSITION Sieve % Passin ' % Residual BitumenZ 12.5 mm 1/2" 100 9.5 mm 3/8" 98 - 100 4.75 mm No. 4 75 - 90 1.18 mm No. 16 35 - 70 300 m No. 50 5 - 20 150 m No. 100 2 - 6 Residual Bitumen 4.5 - 7.5 1 -Based on percent of total aggregate weight. 2 -Based on percent of total mixture weight. The percentage of residual bitumen will be set by the Engineer. The right is reserved by the Engineer to make such changes in proportions during the progress of the work as deemed necessary. The asphalt content shall not vary ± 0.5% from the bitumen content set by the Engineer. Transportation of Mixture. This work shall be done in accordance with Article 1030.08. Bituminous mixture which may not be spread and compacted during daylight shall not be sent to the work unless artificial light satisfactory to the Engineer is provided. The bituminous mixture shall not be hauled when the weather or road conditions are such that the hauling operations cause cutting up or rutting of the base, or the tracking of mud on the primed base or partially completed work. Placing of Bituminous Mixture. The seal coat mixture shall be delivered at a temperature established by the Engineer commensurate with the mix temperature. The bituminous mixture shall be placed true to crown and grade with a spreading and finishing machine. The bituminous mixture may be spread and finished by approved hand methods only where machine methods are impractical, as in the case of special areas which because of irregularity, inaccessibility, or unavoidable obstacles do not lend themselves to mechanical placing. When the bituminous i LR 403-2 Page 4 of 6 mixture is placed in partial widths, the individual widths of the seal coat shall conform to the traffic lanes. Placing of the bituminous mixture shall be as continuous as possible, and shall always be away from a transverse joint. The base or existing surface shall be kept clean, and any foreign material shall be removed to the satisfaction of the Engineer before the seal coatis placed. The spreading and finishing machine shall spread the bituminous mixture without tearing the surface and shalt strike a finish that is smooth, true to cross section, uniform in density and texture, free from hollows, transverse corrugations, and other irregularities. When the machine causes surface irregularities such as hollows or transverse corrugations, the machine shall be repaired or adjusted not later than the end of the day's work and it shall be in good working condition before work is resumed. The machine shall be operated at a speed that will insure, as nearly as possible, continuous operation. The operating speed shall meet the approval of the Engineer. If, in the opinion of the engineer, the production of the plant exceeds the amount that can be laid satisfactorily with one finishing machine, the production shall be decreased or two machines shall be used. The outside edges of the seal coat shall be sloped and pressed in place by means of a self- adjusting, constant pressure edge plate held in proper position on the finishing machine, except where the edges are supported by a curb, gutter or similar structure. A string line shall be used as a guide for the finishing machine in order to maintain a uniform edge alignment. If any other method is proposed, it shall meet the approval of the Engineer before being used. The edges of the finished seal coat shall be approximately vertical and no material shall extend beyond the limits of the base or existing surface. Irregularities in alignment along the outside edges and along the longitudinal joint shall be corrected by adding or removing bituminous mixture before the edges are rolled. Excess bituminous mixtures deposited outside the limits of the lane being laid shall be removed immediately and disposed of as directed by the Engineer. Compaction of Mixtures. Immediately after the seal coat mixture is placed it shall be compacted thoroughly and uniformly with athree-wheel roller or a tandem roller. Where initial rolling causes undue displacement, haircracking, or checking in the seal coat, the time of rolling shall be adjusted by the Engineer to correct these conditions. One three-wheel roller and one tandem roller will be required on each project where the hourly production of the plant is 68 metric tons (75 tons) or less. One three-wheel roller and two tandem rollers will be required on each project where the hourly production of the plant is more than 68 metric tons (75 tons). Rollers shall be operated by competent and experienced roller operators and shall be kept in operation as continuously as possible so that all parts of the pavement will receive substantially equal compaction at the time desired. During each 8 hour day of laying bituminous mixtures, each roller shall be engaged in actual rolling for more than 6.5 hours, and less than 1.5 hours shall be allowed for refueling, watering, and similar work. Delays in rolling freshly placed bituminous mixtures will not be permitted. Rolling of the first lane of seal coat to be placed shall start longitudinally at the edge having the lower elevation and progress to the other edge, overlapping uniformly on successive trips by at least one-half the width of the rear wheels. Where laying the bituminous mixture adjacent to a previously placed lane, the first pass of the roller shall be along the longitudinal joint in such a manner that not more than one-third the width of the rear wheel is on the freshly placed mixture; after which the rolling shall proceed from the outside edge toward the longitudinal joint, overlapping uniformly on successive trips by at least one-half the width of the rear wheels. Succeeding trips of I LR 403-2 Page 5 of 6 the roller shall be terminated at least 1 m (3 feet) from the preceding stop. Each stop shall be regulated to prevent trapping of water on the rolled surface. The roller shall not pass over an unprotected edge of the freshly laid bituminous mixture except when lying of the course is to be discontinued for any extended length of time. The speed of the roller at all times shall be slow enough to avoid displacement of the bituminous mixture. If displacement occurs, it shall be corrected at once by raking and applying fresh bituminous mixture where required. To prevent adhesion of the bituminous mixture to the roller, the wheels shall be kept properly moistened but an exces s of water will not be permitted. Immediately after the initial rolling of the seal coat, the Contractor shall test the surface for smoothness with a 5 m (16 foot) straight-edge to locate high and low spots so that they may be corrected while the mixture is still workable. Rolling of the seal coat shall be continued until all roller marks are eliminated and the bituminous mixture is satisfactorily compacted. When required by the Engineer, the seal coat shall be rolled diagonally in two directions with a tandem roller, the second rolling crossing the lines of the first, and if the width of the pavement permits, it shall also be rolled at right angles to the center line. ~ In all places inaccessible to the rollers, such as locations adjacent to curbs, gutters, headers, manholes, and similar structures, the required compaction shall be secured with hot tam pers. Any bituminous mixture that becomes loose, broken, mixed with foreign material, or which is defective in finish or density, or which does not comply in all other respects with the requirements of the specifications, shall be removed, replaced with suitable material, and finished in accordance with these specifications. Protection of Pavement. The Contractor shall protect all sections of newly constructed seal coat from traffic until they have hardened to the satisfaction of the Engineer. Method of Measurement. Bituminous priming material will be measured for payment as specified in Section 1032. The seal coat mixture will be measured by weight in metric tons (tons). The mixture may be measured either by weighing the mixture on platform scales approved by the Engineer or on the basis of plant weights. If measured on the basis of plant weights, an occasional check will be made by weighing full truckloads of the bituminous mixture on an approved platform scale at the plant or an approved commercial scale. When the method of measurement is by truck weight, the weight of each load will be determined by weighing the truck each time before and after loading. If, during the course of construction, it becomes apparent that the weighman on the mixer platform or the weighman at the platform scale is not exercising proper care in weighing the bituminous mixture, he will be removed at the direction of the Engineer and replaced by a competent and qualified worker. Quantities of materials wasted or disposed of in a manner not called for in the contract will be deducted from the final total measured quantities. The contractor shall furnish approved duplicate load tickets upon which is recorded the net weight of the bituminous mixture in each truck. The tickets shall have sufficient space for signatures, identification of the bituminous mixture, date of delivery, and any other data that the Engineer may require. The Contractor shall submit one load ticket to the Engineer at the plant after the truck is loaded and the other load ticket to the Engineer at the work when the truck arrives. Payment will not be made for seal coat mixture in excess of 105 % of the amount specified by the Engineer. Basis of Pavment. Prime Coat will be paid for at the contract unit price per metric ton (ton) or per liter (gallon) for BITUMINOUS MATERIALS (PRIME COAT) LR 403-2 Page 6 of 6 The seal coat mixture will be paid for at the contract unit price per metric ton (ton) for BITUMINOUS HOT MIX SAND SEAL COAT. LR 702 Page 1 of 1 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR CONSTRUCTION AND MAINTENANCE SIGNS Effective: January 1, 2004 Revised: June 1, 2007 All references to Sections or Articles in this specification shall be construed to mean a specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation. 701.14. Si4ns. Add the following paragraph to Article 701.14: All warning signs shall have minimum dimensions of 1200 mm x 1200 mm (48" x 48") and have a black legend on a fluorescent orange reflectorized background, meeting, as a minimum, Type AP reflectivity requirements of Table 1091-2 in Article 1091.02. n6nois Department of Transportation RETURN WITH BID Route County Local Agency Section Time and Place of Opening of Bids Notice to Bidders Various Fulton _ City of Canton 08-00000-00-GM Sealed proposals for the improvement described below will be received at the office of City Clerk; City of Canton; 2 North Main Street; Canton, IL 61520 (address) until 10:00 o'clock A M., June 24, 2008 Proposals will be opened and read publicly (date) at 10:00 o'clock A M., June 24, 2008 at the office of the City Clerk; City of Canton (date) (address) Description of Work Name City of Canton 2008 Contract Maintenance Length 6846.00 feet ( 1.30 miles) Location Various City Streets Proposed Improvement HMA Surface Removal -Butt Jt. or 1 1/2"; Bit.Mat'Is Prime Coat; Area Reflect. Cr. Cont. Treat., Sys A; Hot-Mix Asphalt Surface Course, Mix D, N50 or Bituminous Hot Mix Sand Seal Coat (Modified) Bidders Instructions 1. Plans and proposal forms will be available in the office of Maurer-Stutz, Inc.; 1670 E. Ash St.; Canton, IL 61520 2. If prequaliflcation is required ,the 2 low bidders must file within 24 hours after the letting an "Affidavit of Availability" (Form BC 57), in triplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. One copy shall be filed with the Awarding Authority and 2 copies with the IDOT District Office. 3. All proposals must be accompanied by a proposal guaranty as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals contained in the "Supplemental Specifications and Recurring Special Provisions". 4. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals contained in the "Supplemental Specifications and Recurring Special Provisions". 5. Bidders need not return the entire contract proposal when bids are submitted unless otherwise required. Portions of the proposal that must be returned include the following: a. BLR 12210 -Contract Cover f. BLR 12230 -Proposal Bid Bond (if applicable) b. BLR 12220 -Notice to Bidders g. BLR 12325 -Apprenticeship or Training Program c. BLR 12221 -Contract Proposal Certification (do not use for federally d. BLR 12222 -Contract Schedule of Prices funded projects) e. BLR 12223 -Signatures 6. The quantities appearing in the bid schedule are approximate and are prepared for the comparison of bids. Payment to the Contractor will be made only for the actual quantities of work performed and accepted or materials furnished according to the contract. The scheduled quantities of work to be done and materials to be furnished may be increased, decreased or omitted as hereinafter provided. Printed 6/10/2008 Page 1 of 2 BLR 12220 (Rev. 01/09/08) 7. Submission of a bid shall be conclusive assurance and warranty the bidder has examined the plans and understands all requirements for the performance of work. The bidder will be responsible for all errors in the proposal resulting from failure or neglect to conduct an in depth examination. The Awarding Authority will, in no case be responsible for any costs, expenses, losses or changes in anticipated profits resulting from such failure or neglect of the bidder. 8. The bidder shall take no advantage of any error or omission in the proposal and advertised contract. 9. If a special envelope is supplied by the Awarding Authority, each proposal should be submitted in that envelope furnished by the Awarding Agency and the blank spaces on the envelope shall be filled in correctly to clearly indicate its contents. When an envelope other than the special one furnished by the Awarding Authority is used, it shall be marked to clearly indicate its contents. When sent by mail, the sealed proposal shall be addressed to the Awarding Authority at the address and in care of the official in whose office the bids are to be received. All proposals shall be filed prior to the time and at the place specified in the Notice to Bidders. Proposals received after the time specified will be returned to the bidder unopened. 10. Permission will be given to a bidder to withdraw a proposal if the bidder makes the request in writing or in person before the time for opening proposals. By Order of City of Canton ~ ,City Clerk (Awarding Authority) ou ngineer/Cou Superintendent of Highways/Municipal Clerk Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent loss when bids are processed. Printed 5/29/2008 Page 2 of 2 BLR 12220 (Rev. 01/09/08) o Apprenticeship or Training Program Certification Route Various Return with Bid County Fi~ltnn Local Agency (:itv of (:antnn Section 08-00000-00-rM All contractors are required to complete the following certification: ® For this contract proposal or for all groups in this deliver and install proposal. ^ For the following deliver and install groups in this material proposal: Illinois Department of Transportation policy, adopted in accordance with the provisions of the Illinois Highway Code, requires this contract to be awarded to the lowest responsive and responsible bidder. The award decision is subject to approval by the Department. In addition to all other responsibility factors, this contract or deliver and install proposal requires all bidders and all bidders' subcontractors to disclose participation in apprenticeship or training programs that are (1) approved by and registered with the United States Department of Labor's Bureau of Apprenticeship and Training, and (2) applicable to the work of the above indicated proposals or groups. Therefore, all bidders are required to complete the following certification: 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. 1. Illinois Laborer and Contractors. Joint Apprenticeship Training Program 2. Illinois Operating Engineer Local #150 Apprenticeship 3. Illinois Operating Engineer LocaF #649 Apprenticeship 4. Illinois Operative Plasterers Local #11 Apprenticeship Printed 6/20/2008 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. Trucking Transportation Firm 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 forand 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: Advanced Asphalt Company By: (Signature) Address: P O Box 234, Princeton IL 61356-023. Title: President Printed 6/20/2008 Page 2 of 2 BLR 12325 (Rev. 4/07) .. ~, ~uu ~vu ~~Y1~1t ~ ~€II'1(Nl Proposal Route Various County Fulton - -RETURN WITHBIp Local Agency Citv of Canton Section ~8-00000-00-GM 1. Proposal of Advanced Asphalt Company for the improvement of the above section. by the construction of HMA Surface Removal -Butt Jt. or 1 1/2"; Bit.Mafls Prime Coat; Area Reflect. Cr. Cont. Treat., Sys A; Hot-Mix Asphalt Surface Course, Mix D, N50 or Bituminous Hot Mix Sand Seal Coat (Modified) a total distance of 6846.00 feet, of which a distance of 6846.00 feet,( 1.300 miles) are to be improved. 2. The plans for the proposed work-are those, prepared by Maurer-Stutz,. Inc..; 1670 E. Ash Street; Canton, IL 61520 and approved by the Department of Transportation on June 6; 2008 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 forbids: 4. The undersigned agrees to accept, as dart of the contract, the applicable Special Provisions indicated on the "Check Sheet for Recurring. Special Provisions contained in this proposal. 5: The undersigned agrees to complete the work within working days or by 09/15/2008 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 Q will not be allowed as proposal guaranties. Accompanying this proposal is either a-bid bond if allowed, on Department form BLR 12230 ora proposal guaranty check, complying with the specifications, made payable to: City Treasurer of City of Canton the amount of the check is B.ID BOND ( ) 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, if will be found irr the proposal for: Section Number 8. if this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that-the Bid Bond or check shall be #orfeited 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 nova total price is shown. 11. The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of 1Ainois, 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 aresult of a violation of State laws prohibiting bid-rigging or bid-rotating. 12. The undersigned submits herewith the schedule of prices on BLR 12222 covering the work to be performed under this contract. Page 1 of 1 BLR 12221 (Rev. 7/05) Printed on 6/10/2008 1:27:16 PM Illinois Department of Transportation Schedule of Prices Route Various County Fulton Local Agency City of Canton Section 08-00000-00-GM RETURN WITH BID (For complete information covering these items, see plans and specifications) Item No. Items Unit Quantity Unit Price Total 1 & 2 Bituminous Materials Prime Coat Gal 1,416 , 1 Bituminous Hot Mix Sand Seal Coat Mod Ton 1,194 1 Hot Mix As halt Surface Removal -Butt Joint SY 3003 2 Hot-Mix As halt Surface Course, Mix D N50 Ton 200 2 Hot Mix As halt Surface Removal -1-1/2" SY 2,146 Q 2 Area Reflective Crack Control Treat - S A SY 2,146 Carried forward from Page I I Paae Total (To be carried forward to Page 2 ) ~~/7y9. gg Page 1 of 2 BLR 12222 (Rev. 7/05) Printed on 5/14/2008 4:16:43 PM O Schedule of Prices Route Various County Fulton Local Agency City of Canton Section o8-00ooo-~n-c~n~t RETURN WITH BID (For complete information covering these items, see plans and specifications) INo. Items Unit Quantity Pence Total Carried forward from page 1 Bidder's Proposal for making Entire Improvements. a//,~69.88 13. The undersigned further agrees that if awarded the contract for the sections contained in the following combinations,. he will perform the work in accordance with the requirements of each individual proposal for the multiple bid specified in the schedule below. Combina- Gon Letter scneaute of mutupte tstas Sections Induded in Combination Total Page 2 of 2 BLR 12222 (Rev. 4/05) Printed on 5/14/2008 4:16:43 PM o RETURN WITH BID (If an individual) Signatures Route Various County Fulton Local Agency City of Canton Section 08-00000-00-GM Signature of Bidder Business Address (If a partnership) Firm Name Signed By Business Address Insert Names and Addresses of All Partners (If a corporation) .~, ~ ~ ~ Corporate Nam Advanced Asphalt Co a "~~~ ~ ~' ~fi:. ~` ~~ ~;~ Signed By Business Address P O Box 234 ~~~ ? Princeton IL 61356-0234 ~~_ ., ~~ "'~'~" r~ ::?~' _°~ ,;~,, President Richard L. Nelson Insert Names of Secretary Steven R. Nelson Officers Treasurer Steven R. Nelson Attest: ~,Cc,~,,., ,Q ~t~ Secretary Page 1 of 1 BLR 12223 (Rev. 7/05) Printed on 6/20/2008 8:00:26 AM OOH Local Agency Proposal Bid Bond Route Various County RETURN WITH BID Local Agency Section Fulton City of Canton 08-0000 - -GM PAPER BID BOND WE ADVANCED ASPHALT CO. , P O. BOX 234, PRINCETON, IL 61356 as PRINCIPAL, and rn.~Tm>+n G'TDF ~ t"'A~l`iATTY COMP NY, 118 2ND AVENUE SE. CEDAR RAPIDS,. IA 52407 es SURETY, are hdd jointly. severally and firmly bound unto the above Local Agency (hereafter referred to as 'LA') in the penal sum of 5°,6 of the total bid price, or for the amount spedfied 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 CONDI110N OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LA ailing through its avvardirg authority for the construction of the work designated as the above section. THEREFORE H fhe proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above designated section and the PRINCIPAL shah within fifteen (15) days after award enter into a format contract, fumish surety guaranteeing the faithful perfomrance of the work, and furnish evidence of the rearmed insurance coverage, atf as provided in the'Standard Specifications for Road and Bridge Constn~tion" and applicable Supplemental Specifications, then this obligafbn shalt become void; otherwise it shaA remain in full force and etfecL IN THE EVENT the LA determines the PRINCIPAL has failed to enter irrto a formal contrail fn compliance with any requirements set forth in the preceding paragraph, then the LA acting through its awardng authority shall immediately be entitled to recover the full penal sum set out above, together with aN court costs, afl 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 24th day of June, 2008 Principal (Company Name) Co nY Name) By: ~ Bye (Sgnawrear~dTitle> RI L. NELSO s Title) pRESIpENT (If PRINCIPLE is a joint venture of two or more contractors, the company names, and au ed signatures f each ntractor mustibe affixed.) UNITED FIRE & CASUALTY COMPANY BY= ~`''`' -'' (Name of Surety) (Signawre of AttomeY-in-~' ~-~ ..~:``~ a STATE OF ICtn1A SCOTT A. SAVER~.K~~ 1 •~ COUNTY OF SCOTT ~ ~ T=. ~~r ~; I, MF.RTT.F.F A _ KRAFm , a Notary Public in and for said county, ~ ~r;~ ~"' ~:~y.~`~~ do.hereby certify diet RICHARD L. NELSON AND SCOTT A. SAVERAID `~`~ ~, n~t~ ~ ~,~' ~'~} ( insert names of individuals signing on behalf of PR{NCIPAL~ SURETY) ,rr, , °.' ,~~ "~ . who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRiNCIPA~'L and SURELY, 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 24th. day of June, 2008 My commission expires 8/22/2009 (Notary Publ~) ELECTRONIC BID BOND _ ^ Electronic bid bond is allowed (box must be checked by LA if electronic bid bond is alio~nred) The Principal may submit an electronic bid bond, in lieu of completing the above section of the Proposal Bid t3vnd Form. By providing an electronic bid bond ID code and signing below, the Principal is ensuring the identfied electronic bid bond has been executed and the Principal and Surely are finely bound unto the LA under the conditions of the bid bond as shown above. (if PRINCIPAL is a joint venture of tviro or more contractors, an electronic bid bond ID code, companyBidder name tide and date must be affaed for each contractor in the venture.) Electronic Bid Bond ID Code (CompanyBtdder Name) ~ MERILEE A. KRAFT (Signature and Tide) ' ~~ Commlasiort Number 175715 My Commission Expires August 22, 2009 Date BLR 12230 (Rev. 7/05 ~ t= ~~, ~~,a~, t ~f~~,~ ri3¢ $tR.~t '~QtltinuDllS . ~ .~Y ~ ~. .~ , a h7~;.,: .~ e` certificates nd other 9j v be a>~ an s0 ~.: - ~~- ~^ ',~'' -'7. ; ~: ~:.: ;~;~ ~~& CASUALTY CQMP;pANY ;~ ~,~~C1AR i2AP~D$~, IOV1~A as =~ ~ ~~ .~~~~- ~;~~ ~rs.v+ce pr~esiaent a i "~ r` ~, ~`~'~@ a t 'may. ` ~~, ~ ta' .'.~ _~ } ~ ~> ,. ~•~ ..~c~ ,. ~. ~~ ;~~ f ~ ;~~ ~, . ~...... ~ vc~ !'' fo~C~@ #~ttc'~~ 10t1~'by me, duly sworn, di ~' ~Pre$7tien#,, ~~` '~}R~ GCASUALTY COM r ~~~~` w,h'~ ~~^"~~ `~~~;)d~'Cpc~rati4~};~~~hgt;the z~' ,~_ ~' ~'u~~~h:~"~~~Xeil;~`b~r''the ~+t~~~rd t~f.D~re ~, (,4 i'. ~1 slY ~; that he corporation i ed s,sa+~~ to b~<~he,at~~nd ~fe~d6~;~ c$+`pwr,~tfl~p: .~ ~ , ~ ~ ~ }, r k ~ ,~. ~ t~a' ~ .~ . } dr+`( i my ~~Yjc u5t~;gi`ven #o ~ ~ "~~t~ ~~t ~.4 NY.~a`s_ caus~a these prey ~r ` ~d y ~ ne#d'b~ ,, D EIf~~ &~CASU,4L"t"Y ~~~ ~ i~~ f`g~ <r. ~', ~ ~~" ~- _ari~tlRar~iric ..fi+o+e' ref i.varn. ~.~1..~:~n:'~A~:'~ rs ~urf~ coS'pp~~e seaF ' s` wr .. ~ ~e ~ed h+s n'ai~~ ;t#r u~ar~Z'~d ~{L; ~' v ,:., _ z - y ~ ~, s ,~-~s NO~a~' ~'~< n ~ ~ ~~ ~ ~-;~ 1 ? ~rt ~tfat I'kiave eorii area the}fi~i+~goFng ~ o Contract 1. THIS AGREEMENT, made and concluded the ~~`~ day of 'w/c ZUUf3 Month and Year between the Citv of Canton acting by and through its Citv Council known as the partv of the first part, and Advance Asphalt Co his/their executors, administrators, successors or assigns, known as the partv of the second part. 2. Witnesseth: That for and in consideration of the payments and agreements mentioned in the Proposal hereto attached, to be made and performed by the party of the first part, and according to the terms expressed in the Bond referring to these presents, the party of the second part agrees with said party of the first part at his/their own proper cost and expense to do all the work, furnish all materials and all labor necessary to complete the work in accordance with the plans and specifications hereinafter described, and in full compliance with all of the terms of this agreement and the requirements of the Engineer under it. 3. And it is also understood and agreed that the Notice to Contractors, Special Provisions, Proposal and Contract Bond hereto attached, and the Plans for Section 08-00000-00-GM in Citv of Canton ,approved by the Department of Transportation of the State of Illinois June 6. 2008 ,are essential documents of this contract and are a part hereof. Date 4. IN WITNESS WHEREOF, The said parties have executed these presents on the date above mentioned. Attest: ~• Cit Clerk (Seal) The C%~_ Party of the First Part By (If a Corporation) Advanced Asphalt Company Party By (If a Co-Partnership) Attest: ~.5'~•.~•-• ecretary Partners doing Business under the firm name of Party of the Second Part (If an individual) Party of the Second Part Page 1 of 1 BLR 12320 (Rev. 7/05) Printed on 7/16/2008 2:54:32 PM ~- 4 Illinois Depa~;rnent of Tiranl,porta~ion Contract Bond Route Various County Fulton Local Agency City of Canton Section OS-00000-00-GM BOND NO. 54172693 We , Advanced Asphalt Company , P O Box 234, Princeton, IL 61356-0234 a/an) ^ Individual ^ Co-partnership ®Corporation organized under the laws of the State of Illinois , as PRINCIPAL, and United Flre & Casualty Company as SURETY, are held and firmly bound unto the above Local Agency (hereafter referred to as "LA") in the penal sum of Tw Hundred Eleven Thousa~ Seven Hundred Sixty Nine Dollars and 88 Cents Dollars ( $211,769.88 ), lawful money of the United States, well and truly to be paid unto sold LA, for the payment of which we bind ourselves, our heirs, executors, administrators, successors, jointly to pay to the LA this sum under the conditions of this instrument. WHEREAS THE CONDITION OF TWI; FOREGOING OBLIGATION IS SUCW that, the said Principal has entered into a written contract with the LA acting #hrough its awarding authority for the construction of work on the above section, which contract Is hereby referred to and made a part hereof, as if written herein at length, and whereby the said Principal has promised and agreed to perform said work In accordance with the terms of said contract, and has promised to pay all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished to such Principal for the purpose of performing such work and has further agreed to pay ail direct and 'indirect damages to any person, firm, company or corporation suffered or sustained on account of the performance of such work during the time thereof and until such work is completed and accepted; and has further agreed that this bond shall inure to the benefit of any person, firm, company or corporation to whom any money may be due from the Principal, subcontractor or otherwise for any such labor, materials, apparatus, fixtures or machinery sa furnished and that suit may be maintained on such bond by any such person, firm, company or corporation for the recovery of any such money. NOW THEREFORE, if the said Principal shall well and truly perform said work in accordance with the terms of said contract, and shall pay all sums of money due or to become due for any labor, materials, apparatus, fixtures or machinery furnished to h1m for the purpose of constructing such work, and shall commence and complete the work within the time prescribed in said contract, and shall pay and discharge all damages, direct and Indirect, that may be suffered or sustained on account of such work during the time of the performance thereof and until the said work shall have been accepted, and shall hold the LA and its awarding authority harmless on account of any such damages and shall in all respects fully and faithfully comply with all the provisions, conditions and requirements of said contract, then this obligation to be void; otherwise to remain fn full force and effect. Page 1 of 2 IL A94-o372 BAR 12321 (Rev. 7/05) Printed an 7/17'/2008 11:07:33 AM . i IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this 17 day of JULY A.D. 2008 PRINCIPAL ADVANCED ASPHALT CO. (Company Name) (Co an N e) By: By: , (Signature & Title) RICH L. NELSON (Signature Title)pRESIDENT Attest: Attest: (Signature & Title) STEVEN R. ELSON Signature & Title)SECRETARY (If PRINCIPAL is a joint venture of two or more co ctors. the co authorized signature of each contractor must be affixed.) .~"`""~,~ f CI~ILEG A. f:C-fFxt'T i ~ Commission Number 175715 STATE OF IOWA My Commission Expires owe August 22, 2009 COUNTY OF SCOTT 1. MERILEE A. KRAFT , a Notary Public in and for said county, do hereby certify that RICHARD L. NELSON AND STEVEN R. NELSON (Insert names of individuals signing on behalf or PRINCIPAL) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instrument as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this 17 day of JULY A.D. 2008 My commission expires 8/22/2009 ~~,`,,~ ~,~ ryd ~~ ~~ Nota Pu lic ~'~` (SEAL) SURETY ~ UNITED FIRE & CASUALTY COMPANY BY~ (Name of Surety) (Signatu omey-i act) ~~ ~a MERILEE A. KRAFT STATE OF IOWA ° ~ Commission Number 17571 TIMO J. SMITH (SEAL) ARy Commission Expires COUNTY OF SCOTT oW--. August 22, Zoos i~ MERILEE A. KRAFT , a Notary Public in and for said county, do hereby certify that TIMOTHY J. SMITH (Insert names of individuals signing on behalf or SURETY) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of 'SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instrument as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this 17 day of JULY A.D. 2008 My commission expires 8/22/2009 - ~ (SEAL) Notary Public Approved this 2 ~ -~'~ day of ~J ~ ~ , A.D. ~/G Attest: C~ n~j,~, fV ~-" w I ritY) C j ~ Clerk (C,riaiFaaar~ /Mayor/FresicJwat ) Page 2 of 2 BLR 12321 (Rev. 7105) UNITED FIRE 8 CASUALTY COMPANY . ~ ~ a HOME OFFICE -.CEDAR RAPIDS., IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company -See Certification) KNOW ALL MEN BY THESE PRESENTS,. 'Chat the UNITED FIRE $ CASUALTY COMPANY, a corporation duly.. organized. and existing under the laws of the State'of Iowa;: and having its principal office in Cedar Rapids, State of Iowa, does make, constitute and appoint LAURA A. FOUS7, OR JAMES C. HAYCOCK, OR SCOTT A. SAVERAID, OR TIMOTHY J.< SMITH, OR BRIAN C. HAYCOCK, OR MICHAEL F. WERNSMAN, OR JOYCE L. 6RIGGS, ALL.INDIVIDUAI,LY Of DAVENPORT IA its true and')awfut Attorney(s)-in-Fact with power .and .authority hereby conferred to sign, seat and execute in 'its behalf all lawful bonds,undertakings and other obligatory instruments of similar nature as.follows; Arty and Ai 1 Bonds and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the: same extent as if such instruments were signed by the duly authorized''officers` of UNITED FIRE 8 CASUALTY COMPANY. and all-the acts of said Attorney, pursuant. to the authority hereby given are hereby ratified and confirmed. The Authority hereby :.granted is continuous .and shall remain in full force and. effect until. revoked. by UNITED FIRE 8 CASUALTY COMPANY. This power of Attorney is made and executed pursuant to and by authority of the following 6y-Law duly adopted by:Board of Directors of the Company on April 18, 1973. "'Article V - Surety'Bonds and Undertakings" Section 2, Appointment of Attorney-in-Fact. "The President or any Vice'President, or any other officer of the Company may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, .undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal, may be affixed by facsimile to any power of attorney or special. power`of attorney or certification <of e.ither authorized hereby; such signature and seal, when so used, being adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. Such attorneys-in fact, subject to the aimitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President; the Board. of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attorney-in-fact. ``~,~„~,,,,u~~ IN WI7Nt=SS WHEREOF, the UNITED FIRE 8 CASUALTY COMPANY has caused these presents to be,sig:ned by a~~~`"~*~"~+.;y,,` its vice president and its corporate seal to be hereto affixed this 13th day of< December, 2001 •~ CORPORATE ~~ ~~ - _,_ .a UNITED FIRE &'CASUALTY COMPANY 'SEAL ~ ''~~Gi4 kArn~g ~~~~`, ~~~nn,a~~r~ ey ~i~ww._~ Stage of Iowa;,County of Linn, ss Vice Presiden4 On 13th day of December, 2007, before me personally came Dennis J. Richmann to me: known,: who being toy me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of the UNITED FIRE & CASUALTY COMPANY, the corporation described in and which e~cecuted the above Instrument; that he knows the seal' of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so atixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the>act and deed of said corporation.... t~4 Mary A Jansen $ S Iowa Notarial Seai i Commissiognumber • 7132T3 MyCommi}sipnExpvas ,°ns~,o Notary Public I, the undersigned officer of the UNITED FIRE 8 CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, anLf the copy of the Section of the. by-laws of said Company as set forth in -said Power of Attorney, with the ORIGINALS ON FILE !N THE HOME OFFICE OF SAID COMPANY., and that the same are correct transcripts thereof, and of the whale of the said originals, and that tMe said Power of Attorney has not been°revoked and is now in full force and effect. ````4~~~ces"•'-,,,`~~,~~~~ In testimony whereof I ha hereunto subscribed my n me and affixedahe corporate seal of the said Company ,~ this ~_ day of __ 20C~~ . S ~ CORPORATE L~ ~~~ ~~ ~, 'SEAL ~r. s Secretary BPOA00190706 Fulton County Prevailing Wage for May 2008 Page 1 of 6 Fulton County Prevailing Wage for May 2008 Trade Name RG TYP C Base FRMAN *M-F>8 OSA OSH H/W Pensn Vac Trng ASBESTOS ABT-GEN BLD 24.690 25.440 1 5 1 5 2.0 6 300 8 030 0 000 0 700 ASBESTOS ABT-MEC BLD 25.690 26.690 1.5 1.5 2.0 5.050 2.500 0.000 0.250 BOILERMAKER BLD 30.970 33.970 2.0 2.0 2.0 8.270 7.740 0.000 0.300 BRICK MASON BLD 27.020 28.520 1.5 1.5 2.0 6.250 7.350 0.000 0.420 CARPENTER BLD 26.540 28.540 1.5 1.5 2.0 6.750 8.150 0.000 0.320 CARPENTER HWY 27.340 29.340 1.5 1.5 2.0 6.750 8.520 0.000 0.320 CEMENT MASON NW ALL 24.560 25.060 1.5 1.5 2.0 5.050 5.500 0.000 0.400 CEMENT MASON SE BLD 24.220 25.970 1.5 1.5 2.0 5.490 10.44 0.000 0.500 CEMENT MASON SE HWY 25.500 26.500 1.5 1.5 2.0 5.490 10.44 0.000 0.500 CERAMIC TILE FNSHER BLD 24.910 0.000 1.5 1.5 2.0 6.250 7.350 0.000 0.420 ELECTRIC PWR EQMT OP ALL 30.750 0.000 1.5 1.5 2.0 4.750 8.610 0.000 0.000 ELECTRIC PWR GRNDMAN ALL 21.090 0.000 1.5 1.5 2.0 4.750 5.905 0.000 0.000 ELECTRIC PWR LINEMAN ALL 34.160 36.350 1.5 1.5 2.0 4.750 9.560 0.000 0.000 ELECTRIC PWR TRK DRV ALL 22.130 0.000 1.5 1.5 2.0 4.750 6.200 0.000 0.000 ELECTRICIAN BLD 31.190 33.690 1.5 1.5 2.0 5.150 8.480 0.000 0.250 ELECTRONIC SYS TECH BLD 24.830 26.330 1.5 1.5 2.0 5.150 6.145 0.000 0.250 ELEVATOR CONSTRUCTOR BLD 35.615 40.070 2.0 2.0 2.0 8.775 6.960 2.140 0.000 GLAZIER BLD 27.020 27.770 1.5 1.5 2.0 6.400 5.750 0.000 0.500 HT/FROST INSULATOR BLD 31.240 32.240 1.5 1.5 2.0 5.300 8.860 0.000 0.450 IRON WORKER BLD 26.310 28.060 1.5 1.5 2.0 8.140 7.810 0.000 0.400 IRON WORKER HWY 28.570 30.070 1.5 1.5 2.0 8.140 7.810 0.000 0.350 LABORER BLD 24.690 25.440 1.5 1.5 2.0 6.300 8.030 0.000 0.700 LABORER HWY 26.300 27.300 1.5 1.5 2.0 6.300 8.030 0.000 0.700 LATHER BLD 26.540 28.540 1.5 1.5 2.0 6.750 8.150 0.000 0.320 MACHINERY MOVER HWY 28.570 30.070 1.5 1.5 2.0 8.140 7.810 0.000 0.350 MACHINIST BLD 38.390 40.390 2.0 2.0 2.0 4.880 6.550 2.650 0.000 MARBLE FINISHERS BLD 24.910 0.000 1.5 1.5 2.0 6.250 7.350 0.000 0.420 MARBLE MASON BLD 26.520 27.770 1.5 1.5 2.0 6.250 7.350 0.000 0.420 MILLWRIGHT BLD 27.180 29.180 1.5 1.5 2.0 6.750 7.850 0.000 0.320 MILLWRIGHT HWY 28.410 30.410 1.5 1.5 2.0 6.750 7.950 0.000 0.320 OPERATING ENGINEER BLD 1 29.420 32.420 1.5 1.5 2.0 6.450 10.00 0.000 1.100 OPERATING ENGINEER BLD 2 27.360 32.420 1.5 1.5 2.0 6.450 10.00 0.000 1.100 OPERATING ENGINEER BLD 3 25.850 32.420 1.5 1.5 2.0 6.450 10.00 0.000 1.100 OPERATING ENGINEER HWY 1 30.300 33.300 1.5 1.5 2.0 6.450 10.00 0.000 1.100 OPERATING ENGINEER HWY 2 27.790 33.300 1.5 1.5 2.0 6.450 10.00 0.000 1.100 OPERATING ENGINEER HWY 3 23.640 33.300 1.5 1.5 2.0 6.450 10.00 0.000 1.100 PAINTER ALL 29.850 31.850 1.5 1.5 1.5 6.750 6.750 0.000 0.500 PILEDRIVER BLD 27.040 29.040 1.5 1.5 2.0 6.750 8.150 0.000 0.320 PILEDRIVER HWY 28.340 30.340 1.5 1.5 2.0 6.750 8.520 0.000 0.320 PIPEFITTER BLD 32.830 36.440 1.5 1.5 2.0 6.450 8.240 0.000 0.610 PLASTERER BLD 24.490 25.740 1.5 1.5 2.0 5.490 10.24 0.000 0.500 PLUMBER BLD 29.630 32.300 1.5 1.5 2.0 6.450 9.550 0.000 0.900 ROOFER BLD 25.250 26.250 1.5 1.5 2.0 5.550 6.700 0.000 0.150 SHEETMETAL WORKER BLD 28.740 30.180 1.5 1.5 2.0 5.770 10.21 0.000 0.310 SIGN HANGER HWY 28.570 30.070 1.5 1.5 2.0 8.140 7.810 0.000 0.350 SPRINKLER FITTER BLD 35.140 37.690 1.5 1.5 2.0 7.000 6.200 0.000 0.250 STEEL ERECTOR HWY 28.570 30.070 1.5 1.5 2.0 8.140 7.810 0.000 0.350 STONE MASON BLD 27.020 28.520 1.5 1.5 2.0 6.250 7.350 0.000 0.420 TERRAZZO FINISHER BLD 24.910 0.000 1.5 1.5 2.0 6.250 7.350 0.000 0.420 TERRAZZO MASON BLD 26.520 27.770 1.5 1.5 2.0 6.250 7.350 0.000 0.420 TILE MASON BLD 26.520 27.770 1.5 1.5 2.0 6.250 7.350 0.000 0.420 TRUCK DRIVER ALL 1 27.457 0.000 1.5 1.5 2.0 8.600 3.797 0.000 0.000 TRUCK DRIVER ALL 2 27.857 0.000 1.5 1.5 2.0 8.600 3.797 0.000 0.000 TRUCK DRIVER ALL 3 26.057 0.000 1.5 1.5 2.0 8.600 3.797 0.000 0.000 http://www.state.il.us/agency/idol/rates/ODDMO/FULTON99.htm 5/14/2008 Fulton County Prevailing Wage for May 2008 Page 2 of 6 TRUCK DRIVER ALL 4 28.307 0.000 1.5 1.5 2.0 8.600 3.797 0.000 0.000 TRUCK DRIVER ALL 5 29.057 0.000 1.5 1.5 2.0 8.600 3.797 0.000 0.000 TRUCK DRIVER O&C 1 21.970 0.000 1.5 1.5 2.0 8.600 3.797 0.000 0.000 TRUCK DRIVER O&C 2 22.290 0.000 1.5 1.5 2.0 8.600 3.797 0.000 0.000 TRUCK DRIVER O&C 3 22.450 0.000 1.5 1.5 2.0 8.600 3.797 0.000 0.000 TRUCK DRIVER O&C 4 22.650 0.000 1.5 1.5 2.0 8.600 3.797 0.000 0.000 TRUCK DRIVER O&C 5 23.250 0.000 1.5 1.5 2.0 8.600 3.797 0.000 0.000 TUCKPOINTER BLD 27.020 28.520 1.5 1.5 2.0 6.250 7.350 0.000 0.420 Legend: M-F>6 (Overtime is required for any hour greate r than 8 worked each day, Monday through Friday. OSA (Overtime is required for every hour worked on Saturday) OSH (Overtime is required for every hour worked on Su nday and Hol idays) H/W (Health & Welfare Insurance) Pensn (Pension) Vac (Vacation) Trng (Training) Explanations FULTON COUNTY CEMENT MASONS (NORTHWEST) - That part of the county West of a North-South line West of Farmington and Canton and North of an East-West line North of Cuba. The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial/Decoration Day, Fourth of July, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration such as the day after Thanksgiving for Veterans Day. If in doubt, please check with IDOL. Oil and chip resealing (O&C) means the application of road oils and liquid asphalt to coat an existing road surface, followed by application of aggregate chips or gravel to coated surface, and subsequent rolling of material to seal the surface. EXPLANATION OF CLASSES ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date. ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain. CERAMIC TILE FINISHER, MARBLE FINISHER, TERRAZZO FINISHER Assisting, helping or supporting the tile, marble and terrazzo mechanic by performing their historic and traditional work assignments http://www.state.il.us/agency/idol/rates/ODDMO/FULTON99.htm 5/14/2008 Fulton County Prevailing Wage for May 2008 required to complete the proper installation of the work covered by said crafts. The term "Ceramic" is used for naming the classification only and is in no way a limitation of the product handled. Ceramic takes into consideration most hard tiles. ELECTRONIC SYSTEMS TECHNICIAN Installation, service and maintenance of low-voltage systems which utilizes the transmission and/or transference of voice, sound, vision, or digital for commercial, education, security and entertainment purposes for the following: TV monitoring and surveillance, background/foreground music, intercom and telephone interconnect, field programming, inventory control systems, microwave transmission, multi-media, multiplex, radio page, school, intercom and sound burglar alarms and low voltage master clock systems. Excluded from this classification are energy management systems, life safety systems, supervisory controls and data acquisition systems not intrinsic with the above listed systems, fire alarm systems, nurse call systems and raceways exceeding fifteen feet in length. TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION Class 1. Drivers on 2 axle trucks hauling less than 9 ton. Air compressor and welding machines and brooms, including those pulled by separate units, truck driver helpers, warehouse employees, mechanic helpers, greasers and tiremen, pickup trucks when hauling materials, tools, or workers to and from and on-the-job site, and fork lifts up to 6,000 lb. capacity. Class 2. Two or three axle trucks hauling more than 9 ton but hauling less than 16 ton. A-frame winch trucks, hydrolift trucks, vactor trucks or similar equipment when used for transportation purposes. Fork lifts over 6,000 lb. capacity, winch trucks, four axle combination units, and ticket writers. Class 3. Two, three or four axle trucks hauling 16 ton or more. Drivers on water pulls, articulated dump trucks, mechanics and working forepersons, and dispatchers. Five axle or more combination units. Class 4. Low Boy and Oil Distributors. Class 5. Drivers who require special protective clothing while employed on hazardous waste work. TRUCK DRIVER - OIL AND CHIP RESEALING ONLY. This shall encompass laborers, workers and mechanics who drive contractor or subcontractor owned, leased, or hired pickup, dump, service, or oil distributor trucks. The work includes transporting materials and equipment (including but not limited to, oils, aggregate supplies, parts, machinery and tools) to or from the job site;. distributing oil or liquid asphalt and aggregate; stock piling material when in connection with the actual oil and chip contract. The Truck Driver (Oil & Chip Resealing) wage classification does not include supplier delivered materials. OPERATING ENGINEERS - BUILDING Class 1. Cranes; Overhead Cranes; Gradall; All Cherry Pickers; Page 3 of 6 http://www.state.il.us/agency/idol/rates/ODDMO/FULTON99.htm 5/14/2008 Fulton County Prevailing Wage for May 2008 Mechanics; Central Concrete Mixing Plant Operator; Road Pavers (27E - Dual Drum - Tri Batchers); Blacktop Plant Operators and Plant Engineers; 3 Drum Hoist; Derricks; Hydro Cranes; Shovels; Skimmer Scoops; Koehring Scooper; Drag Lines; Backhoe; Derrick Boats; Pile Drivers and Skid Rigs; Clamshells; Locomotive Cranes; Dredge (all types) Motor Patrol; Power Blades - Dumore - Elevating and similar types; Tower Cranes (Crawler-Mobile) and Stationary; Crane-type Backfiller; Drott Yumbo and similar types considered as Cranes; Caisson Rigs; Dozer; Tournadozer; Work Boats; Ross Carrier; Helicopter; Tournapulls - all and similar types; Scoops (all sizes); Pushcats; Endloaders (all types); Asphalt Surfacing Machine; Slip Form Paver; Rock Crusher; Heavy Equipment Greaser; CMI, CMI Belt Placer, Auto Grade & 3 Track and similar types; Side Booms; Multiple Unit Earth Movers; Creter Crane; Trench Machine; Pump-crete-Belt Crete-Squeeze Cretes-Screw-type Pumps and Gypsum; Bulker & Pump - Operator will clean; Formless Finishing Machine; Flaherty Spreader or similar types; Screed Man on Laydown Machine; Wheel Tractors (industrial or Farm-type w/Dozer-Hoe-Endloader or other attachments); F.W.D. & Similar Types; Vermeer Concrete Saw. Class 2. Dinkeys; Power Launches; PH One-pass Soil Cement Machine (and similar types); Pugmill with Pump; Backfillers; Euclid Loader; Forklifts; Jeeps w/Ditching Machine or other attachments; Tuneluger; Automatic Cement and Gravel Batching Plants; Mobile Drills (Soil Testing) and similar types; Gurries and Similar Types; (1) and (2) Drum Hoists (Buck Hoist and Similar Types); Chicago Boom; Boring Machine & Pipe Jacking Machine; Hydro Boom; Dewatering System; Straw Blower; Hydro Seeder; Assistant Heavy Equipment Greaser on Spread; Tractors (Track type) without Power Unit pulling Rollers; Rollers on Asphalt -- Brick Macadem; Concrete Breakers; Concrete Spreaders; Mule Pulling Rollers; Center Stripper; Cement Finishing Machines & CMI Texture & Reel Curing Machines; Cement Finishing Machine; Barber Green or similar loaders; Vibro Tamper (All similar types) Self-propelled; Winch or Boom Truck; Mechanical Bull Floats; Mixers over 3 Bag to 27E; Tractor pulling Power Blade or Elevating Grader; Porter Rex Rail; Clary Screed; Truck Type Hoptoe Oilers; Fireman; Spray Machine on Paving; Curb Machines; Truck Crane Oilers; Oil Distributor; Truck-Mounted Saws. Class 3. Air Compressor; Power Subgrader; Straight Tractor; Trac Air without attachments; Herman Nelson Heater, Dravo, Warner, Silent Glo, and similar types; Roller: Five (5) Ton and under on Earth or Gravel; Form Grader; Crawler Crane & Skid Rig Oilers; Freight Elevators - permanently installed; Pump; Light Plant; Generator; Conveyor (1) or (2) - Operator will clean; Welding Machine; Mixer (3) Bag and Under (Standard Capacity with skip); Bulk Cement Plant; Oiler on Central Concrete Mixing Plant. OPERATING ENGINEERS - HEAVY AND HIGHWAY CONSTRUCTION Class 1. Cranes; Hydro Crane; Shovels; Crane Type Backfiller; Tower Cranes - Mobile & Crawler & Stationary; Derricks & Hoists (3 Drum); Draglines; Drott Yumbo & similar types considered as Cranes; Back Hoe; Derrick Boats; Pile Driver and Skid Rigs; Clam Shell; Locomotive - Cranes; Road Pavers - Single Drum - Dual Drum - Tri Batcher; Motor Patrols & Power Blades - Dumore - Elevating & Similar Types; Mechanics; Central Concrete Mixing Plant Operator; Asphalt Batch Plant Operators and Plant Engineers; Gradall; Caisson Rigs; Skimmer Scoop - Koering Scooper; Dredges (all types); Hoptoe; All Cherry Pickers; Work Boat; Ross Carrier; Helicopter; Dozer; Tournadozer; Tournapulls - Page 4 of 6 http://www.state.il.us/agency/idol/rates/ODDMO/FULTON99.htm 5/14/2008 Fulton County Prevailing Wage for May 2008 all and similar types; Multiple Unit Earth Movers; Scoops (all sizes); Pushcats; Endloaders (all types); Asphalt Surfacing Machine; Slip Form Paver; Rock Crusher; Heavy Equipment Greaser (top greaser on spread); CMI, Auto Grade, CMI Belt Placer & 3 Track and similar types; Side Booms; Starting Engineer on Pipeline; Asphalt Heater & Planer Combination (used to plane streets); Wheel Tractors (with dozer, hoe or endloader attachments); F.W.D. and Similar types; Blaw Knox Spreader and Similar types; Trench Machines; Pump Crete - Belt Crete - Squeeze Crete - screw type pumps and gypsum (operator will clean); Formless Finishing Machines; Flaherty Spreader or similar types; Screed Man on Laydown Machine; Vermeer Concrete Saw. Class 2. Bulker & Pump; Power Launches; Boring Machine & Pipe Jacking Machine; Dinkeys; P-H One Pass Soil Cement Machines and similar types; Wheel Tractors (Industry or farm type - other); Back Fillers; Euclid Loader; Fork Lifts; Jeep w/Ditching Machine or other attachments; Tunneluger; Automatic Cement & Gravel Batching Plants; Mobile Drills - Soil Testing and similar types; Pugmill with pump; All (1) and (2) Drum Hoists; Dewatering System; Straw Blower; Hydro-Seeder; Boring Machine; Hydro-Boom; Bump Grinders (self-propelled); Assistant Heavy Equipment Greaser; Apsco Spreader; Tractors (track-type) without Power Units Pulling Rollers on Asphalt - Brick or Macadam; Concrete Breakers; Concrete Spreaders; Cement Strippers; Cement Finishing Machines & CMI Texture & Reel Curing Machines; Vibro-Tampers (all similar types self-propelled); Mechanical Bull Floats; Self-propelled Concrete Saws; Mixers-over three (3) bags to 27E; Winch and Boom Trucks; Tractor Pulling Power Blade or Elevating Grader; Porter Rex Rail; Clary Screed; Mule Pulling Rollers; Pugmill without Pump; Barber Greene or similar Loaders; Track Type Tractor w/Power Unit attached (minimum); Fireman; Spray Machine on Paving; Curb Machines; Paved Ditch Machine; Power Broom; Self-Propelled Conveyors; Power Subgrader; Oil Distributor; Straight Tractor; Truck Crane Oiler; Truck Type Oilers; Directional boring machine; Horizontal directional drill. Class 3. Straight framed articulating end dump vehicle and Truck mounted vac unit (separately powered); Trac Air Machine (without attachments); Herman Nelson Heater, Dravo Warner, Silent Glo & similar types; Rollers - five ton and under on earth and gravel; Form Graders; Pumps; Light Plant; Generator; Air Compressor (1) or (2); Conveyor; Welding Machine; Mixer - 3 bags and under; Bulk Cement Plant; Oilers. Other Classifications of Work: For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this document. If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 618/993-7271 for wage rates or clarifications. LANDSCAPING Page 5 of 6 http://www.state.il.us/agency/idol/rates/ODDMO/FULTON99.htm 5/14/2008 Fulton County Prevailing Wage for May 2008 Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver. Page 6 of 6 http://www.state.il.us/agency/idol/rates/ODDMOlFULTON99.htm 5/14/2008 ~(~y I ~ o = o ° ~0 Q ° .~ C j I m ~1 ND q P o e ~` ~ ° o~ o ~ ~> ~-° o J 0 0 N v I O mmu+° o .r UQ tff r ; L>oc+ E O m ° Z ; T L E P E= = W n I o ~ ~omm~ N t G Z ~ J ° ~ Q ~` I o ~ bpom° °o J~ Q Q 9 I~ Z vcm+o °s N ~ N i t ~ YC~° nc ° Q Q c>. o ;ooo c N mN N I L o o -ouc Eb ~ I~ yE`cumn° °e ~ L- m C L L <~ E I m 1-t mt7 v S ^ T E o ~ Eal ° v ~m ~ .. O VI N O e v .0.. N W p t7 b O ~ > m < m m C ~ } ~ J L LL V h U e O i 0 0 m L u~'i g V p m C D c°~ V m ° O y Y- 1 C C T r F O < ~' C O _ O i EpO m ,b v b F Obmo N U•j O m L ~ j m ~' ° 9 C ° Q Y -D b ~ m c O Cw N 00~ cJ ~ u ~ 3 o~c m Q ~ ~ yT00C O U m°LUO ~ +E;.; ° LM U v C O g`~ U b u° O ~ B ~ o c~D o 8 ° ° o m a s '" ~ "'omm ti o u g~ u o m C7 OC . NC E m}O~ m U 1 /1 ? 0 O o * y ~ } ~~ L m ~ L o i °* ° o my Q E m o m='~mdD o ~ f I• I~OO2) W 05 3 m0 a+- p ONt TbO o LL u_o~7E u ~c ml °o U L O m e e e t Q ~ O L o O E l + M ~ J _P O b _P P m [ b ~ y t _P p c ~ ° I ° E ° - v ° c° ° o mI ° O ~ M _ °' E } ~ ~~ L O L _ w L I ~ U O O U t 3 t 3 N E u J °L m °' I e o _ m L ` i ~ Y ° L L r ° E ° o o ^I N m o Lv o ; v 0o c ° o I a ° L o m u °° a ~ .. ° I 3 U~ N LL m N I ~ O ~_ ~ ~ B Q O I I O ; p ..., _ I 4' N O~n ~ _ _ I ~ '^ E E E .~ ISSIE p 1-1-91 ~ m U T P ~ V ~. ° e I F v _ . 1 p N.-. I y ° ``} +~m o a m ~ F F L ~v0 m + z .V. m A .-. N O O C L v t U y ;LLEOn 1 0~* N N v 1° Q o rb~ I ~~ ~ o Lcco °v° c a 6 u L a u $ ®~ ~3 ~ 0 ' "' o w o w p m c r O m v Q I ~ 1 a rU-~ ~ N W L O ° L r ~ m ~- ~ N ~ Z (/~ $ v~°, 11__ -_t- +It a ~ ~ ~' ~ ~ <( f- p E m c m p O w n U U 0 0 t. A , '~ A.al: ~ ~~. ~. • Op Z - o ~ E ~ ~ Q 7~- LL O ~ ~ ,0, ~ 006 F- W Z ; '^ ° r o n 3 ' 4- z ' .'. ~ E m ~. $ W W a m [ o Q Q :~ p L > ° ° m I--- L n ~ q (9f) m a* m i 7 006 L v ~ ~t~iO Cr ° (ZI) (8) O F o r o L '" v ~~...~ 00{ Q ~ ~^ c c ~Lir a -° ai ~ p N I I I I ,<..~ W pp N j n m mor mE - Z Q .r („) > 9¢ m L ~- m ~ m~ c m C r o-°o? J O ~ Q Eo m ~o ~=° mom m o _ W • Z (9fl U W ~ ¢tir¢nw e o Q O 006 o W o ~ a Z ~ ~ P n N (b2) 'ulw 009 .' J O • a ~ ~--~ v~i ~ d ° • f,b) N , W oot-ooz ~ w ~ p a m ~ C ~ w O E ;. .' Q _ L E Ib) (b) (bl (b) ti~ 0 0 0 0 W ~ ~ N ~~ \ " "' o a • W ~ W a ~ ! OOL ~'. m (.S) ; X .• W .ulw w s.t J 4 (ZI-H) OOf-002 W p Q (9C-BZ) ° 006-001 ° Z O ~ ~ o E N • • ~ Q W ~ -' m OOh51~ I ~ (9£) ~ d OS[ I W .u)w 006 F 2) OS (bl -~ 4 00( ~ (Zi-8) 00£-OOZ W fr ($C1fI1 1-1.91 p >; U (9£-811 ° P 006-OSb c ~ E 8 ~ ~ m _ ° ~ O ZI ~ \ O~ ~ [_`j _ ti 0 ~ ~ l ~-r ' W y >: . •. a (9£) •ulw OOfi r F-- 9 € ' € ®s E w ° a oo °~ 3 L J "' ~ m p ~ p E C ~ m m m r O O O _P ~ ~ L ° ~ m ~ N ~ ~ LL m LL ~ Z O ZtnV !" 0.+ O 7 O a N U m• N + wN o 0o JC° np =_ ~ E OW P zo 0 oC ~v' -m 7 N E3 U~ ~ j E i o °~ D m L ~ G ~ LL ~ Z zW ~o mL zvOi DOE m 3 LL o n o o~ omN r J ~p Q Q o u t ~ a m u E F L ~ Y m L OKX O m RN ~+E N T ~ C O F... y ~O W N C~ Z m±' N mN CL ~ V_O uz u yE UOE OCMI NL [ y~0 Ont umL <7 L N O m m Z L~ 7 C F-M1 CD'+ W+3 OD my mm° W = Y- ti O ~ Na W r~ O N l ~ O C7 IbZI ~ Z 009 Z (LI ISI u ~ S![ SZI Q 3 J y! ~^ ~ m ~_ (,81 W ~ m 'ulw w b'Z J L W 0 0 2 _ ~ y i() N ~ O f Iz~l1 b O W S N N X21 Ob _O_ C Imt ~ `Il0 ~ Z W M I ~ N N o F to m J ~ - ao ~ O m O °oL mm ~ G: an a o_ m~°mLe F- ! 1t • 'ulw 00£ m ~ x o o L m tZ/if I p '~~ V1 mwo+° 06 U O mC_ O CE N oE.w. m+ .U-. t +- o Q ° ° ~ C (b) ISl LL _'ow ~ $c`E°O 00[~ SZI Q E .. W O d °+^ p~ ~ ~ L TNt N h Ill w ~ ~ F' 30 EOG~ u ~ I W ~D N Z O 7'~L O+ O I L O O O L O L O sv-namE y ~ I (,91 „~ Q °EO~ .V.. ~ _ -v .. i m mwo ~ LL ~ m° w n o o m v°'m L w ~ N w 0 N O C O O P O L D 9 f 7 l m O L ~ 'F + L C C O m C L E E p m C Om Op Yt '- t p Nmm Ea EE °>° Lf7 ac ,~.,, m* no° mh .-.N W ° {/I mtm np Z L..L FM- - - l C H °N+ i I _ Em N m0+~ vo^m ~ NoE ~ o"iO i I EDm W as Ec H __J u+E ~ o ~ "'m = vmm E + o '~ m io iv c n ~ ~ ~ ° m ° n b ~ssu[o is-n ~i ~ _ ~ ~ g $ E~ m°o E E N Dcu+ 6 Lm m ~; rvm O 7Ev-w d uooo -~ r c m m ° }uawanmd }o a6p3 m'-' u °' L L O O ! 3+~r m Lgg +h S z Y Y ® ~' ; ~ O w p [ h Tn ° p ° a c J ° u " c O m O 7 m P - 0 r L U ~ N O rc~ h O p hpC L ~ - Q1 I O OVO f ZV1 ~ ° '1° s E O LaJ h p dd//// Z E ; ~ ~-r 0 I _0O o ss c ~ U ~ ~ E O I Q m m 1--~ w Q I~® F c " Q !Za- E~ E in 1 N h~ ~ (/~ ~~ 0) N Z O ° Em a J Do E o L ~ Q ~ N ~ U i a E .- ~mo r E ~ f'" m N N ~ N - a_ ~- ~ E p F- I l00 ~ N W 4 ~ ~ cJ O N L r Q' 4 ~ r h ~ ~~ ~ '/ ~^Lh°n0 I I I o f °E O '. r i m p o E ° I II L I h d o w ~Ht"'n~~ I II n l °s. W ~ ~ ~ o~ ~o°~TOo o ~~ To 1,,.. E ~, a` > ooc~ohc I II s I °I}}ouj pv o= c~ ~ a° QNO°°zETm 1 II I nm°n ~ °n so m~ ~p~pt,~[~+ I ~'-II o~ -- --- o n°3mnoo I II I wh Q ~- - c o~coEmEt rOLLm[ I II I Q <L Hh uurro m q' _ L o- Q h Z •xow1.0011wOt no uNOOSnnr ,°m `~ J ~«_ O 'ulw 604) w 1.6 ~ w o L m° m o a c OD~C- h '" > s - m ..- U ~ z u n°~r L I II I ~ x N ` zn°~m°c ov 1 0 1 1 I N a: W I II I ~ _ I II I I II I L I I I I °v m 7 PO vL ~ 1z~1£1 I Iz~ll w h Q LL Q O V N ~ ~ p x Z N c U W W E .. ~ O E W J F- ~ F. J E m a Q~ ~ v r Q U ° _ >~ ~ O mroo ~U. N .•.f rm+hD d Q ~ ~ Eo°om~ Q U O W LL°° C M C° I_ Lbl ~ 611 _I <v~ ` mL° ~n J ~ r.ulw w Z•I •u)w w {•Z -~ ~ E ~ a° °~ ~ °•o } u e of m V m W N N- ~ EL;ZGPO CL ~Ji ~ O r O h >. h ~ >' .-. o[ O r O L F- c ~~L] Q - ~ - - Q no `EE°o° W L c E, ~Z m t vwi Nv oL ~'om d Ein a~J m ° h°uhE~ r v;V x'00 3 E tJ mY'~-'3Lt'F ~ N O " ~~ g ~ G C < L° m m r O O • n o o nc mMr O Q E `_° ~ cri m ~• °o ° o 10£1 1,1) ~ ~~' ~ ,-mF ~ p [ o='~ •ulw 05L 'uIw w 1.2 . ~ m [,F 3> u [ g ~swm ro-n rco-.h°z_ b C Q W W < L E-- WpIZ mN o {'-' 'UIW ~ ~ IbZI 1.91 a "~' "~' 009 •ulw w g•1 ; t m _ m }O O OOQLO VC L are L n OL} O Op Y-r0 .: ~C T00 OL Op O-OONO O C O OCU CL NN ~ ~.-.Oyp D[1°-~O V }LO4LL OOON oE~N N ~; OOL E C m oL P LL ~f'O 00~ ONO G CNO [tJUNO m _O } IN ON rDO T DON OtL O O JOO pNY~-L' O~pT mOL <COO~~C E On O~ 7 OO O ~NrO L Nr L L OW 00 0o C E-oo 00 >' °, O LE N V C~ E-o oL o o N r GE >OYE 0'j pLN O>D OYyLCVmN U pCU} C }r OL CpO} 7MU UFO D ~ IL Q W l1J GOOOOnO OXO[~ nO.W};DY L~F OO r0 01G-Of ON CO O> p~~m [Xy. OGF O q ~JU ~ OL ~; C tf O mP O N<<OL O7L U} O x L nm Lo Or C U O OpnN E^il ~ U O m ~ Z Z ...I Q Lt} oC0 LO !-3L L m OO 9 ~+^ COO O LO O O O>-Q m N NL OL C.:OO' r WOO O;O^ rO0 O~ O E °C r mL >EO LTL l O Z NCmN=~" moLtY coaoz pLOO ~o o mmoo E~ Emm tC jm}L oE~ L}p o E U Q Z J 0> Ntl T~}O O ~OOOrv~FNC`. OO OLpI NO }VO O~ .L Q LOO OLLyj NO ~C Q W O Q f0<LCr OV TOAD OCwLt07"Om0 L} h°LO O° C10. OC N;~j Om0 OL pp OiL EO U,In F" C' lL' O- o} OO aELULp O>pNCY OELE; E DLO oq Nm o E nG LE ODO NL h x C 770• N7 CO ~NZ W OOUOCL O'OOd NEOCO LO OPV mN 0 OOO r. ~~ _O.Ot l 1,NON O OpL tp O LL•~yJ~ ~Gj Z O. C-- 0° U N C C C O O 3 C N C- Q ... 0 0 D L O E ] L O. O l t N E L a C C l ~ Z W °~+wmr o_NEO° oL.:a~ °~yE „ r aooc v± 00o N° mOCC _aEO :s°iou° u} ~e /LYL (, cQ aQ~ Q OY-*}OC _N O~OL OTE}Lt VIO O~OCr LT mDYFT• Q} OO LOCO O~LEr NpDV N~}p mC CY tL.L~L f" ~ ooL OO D1 V 06 pOY ~ pOf ~r LPE NV o~ °y o V~ u0n pV }O oE.~.O [~ p7 N} ~ O j L of r"' W y rrCD'rFl EYQONN C~COVC00~oC90 O~~ 7OLO~ Pr Oio LJ~ UO Or ONYY °L+U CN Ea D O C 6`F L C C O O C O N L+ Y ~ o Q 3 E x t L~ b F C O C T P O~ ' U O O p C QO X~ 3 0 0 0 L L L G L~ O O ~OOOr^ ~;t. D.. 3N~O OONt0001-0 <O <O.-H= JN <Ot LLL^ < OE <iq~L F•3pN tT <~ ~ N t Z N L 2 m m ° O C L m ~ J D C C O W 3 H N U ~ ~ L L r r O -_ N _U } O > > O 0 O O C O K 0: O m m Iw- m m O N ~~ ~~~ ~ Z 0 o JI I A V M O ~ rr ~ W U z J a N s I a < ~ ~, O L (L W 20 2 W l 0 Q U U H w U<_ O C ' U Z Z¢ Z d V ~ U ^f <Yt ~~'^ Q U < ~ ~ = D O ?~ O O K U o U aw2awZ N U O N U ... O ... I a =wo:~~5< i¢w2 ~ oaw~~¢i~ 'f V f 3 N m U V f U r LL LL 1• < N F ~ O >- f N L ~ O °ai Foy vii ao m i ~ > m o < - t o ° of s ,p o ~ Y P TO ' ~ 4 m O P O O ~ O O O O O r E > CD ~ ; E 11 I A ~ ~ p C ~ N ; NE ,p n n o ~/~j v o ~ VV 3 3 !~~ ~ §Wj ~ rss~n ~•~•n p~ ~_ ~ F 6 ~ b ~ i~ 0 is $ W `~ € '~ € ® W t CANTON 2008 MAINTENANCE PROGRAM TYPICAL SECTION OPERATION NO. 1 BITUMINOUS HOT MIX SAND SEAL COAT tMODIFIEDI WIDTH E-E I/2" MAX ,.,,,, ~, , ".,.,,,,.~ SLOPE TYPICAL SECTION CURB A GUTTER STREETS RESURFACED EDGE TO EDGE OF PAVEMENT LOCATION NO. WIDTH ELM STREET 44' IRIS COURT 30' MAIN STREET 32' OAK STREET 30' SPRUCE STREET 30' 1 1 TH AVE. (ELM TO CHESNUT) 30' 0 0 m 0 MIX SAND SEAL COAT (MOD.) 1-1 /8" AVG. CANTON 2008 MAINTENANCE PROGRAM TYPICAL SECTION OPERATION N0. 1 BITUMINOUS HOT MIX SAND SEAL COAT (MODIFIED! WIDTH E-E i MATCH EXISTING SLOPE PROPOSED BITUMINOUS HOT MIX SAND SEAL COAT (MOD.) 1 -1 /8" AVG. TYPICAL SECTION NON-CURBED STREETS RESURFACED EDGE TO EDGE OF PAVEMENT LOCATION NO. WIDTH. FRENCH COURT 18' AVENUE D 26' NIPPLE COURT 24' PINE STREET 24' AdIIEA. sl/TI, /NC.~,. S. ~.~. .pro. ~ ~.~~ ~.~-~,~ ~~x l~l B.~-siu 0 0 m 0 CANTON 2008 MAINTENANCE PROGRAM TYPICAL SECTION OPERATION N0. 2 HOT MIX ASPHALT SURFACE COURSE, MIXTURE D, N5O WIDTH E-E PROPOSED HOT-MIX -~ ASPHALT SURFACE COURSE, MIX D, N50 1-1 /2" PROPOSED AREA REFLECTIVE CRACK CONTROL TREATMENT, SYSTEM A MATCH EXISTING SLOPE PROPOSED HOT MIX ASPHALT SURFACE REMOVAL, 1 Yz" TYPICAL SECTION CURB ~ GUTTER STREETS RESURFACED EDGE TO EDGE OR PORTION OF PAVEMENT LOCATION N0. 11TH AVE. (CHESNUT TO ALLEY) MYRTLE STREET WIDTH 14' 2 6' CANTON 2008 MAINTENANCE PROGRAM TYPICAL SECTION OPERATION N0. 2 HOT MIX ASPHALT SURFACE COURSE, MIXTURE D, N50 WIDTH E-E PROPOSED HOT-MIX --~ ASPHALT SURFACE COURSE, MIX D, N50 1-1 /2" PROPOSED AREA REFLECTIVE CRACK CONTROL TREATMENT, SYSTEM A MATCH EXISTING SLOPE PROPOSED HOT MIX ASPHALT SURFACE REMOVAL, 1 Y2" TYPICAL SECTION NON-CURBED STREETS RESURFACED EDGE TO EDGE OF PAVEMENT LOCATION NO. WALNUT STREET WIDTH 25' CANTON 2008 MAINTENANCE PROGRAM DETAILS EXISTING HOT-MIX ASPHALT PAVEMENT STREETS 30' (1:320 TAPER) SAW CUT, TYP. PROP. BIT. HOT-MIX SAND SEAL COAT (MOD.) TAPERED COLD MILLING ~1-1 ~8" TYPICAL BUTT JOINT (N.T.S.) a 0 0 a u 0 0 0 0 J .~ 0 rrraEr. srrrr, iNC.~, S nix (.~ e.~-siss