89
RETURN WITH BID Printed 1/8/2016 Page 1 of 6 BLR 12200 (01/08/14) Local Public Agency Formal Contract Proposal PROPOSAL SUBMITTED BY Contractor’s Name Street P.O. Box City State Zip Code STATE OF ILLINOIS COUNTY OF DuPage DuPage County Division of Transportation (Name of City, Village, Town or Road District) FOR THE IMPROVEMENT OF STREET NAME OR ROUTE NO. 2016 Pavement Marking Maintenance SECTION NO. 16-PVMKG-04-GM TYPES OF FUNDS SPECIFICATIONS (required) PLANS (required) For Municipal Projects Department of Transportation Submitted/Approved/Passed Released for bid based on limited review Mayor President of Board of Trustees Municipal Official Regional Engineer Date Date For County and Road District Projects Submitted/Approved Highway Commissioner Date Submitted/Approved County Engineer/Superintendent of Highways Date Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent loss when bids are processed.

Local Public Agency Formal Contract Proposal

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Local Public Agency Formal Contract Proposal

RETURN WITH BID

Printed 1/8/2016 Page 1 of 6 BLR 12200 (01/08/14)

Local Public Agency Formal Contract Proposal

PROPOSAL SUBMITTED BY

Contractor’s Name

Street P.O. Box

City State Zip Code

STATE OF ILLINOIS

COUNTY OF DuPage

DuPage County Division of Transportation

(Name of City, Village, Town or Road District)

FOR THE IMPROVEMENT OF

STREET NAME OR ROUTE NO. 2016 Pavement Marking Maintenance

SECTION NO. 16-PVMKG-04-GM

TYPES OF FUNDS

SPECIFICATIONS (required) PLANS (required)

For Municipal Projects Department of Transportation

Submitted/Approved/Passed Released for bid based on limited review

Mayor President of Board of Trustees Municipal Official Regional Engineer

Date Date

For County and Road District Projects

Submitted/Approved

Highway Commissioner

Date

Submitted/Approved

County Engineer/Superintendent of Highways

Date

Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent loss when bids

are processed.

Page 2: Local Public Agency Formal Contract Proposal

RETURN WITH BID

Printed 1/21/2016 Page 2 of 6 BLR 12200 (01/08/14)

NOTICE TO BIDDERS

County DuPage

Local Public Agency DuPage County D.O.T.

Section Number 16-PVMKG-04-GM

Route Various

Sealed proposals for the improvement described below will be received at the office of DuPage County Div of Transportation,

421 N. County Farm Road, 2nd Floor, Wheaton, IL 60187-2553 until 10:00 AM on February 23, 2016 Address Time Date

Sealed proposals will be opened and read publicly at the office of the DuPage County Division of Transportation,

421 N. County Farm Road, 2nd Floor, Wheaton, IL 60187-2553 at 10:00 AM on February 23, 2016 Address Time Date

DESCRIPTION OF WORK

Name 2016 Pavement Marking Maintenance Length: feet ( miles)

Location Various Routes

Proposed Improvement Removal of existing pavement markings and installation of thermoplastic and urethane

pavement markings and recessed pavement markers.

1. Plans and proposal forms will be available in the office of online at http://www.dupageco.org/dot/doingbusiness

or by contacting the DuPage County Division of Transportation at (630) 407-6900. Address

2. Prequalification

If checked, the 2 low bidders must file within 24 hours after the letting an “Affidavit of Availability” (Form BC 57), in duplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. One original shall be filed with the Awarding Authority and one original with the IDOT District Office.

3. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals.

4. The following BLR Forms shall be returned by the bidder to the Awarding Authority:

a. BLR 12200: Local Public Agency Formal Contract Proposal b. BLR 12200a Schedule of Prices c. BLR 12230: Proposal Bid Bond (if applicable) d. BLR 12325: Apprenticeship or Training Program Certification (do not use for federally funded projects) e. BLR 12326: Affidavit of Illinois Business Office f. DuPage County – Required Vendor Ethics Disclosure Statement g. DuPage County – Joint Purchasing Authorization

5. The quantities appearing in the bid schedule are approximate and are prepared for the comparison of bids. Payment to the Contractor will be made only for the actual quantities of work performed and accepted or materials furnished according to the contract. The scheduled quantities of work to be done and materials to be furnished may be increased, decreased or omitted as hereinafter provided.

6. Submission of a bid shall be conclusive assurance and warranty the bidder has examined the plans and understands all requirements for the performance of work. The bidder will be responsible for all errors in the proposal resulting from failure or neglect to conduct an in depth examination. The Awarding Authority will, in no case be responsible for any costs, expenses, losses or changes in anticipated profits resulting from such failure or neglect of the bidder.

7. The bidder shall take no advantage of any error or omission in the proposal and advertised contract.

8. If a special envelope is supplied by the Awarding Authority, each proposal should be submitted in that envelope furnished by the Awarding Agency and the blank spaces on the envelope shall be filled in correctly to clearly indicate its contents. When an envelope other than the special one furnished by the Awarding Authority is used, it shall be marked to clearly indicate its contents. When sent by mail, the sealed proposal shall be addressed to the Awarding Authority at the address and in care of the official in whose office the bids are to be received. All proposals shall be filed prior to the time and at the place specified in the Notice to Bidders. Proposals received after the time specified will be returned to the bidder unopened.

9. Permission will be given to a bidder to withdraw a proposal if the bidder makes the request in writing or in person before the time for opening proposals.

Page 3: Local Public Agency Formal Contract Proposal

RETURN WITH BID

Printed 1/8/2016 Page 3 of 6 BLR 12200 (01/08/14)

PROPOSAL

County DuPage

Local Public Agency DuPage County D.O.T.

Section Number 16-PVMKG-04-GM

Route Various

1. Proposal of

for the improvement of the above section by the construction of removal of existing pavement markings and

installation of thermoplastic and urethane pavement markings and recessed pavement markers

a total distance of feet, of which a distance of feet, ( miles) are to be improved.

2. The plans for the proposed work are those prepared by DuPage County Division of Transportation

and approved by the Department of Transportation on ------------------------.

3. The specifications referred to herein are those prepared by the Department of Transportation and designated as “Standard Specifications for Road and Bridge Construction” and the “Supplemental Specifications and Recurring Special Provisions” thereto, adopted and in effect on the date of invitation for bids.

4. The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the “Check Sheet for Recurring Special Provisions” contained in this proposal.

5. The undersigned agrees to complete the work within working days or by 09/23/2016

unless additional time is granted in accordance with the specifications.

6. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals, will be required. Bid Bonds will be allowed as a proposal guaranty. Accompanying this proposal is either a bid bond if allowed, on Department form BLR 12230 or a proposal guaranty check, complying with the specifications, made payable to:

County Treasurer of DuPage

The amount of the check is ( ).

7. In the event that one proposal guaranty check is intended to cover two or more proposals, the amount must be equal to the sum of the proposal guaranties, which would be required for each individual proposal. If the proposal guaranty check is placed in another proposal, it will be found in the proposal for: Section Number .

8. The successful bidder at the time of execution of the contract will be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu thereof. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the Bid Bond or check shall be forfeited to the Awarding Authority.

9. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price.

10. A bid will be declared unacceptable if neither a unit price nor a total price is shown.

11. The undersigned submits herewith the schedule of prices on BLR 12200a covering the work to be performed under this contract.

12. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on BLR 12200a, the work shall be in accordance with the requirements of each individual proposal for the multiple bid specified in the Schedule for Multiple Bids below.

Page 4: Local Public Agency Formal Contract Proposal

RETURN WITH BID

SCHEDULE OF PRICES

County: DuPage

Local Public Agency: DuPage County DOT

Section: 16-PVMKG-04-GM

Route: Various

Sections included in Combinations Total

Bidder's proposal for making entire improvements

Item

No.Items Unit Quantity Unit Price Total

1THERMOPLASTIC PAVEMENT MARKING - LETTERS

AND SYMBOLSSQ FT 16600

2 THERMOPLASTIC PAVEMENT MARKING - LINE 4" FOOT 81000

3 THERMOPLASTIC PAVEMENT MARKING - LINE 6" FOOT 56100

4 THERMOPLASTIC PAVEMENT MARKING - LINE 8" FOOT 5576

5 THERMOPLASTIC PAVEMENT MARKING - LINE 12" FOOT 25100

6 THERMOPLASTIC PAVEMENT MARKING - LINE 24" FOOT 5500

7MODIFIED URETHANE PAVEMENT MARKING -

LETTERS AND SYMBOLSSQ FT 1562

8 MODIFIED URETHANE PAVEMENT MARKING - LINE 4" FOOT 23400

9 MODIFIED URETHANE PAVEMENT MARKING - LINE 6" FOOT 5400

10 MODIFIED URETHANE PAVEMENT MARKING - LINE 8" FOOT 870

11 MODIFIED URETHANE PAVEMENT MARKING - LINE 12" FOOT 750

12 MODIFIED URETHANE PAVEMENT MARKING - LINE 24" FOOT 750

13 PAVEMENT MARKING REMOVAL SQ FT 119300

Schedule for Multiple Bids

Schedule for Single Bid

(For complete information covering these items, see plans and specifications)

Combination Letter

Page 4-1 BLR 12200a (DPC DOT)

Page 5: Local Public Agency Formal Contract Proposal

RETURN WITH BID

Bidder's proposal for making entire improvements

Item

No.Items Unit Quantity Unit Price Total

14 RECESSED REFLECTIVE PAVEMENT MARKER EACH 400

15 REPLACEMENT REFLECTOR EACH 800

16 TRAFFIC CONTROL AND PROTECTION L SUM 1

Page 4-2 BLR 12200a (DPC DOT)

Page 6: Local Public Agency Formal Contract Proposal

RETURN WITH BID

Printed 1/8/2016 Page 5 of 6 BLR 12200 (01/08/14)

CONTRACTOR CERTIFICATIONS

County DuPage

Local Public Agency DuPage County D.O.T.

Section Number 16-PVMKG-04-GM

Route Various

The certifications hereinafter made by the bidder are each a material representation of fact upon which reliance is placed should the Department enter into the contract with the bidder.

1. Debt Deliquency. The bidder or contractor or subcontractor, respectively, certifies that it is not delinquent in the payment of any tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance with the procedures established by the appropriate revenue Act, its liability for the tax or the amount of tax. Making a false statement voids the contract and allows the Department to recover all amounts paid to the individual or entity under the contract in a civil action.

2. Bid-Rigging or Bid Rotating. The bidder or contractor or subcontractor, respectively, certifies that it is not barred from contracting with the Department by reason of a violation of either 720 ILCS 5/33E-3 or 720 ILCS 5/33E-4.

A violation of Section 33E-3 would be represented by a conviction of the crime of bid-rigging which, in addition to Class 3 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be barred for 5 years from the date of conviction from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation.

A violation of Section 33E-4 would be represented by a conviction of the crime of bid-rotating which, in addition to Class 2 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be permanently barred from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation.

3. Bribery. The bidder or contractor or subcontractor, respectively, certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois or any unit of local government, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm.

4. Interim Suspension or Suspension. The bidder or contractor or subcontractor, respectively, certifies that it is not currently under a suspension as defined in Subpart I of Title 44 Subtitle A Chapter III Part 6 of the Illinois Administrative Code. Furthermore, if suspended prior to completion of this work, the contract or contracts executed for the completion of this work may be cancelled.

Page 7: Local Public Agency Formal Contract Proposal

RETURN WITH BID

Printed 1/8/2016 Page 6 of 6 BLR 12200 (01/08/14)

SIGNATURES

County DuPage

Local Public Agency DuPage County D.O.T.

Section Number 16-PVMKG-04-GM

Route Various

(If an individual)

Signature of Bidder

Business Address

(If a partnership)

Firm Name

Signed By

Business Address

Inset Names and Addressed of All Partners

(If a corporation)

Corporate Name

Signed By

President

Business Address

President

Insert Names of Officers Secretary

Treasurer

Attest:

Secretary

Page 8: Local Public Agency Formal Contract Proposal

Page 1 of 1 BLR 12230 (Rev. 7/05 Printed on 1/8/2016 10:48:51 AM

Local Agency Proposal Bid Bond

RETURN WITH BID

Route

County

Local Agency

Section

Various

DuPage

DuPage County D.O.T.

16-PVMKG-04-GM

PAPER BID BOND WE as PRINCIPAL,

and as SURETY,

are held jointly, severally and firmly bound unto the above Local Agency (hereafter referred to as “LA”) in the penal sum of 5% of the total bid price, or for

the amount specified in the proposal documents in effect on the date of invitation for bids whichever is the lesser sum. We bind ourselves, our heirs,

executors, administrators, successors, and assigns, jointly pay to the LA this sum under the conditions of this instrument.

WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LA acting

through its awarding authority for the construction of the work designated as the above section.

THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above designated section and the PRINCIPAL

shall within fifteen (15) days after award enter into a formal contract, furnish surety guaranteeing the faithful performance of the work, and furnish evidence

of the required insurance coverage, all as provided in the “Standard Specifications for Road and Bridge Construction” and applicable Supplemental

Specifications, then this obligation shall become void; otherwise it shall remain in full force and effect.

IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the

preceding paragraph, then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above, together

with all court costs, all attorney fees, and any other expense of recovery.

IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their

respective officers this day of

Principal

(Company Name) (Company Name)

By: By:

(Signature and Title) (Signature and Title)

(If PRINCIPLE is a joint venture of two or more contractors, the company names, and authorized signatures of each contractor must be affixed.)

Surety

By:

(Name of Surety) (Signature of Attorney-in-Fact)

STATE OF ILLINOIS,

COUNTY OF

I, , a Notary Public in and for said county,

do hereby certify that ( Insert names of individuals signing on behalf of PRINCIPAL & SURETY)

who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and

SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instruments as their free and

voluntary act for the uses and purposes therein set forth.

Given under my hand and notarial seal this day of

My commission expires (Notary Public)

ELECTRONIC BID BOND

Electronic bid bond is allowed (box must be checked by LA if electronic bid bond is allowed)

The Principal may submit an electronic bid bond, in lieu of completing the above section of the Proposal Bid Bond Form. By providing an electronic bid bond ID code and signing below, the Principal is ensuring the identified electronic bid bond has been executed and the Principal and Surety are firmly bound unto the LA under the conditions of the bid bond as shown above. (If PRINCIPAL is a joint venture of two or more contractors, an electronic bid bond ID code, company/Bidder name title and date must be affixed for each contractor in the venture.)

Electronic Bid Bond ID Code (Company/Bidder Name)

(Signature and Title) Date

Page 9: Local Public Agency Formal Contract Proposal

Printed 1/8/2016 Page 1 of 2 BLR 12325 (Rev. 4/07)

Apprenticeship or Training

Program Certification

Route Various

Return with Bid County DuPage

Local Agency DuPage County Division of Transportation

Section 16-PVMKG-04-GM

All contractors are required to complete the following certification:

For this contract proposal or for all groups in this deliver and install proposal.

For the following deliver and install groups in this material proposal:

Illinois Department of Transportation policy, adopted in accordance with the provisions of the Illinois Highway Code, requires this contract to be awarded to the lowest responsive and responsible bidder. The award decision is subject to approval by the Department. In addition to all other responsibility factors, this contract or deliver and install proposal requires all bidders and all bidders’ subcontractors to disclose participation in apprenticeship or training programs that are (1) approved by and registered with the United States Department of Labor’s Bureau of Apprenticeship and Training, and (2) applicable to the work of the above indicated proposals or groups. Therefore, all bidders are required to complete the following certification:

I. Except as provided in paragraph IV below, the undersigned bidder certifies that it is a participant, either as an

individual or as part of a group program, in an approved apprenticeship or training program applicable to each type of work or craft that the bidder will perform with its own employees.

II. The undersigned bidder further certifies for work to be performed by subcontract that each of its subcontractors

submitted for approval either (A) is, at the time of such bid, participating in an approved, applicable apprenticeship or training program; or (B) will, prior to commencement of performance of work pursuant to this contract, establish participation in an approved apprenticeship or training program applicable to the work of the subcontract.

III. The undersigned bidder, by inclusion in the list in the space below, certifies the official name of each program

sponsor holding the Certificate of Registration for all of the types of work or crafts in which the bidder is a participant and that will be performed with the bidder’s employees. Types of work or craft that will be subcontracted shall be included and listed as subcontract work. The list shall also indicate any type of work or craft job category for which there is no applicable apprenticeship or training program available.

Page 10: Local Public Agency Formal Contract Proposal

Printed 1/8/2016 Page 2 of 2 BLR 12325 (Rev. 4/07)

IV. Except for any work identified above, any bidder or subcontractor that shall perform all or part of the work of the contract or deliver and install proposal solely by individual owners, partners or members and not by employees to whom the payment of prevailing rates of wages would be required, check the following box, and identify the owner/operator workforce and positions of ownership.

The requirements of this certification and disclosure are a material part of the contract, and the contractor shall require this certification provision to be included in all approved subcontracts. The bidder is responsible for making a complete report and shall make certain that each type of work or craft job category that will be utilized on the project is accounted for and listed. The Department at any time before or after award may require the production of a copy of each applicable Certificate of Registration issued by the United States Department of Labor evidencing such participation by the contractor and any or all of its subcontractors. In order to fulfill the participation requirement, it shall not be necessary that any applicable program sponsor be currently taking or that it will take applications for apprenticeship, training or employment during the performance of the work of this contract or deliver and install proposal.

Bidder: By:

(Signature)

Address: Title:

Page 11: Local Public Agency Formal Contract Proposal

RETURN WITH BID

Printed 1/8/2016 BLR 12326 (01/08/14)

Affidavit of Illinois Business Office

County DuPage

Local Public Agency DuPage County D.O.T

Section Number 16-PVMKG-04-GM

Route Various

State of )

) ss.

County of )

I, of , , (Name of Affiant) (City of Affiant) (State of Affiant

being first duly sworn upon oath, states as follows:

1. That I am the of .

officer or position bidder

2. That I have personal knowledge of the facts herein stated.

3. That, if selected under this proposal, , will maintain a

(bidder)

business office in the State of Illinois which will be located in County, Illinois.

4. That this business office will serve as the primary place of employment for any persons employed in the construction contemplated by this proposal.

5. That this Affidavit is given as a requirement of state law as provided in Section 30-22(8) of the Illinois Procurement Code.

(Signature)

(Print Name of Affiant)

This instrument was acknowledged before me on the

day of , .

(SEAL)

(Signature of Notary Public)

Page 12: Local Public Agency Formal Contract Proposal

Printed 1/8/2016 Page 1 of 2 BC 57 (Rev. 08/17/10)

Affidavit of Availability For the Letting of 2/23/2016

Instructions: Complete this form by either typing or using black ink. "Authorization to Bid" will not be issued

unless both sides of this form are completed in detail. Use additional forms as needed to list all work.

Part I. Work Under Contract

List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture, list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate, and must include work subcontracted to others. If no work is contracted, show NONE.

1 2 3 4 Awards Pending

Contract Number

Contract With

Estimated Completion Date

Total Contract Price Accumulated

Totals

Uncompleted Dollar Value if Firm is the Prime Contractor

Uncompleted Dollar Value if Firm is the Subcontractor

Total Value of All Work

Part II. Awards Pending and Uncompleted Work to be done with your own forces.

List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work subcontracted to others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your company. If no work is contracted, show NONE.

Accumulated Totals

Earthwork

Portland Cement Concrete Paving

HMA Plant Mix

HMA Paving

Clean & Seal Cracks/Joints

Aggregate Bases & Surfaces

Highway, R.R. and Waterway Structures

Drainage

Electrical

Cover and Seal Coats

Concrete Construction

Landscaping

Fencing

Guardrail

Painting

Signing

Cold Milling, Planning & Rotomilling

Demolition

Pavement Markings (Paint)

Other Construction (List)

$ 0.00

Totals

Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the “Illinois Procurement Code." Failure to comply will result in non-issuance of an "Authorization To Bid." This form has been approved by the State Forms Management Center.

Bureau of Construction 2300 South Dirksen Parkway/Room 322

Springfield, Illinois 62764

Page 13: Local Public Agency Formal Contract Proposal

Printed 1/8/2016 Page 2 of 2 BC 57 (Rev. 08/17/10)

Part III. Work Subcontracted to Others.

For each contract described in Part I, list all the work you have subcontracted to others.

1 2 3 4 Awards Pending

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Subcontractor

Type of Work

Subcontract Price

Amount Uncompleted

Total Uncompleted

I, being duly sworn, do hereby declare that this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates.

Subscribed and sworn to before me

this day of , Type or Print Name

Officer or Director Title

Signed

Notary Public

My commission expires

Company

(Notary Seal)

Address

Page 14: Local Public Agency Formal Contract Proposal

Required Vendor Ethics Disclosure Statement

Company Name:

Company Contact: Contact Phone:

Bid/Contract/ PO: Contact Email:

The DuPage County Procurement Ordinance requires the following written disclosures prior to award:

1. Every contractor, union, or vendor that is seeking or has previously obtained a contract, change orders to one (1) or more contracts, or two (2) ormore individual contracts with the county resulting in an aggregate amount at or in excess $25,000, shall provide to Procurement Services Divisiona written disclosure of all political campaign contributions made by such contractor, union, or vendor within the current and previous calendar yearto any incumbent county board member, county board chairman, or countywide elected official whose office the contract to be awarded will benefit.The contractor, union or vendor shall update such disclosure annually during the term of a multi-year contract and prior to any change order orrenewal requiring approval by the county board. For purposes of this disclosure requirement, "contractor or vendor" includes owners, officers,managers, lobbyists, agents, consultants, bond counsel and underwriters counsel, subcontractors and corporate entities under the control of thecontracting person, and political action committees to which the contracting person has made contributions.

I have made the following campaign contributions within the current and previous calendar year: If no contributions have been made enter “NONE” below:

Recipient Donor Description (e.g., cash, type of item, in-kind service, etc.)

Amount/Value Date Made

Attach additional sheets if necessary. Sign each added sheet and number each page __ (#) of __ (total pages).

2. All contractors and vendors who have obtained or are seeking contracts with the county shall disclose the names and contact information of theirlobbyists, agents and representatives and all individuals who are or will be having contact with county officers or employees in relation to the contractor bid and shall update such disclosure with any changes that may occur.

Lobbyists, Agents And Representatives And All Individuals Who Are Or Will Be Having Contact With County Officers Or Employees In Relation To The Contract Or Bid

Telephone Email

A contractor or vendor that knowingly violates these disclosure requirements is subject to penalties which may include, but are not limited to, the immediate cancellation of the contract and possible disbarment from future county contracts. Continuing disclosure is required, and I agree to update this disclosure form as follows:

If information changes, within five (5) days of change, or prior to county action, whichever is sooner 30 days prior to the optional renewal of any contract Annual disclosure for multi-year contracts on the anniversary of said contract With any request for change order except those issued by the county for administrative adjustments.

The full text of the county’s ethics and procurement policies and ordinances are available at http://www.dupageco.org/CountyBoard/Policies/

I hereby acknowledge that I have received, have read, and understand these requirements. Authorized Signature

Printed Name

Title

Date

Page 1 of Failure to complete and return this form may result in delay or cancellation of the County’s Contractual Obligation.

9/24/2015

hwkjk
Text Box
RETURN WITH BID
Page 15: Local Public Agency Formal Contract Proposal

Required Vendor Ethics Disclosure Statement (continued)

Recipient Donor Description (e.g., cash, type of item, in-kind service, etc.)

Amount/Value Date Made

_________________________________________ ________________________ Signature Date Page of

hwkjk
Text Box
RETURN WITH BID
Page 16: Local Public Agency Formal Contract Proposal

Instructions

Vendor Ethics Disclosure Statement This form is filed by contract; a separate disclosure form must be filed for every contract action or informational update. Company Name: Name under which the contract is or will be awarded. Company Contact & Phone: Individual to be contacted if necessary “Bid/Contract/PO/Description” identifying County reference. If an identifying County number has not been issued, include a detailed description of the services or goods to be provided including dollar amount, time frame, etc. Section: B Contribution Recipient: identify recipient of contribution Donor: name under which the contribution was made, identify relationship to contractor Description: identify the nature of the contribution Amount/Value: monetary value of the contribution and method of valuation Date Made: date of contribution Authorization: Signature, Name and Title of individual/officer/agent legally authorized to sign on behalf of the contractor. Date: date form was completed and signed.

Page 17: Local Public Agency Formal Contract Proposal

RETURN WITH BID

Printed 1/29/2016

Joint Purchasing Authorization

County DuPage

Local Public Agency DuPage County D.O.T

Section Number 16-PVMKG-04-GM

Route Various

JOINT PURCHASING: OTHER TAXING BODIES: Based on County Board Resolution IR-084-76. Would your firm be willing to extend your bid to other taxing bodies in DuPage County such as school districts, townships, cities and villages, etc.? The approximate quantity usage is unknown. YES ___________ NO ____________ **

** Failure to complete this form will result in a default assumption of a “NO” response.

State any other requirements that they would have to meet beyond that of our Bid Invitation and Specifications. NOTE: The County of DuPage would not be involved in purchasing by any other taxing body other than to receive a copy of their purchase order that would reference the County of DuPage contract number. The invoicing and payments would be entirely between the other taxing bodies and the Contractor. If the County of DuPage accepts this bid, the procedure to handle joint purchases would be developed by the County of DuPage with the Contractor and distributed to the taxing bodies by the County of DuPage.

Page 18: Local Public Agency Formal Contract Proposal

○ T

AB

LE O

F C

ON

TE

NT

S○

SP

EC

IAL

PR

OV

ISIO

NS

Page 19: Local Public Agency Formal Contract Proposal

SPECIAL PROVISIONS

2016 PAVEMENT MARKING MAINTENANCE

SEC. 16-PVMKG-04-GM

i

TABLE OF CONTENTS

PROPOSAL DOCUMENTS

BLR 12200 & BLR 12200a

Local Public Agency Formal Contract Proposal

Notice to Bidders

Proposal

Schedule of Prices

Contractor Certifications

Signatures

BLR 12230 Local Agency Proposal Bid Bond

BLR 12325 Apprenticeship or Training Program Certification

BLR 12326 Affidavit of Illinois Business Office

BC 57 Affidavit of Availability

DuPage County – Required Vendor Ethics Disclosure Statement

DuPage County – Joint Purchasing Authorization

SPECIAL PROVISIONS PAGE BIDDING REQUIREMENTS AND CONDITIONS FOR CONTRACT PROPOSALS .......................... 1 SECTION 107 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC .............................. 1 SECTION 108 PROSECUTION AND PROGRESS .............................................................................. 2 SECTION 109 MEASUREMENT AND PAYMENT ............................................................................ 2 SECTION 671 MOBILIZATION ........................................................................................................... 2 RAISED REFLECTIVE PAVEMENT MARKERS, BRIDGE ................................................................. 3 RECESSED REFLECTIVE PAVEMENT MARKERS ............................................................................ 3 REPLACEMENT REFLECTOR ............................................................................................................... 4 TRAFFIC CONTROL AND PROTECTION ............................................................................................ 4 TRAFFIC CONTROL PLAN .................................................................................................................... 5

Index For Supplemental Specifications And Recurring Special Provisions

Check Sheet For Recurring Special Provisions

Check Sheet For Local Roads And Streets Recurring Special Provisions

DuPage County Prevailing Wage for July 2015 (for use with Check Sheet #LRS 12)

Local Roads and Streets Special Provisions

(None)

BDE Special Provisions

Automated Flagger Assistance Devices

Construction Air Quality – Diesel Retrofit

Pavement Marking Striping – Symbols

Sidewalk, Corner, or Crosswalk Closure

Urban Half Road Closure with Mountable Median

Page 20: Local Public Agency Formal Contract Proposal

SPECIAL PROVISIONS

2015 PAVEMENT MARKING MAINTENANCE

SEC. 15-PVMKG-03-GM

ii

Summary of Quantities

Schedules of Quantities

Thermoplastic Pavement Marking Locations

Modified Urethane Pavement Marking Locations

Standard Drawings

701201 Lane Closure, 2L, 2W, Day Only, for Speeds > 45 MPH

701301 Lane Closure, 2L, 2W, Short Time Operations

701306 Lane Closure, 2L, 2W, Slow Moving Operations Day Only, for Speeds > 45 MPH

701311 Lane Closure, 2L, 2W, Moving Operations - Day Only

701336 Lane Closure, 2L, 2W, Work Areas in Series, for Speeds > 45 MPH

701421 Lane Closure, Multilane, Day Operations Only, for Speeds > 45 MPH to 55 MPH

701422 Lane Closure, Multilane, for Speeds > 45 MPH to 55 MPH

701426 Lane Closure, Multilane, Intermittent or Moving Operation, for Speeds > 45 MPH

701427 Lane Closure, Multilane, Intermittent or Moving Operation, for Speeds ≤ 40 MPH

701431 Lane Closure, Multilane, Undivided with Crossover, for Speeds > 45 MPH to 55 MPH

701501 Urban Lane Closure, 2L, 2W, Undivided

701502 Urban Lane Closure, 2L, 2W, with Bidirectional Left Turn Lane

701601 Urban Lane Closure, Multilane, 1W or 2W with Nontraversable Median

701602 Urban Lane Closure, Multilane, 2W with Bidirectional Left Turn Lane

701606 Urban Single Lane Closure, Multilane, 2W with Mountable Median

701611 Urban Half Road Closure, Multilane, 2W with Mountable Median

701701 Urban Lane Closure, Multilane Intersection

701801 Lane Closure, Multilane 1W or 2W Crosswalk or Sidewalk Closure

701901 Traffic Control Devices

780001 Typical Pavement Markings

781001 Typical Applications Raised Reflective Pavement Markers

District One Typical Applications Raised Reflective Pavement Markers (Snow-Plow Resistant)

District One Typical Pavement Markings

Recessed Pavement Marker

Page 21: Local Public Agency Formal Contract Proposal

SPECIAL PROVISIONS

2016 PAVEMENT MARKING MAINTENANCE

SEC. 16-PVMKG-04-GM

1

STATE OF ILLINOIS

SPECIAL PROVISIONS

The following Special Provisions supplement the "Standard Specifications for Road and Bridge

Construction", adopted January 1, 2012, the latest edition of the "Manual on Uniform Traffic Control

Devices for Streets and Highways", the "Manual of Test Procedures for Materials" in effect on the date of

invitation for bids and the "Supplemental Specifications and Recurring Special Provisions" indicated on the

Check Sheet included herein which apply to and govern the proposed improvement designated as

Section 16-PVMKG-04-GM, and in case of conflict with any part or parts of said Specifications, the said

Special Provisions shall take precedence and shall govern.

BIDDING REQUIREMENTS AND CONDITIONS FOR CONTRACT PROPOSALS

(Illinois Department of Transportation Bureau of Local Roads and Streets Recurring SPECIAL

PROVISION FOR BIDDING REQUIREMENTS AND CONDITIONS FOR CONTRACT PROPOSALS

Check Sheet # LRS6)

Add the following to the section Prequalification of Bidders: “Prequalification is required. The

Certificate of Eligibility shall be accompanied by a Request for Authorization to Bid form completed by the

prospective bidder. The Certificate of Eligibility and Request for Authorization to Bid shall be submitted at

least one business day prior to the public opening of proposals. Authorization to bid will be issued by the

DuPage County Division of Transportation to prospective bidders who are qualified to perform the work, as

evidenced by the Certificate of Eligibility.”

Revise the first sentence of the section Preparation of the Proposal to read: "Bidders shall submit their

proposals on the form furnished by the Awarding Authority or on a form approved by the Awarding

Authority prior to submittal of the Proposal."

Add the following to the section Preparation of the Proposal: "Unit prices shall only be accepted rounded

to the nearest one-hundredth (0.01) of a dollar."

Add the following to the section Public Opening of Proposals: “Proposals will only be accepted by

bidders who have been issued an authorization to bid by the DuPage County Division of Transportation.

Proposals submitted without authorization to bid will be returned unopened.”

SECTION 107 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC

Article 107.26 Indemnification. In addition to the requirements of this Article, for any activity occurring

on an easement or any other property not owned by the Department, the indemnification shall also be

extended to the property owners and any tenants thereon.

Article 107.27 Insurance. In addition to the requirements of this Article, the policies of insurance for

Commercial (Comprehensive) General Liability and Commercial (Comprehensive) Automobile Liability

shall include an additional insured endorsement naming the County of DuPage, its officers and employees

as additional insureds. The endorsements shall be on forms acceptable to the County of DuPage. This

additional insured is to be on a primary and non-contributory basis and include a Waiver of Subrogation

endorsement.

Page 22: Local Public Agency Formal Contract Proposal

SPECIAL PROVISIONS

2015 PAVEMENT MARKING MAINTENANCE

SEC. 15-PVMKG-03-GM

2

Employer’s Liability insurance shall be in an amount not less than one million ($1,000,000.00) dollars each

accident/injury and one million ($1,000,000.00) dollars each employee/disease.

Limits of Umbrella Excess Liability (over primary) shall not be less than an amount that in combination

with Commercial General Liability totals $6,000,000 of liability insurance per occurrence. The Umbrella

Excess Liability Policy shall include in the “Who is Insured” pages of the policy wording such as “Any

other person or organization you have agreed in a written contract to provide additional insurance” or

wording to that affect. The contractor shall provide a copy of said section of the excess/umbrella liability

policy upon request by the County of DuPage.

The Contractor shall require all subcontractors to maintain the same insurance coverage required of the

contractor. The County of DuPage retains the right to obtain evidence of subcontractor insurance coverage

at any time.

Replace the second sentence of the second paragraph (third to last paragraph) of this article with the

following: “It is the duty of the Contractor to immediately notify the County of DuPage if any insurance

required under this contract has been cancelled, materially changed, or renewal has been refused, and the

Contractor shall immediately suspend all work in progress and take the necessary steps to purchase,

maintain and provide the required insurance coverage. If a suspension of work should occur due to

insurance requirements, upon verification by the County of DuPage of the required insurance coverage, the

County of DuPage shall notify the Contractor that the Contractor can proceed with the work that is a part of

this contract. Failure to provide and maintain the required insurance coverage could result in the immediate

cancellation of this contract, and the Contractor shall accept and bear all costs that may result from the

cancellation of this contact due to Contractor's failure to provide and maintain the required insurance.”

SECTION 108 PROSECUTION AND PROGRESS

Article 108.03 Prosecution of the Work. Revise the first sentence of this Article to read, "The Contractor

shall not begin the work to be performed under the contract without written authorization from the DuPage

County Division of Transportation to proceed with the work, and shall commence work not later than

10 days after receiving the authorization to proceed.”

SECTION 109 MEASUREMENT AND PAYMENT

Article 109.08 Acceptance and Final Payment. Add the following to this Article: “Prior to final

payment, an affidavit from the Contractor will be required.”

SECTION 671 MOBILIZATION

Article 671.02 Basis of Payment. Revise this article to read: “Basis of Payment. This work will not be

paid for separately, but shall be included in the various items of work.”

Page 23: Local Public Agency Formal Contract Proposal

SPECIAL PROVISIONS

2015 PAVEMENT MARKING MAINTENANCE

SEC. 15-PVMKG-03-GM

3

RAISED REFLECTIVE PAVEMENT MARKERS, BRIDGE

Description. This work shall consist of furnishing and installing raised reflective markers in bridge decks,

in accordance with Section 781 of the Standard Specifications except as modified herein.

Materials. In addition to Article 1096.01 of the Standard Specifications, the following shall apply: “The

markers shall be low profile units with an installed height of approximately 0.3 inches (8 mm) above the

roadway surface.”

Construction Requirements. In addition to Article 781.03 of the Standard Specifications, the following

shall apply: “Concrete decks shall be cut to a maximum depth of 1 inch (25 mm) with a concrete saw fitted

with a diameter blade that will match the bottom contour of the marker. Diamond blades shall be used on

PCC pavement. The entire cut shall be made in a single plunge. Single blade cutting shall not be used.

The cut shall be clean and completely dry prior to pouring the epoxy. Also, after the cut is cleaned, the

configuration shall be checked using a marker. The marker shall fit easily within the cut with the leveling

tabs resting on the concrete deck. If any force is required to place or remove the marker or if the leveling

tabs do not rest on the concrete deck surface, the cut shall be enlarged as necessary. Installations on

crowned or superelevated concrete decks or ramps shall be cut deeper than those on level concrete deck if

necessary to get proper marker fit. The epoxy shall be poured into the cut to within 3/8" (10 mm) of the

concrete deck surface.

The marker shall then be placed into the epoxy-filled cut. The leveling tabs shall rest on the concrete deck

surface and the marker tips shall be slightly below the reflective lens. The epoxy, when properly mixed,

shall be hard cured in 30-45 minutes. If after one hour, a screwdriver or other pointed instrument can be

pushed into the epoxy, the marker and the uncured epoxy shall be removed, the marker shall be cleaned,

and the unit reinstalled.”

Basis of Payment. This work will be paid for at the contract unit price each for RAISED REFLECTIVE

PAVEMENT MARKERS, BRIDGE, which price shall include furnishing the marker complete with

reflector, cutting the concrete deck, and installing the marker. The contract unit price shall include all

equipment, labor and materials necessary to complete the work as specified, including sawcutting and the

reflector.

RECESSED REFLECTIVE PAVEMENT MARKERS

Description. This work shall consist of setting reflective pavement markers in a recessed groove in the

pavement. The recessed pavement markers shall be used to supplement other pavement markings, similar

to the use of Raised Reflective Pavement Markers.

Materials. The reflective pavement marker shall be listed on the Illinois Department of Transportation

approved list of snowplowable raised pavement markers, or Engineer approved equivalent, and be

compatible with the reflector holder. The reflector holder shall be a MarkerOne Series R100 reflector

holder or Engineer approved equivalent. The epoxy used shall be as recommended by the pavement

marker manufacturer.

Installation. Spacing and orientation of the pavement markers shall be as detailed in the plans or as directed

by the Engineer.

Page 24: Local Public Agency Formal Contract Proposal

SPECIAL PROVISIONS

2015 PAVEMENT MARKING MAINTENANCE

SEC. 15-PVMKG-03-GM

4

A recessed groove shall be cut in the pavement 5.25” wide, 0.9” deep on a 15.5” diameter. An additional

3.5’ long groove shall taper from 0” (normal pavement) to 0.3” depth (full-recessed). For 1-way markers

heading uphill, uphill grind taper may be omitted.

The recessed area shall be cleaned free of all loose material, and dry before the placement of the pavement

marker. All excess material resulting from the construction of the recessed area shall be completely

removed from the surface of the roadway by means of vacuum sweeper truck. The pavement marker shall

be cemented with epoxy in the center of the 0.9” deep recessed groove.

Inspection. A straight edge shall be placed across the recess to check that the top of the marker is below the

pavement. Inspection and acceptance shall be according to Article 781.04 of the Standard Specifications.

Basis of Payment. This work will be paid for at the contract unit price each for RECESSED REFLECTIVE

PAVEMENT MARKER, which price shall be payment in full for all labor, equipment, and materials

necessary to complete the work as specified.

REPLACEMENT REFLECTOR

Description. This work shall consist of removal of existing reflectors and installation of a new reflector in a

Raised Reflective Pavement Marker casting or within the recessed groove of a Recessed Reflective

Pavement Marker, according to Section 781 of the Standard Specifications and the following provisions.

Materials. Materials shall meet the applicable requirements of the special provision for Recessed

Reflective Pavement Marker or Article 781.02 of the Standard Specification.

Construction Requirements. For Recessed Reflective Pavement Marker applications, all remaining portions

of the existing reflector, and all traces of adhesive, dirt, etc.. shall be removed from the marker reflector

area by methods approved by the Engineer. A new reflector holder shall be supplied if the existing

reflector holder is damaged or missing.

Inspection. Inspection shall be according to the special provision for Recessed Reflective Pavement

Marker.

Basis of Payment. This work will be paid for at the contract unit price each for REPLACEMENT

REFLECTOR, which price shall be payment in full for all labor, equipment, and materials necessary to

complete the work as specified. Removal of existing reflectors will not be paid for separately.

TRAFFIC CONTROL AND PROTECTION

Description. The traffic control and protection for this project shall be performed in accordance with the

project Traffic Control Plan and Section 701 of the Standard Specifications as amended by the Special

Provision for Work Zone Traffic Control (Illinois Department of Transportation Check Sheet #LRS 3).

The cost of supplying, erecting, and maintaining barricades, warning lights, and signs will be included in

the contract lump sum price for TRAFFIC CONTROL AND PROTECTION.

Page 25: Local Public Agency Formal Contract Proposal

SPECIAL PROVISIONS

2015 PAVEMENT MARKING MAINTENANCE

SEC. 15-PVMKG-03-GM

5

Method of Measurement. Traffic control will not be measured by location or per Standard.

Basis of Payment. The cost of Traffic Control and Protection provided under the Traffic Control Plan and

Section 701 WORK ZONE TRAFFIC CONTROL will be paid for at the contract lump sum price for

TRAFFIC CONTROL AND PROTECTION which price shall include all equipment, labor and materials

necessary to complete the work as specified.

TRAFFIC CONTROL PLAN

Prior to the start of construction, required traffic control devices shall be in place.

Type I, II and/or III barricades with two-way flashing lights will be required to guide traffic away from

pavement areas closed for construction. Where required, traffic signs shall be relocated for each stage of

construction.

Arrow Boards will be required when implementing all lane closures.

The following traffic control standards are the minimum requirements for the traffic control for this project:

701201 Lane Closure, 2L, 2W, Day Only, for Speeds > 45 MPH

701301 Lane Closure, 2L, 2W, Short Time Operations

701306 Lane Closure, 2L, 2W, Slow Moving Operations Day Only, for Speeds > 45 MPH

701311 Lane Closure, 2L, 2W, Moving Operations - Day Only

701336 Lane Closure, 2L, 2W, Work Areas in Series, for Speeds > 45 MPH

701421 Lane Closure, Multilane, Day Operations Only, for Speeds > 45 MPH to 55 MPH

701422 Lane Closure, Multilane, for Speeds > 45 MPH to 55 MPH

701426 Lane Closure, Multilane, Intermittent or Moving Operation, for Speeds > 45 MPH

701427 Lane Closure, Multilane, Intermittent or Moving Operation, for Speeds ≤ 40 MPH

701431 Lane Closure, Multilane, Undivided with Crossover, for Speeds > 45 MPH to 55 MPH

701501 Urban Lane Closure, 2L, 2W, Undivided

701502 Urban Lane Closure, 2L, 2W, with Bidirectional Left Turn Lane

701601 Urban Lane Closure, Multilane, 1W or 2W with Nontraversable Median

701602 Urban Lane Closure, Multilane, 2W with Bidirectional Left Turn Lane

701606 Urban Single Lane Closure, Multilane, 2W with Mountable Median

701611 Urban Half Road Closure, Multilane, 2W with Mountable Median

701701 Urban Lane Closure, Multilane Intersection

701801 Lane Closure, Multilane 1W or 2W Crosswalk or Sidewalk Closure

701901 Traffic Control Devices

Page 26: Local Public Agency Formal Contract Proposal

INDEX FOR

SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS

Adopted January 1, 2015

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 1-1-12) (Revised 1-1-15) SUPPLEMENTAL SPECIFICATIONS

Std. Spec. Sec. Page No.

101 Definition of Terms .................................................................................................................................... 1 102 Advertisement, Bidding, Award, and Contract Execution .......................................................................... 2 105 Control of Work ......................................................................................................................................... 3 106 Control of Materials ................................................................................................................................... 5 107 Legal Regulations and Responsibility to Public ......................................................................................... 6 108 Prosecution and Progress ......................................................................................................................... 14 109 Measurement and Payment ...................................................................................................................... 15 202 Earth and Rock Excavation ....................................................................................................................... 17 211 Topsoil and Compost ................................................................................................................................. 19250 Seeding ....................................................................................................................................................... 20 253 Planting Woody Plants .............................................................................................................................. 21 280 Temporary Erosion and Sediment Control ................................................................................................ 23 312 Stabilized Subbase .................................................................................................................................... 24 406 Hot-Mix Asphalt Binder and Surface Course ............................................................................................. 25 407 Hot-Mix Asphalt Pavement (Full-Depth) .................................................................................................... 28 420 Portland Cement Concrete Pavement ....................................................................................................... 32 424 Portland Cement Concrete Sidewalk ......................................................................................................... 34 440 Removal of Existing Pavement and Appurtenances .................................................................................. 35502 Excavation for Structures ............................................................................................................................ 36 503 Concrete Structures ................................................................................................................................... 37 504 Precast Concrete Structures ..................................................................................................................... 40 506 Cleaning and Painting New Steel Structures ............................................................................................. 41 512 Piling .......................................................................................................................................................... 42 516 Drilled Shafts ............................................................................................................................................. 43 521 Bearings .................................................................................................................................................... 44 540 Box Culverts .............................................................................................................................................. 45 588 Bridge Relief Joint System ........................................................................................................................ 46 589 Elastic Joint Sealer .................................................................................................................................... 48 602 Catch Basin, Manhole, Inlet, Drainage Structure, and Valve Vault Construction, Adjustment,

and Reconstruction ....................................................................................................................................

49 603 Adjusting Frames and Grates of Drainage and Utility Structures .............................................................. 50 606 Concrete Gutter, Curb, Median, and Paved Ditch ..................................................................................... 52 610 Shoulder Inlets with Curb .......................................................................................................................... 53 639 Precast Prestressed Concrete Sight Screen ............................................................................................. 54 642 Shoulder Rumble Strips ............................................................................................................................. 55 643 Impact Attenuators .................................................................................................................................... 56 644 High Tension Cable Median Barrier ........................................................................................................... 58669 Removal and Disposal of Regulated Substances ....................................................................................... 60670 Engineer's Field Office and Laboratory ....................................................................................................... 64 701 Work Zone Traffic Control and Protection ................................................................................................. 65 706 Impact Attenuators, Temporary ................................................................................................................. 68 707 Movable Traffic Barrier .............................................................................................................................. 71 708 Temporary Water Filled Barrier ................................................................................................................. 73 730 Wood Sign Support ................................................................................................................................... 75 780 Pavement Striping ..................................................................................................................................... 76816 Unit Duct ..................................................................................................................................................... 81836 Pole Foundation .......................................................................................................................................... 82 860 Master Controller ....................................................................................................................................... 83 1001 Cement .................................................................................................................................................... 84 1003 Fine Aggregates ...................................................................................................................................... 85 1004 Coarse Aggregates .................................................................................................................................. 87 1006 Metals ...................................................................................................................................................... 91 1011 Mineral Filler ............................................................................................................................................ 93

Page 27: Local Public Agency Formal Contract Proposal

1017 Packaged, Dry, Combined Materials for Mortar ....................................................................................... 94 1018 Packaged Rapid Hardening Mortar or Concrete ...................................................................................... 95 1019 Controlled Low-Strength Material ............................................................................................................ 96 1020 Portland Cement Concrete ...................................................................................................................... 97 1024 Grout and Nonshrink Grout ..................................................................................................................... 136 1030 Hot-Mix Asphalt ....................................................................................................................................... 137 1040 Drain Pipe, Tile, Drainage Mat, and Wall Drain ....................................................................................... 142 1042 Precast Concrete Products ...................................................................................................................... 1431069 Pole and Tower ......................................................................................................................................... 144 1070 Foundation and Breakaway Devices ....................................................................................................... 145 1073 Controller ................................................................................................................................................. 146 1081 Materials for Planting ............................................................................................................................... 147 1082 Preformed Bearing Pads ......................................................................................................................... 148 1083 Elastomeric Bearings ............................................................................................................................... 1491088 Wireway and Conduit System ................................................................................................................... 150 1095 Pavement Markings ................................................................................................................................. 152 1101 General Equipment .................................................................................................................................. 155 1102 Hot-Mix Asphalt Equipment ..................................................................................................................... 1571103 Portland Cement Concrete Equipment ..................................................................................................... 159 1105 Pavement Marking Equipment ................................................................................................................ 160 1106 Work Zone Traffic Control Devices .......................................................................................................... 161

Page 28: Local Public Agency Formal Contract Proposal

CHECK SHEET FOR

RECURRING SPECIAL PROVISIONS

Adopted January 1, 2015

The following RECURRING SPECIAL PROVISIONS indicated by an “X” are applicable to this contract and are included by reference:

RECURRING SPECIAL PROVISIONS CHECK SHEET # PAGE NO.

1 Additional State Requirements for Federal-Aid Construction Contracts

163 2 Subletting of Contracts (Federal-Aid Contracts) 166 3 EEO 167 4 Specific EEO Responsibilities Non Federal-Aid Contracts

177

5 Required Provisions - State Contracts 182 6 Asbestos Bearing Pad Removal 188 7 Asbestos Waterproofing Membrane and Asbestos Hot-Mix Asphalt Surface Removal

189

8 Temporary Stream Crossings and In-Stream Work Pads 9 Construction Layout Stakes Except for Bridges 191

10 Construction Layout Stakes 194 11 Use of Geotextile Fabric for Railroad Crossing 197 12 Subsealing of Concrete Pavements 199 13 Hot-Mix Asphalt Surface Correction 20314 Pavement and Shoulder Resurfacing 205 15 Reserved 206 16 Patching with Hot-Mix Asphalt Overlay Removal 207 17 Polymer Concrete 208 18 PVC Pipeliner 210 19 Pipe Underdrains 211 20 Guardrail and Barrier Wall Delineation 212 21 Bicycle Racks 216 22 Reserved 218 23 Temporary Portable Bridge Traffic Signals 219 24 Work Zone Public Information Signs 221 25 Nighttime Inspection of Roadway Lighting 222 26 English Substitution of Metric Bolts 223 27 English Substitution of Metric Reinforcement Bars 224 28 Calcium Chloride Accelerator for Portland Cement Concrete 225 29 Reserved 226 30 Quality Control of Concrete Mixtures at the Plant 227 31 Quality Control/Quality Assurance of Concrete Mixtures 235 32 Digital Terrain Modeling for Earthwork Calculations 251 33 Pavement Marking Removal 253 34 Preventive Maintenance – Bituminous Surface Treatment 254 35 Preventive Maintenance – Cape Seal 260 36 Preventive Maintenance – Micro-Surfacing 275 37 Preventive Maintenance – Slurry Seal 286 38 Temporary Raised Pavement Markers 296 39 Restoring Bridge Approach Pavements Using High-Density Foam 297

190

winkelmant
Typewritten Text
winkelmant
Typewritten Text
winkelmant
Typewritten Text
Page 29: Local Public Agency Formal Contract Proposal

CHECK SHEET FOR

LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS

Adopted January 1, 2015

The following LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS indicated by an “X” are applicable to this contract and are included by reference:

LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS

CHECK SHEET # PAGE NO. LRS 1 Reserved .......................................................................................................................................................... 301 LRS 2 Furnished Excavation .......................................... ............................................................................................. 302 LRS 3 Work Zone Traffic Control Surveillance ........................................................................................................... 303 LRS 4 Flaggers in Work Zones .................................................................................................................................. 304 LRS 5 Contract Claims ............................................................................................................................................... 305 LRS 6 Bidding Requirements and Conditions for Contract Proposals ....................................................................... 306 LRS 7 Bidding Requirements and Conditions for Material Proposals ........................................................................ 312 LRS 8 Reserved .......................................................................................................................................................... 318 LRS 9 Bituminous Surface Treatments ...................................................................................................................... 319 LRS 10 Reserved .......................................................................................................................................................... 320 LRS 11 Employment Practices ..................................................................................................................................... 321 LRS 12 Wages of Employees on Public Works ............................................................................................................ 323 LRS 13 Selection of Labor ............................................................................................................................................ 325 LRS 14 Paving Brick and Concrete Paver Pavements and Sidewalks ......................................................................... 326 LRS 15 Partial Payments .............................................................................................................................................. 329 LRS 16 Protests on Local Lettings ................................................................................................................................ 330 LRS 17 Substance Abuse Prevention Program ............................................................................................................ 331 LRS 18 Multigrade Cold Mix Asphalt ............................................................................................................................ 332

Page 30: Local Public Agency Formal Contract Proposal

Du Page County Prevailing Wage for July 2015

(See explanation of column headings at bottom of wages)

Trade Name RG TYP C Base FRMAN M-F>8 OSA OSH H/W Pensn Vac Trng

==================== == === = ====== ====== ===== === === ===== ===== ===== =====

ASBESTOS ABT-GEN ALL 39.400 39.950 1.5 1.5 2.0 13.98 10.72 0.000 0.500

ASBESTOS ABT-MEC BLD 36.340 38.840 1.5 1.5 2.0 11.47 10.96 0.000 0.720

BOILERMAKER BLD 47.070 51.300 2.0 2.0 2.0 6.970 18.13 0.000 0.400

BRICK MASON BLD 43.780 48.160 1.5 1.5 2.0 10.05 14.43 0.000 1.030

CARPENTER ALL 44.350 46.350 1.5 1.5 2.0 11.79 16.39 0.000 0.630

CEMENT MASON ALL 43.750 45.750 2.0 1.5 2.0 13.05 14.45 0.000 0.480

CERAMIC TILE FNSHER BLD 36.810 0.000 1.5 1.5 2.0 10.55 9.230 0.000 0.770

COMMUNICATION TECH BLD 32.650 34.750 1.5 1.5 2.0 9.550 15.16 1.250 0.610

ELECTRIC PWR EQMT OP ALL 37.890 51.480 1.5 1.5 2.0 5.000 11.75 0.000 0.380

ELECTRIC PWR EQMT OP HWY 39.220 53.290 1.5 1.5 2.0 5.000 12.17 0.000 0.390

ELECTRIC PWR GRNDMAN ALL 29.300 51.480 1.5 1.5 2.0 5.000 9.090 0.000 0.290

ELECTRIC PWR GRNDMAN HWY 30.330 53.290 1.5 1.5 2.0 5.000 9.400 0.000 0.300

ELECTRIC PWR LINEMAN ALL 45.360 51.480 1.5 1.5 2.0 5.000 14.06 0.000 0.450

ELECTRIC PWR LINEMAN HWY 46.950 53.290 1.5 1.5 2.0 5.000 14.56 0.000 0.470

ELECTRIC PWR TRK DRV ALL 30.340 51.480 1.5 1.5 2.0 5.000 9.400 0.000 0.300

ELECTRIC PWR TRK DRV HWY 31.400 53.290 1.5 1.5 2.0 5.000 9.730 0.000 0.310

ELECTRICIAN BLD 38.160 41.980 1.5 1.5 2.0 9.550 18.29 4.680 0.680

ELEVATOR CONSTRUCTOR BLD 50.800 57.150 2.0 2.0 2.0 13.57 14.21 4.060 0.600

FENCE ERECTOR NE ALL 37.340 39.340 1.5 1.5 2.0 13.05 12.06 0.000 0.300

FENCE ERECTOR W ALL 45.060 48.660 2.0 2.0 2.0 10.52 20.76 0.000 0.700

GLAZIER BLD 40.500 42.000 1.5 2.0 2.0 13.14 16.99 0.000 0.940

HT/FROST INSULATOR BLD 48.450 50.950 1.5 1.5 2.0 11.47 12.16 0.000 0.720

IRON WORKER E ALL 44.200 46.200 2.0 2.0 2.0 13.65 21.14 0.000 0.350

IRON WORKER W ALL 45.060 48.660 2.0 2.0 2.0 10.52 20.76 0.000 0.700

LABORER ALL 39.200 39.950 1.5 1.5 2.0 13.98 10.72 0.000 0.500

LATHER ALL 44.350 46.350 1.5 1.5 2.0 11.79 16.39 0.000 0.630

MACHINIST BLD 45.350 47.850 1.5 1.5 2.0 7.260 8.950 1.850 0.000

MARBLE FINISHERS ALL 32.400 34.320 1.5 1.5 2.0 10.05 13.75 0.000 0.620

MARBLE MASON BLD 43.030 47.330 1.5 1.5 2.0 10.05 14.10 0.000 0.780

MATERIAL TESTER I ALL 29.200 0.000 1.5 1.5 2.0 13.98 10.72 0.000 0.500

MATERIALS TESTER II ALL 34.200 0.000 1.5 1.5 2.0 13.98 10.72 0.000 0.500

MILLWRIGHT ALL 44.350 46.350 1.5 1.5 2.0 11.79 16.39 0.000 0.630

OPERATING ENGINEER BLD 1 48.100 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250

OPERATING ENGINEER BLD 2 46.800 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250

OPERATING ENGINEER BLD 3 44.250 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250

OPERATING ENGINEER BLD 4 42.500 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250

OPERATING ENGINEER BLD 5 51.850 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250

OPERATING ENGINEER BLD 6 49.100 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250

OPERATING ENGINEER BLD 7 51.100 52.100 2.0 2.0 2.0 17.55 12.65 1.900 1.250

OPERATING ENGINEER FLT 36.000 36.000 1.5 1.5 2.0 17.10 11.80 1.900 1.250

OPERATING ENGINEER HWY 1 46.300 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250

OPERATING ENGINEER HWY 2 45.750 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250

OPERATING ENGINEER HWY 3 43.700 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250

OPERATING ENGINEER HWY 4 42.300 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250

OPERATING ENGINEER HWY 5 41.100 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250

OPERATING ENGINEER HWY 6 49.300 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250

OPERATING ENGINEER HWY 7 47.300 50.300 1.5 1.5 2.0 17.55 12.65 1.900 1.250

ORNAMNTL IRON WORKER E ALL 45.000 47.500 2.0 2.0 2.0 13.55 17.94 0.000 0.650

ORNAMNTL IRON WORKER W ALL 45.060 48.660 2.0 2.0 2.0 10.52 20.76 0.000 0.700

PAINTER ALL 41.730 43.730 1.5 1.5 1.5 10.30 8.200 0.000 1.350

PAINTER SIGNS BLD 33.920 38.090 1.5 1.5 1.5 2.600 2.710 0.000 0.000

PILEDRIVER ALL 44.350 46.350 1.5 1.5 2.0 11.79 16.39 0.000 0.630

PIPEFITTER BLD 46.000 49.000 1.5 1.5 2.0 9.000 15.85 0.000 1.780

PLASTERER BLD 43.430 46.040 1.5 1.5 2.0 10.05 14.43 0.000 1.020

PLUMBER BLD 46.650 48.650 1.5 1.5 2.0 13.18 11.46 0.000 0.880

ROOFER BLD 41.000 44.000 1.5 1.5 2.0 8.280 10.54 0.000 0.530

SHEETMETAL WORKER BLD 44.720 46.720 1.5 1.5 2.0 10.65 13.31 0.000 0.820

SPRINKLER FITTER BLD 49.200 51.200 1.5 1.5 2.0 11.75 9.650 0.000 0.550

STEEL ERECTOR E ALL 42.070 44.070 2.0 2.0 2.0 13.45 19.59 0.000 0.350

STEEL ERECTOR W ALL 45.060 48.660 2.0 2.0 2.0 10.52 20.76 0.000 0.700

STONE MASON BLD 43.780 48.160 1.5 1.5 2.0 10.05 14.43 0.000 1.030

SURVEY WORKER ->NOT IN EFFECT ALL 37.000 37.750 1.5 1.5 2.0 12.97 9.930 0.000 0.500

TERRAZZO FINISHER BLD 38.040 0.000 1.5 1.5 2.0 10.55 11.22 0.000 0.720

TERRAZZO MASON BLD 41.880 44.880 1.5 1.5 2.0 10.55 12.51 0.000 0.940

TILE MASON BLD 43.840 47.840 1.5 1.5 2.0 10.55 11.40 0.000 0.990

TRAFFIC SAFETY WRKR HWY 32.750 34.350 1.5 1.5 2.0 6.550 6.450 0.000 0.500

TRUCK DRIVER ALL 1 35.920 36.120 1.5 1.5 2.0 8.280 8.760 0.000 0.150

TRUCK DRIVER ALL 2 32.700 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.150

TRUCK DRIVER ALL 3 32.900 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.150

TRUCK DRIVER ALL 4 33.100 33.100 1.5 1.5 2.0 6.500 4.350 0.000 0.150

TUCKPOINTER BLD 42.620 43.620 1.5 1.5 2.0 10.05 13.34 0.000 0.670

Page 1 of 5Du Page County Prevailing Wage for July 2015

1/8/2016http://www.illinois.gov/idol/Laws-Rules/CONMED/Rates/2015/july/DU_PAGE9.htm

Page 31: Local Public Agency Formal Contract Proposal

Legend: RG (Region) TYP (Trade Type - All,Highway,Building,Floating,Oil & Chip,Rivers)

C (Class)

Base (Base Wage Rate)

FRMAN (Foreman Rate)

M-F>8 (OT required for any hour greater than 8 worked each day, Mon through Fri.

OSA (Overtime (OT) is required for every hour worked on Saturday)

OSH (Overtime is required for every hour worked on Sunday and Holidays)

H/W (Health & Welfare Insurance)

Pensn (Pension)

Vac (Vacation)

Trng (Training)

Explanations

DUPAGE COUNTY

IRON WORKERS AND FENCE ERECTOR (WEST) - West of Route 53.

The following list is considered as those days for which holiday rates

of wages for work performed apply: New Years Day, Memorial Day,

Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and

Veterans Day in some classifications/counties. Generally, any of

these holidays which fall on a Sunday is celebrated on the following

Monday. This then makes work performed on that Monday payable at the

appropriate overtime rate for holiday pay. Common practice in a given

local may alter certain days of celebration. If in doubt, please

check with IDOL.

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.

TRAFFIC SAFETY - work associated with barricades, horses and drums

used to reduce lane usage on highway work, the installation and

removal of temporary lane markings, and the installation and removal

of temporary road signs.

CERAMIC TILE FINISHER

The grouting, cleaning, and polishing of all classes of tile, whether

for interior or exterior purposes, all burned, glazed or unglazed

products; all composition materials, granite tiles, warning detectable

tiles, cement tiles, epoxy composite materials, pavers, glass,

mosaics, fiberglass, and all substitute materials, for tile made in

tile-like units; all mixtures in tile like form of cement, metals, and

other materials that are for and intended for use as a finished floor

surface, stair treads, promenade roofs, walks, walls, ceilings,

swimming pools, and all other places where tile is to form a finished

interior or exterior. The mixing of all setting mortars including but

not limited to thin-set mortars, epoxies, wall mud, and any other

sand and cement mixtures or adhesives when used in the preparation,

installation, repair, or maintenance of tile and/or similar materials.

The handling and unloading of all sand, cement, lime, tile,

fixtures, equipment, adhesives, or any other materials to be used in

the preparation, installation, repair, or maintenance of tile and/or

similar materials. Ceramic Tile Finishers shall fill all joints and

voids regardless of method on all tile work, particularly and

especially after installation of said tile work. Application of any

and all protective coverings to all types of tile installations

including, but not be limited to, all soap compounds, paper products,

tapes, and all polyethylene coverings, plywood, masonite, cardboard,

and any new type of products that may be used to protect tile

installations, Blastrac equipment, and all floor scarifying equipment

used in preparing floors to receive tile. The clean up and removal of

all waste and materials. All demolition of existing tile floors and

walls to be re-tiled.

COMMUNICATIONS TECHNICIAN

Low voltage installation, maintenance and removal of telecommunication

facilities (voice, sound, data and video) including telephone and

data inside wire, interconnect, terminal equipment, central offices,

PABX, fiber optic cable and equipment, micro waves, V-SAT, bypass,

CATV, WAN (wide area networks), LAN (local area networks), and ISDN

(integrated system digital network), pulling of wire in raceways, but

not the installation of raceways.

MARBLE FINISHER

Loading and unloading trucks, distribution of all materials (all

stone, sand, etc.), stocking of floors with material, performing all

rigging for heavy work, the handling of all material that may be

Page 2 of 5Du Page County Prevailing Wage for July 2015

1/8/2016http://www.illinois.gov/idol/Laws-Rules/CONMED/Rates/2015/july/DU_PAGE9.htm

Page 32: Local Public Agency Formal Contract Proposal

needed for the installation of such materials, building of

scaffolding, polishing if needed, patching, waxing of material if

damaged, pointing up, caulking, grouting and cleaning of marble,

holding water on diamond or Carborundum blade or saw for setters

cutting, use of tub saw or any other saw needed for preparation of

material, drilling of holes for wires that anchor material set by

setters, mixing up of molding plaster for installation of material,

mixing up thin set for the installation of material, mixing up of sand

to cement for the installation of material and such other work as may

be required in helping a Marble Setter in the handling of all

material in the erection or installation of interior marble, slate,

travertine, art marble, serpentine, alberene stone, blue stone,

granite and other stones (meaning as to stone any foreign or domestic

materials as are specified and used in building interiors and

exteriors and customarily known as stone in the trade), carrara,

sanionyx, vitrolite and similar opaque glass and the laying of all

marble tile, terrazzo tile, slate tile and precast tile, steps, risers

treads, base, or any other materials that may be used as substitutes

for any of the aforementioned materials and which are used on interior

and exterior which are installed in a similar manner.

MATERIAL TESTER I: Hand coring and drilling for testing of materials;

field inspection of uncured concrete and asphalt.

MATERIAL TESTER II: Field inspection of welds, structural steel,

fireproofing, masonry, soil, facade, reinforcing steel, formwork,

cured concrete, and concrete and asphalt batch plants; adjusting

proportions of bituminous mixtures.

OPERATING ENGINEER - BUILDING

Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with

Caisson Attachment; Batch Plant; Benoto (requires Two Engineers);

Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant;

Combination Back Hoe Front End-loader Machine; Compressor and Throttle

Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete

Conveyor (Truck Mounted); Concrete Paver Over 27E cu. ft; Concrete

Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom;

Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes,

Hammerhead; Cranes, (GCI and similar Type); Creter Crane; Spider

Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling;

Formless Curb and Gutter Machine; Grader, Elevating; Grouting

Machines; Heavy Duty Self-Propelled Transporter or Prime Mover;

Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists,

Elevators, outside type rack and pinion and similar machines; Hoists,

One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic

Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment);

Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators;

Pile Drivers and Skid Rig; Post Hole Digger; Pre-Stress Machine; Pump

Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum

Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder;

Scoops - Tractor Drawn; Slip-Form Paver; Straddle Buggies; Operation

of Tie Back Machine; Tournapull; Tractor with Boom and Side Boom;

Trenching Machines.

Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete

Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks;

Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists,

Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine;

Hoists, Tugger Single Drum; Laser Screed; Rock Drill (Self-Propelled);

Rock Drill (Truck Mounted); Rollers, All; Steam Generators; Tractors,

All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame.

Class 3. Air Compressor; Combination Small Equipment Operator;

Generators; Heaters, Mechanical; Hoists, Inside Elevators (remodeling

or renovation work); Hydraulic Power Units (Pile Driving, Extracting,

and Drilling); Pumps, over 3" (1 to 3 not to exceed a total of 300

ft.); Low Boys; Pumps, Well Points; Welding Machines (2 through 5);

Winches, 4 Small Electric Drill Winches.

Class 4. Bobcats and/or other Skid Steer Loaders; Oilers; and Brick

Forklift.

Class 5. Assistant Craft Foreman.

Class 6. Gradall.

Class 7. Mechanics; Welders.

OPERATING ENGINEERS - HIGHWAY CONSTRUCTION

Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt

Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar

type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast

Regulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix

Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe

Bucket or over or with attachments); Concrete Breaker (Truck

Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete

Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower

Cranes of all types: Creter Crane: Spider Crane; Crusher, Stone, etc.;

Derricks, All; Derrick Boats; Derricks, Traveling; Dredges;

Elevators, Outside type Rack & Pinion and Similar Machines; Formless

Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader,

Page 3 of 5Du Page County Prevailing Wage for July 2015

1/8/2016http://www.illinois.gov/idol/Laws-Rules/CONMED/Rates/2015/july/DU_PAGE9.htm

Page 33: Local Public Agency Formal Contract Proposal

Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard

Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Heavy

Duty Self-Propelled Transporter or Prime Mover; Hydraulic Backhoes;

Backhoes with shear attachments up to 40' of boom reach; Lubrication

Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig;

Pre-Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid

Rig; Rock Drill - Truck Mounted; Rock/Track Tamper; Roto Mill

Grinder; Slip-Form Paver; Snow Melters; Soil Test Drill Rig (Truck

Mounted); Straddle Buggies; Hydraulic Telescoping Form (Tunnel);

Operation of Tieback Machine; Tractor Drawn Belt Loader; Tractor

Drawn Belt Loader (with attached pusher - two engineers); Tractor with

Boom; Tractaire with Attachments; Traffic Barrier Transfer Machine;

Trenching; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole

Drills (Tunnel Shaft); Underground Boring and/or Mining Machines 5

ft. in diameter and over tunnel, etc; Underground Boring and/or Mining

Machines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO).

Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve;

Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front

Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with

attachments); Compressor and Throttle Valve; Compressor, Common

Receiver (3); Concrete Breaker or Hydro Hammer; Concrete Grinding

Machine; Concrete Mixer or Paver 7S Series to and including 27 cu.

ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine,

Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck

Cars (Haglund or Similar Type); Drills, All; Finishing Machine -

Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging

Machine; Hydraulic Boom Trucks (All Attachments); Hydro-Blaster; Hydro

Excavating (excluding hose work); Laser Screed; All Locomotives,

Dinky; Off-Road Hauling Units (including articulating) Non

Self-Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type

Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows;

Rototiller, Seaman, etc., self-propelled; Self-Propelled Compactor;

Spreader - Chip - Stone, etc.; Scraper - Single/Twin Engine/Push and

Pull; Scraper - Prime Mover in Tandem (Regardless of Size); Tractors

pulling attachments, Sheeps Foot, Disc, Compactor, etc.; Tug Boats.

Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender;

Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over);

Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc.;

Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All

Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe

Jacking Machines; Post-Hole Digger; Power Saw, Concrete Power Driven;

Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam

Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats;

Tamper-Form-Motor Driven.

Class 4. Air Compressor; Combination - Small Equipment Operator;

Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic

Power Unit (Pile Driving, Extracting, or Drilling); Light Plants, All

(1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300

ft.); Pumps, Well Points; Vacuum Trucks (excluding hose work); Welding

Machines (2 through 5); Winches, 4 Small Electric Drill Winches.

Class 5. SkidSteer Loader (all); Brick Forklifts; Oilers.

Class 6. Field Mechanics and Field Welders

Class 7. Dowell Machine with Air Compressor; Gradall and machines of

like nature.

OPERATING ENGINEER - FLOATING

Diver. Diver Wet Tender, Diver Tender, ROV Pilot, ROV Tender

SURVEY WORKER - Operated survey equipment including data collectors,

G.P.S. and robotic instruments, as well as conventional levels and

transits.

TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION

Class 1. Two or three Axle Trucks. A-frame Truck when used for

transportation purposes; Air Compressors and Welding Machines,

including those pulled by cars, pick-up trucks and tractors;

Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck

Washers; Carry-alls; Fork Lifts and Hoisters; Helpers; Mechanics

Helpers and Greasers; Oil Distributors 2-man operation; Pavement

Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors;

Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2-man

operation; Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters;

Unskilled Dumpman; and Truck Drivers hauling warning lights,

barricades, and portable toilets on the job site.

Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards;

Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or

Turnatrailers when pulling other than self-loading equipment or

similar equipment under 16 cubic yards; Mixer Trucks under 7 yeards;

Ready-mix Plant Hopper Operator, and Winch Trucks, 2 Axles.

Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over;

Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or

turnapulls when pulling other than self-loading equipment or similar

equipment over 16 cubic yards; Explosives and/or Fission Material

Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit;

Page 4 of 5Du Page County Prevailing Wage for July 2015

1/8/2016http://www.illinois.gov/idol/Laws-Rules/CONMED/Rates/2015/july/DU_PAGE9.htm

Page 34: Local Public Agency Formal Contract Proposal

Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Pole

and Expandable Trailers hauling material over 50 feet long; Slurry

trucks, 1-man operation; Winch trucks, 3 axles or more;

Mechanic--Truck Welder and Truck Painter.

Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted

crane trucks with hoist and accessories; Foreman; Master Mechanic;

Self-loading equipment like P.B. and trucks with scoops on the front.

TERRAZZO FINISHER

The handling of sand, cement, marble chips, and all other materials

that may be used by the Mosaic Terrazzo Mechanic, and the mixing,

grinding, grouting, cleaning and sealing of all Marble, Mosaic, and

Terrazzo work, floors, base, stairs, and wainscoting by hand or

machine, and in addition, assisting and aiding Marble, Masonic, and

Terrazzo Mechanics.

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 217-782-1710 for wage rates or

clarifications.

LANDSCAPING

Landscaping work falls under the existing classifications for laborer,

operating engineer and truck driver. The work performed by landscape

plantsman and landscape laborer is covered by the existing

classification of laborer. The work performed by landscape operators

(regardless of equipment used or its size) is covered by the

classifications of operating engineer. The work performed by

landscape truck drivers (regardless of size of truck driven) is

covered by the classifications of truck driver.

MATERIAL TESTER & MATERIAL TESTER/INSPECTOR I AND II

Notwithstanding the difference in the classification title, the

classification entitled "Material Tester I" involves the same job

duties as the classification entitled "Material Tester/Inspector I".

Likewise, the classification entitled "Material Tester II" involves

the same job duties as the classification entitled "Material

Tester/Inspector II".

Page 5 of 5Du Page County Prevailing Wage for July 2015

1/8/2016http://www.illinois.gov/idol/Laws-Rules/CONMED/Rates/2015/july/DU_PAGE9.htm

Page 35: Local Public Agency Formal Contract Proposal

AUTOMATED FLAGGER ASSISTANCE DEVICES (BDE) Effective: January 1, 2008 Description. This work shall consist of furnishing and operating automated flagger assistance devices (AFADs) as part of the work zone traffic control and protection for two-lane highways where two-way traffic is maintained over one lane of pavement. Use of these devices shall be at the option of the Contractor. Equipment. AFADs shall be according to the FHWA memorandum, “MUTCD - Revised Interim Approval for the use of Automated Flagger Assistance Devices in Temporary Traffic Control Zones (IA-4R)”, dated January 28, 2005. The devices shall be mounted on a trailer or a moveable cart and shall meet the requirements of NCHRP 350, Category 4. The AFAD shall be the Stop/Slow type. This device uses remotely controlled “STOP” and “SLOW” signs to alternately control right-of-way. Signs for the AFAD shall be according to Article 701.03 of the Standard Specifications and the MUTCD. The signs shall be 24 x 24 in. (600 x 600 mm) having an octagon shaped “STOP” sign on one side and a diamond shaped “SLOW” sign on the opposite side. The letters on the signs shall be 8 in. (200 mm) high. If the “STOP” sign has louvers, the full sign face shall be visible at a distance of 50 ft (15 m) and greater. The signs shall be supplemented with one of the following types of lights.

(a) Flashing Lights. When flashing lights are used, white or red flashing lights shall be mounted within the “STOP” sign face and white or yellow flashing lights within the “SLOW” sign face.

(b) Stop and Warning Beacons. When beacons are used, a stop beacon shall be mounted 24 in. (600 mm) or less above the “STOP” sign face and a warning beacon mounted 24 in. (600 mm) or less above, below, or to the side of the “SLOW” sign face. As an option, a Type B warning light may be used in lieu of the warning beacon.

A “WAIT ON STOP” sign shall be placed on the right hand side of the roadway at a point where drivers are expected to stop. The sign shall be 24 x 30 in. (600 x 750 mm) with a black legend and border on a white background. The letters shall be at least 6 in. (150 mm) high.

This device may include a gate arm or mast arm that descends to a horizontal position when the “STOP” sign is displayed and rises to a vertical position when the “SLOW” sign is displayed. When included, the end of the arm shall reach at least to the center of the lane being controlled. The arm shall have alternating red and white retroreflective stripes, on both sides, sloping downward at 45 degrees toward the side on which traffic will pass. The stripes shall be 6 in. (150 mm) in width and at least 2 in. (50 mm) in height.

Page 36: Local Public Agency Formal Contract Proposal

Flagging Requirements. Flaggers and flagging requirements shall be according to Article 701.13 of the Standard Specifications and the following. AFADs shall be placed at each end of the traffic control, where a flagger is shown on the plans. The flaggers shall be able to view the face of the AFAD and approaching traffic during operation. To stop traffic, the “STOP” sign shall be displayed, the corresponding lights/beacon shall flash, and when included, the gate arm shall descend to a horizontal position. To permit traffic to move, the “SLOW” sign shall be displayed, the corresponding lights/beacon shall flash, and when included, the gate arm shall rise to a vertical position. If used at night, the AFAD location shall be illuminated according to Section 701 of the Standard Specifications. When not in use, AFADs will be considered nonoperating equipment and shall be stored according to Article 701.11 of the Standard Specifications. Basis of Payment. This work will not be paid for separately but shall be considered as included in the cost of the various traffic control items included in the contract. 80192

Page 37: Local Public Agency Formal Contract Proposal

CONSTRUCTION AIR QUALITY – DIESEL RETROFIT (BDE) Effective: June 1, 2010 Revised: November 1, 2014 The reduction of emissions of particulate matter (PM) for off-road equipment shall be accomplished by installing retrofit emission control devices. The term “equipment” refers to diesel fuel powered devices rated at 50 hp and above, to be used on the jobsite in excess of seven calendar days over the course of the construction period on the jobsite (including rental equipment). Contractor and subcontractor diesel powered off-road equipment assigned to the contract shall be retrofitted using the phased in approach shown below. Equipment that is of a model year older than the year given for that equipment’s respective horsepower range shall be retrofitted:

Effective Dates Horsepower Range Model Year

June 1, 2010 1/ 600-749 2002 750 and up 2006

June 1, 2011 2/ 100-299 2003 300-599 2001 600-749 2002 750 and up 2006

June 1, 2012 2/ 50-99 2004 100-299 2003 300-599 2001 600-749 2002 750 and up 2006

1/ Effective dates apply to Contractor diesel powered off-road equipment assigned to the contract.

2/ Effective dates apply to Contractor and subcontractor diesel powered off-road equipment assigned to the contract.

The retrofit emission control devices shall achieve a minimum PM emission reduction of 50 percent and shall be:

a) Included on the U.S. Environmental Protection Agency (USEPA) Verified Retrofit Technology List (http://www.epa.gov/cleandiesel/verification/verif-list.htm), or verified by the California Air Resources Board (CARB) (http://www.arb.ca.gov/diesel/verdev/vt/cvt.htm); or

b) Retrofitted with a non-verified diesel retrofit emission control device if verified retrofit

emission control devices are not available for equipment proposed to be used on the project, and if the Contractor has obtained a performance certification from the retrofit

Page 38: Local Public Agency Formal Contract Proposal

device manufacturer that the emission control device provides a minimum PM emission reduction of 50 percent.

Note: Large cranes (Crawler mounted cranes) which are responsible for critical lift operations are exempt from installing retrofit emission control devices if such devices adversely affect equipment operation. Diesel powered off-road equipment with engine ratings of 50 hp and above, which are unable to be retrofitted with verified emission control devices or if performance certifications are not available which will achieve a minimum 50 percent PM reduction, may be granted a waiver by the Department if documentation is provided showing good faith efforts were made by the Contractor to retrofit the equipment. Construction shall not proceed until the Contractor submits a certified list of the diesel powered off-road equipment that will be used, and as necessary, retrofitted with emission control devices. The list(s) shall include (1) the equipment number, type, make, Contractor/rental company name; and (2) the emission control devices make, model, USEPA or CARB verification number, or performance certification from the retrofit device manufacturer. Equipment reported as fitted with emissions control devices shall be made available to the Engineer for visual inspection of the device installation, prior to being used on the jobsite. The Contractor shall submit an updated list of retrofitted off-road construction equipment as retrofitted equipment changes or comes on to the jobsite. The addition or deletion of any diesel powered equipment shall be included on the updated list. If any diesel powered off-road equipment is found to be in non-compliance with any portion of this special provision, the Engineer will issue the Contractor a diesel retrofit deficiency deduction. Any costs associated with retrofitting any diesel powered off-road equipment with emission control devices shall be considered as included in the contract unit prices bid for the various items of work involved and no additional compensation will be allowed. The Contractor's compliance with this notice and any associated regulations shall not be grounds for a claim. Diesel Retrofit Deficiency Deduction When the Engineer determines that a diesel retrofit deficiency exists, a daily monetary deduction will be imposed for each calendar day or fraction thereof the deficiency continues to exist. The calendar day(s) will begin when the time period for correction is exceeded and end with the Engineer's written acceptance of the correction. The daily monetary deduction will be $1,000.00 for each deficiency identified. The deficiency will be based on lack of diesel retrofit emissions control. If a Contractor accumulates three diesel retrofit deficiency deductions for the same piece of equipment in a contract period, the Contractor will be shutdown until the deficiency is corrected.

Page 39: Local Public Agency Formal Contract Proposal

Such a shutdown will not be grounds for any extension of the contract time, waiver of penalties, or be grounds for any claim. 80261

Page 40: Local Public Agency Formal Contract Proposal

PAVEMENT STRIPING - SYMBOLS (BDE) Effective: January 1, 2015 Revise the Symbol Table of Article 780.14 of the Supplemental Specifications to read:

“SYMBOLS

Symbol Large Size

sq ft (sq m)

Small Size

sq ft (sq m)

Through Arrow 11.5 (1.07) 6.5 (0.60)

Left or Right Arrow 15.6 (1.47) 8.8 (0.82)

2 Arrow Combination Left (or Right) and Through

26.0 (2.42) 14.7 (1.37)

3 Arrow Combination Left, Right, and Through

38.4 (3.56) 20.9 (1.94)

Lane Drop Arrow 41.5 (3.86) --

Wrong Way Arrow 24.3 (2.26) --

Railroad "R" 6 ft (1.8 m) 3.6 (0.33) --

Railroad "X" 20 ft (6.1 m) 54.0 (5.02) --

International Symbol of Accessibility

3.1 (0.29) --

Bike Symbol 4.7 (0.44) --

Shared Lane Symbol 8.0 (0.74) --“

80352

Page 41: Local Public Agency Formal Contract Proposal

SIDEWALK, CORNER, OR CROSSWALK CLOSURE (BDE) Effective: January 1, 2015 Revised: April 1, 2015 Revise the first sentence of Article 1106.02(m) of the Supplemental Specifications to read:

“The top and bottom panels shall have alternating white and orange stripes sloping 45 degrees on both sides.”

80354

Page 42: Local Public Agency Formal Contract Proposal

URBAN HALF ROAD CLOSURE WITH MOUNTABLE MEDIAN (BDE) Effective: January 1, 2015 Revised: July 1, 2015 Revise the first paragraph of Article 701.18(j) of the Standard Specifications to read:

“Urban Traffic Control, Standards 701501, 701502, 701601, 701602, 701606, 701611, 701701, and 701801.”

Revise Article 701.18(j)(3) of the Standard Specifications to read:

“(3) Standard 701611. When Standard or 701611 is specified, reflective pavement markings shall be used when the closure time exceeds four days. The double yellow centerline shall be used in the two-way traffic area in addition to the barricades or drums. Single yellow left edge line shall be used to outline the barricade island. White right edge line shall be used along the barricades delineating the work area.”

Revise the first sentence of Article 701.19(c) of the Standard Specifications to read:

“Traffic control and protection required under Standards 701201, 701206, 701306, 701326, 701336, 701406, 701421, 701451, 701456, 701501, 701502, 701601, 701602, 701606, 701611, 701701 and 701801 will be measured for payment on a lump sum basis.”

Add the following to the first paragraph of Article 701.20(b) of the Standard Specifications:

“TRAFFIC CONTROL AND PROTECTION STANDARD 701611;” 80357

Page 43: Local Public Agency Formal Contract Proposal

○ S

UM

MA

RY

OF

QU

AN

TIT

IES

○ S

CH

ED

ULE

S O

F Q

UA

NT

ITIE

S

Page 44: Local Public Agency Formal Contract Proposal

Se

ctio

n:

16-P

VM

KG

-04-G

M

SU

MM

AR

Y O

F Q

UA

NT

ITIE

SR

ou

te:

Vari

ou

s

D

Ite

m

No

.It

em

sU

nit

Qu

an

tity

RE

MO

VE

&

RE

PL

AC

ER

EM

OV

AL

ON

LY

NE

W M

AR

KIN

GS

"OT

HE

R"

OR

NO

MIN

AL

1T

HE

RM

OP

LA

ST

IC P

AV

EM

EN

T M

AR

KIN

G -

LE

TT

ER

S

AN

D S

YM

BO

LS

SQ

FT

16

60

01

63

03

.32

97

2T

HE

RM

OP

LA

ST

IC P

AV

EM

EN

T M

AR

KIN

G -

LIN

E 4

"F

OO

T8

10

00

80

12

18

79

3T

HE

RM

OP

LA

ST

IC P

AV

EM

EN

T M

AR

KIN

G -

LIN

E 6

"F

OO

T5

61

00

55

42

36

77

4T

HE

RM

OP

LA

ST

IC P

AV

EM

EN

T M

AR

KIN

G -

LIN

E 8

"F

OO

T5

57

65

57

6

5T

HE

RM

OP

LA

ST

IC P

AV

EM

EN

T M

AR

KIN

G -

LIN

E 1

2"

FO

OT

25

10

01

17

91

13

02

32

86

6T

HE

RM

OP

LA

ST

IC P

AV

EM

EN

T M

AR

KIN

G -

LIN

E 2

4"

FO

OT

55

00

54

25

75

7M

OD

IFIE

D U

RE

TH

AN

E P

AV

EM

EN

T M

AR

KIN

G -

LE

TT

ER

S A

ND

SY

MB

OL

SS

Q F

T1

56

21

52

5.8

36

.4

8M

OD

IFIE

D U

RE

TH

AN

E P

AV

EM

EN

T M

AR

KIN

G -

LIN

E 4

"F

OO

T2

34

00

22

78

26

18

9M

OD

IFIE

D U

RE

TH

AN

E P

AV

EM

EN

T M

AR

KIN

G -

LIN

E 6

"F

OO

T5

40

05

32

27

8

10

MO

DIF

IED

UR

ET

HA

NE

PA

VE

ME

NT

MA

RK

ING

- L

INE

8"

FO

OT

87

08

42

28

11

MO

DIF

IED

UR

ET

HA

NE

PA

VE

ME

NT

MA

RK

ING

- L

INE

12

"F

OO

T7

50

55

31

60

37

12

MO

DIF

IED

UR

ET

HA

NE

PA

VE

ME

NT

MA

RK

ING

- L

INE

24

"F

OO

T7

50

72

12

9

13

PA

VE

ME

NT

MA

RK

ING

RE

MO

VA

LS

Q F

T1

19

30

01

11

41

7.3

61

05

17

78

14

RE

CE

SS

ED

RE

FL

EC

TIV

E P

AV

EM

EN

T M

AR

KE

RE

AC

H4

00

40

0

15

RE

PL

AC

EM

EN

T R

EF

LE

CT

OR

EA

CH

80

08

00

16

TR

AF

FIC

CO

NT

RO

L A

ND

PR

OT

EC

TIO

NL

SU

M1

1

* D

ES

IGN

AT

ES

SP

EC

IAL

TY

IT

EM

(

NO

NE

DE

SIG

NA

TE

D )

D -

NO

MIN

AL

QU

AN

TIT

Y F

OR

BID

DIN

G P

UR

PO

SE

S

(

AS

SU

ME

SM

AL

L Q

UA

NT

ITIE

S A

T A

NY

SIN

GL

E L

OC

AT

ION

)

Page 45: Local Public Agency Formal Contract Proposal

NO

.H

IGH

WA

YIN

TE

RS

EC

TIO

N

LF

LFLF

LFLF

LFLF

EA

.E

A.

EA

.E

A.

EA

.LF

LFLF

24"

S.W

12"

S.W

.8"

S.W

.6"

SW

C

RO

SS

WA

LK

6" S

W

TU

RN

.6"

S.W

. M

ISC

.

12"

S.W

. M

ISC

. H

AT

CH

6"

DA

SH

ES

AR

RO

WS

ON

LY'S

"SC

HO

OL"

R X

R4"

S.W

.4"

S.Y

.12

" S

.Y.

3F

ER

RY

RO

AD

EO

LA R

OA

DE

52

214

21

2 2

3F

ER

RY

RO

AD

PR

OS

PE

CT

RD

W23

2 22

2

2

3F

ER

RY

RO

AD

PR

OS

PE

CT

RD

E20

1 17

2

2

3F

ER

RY

RO

AD

ME

RID

AN

DR

W13

2 28

1

1

3F

ER

RY

RO

AD

ME

RID

AN

DR

E12

5 24

1

1

3F

ER

RY

RO

AD

ME

AD

OW

- D

UK

E D

RE

197

21

2 2

3F

ER

RY

RO

AD

WA

RE

HO

US

EW

163

3F

ER

RY

RO

AD

ILLI

NO

IS Y

OU

TH

CE

NT

ER

W15

121

11

3F

ER

RY

RO

AD

ILLI

NO

IS Y

OU

TH

CE

NT

ER

E12

0

3F

ER

RY

RO

AD

BA

RC

LAY

DR

W19

21

1

3F

ER

RY

RO

AD

RIG

I RD

W10

01

1

3F

ER

RY

RO

AD

CE

LEB

RA

TIO

N L

NE

141

231

1

3F

ER

RY

RO

AD

MO

NA

RC

H L

AN

DIN

GW

218

221

1

3F

ER

RY

RO

AD

MO

NA

RC

H L

AN

DIN

GE

196

222

1

3F

ER

RY

RO

AD

CO

RP

OR

AT

E L

NE

234

222

2

3F

ER

RY

RO

AD

DA

RT

EN

TR

AN

CE

W19

522

21

3F

ER

RY

RO

AD

NIC

OR

E15

021

21

3F

ER

RY

RO

AD

DA

RT

EN

TR

AN

CE

#2

W20

022

21

3F

ER

RY

RO

AD

NIC

OR

RE

ALS

TA

TE

E20

48

22

3F

ER

RY

RO

AD

RE

LIA

BLE

E11

022

21

3F

ER

RY

RO

AD

GA

RD

NE

R S

CH

OO

L6

3F

ER

RY

RO

AD

CU

RT

IS A

VE

W10

018

11

3F

ER

RY

RO

AD

CU

RT

IS A

VE

E51

83

1

3W

AR

RE

NV

ILLE

RO

AD

IL 5

3W

6618

655

1475

4585

99

3W

AR

RE

NV

ILLE

RO

AD

IL 5

3E

7120

696

356

547

7

6D

EV

ON

AV

EN

UE

PR

OS

PE

CT

W

3813

518

11

6D

EV

ON

AV

EN

UE

PR

OS

PE

CT

E

3413

811

11

6D

EV

ON

AV

EN

UE

NE

WP

OR

TN

3810

58

22

6D

EV

ON

AV

EN

UE

NE

WP

OR

TW

170

101

1

8Y

OR

K R

OA

DG

OLF

S21

620

22

2

8Y

OR

K R

OA

DS

CH

OO

L E

NT

RA

NC

EN

141

191

1

8Y

OR

K R

OA

DW

IND

SO

R D

RN

101

131

1

8Y

OR

K R

OA

DW

IND

SO

R D

RS

2

8Y

OR

K R

OA

D31

ST

ST

RE

ET

N38

206

249

202

22

8Y

OR

K R

OA

D31

ST

ST

RE

ET

S41

160

249

212

21

8Y

OR

K R

OA

D31

ST

ST

RE

ET

W45

178

243

22

8Y

OR

K R

OA

D31

ST

ST

RE

ET

E43

162

249

202

2

8Y

OR

K R

OA

DC

HU

RC

H E

NT

RA

NC

ES

4115

11

8Y

OR

K R

OA

DY

OR

K T

AV

ER

NS

581

1

8Y

OR

K R

OA

DS

PR

ING

RO

AD

N24

124

201

1

8Y

OR

K R

OA

DS

PR

ING

RO

AD

S27

157

11

9M

AIN

ST

RE

ET

(D

G)

59T

H S

TR

EE

TN

22

9M

AIN

ST

RE

ET

(D

G)

59T

H S

TR

EE

TS

2210

511

7

9M

AIN

ST

RE

ET

(D

G)

59T

H S

TR

EE

TW

22

9M

AIN

ST

RE

ET

(D

G)

59T

H S

TR

EE

TE

22

11A

RM

Y T

RA

IL R

OA

DB

RIG

HT

ON

W19

316

22

2016

PA

VE

ME

NT

MA

RK

ING

RE

MO

VE

AN

D R

EP

LAC

E -

TH

ER

MO

PL

AS

TIC

ON

AS

PH

ALT

Page 46: Local Public Agency Formal Contract Proposal

NO

.H

IGH

WA

YIN

TE

RS

EC

TIO

N

LF

LFLF

LFLF

LFLF

EA

.E

A.

EA

.E

A.

EA

.LF

LFLF

24"

S.W

12"

S.W

.8"

S.W

.6"

SW

C

RO

SS

WA

LK

6" S

W

TU

RN

.6"

S.W

. M

ISC

.

12"

S.W

. M

ISC

. H

AT

CH

6"

DA

SH

ES

AR

RO

WS

ON

LY'S

"SC

HO

OL"

R X

R4"

S.W

.4"

S.Y

.12

" S

.Y.

2016

PA

VE

ME

NT

MA

RK

ING

RE

MO

VE

AN

D R

EP

LAC

E -

TH

ER

MO

PL

AS

TIC

ON

AS

PH

ALT

11A

RM

Y T

RA

IL R

OA

DK

NO

LLW

OO

D D

RN

30

11A

RM

Y T

RA

IL R

OA

DK

NO

LLW

OO

D D

RS

30

11A

RM

Y T

RA

IL R

OA

DK

NO

LLW

OO

D D

RW

3533

520

22

11A

RM

Y T

RA

IL R

OA

DK

NO

LLW

OO

D D

RE

3526

920

22

11A

RM

Y T

RA

IL R

OA

DS

PR

ING

FIE

LD D

RN

40

11A

RM

Y T

RA

IL R

OA

DS

PR

ING

FIE

LD D

RS

39

11A

RM

Y T

RA

IL R

OA

DS

PR

ING

FIE

LD D

RW

4559

642

44

11A

RM

Y T

RA

IL R

OA

DS

PR

ING

FIE

LD D

RE

4552

141

44

11A

RM

Y T

RA

IL R

OA

DB

UT

TE

RF

IELD

DR

N28

11A

RM

Y T

RA

IL R

OA

DB

UT

TE

RF

IELD

DR

S36

11A

RM

Y T

RA

IL R

OA

DB

UT

TE

RF

IELD

DR

W49

478

404

4

11A

RM

Y T

RA

IL R

OA

DB

UT

TE

RF

IELD

DR

E37

7221

819

321

11A

RM

Y T

RA

IL R

OA

DC

HIL

I'SS

23

11A

RM

Y T

RA

IL R

OA

DC

HIL

I'SW

3318

318

22

11A

RM

Y T

RA

IL R

OA

DC

HIL

I'SE

3321

520

22

11A

RM

Y T

RA

IL R

OA

DB

LOO

MIN

GD

ALE

CT

N18

11A

RM

Y T

RA

IL R

OA

DB

LOO

MIN

GD

ALE

CT

S12

11A

RM

Y T

RA

IL R

OA

DB

LOO

MIN

GD

ALE

CT

E34

220

22

14E

OLA

RO

AD

IL 5

6S

2820

722

22

14E

OLA

RO

AD

BIG

WO

OD

S C

HU

RC

HN

9821

11

14E

OLA

RO

AD

GE

NO

NN

148

212

1

14E

OLA

RO

AD

BU

SIN

ES

S E

NT

RA

NC

EN

156

182

2

14E

OLA

RO

AD

OLD

FE

RR

Y R

OA

DN

153

192

1

14E

OLA

RO

AD

BIL

TE

R/F

ER

RY

N45

193

222

2

14E

OLA

RO

AD

BIL

TE

R/F

ER

RY

S45

188

212

2

14E

OLA

RO

AD

PR

OS

PE

CT

DR

N20

621

21

14E

OLA

RO

AD

DIE

HL

RO

AD

N62

292

418

537

795

5

14E

OLA

RO

AD

DIE

HL

RO

AD

S67

290

410

914

806

6

14E

OLA

RO

AD

DIE

HL

RO

AD

W66

229

364

727

756

6

14E

OLA

RO

AD

DIE

HL

RO

AD

E66

285

400

948

455

5

14E

OLA

RO

AD

MU

ST

AN

G W

AY

N49

187

169

376

434

4

14E

OLA

RO

AD

MU

ST

AN

G W

AY

S40

352

706

132

126

7

14E

OLA

RO

AD

MU

ST

AN

G W

AY

E25

205

165

14E

OLA

RO

AD

MO

LIT

OR

/ M

ET

EA

N48

422

734

4

14E

OLA

RO

AD

MO

LIT

OR

/ M

ET

EA

S74

753

1383

232

594

3

14E

OLA

RO

AD

MO

LIT

OR

/ M

ET

EA

W31

137

132

14E

OLA

RO

AD

MO

LIT

OR

/ M

ET

EA

E47

275

200

20

14E

OLA

RO

AD

SO

UT

H M

ET

EA

EN

TR

AN

CE

N25

633

4

14E

OLA

RO

AD

SO

UT

H M

ET

EA

EN

TR

AN

CE

S12

552

120

11

14E

OLA

RO

AD

SO

UT

H M

ET

EA

EN

TR

AN

CE

E14

8971

14E

OLA

RO

AD

BE

NN

ET

T P

LN

195

202

1

14E

OLA

RO

AD

ST

ON

EB

RID

GE

/ H

AV

ER

HIL

LN

4517

620

22

14E

OLA

RO

AD

ST

ON

EB

RID

GE

/ H

AV

ER

HIL

LS

4022

819

22

14E

OLA

RO

AD

NO

. AU

RO

RA

/ IN

DIA

N T

RA

ILN

5845

336

44

14E

OLA

RO

AD

NO

. AU

RO

RA

/ IN

DIA

N T

RA

ILS

5652

728

44

14E

OLA

RO

AD

CH

AS

E B

AN

KN

5313

965

61

1

14E

OLA

RO

AD

CH

AS

E B

AN

KS

130

211

14E

OLA

RO

AD

SH

EF

FE

R D

RN

4718

641

542

44

14E

OLA

RO

AD

SH

EF

FE

R D

RS

4730

541

22

14E

OLA

RO

AD

WA

TE

RS

TO

NE

DR

S20

72

2

14E

OLA

RO

AD

WA

TE

RS

TO

NE

DR

W23

14E

OLA

RO

AD

LIB

ER

TY

ST

N60

488

454

4

14E

OLA

RO

AD

LIB

ER

TY

ST

S52

412

444

4

Page 47: Local Public Agency Formal Contract Proposal

NO

.H

IGH

WA

YIN

TE

RS

EC

TIO

N

LF

LFLF

LFLF

LFLF

EA

.E

A.

EA

.E

A.

EA

.LF

LFLF

24"

S.W

12"

S.W

.8"

S.W

.6"

SW

C

RO

SS

WA

LK

6" S

W

TU

RN

.6"

S.W

. M

ISC

.

12"

S.W

. M

ISC

. H

AT

CH

6"

DA

SH

ES

AR

RO

WS

ON

LY'S

"SC

HO

OL"

R X

R4"

S.W

.4"

S.Y

.12

" S

.Y.

2016

PA

VE

ME

NT

MA

RK

ING

RE

MO

VE

AN

D R

EP

LAC

E -

TH

ER

MO

PL

AS

TIC

ON

AS

PH

ALT

14E

OLA

RO

AD

SU

PE

R S

UD

S C

AR

WA

SH

N20

321

22

14E

OLA

RO

AD

EO

LA C

OM

MO

NS

N19

721

21

14E

OLA

RO

AD

EO

LA C

OM

MO

NS

S15

122

21

14E

OLA

RO

AD

E. N

EW

YO

RK

ST

.N

7227

944

248

44

17M

AP

LE A

VE

NU

EIL

53

E44

160

500

226

6

17M

AP

LE A

VE

NU

EW

ALG

RE

EN

SW

737

11

17M

AP

LE A

VE

NU

EM

CD

ON

ALD

SE

739

11

17M

AP

LE A

VE

NU

EC

EN

TE

R D

RW

769

11

17M

AP

LE A

VE

NU

EC

EN

TE

R T

O P

RIM

RO

SE

22

17M

AP

LE A

VE

NU

EP

RIM

RO

SE

AV

EW

23

17M

AP

LE A

VE

NU

EP

RIM

RO

SE

AV

EE

35

17M

AP

LE A

VE

NU

EI-

355

W64

4152

944

66

17M

AP

LE A

VE

NU

EI-

355

E63

4343

851

44

17M

AP

LE A

VE

NU

EW

ALN

UT

AV

EW

3717

128

21

17M

AP

LE A

VE

NU

EW

ALN

UT

AV

EE

3613

518

21

17M

AP

LE A

VE

NU

EB

ELM

ON

T R

DW

3725

818

22

17M

AP

LE A

VE

NU

EB

ELM

ON

T R

DE

3625

016

22

20G

RA

ND

AV

EN

UE

EQ

UIP

ME

NT

CO

MP

AN

YN

174

182

2

20G

RA

ND

AV

EN

UE

SO

. OF

LA

MO

NT

N14

016

11

20G

RA

ND

AV

EN

UE

SO

. OF

LA

MO

NT

S14

016

11

20G

RA

ND

AV

EN

UE

LAM

ON

T R

DS

7917

11

20G

RA

ND

AV

EN

UE

NO

. OF

LA

MO

NT

S86

161

1

20G

RA

ND

AV

EN

UE

OLD

GR

AN

D /

OA

KLA

WN

W51

315

454

2

20G

RA

ND

AV

EN

UE

OLD

GR

AN

D /

OA

KLA

WN

E51

281

313

3

20G

RA

ND

AV

EN

UE

CH

UR

CH

RD

W45

8924

11

20G

RA

ND

AV

EN

UE

CH

UR

CH

RD

E44

8831

11

20G

RA

ND

AV

EN

UE

BE

TW

EE

N C

HU

RC

H A

ND

IND

US

TR

IAL

8

20G

RA

ND

AV

EN

UE

IND

US

TR

IAL

DR

W42

208

222

2

20G

RA

ND

AV

EN

UE

IND

US

TR

IAL

DR

E41

202

192

2

20G

RA

ND

AV

EN

UE

BE

TW

EE

N IN

DU

ST

RIA

L A

ND

YO

RK

E8

20G

RA

ND

AV

EN

UE

YO

RK

RD

W60

135

251

1

20G

RA

ND

AV

EN

UE

YO

RK

RD

E63

150

192

1

20G

RA

ND

AV

EN

UE

CR

OW

N R

DW

2413

84

2

20G

RA

ND

AV

EN

UE

CR

OW

N R

DE

3510

017

11

2

20G

RA

ND

AV

EN

UE

CO

UN

TR

Y C

LUB

EN

TR

AN

CE

10

20G

RA

ND

AV

EN

UE

CO

UN

TR

Y IN

N A

ND

SU

ITE

SW

167

171

1

20G

RA

ND

AV

EN

UE

CO

UN

TY

LIN

E R

DW

3488

111

1

23G

AR

Y A

VE

NU

EE

NT

RA

NC

E D

RIV

E 5

N55

352

423

3

23G

AR

Y A

VE

NU

EE

NT

RA

NC

E D

RIV

E 5

S35

170

282

1

23G

AR

Y A

VE

NU

EE

NT

RA

NC

E D

RIV

E 5

W38

23G

AR

Y A

VE

NU

EE

NT

RA

NC

E D

RIV

E 5

E30

23G

AR

Y A

VE

NU

EH

OB

BY

LO

BB

Y E

NT

RA

NC

EN

130

171

1

23G

AR

Y A

VE

NU

EH

OB

BY

LO

BB

Y E

NT

RA

NC

EW

17

23G

AR

Y A

VE

NU

EC

AM

DE

N -

EN

TR

AN

CE

DR

IVE

4N

320

353

2

23G

AR

Y A

VE

NU

EC

AM

DE

N -

EN

TR

AN

CE

DR

IVE

4S

338

344

2

23G

AR

Y A

VE

NU

EC

AM

DE

N -

EN

TR

AN

CE

DR

IVE

4W

26

23G

AR

Y A

VE

NU

EC

AM

DE

N -

EN

TR

AN

CE

DR

IVE

4E

22

23G

AR

Y A

VE

NU

ES

CO

TT

DR

N41

176

192

1

23G

AR

Y A

VE

NU

ES

CO

TT

DR

S48

336

394

4

Page 48: Local Public Agency Formal Contract Proposal

NO

.H

IGH

WA

YIN

TE

RS

EC

TIO

N

LF

LFLF

LFLF

LFLF

EA

.E

A.

EA

.E

A.

EA

.LF

LFLF

24"

S.W

12"

S.W

.8"

S.W

.6"

SW

C

RO

SS

WA

LK

6" S

W

TU

RN

.6"

S.W

. M

ISC

.

12"

S.W

. M

ISC

. H

AT

CH

6"

DA

SH

ES

AR

RO

WS

ON

LY'S

"SC

HO

OL"

R X

R4"

S.W

.4"

S.Y

.12

" S

.Y.

2016

PA

VE

ME

NT

MA

RK

ING

RE

MO

VE

AN

D R

EP

LAC

E -

TH

ER

MO

PL

AS

TIC

ON

AS

PH

ALT

23G

AR

Y A

VE

NU

ES

CO

TT

DR

W27

23G

AR

Y A

VE

NU

ES

CO

TT

DR

E36

23G

AR

Y A

VE

NU

EF

IRE

ST

AT

ION

5193

5

23G

AR

Y A

VE

NU

EJU

ST

TIR

ES

N26

126

32

23G

AR

Y A

VE

NU

EJU

ST

TIR

ES

S10

321

11

27P

RIN

CE

CR

OS

SIN

GM

AIN

ST

RE

ET

S14

510

010

835

11

27P

RIN

CE

CR

OS

SIN

GM

AIN

ST

RE

ET

W24

160

97

32M

ILL

ST

RE

ET

BE

LLA

VIS

TA

N55

303

464

3

32M

ILL

ST

RE

ET

BE

LLA

VIS

TA

S47

317

414

2

32M

ILL

ST

RE

ET

SH

UM

AN

BLV

D.

N42

819

33

32M

ILL

ST

RE

ET

SH

UM

AN

BLV

D.

S17

643

833

54

32M

ILL

ST

RE

ET

DIE

HL

RO

AD

N55

205

122

2

32M

ILL

ST

RE

ET

DIE

HL

RO

AD

S36

310

233

3

32M

ILL

ST

RE

ET

DIE

HL

RO

AD

W55

384

544

4

32M

ILL

ST

RE

ET

CO

MM

ON

S S

TN

184

242

2

32M

ILL

ST

RE

ET

CO

MM

ON

S S

TS

380

484

4

32M

ILL

ST

RE

ET

BA

UE

R R

OA

DN

4217

016

315

223

22

32M

ILL

ST

RE

ET

BA

UE

R R

OA

DS

3515

220

22

2

32M

ILL

ST

RE

ET

S. O

F S

CH

OO

LS

100

2

32M

ILL

ST

RE

ET

US

34

- O

GD

EN

AV

EN

UE

N47

212

549

305

5

36S

CH

MA

LE R

OA

DA

RM

Y T

RA

IL T

O IL

64

3361

327

40

36S

CH

MA

LE R

OA

DA

RM

Y T

RA

IL R

OA

DS

4543

448

44

36S

CH

MA

LE R

OA

DA

RM

Y T

RA

IL R

OA

DW

5565

640

44

36S

CH

MA

LE R

OA

DA

RM

Y T

RA

IL R

OA

DE

3555

020

33

36S

CH

MA

LE R

OA

DT

AR

GE

T/W

ALM

AR

T E

NT

RA

NC

EN

3614

017

22

36S

CH

MA

LE R

OA

DT

AR

GE

T/W

ALM

AR

T E

NT

RA

NC

ES

3520

022

22

36S

CH

MA

LE R

OA

DW

ALL

ST

RE

ET

N20

020

22

36S

CH

MA

LE R

OA

DW

ALL

ST

RE

ET

S69

173

142

12

36S

CH

MA

LE R

OA

DLO

NG

VIE

W D

RIV

EN

7213

324

21

2

36S

CH

MA

LE R

OA

DLO

NG

VIE

W D

RIV

ES

155

202

1

36S

CH

MA

LE R

OA

DM

ILL

PO

ND

DR

IVE

N16

720

21

36S

CH

MA

LE R

OA

DLI

ES

RO

AD

N30

36S

CH

MA

LE R

OA

DLI

ES

RO

AD

S34

263

222

2

36S

CH

MA

LE R

OA

DH

ES

TE

RM

AN

DR

IVE

N16

218

21

36S

CH

MA

LE R

OA

DM

ISS

ION

ST

RE

ET

S93

91

1

36S

CH

MA

LE R

OA

DS

CH

MA

LE C

OU

RT

N76

91

1

36S

CH

MA

LE R

OA

DG

OLD

EN

DR

IVE

NO

RT

HN

2886

223

262

2

36S

CH

MA

LE R

OA

DG

OLD

EN

DR

IVE

SO

UT

HN

288

403

2

36S

CH

MA

LE R

OA

DG

OLD

EN

DR

IVE

SO

UT

HS

2

36S

CH

MA

LE R

OA

DS

CH

UB

ER

T A

VE

NU

EN

175

212

1

36S

CH

MA

LE R

OA

DS

CH

UB

ER

T A

VE

NU

ES

6

36S

CH

MA

LE R

OA

DF

ULL

ER

TO

N A

VE

NU

EN

3824

821

22

36S

CH

MA

LE R

OA

DF

ULL

ER

TO

N A

VE

NU

ES

3820

321

22

36S

CH

MA

LE R

OA

DP

OS

T O

FF

ICE

N4

36S

CH

MA

LE R

OA

DP

OS

T O

FF

ICE

S85

11

36S

CH

MA

LE R

OA

DC

HIC

AG

O IN

TE

RN

AT

ION

AL

S11

411

11

36S

CH

MA

LE R

OA

DS

T. P

AU

L B

LVD

.S

2

36S

CH

MA

LE R

OA

DK

EH

OE

BLV

D.

S15

214

21

36S

CH

MA

LE R

OA

DT

ITA

N M

ET

ALS

N17

014

21

Page 49: Local Public Agency Formal Contract Proposal

NO

.H

IGH

WA

YIN

TE

RS

EC

TIO

N

LF

LFLF

LFLF

LFLF

EA

.E

A.

EA

.E

A.

EA

.LF

LFLF

24"

S.W

12"

S.W

.8"

S.W

.6"

SW

C

RO

SS

WA

LK

6" S

W

TU

RN

.6"

S.W

. M

ISC

.

12"

S.W

. M

ISC

. H

AT

CH

6"

DA

SH

ES

AR

RO

WS

ON

LY'S

"SC

HO

OL"

R X

R4"

S.W

.4"

S.Y

.12

" S

.Y.

2016

PA

VE

ME

NT

MA

RK

ING

RE

MO

VE

AN

D R

EP

LAC

E -

TH

ER

MO

PL

AS

TIC

ON

AS

PH

ALT

36S

CH

MA

LE R

OA

DN

OR

LUX

S88

101

1

36S

CH

MA

LE R

OA

DR

AN

DY

RO

AD

S16

421

21

36S

CH

MA

LE R

OA

DB

US

INE

SS

EN

TR

AN

CE

N12

321

11

36S

CH

MA

LE R

OA

DP

HIL

LIP

S C

T.

S4

36S

CH

MA

LE R

OA

DIL

64

S6

36S

CH

MA

LE R

OA

DIL

64

TO

GE

NE

VA

RO

AD

1147

622

7

36S

CH

MA

LE R

OA

DG

UN

DE

RS

ON

N40

165

183

1

36S

CH

MA

LE R

OA

DG

UN

DE

RS

ON

S39

165

193

1

36S

CH

MA

LE R

OA

DG

UN

DE

RS

ON

W39

36S

CH

MA

LE R

OA

DG

UN

DE

RS

ON

E27

36S

CH

MA

LE R

OA

DT

HO

RN

HIL

LN

4211

019

11

36S

CH

MA

LE R

OA

DT

HO

RN

HIL

LS

3510

617

11

36S

CH

MA

LE R

OA

DT

HO

RN

HIL

LW

26

36S

CH

MA

LE R

OA

DT

HO

RN

HIL

LE

34

36S

CH

MA

LE R

OA

DH

OM

E D

EP

OT

N47

236

392

2

36S

CH

MA

LE R

OA

DH

OM

E D

EP

OT

S34

142

181

1

36S

CH

MA

LE R

OA

DG

EN

EV

A

N34

243

182

2

36S

CH

MA

LE R

OA

DG

EN

EV

A

W16

814

22

36S

CH

MA

LE R

OA

DG

EN

EV

A

E18

510

22

3863

RD

ST

RE

ET

ST

ON

EW

ALL

AV

EN

UE

W13

760

191

1

3863

RD

ST

RE

ET

ST

ON

EW

ALL

AV

EN

UE

E14

420

322

82

3863

RD

ST

RE

ET

SP

RIN

GS

IDE

AV

EN

UE

W14

220

122

21

3863

RD

ST

RE

ET

SP

RIN

GS

IDE

AV

EN

UE

E14

218

921

21

3863

RD

ST

RE

ET

DU

NH

AM

RO

AD

W38

151

118

251

1

3863

RD

ST

RE

ET

DU

NH

AM

RO

AD

E37

152

169

202

2

3863

RD

ST

RE

ET

MA

IN S

TR

EE

T (

DG

)N

3532

620

22

3863

RD

ST

RE

ET

MA

IN S

TR

EE

T (

DG

)S

4019

816

22

3863

RD

ST

RE

ET

MA

IN S

TR

EE

T (

DG

)W

3342

57

44

3863

RD

ST

RE

ET

MA

IN S

TR

EE

T (

DG

)E

4124

918

22

50S

CH

ICK

RO

AD

CO

UN

TY

FA

RM

TO

CO

VIN

GT

ON

546

1342

0

50S

CH

ICK

RO

AD

CO

UN

TY

FA

RM

TO

E. O

F M

ALL

AR

D21

011

965

50S

CH

ICK

RO

AD

BE

LL L

AN

EW

235

342

2

50S

CH

ICK

RO

AD

CH

AN

DLE

R D

RIV

EE

149

322

2

50S

CH

ICK

RO

AD

LAN

DF

ILL

EN

TR

AN

CE

E25

822

22

50S

CH

ICK

RO

AD

HU

NT

ER

RO

AD

W10

122

11

50S

CH

ICK

RO

AD

HU

NT

ER

RO

AD

E20

019

22

50S

CH

ICK

RO

AD

RIN

GN

EC

K L

AN

EE

200

152

2

50S

CH

ICK

RO

AD

RE

DH

EA

D L

AN

EE

200

202

2

50S

CH

ICK

RO

AD

MA

LLA

RD

LA

NE

S15

9190

50S

CH

ICK

RO

AD

MA

LLA

RD

LA

NE

W37

200

232

2

50S

CH

ICK

RO

AD

MA

LLA

RD

LA

NE

E47

260

153

381

474

4

50S

CH

ICK

RO

AD

CO

VIN

GT

ON

DR

E78

101

1

50S

CH

ICK

RO

AD

TH

OR

N R

DN

31

50S

CH

ICK

RO

AD

TH

OR

N R

DS

39

50S

CH

ICK

RO

AD

TH

OR

N R

DW

3715

215

22

50S

CH

ICK

RO

AD

TH

OR

N R

DE

4417

326

22

LEN

GT

H

(FT

) 54

2577

5855

7617

4443

810

935

101

8934

--

--

1402

166

100

3932

AR

EA

(S

Q F

T)

--

--

--

--

7878

7696

485

245

--

-

RE

MO

VA

L A

RE

A (

SQ

FT

) 10

850

7758

3717

872

2190

546

810

144

6778

7876

9648

524

546

7422

033

3932

Page 50: Local Public Agency Formal Contract Proposal

NO

.H

IGH

WA

YIN

TE

RS

EC

TIO

N

2F

INLE

Y R

OA

DB

RID

GE

OV

ER

I-88

3F

ER

RY

RO

AD

BR

IDG

E O

VE

R R

XR

3F

ER

RY

RO

AD

BR

IDG

E O

VE

R W

. BR

AN

CH

3W

AR

RE

NV

ILLE

RO

AD

BR

IDG

E O

VE

R I-

355

8Y

OR

K R

OA

DY

OR

K T

AV

ER

NS

9H

IGH

LAN

D A

VE

NU

EIL

56

S

9H

IGH

LAN

D A

VE

NU

ES

AV

ER

SN

9H

IGH

LAN

D A

VE

NU

ES

AV

ER

SS

9H

IGH

LAN

D A

VE

NU

ES

AV

ER

SE

9H

IGH

LAN

D A

VE

NU

EI-

88 E

AS

TB

OU

ND

N

9H

IGH

LAN

D A

VE

NU

EI-

88 E

AS

TB

OU

ND

OF

F R

AM

PW

10P

RO

SP

EC

T A

VE

NU

EN

OR

TH

OF

IL 1

9 B

RID

GE

DE

CK

11A

RM

Y T

RA

IL R

OA

DIL

59

W

11A

RM

Y T

RA

IL R

OA

DIL

59

E

11A

RM

Y T

RA

IL R

OA

DS

PR

ING

VA

LLE

YN

13W

INF

IELD

RO

AD

SO

. OF

MA

CK

RO

AD

14E

OLA

RO

AD

BR

IDG

E O

VE

R I-

88

15M

IDW

ES

T R

OA

DB

RID

GE

DE

CK

OV

ER

I-88

17M

AP

LE A

VE

NU

EI-

355

BR

IDG

E D

EC

K

20G

RA

ND

AV

EN

UE

US

20

N

29S

TE

AR

NS

RO

AD

IL 5

9W

29S

TE

AR

NS

RO

AD

IL 5

9E

32M

ILL

ST

RE

ET

OV

ER

I-88

36S

CH

MA

LE R

OA

DIL

64

N

36S

CH

MA

LE R

OA

DIL

64

S

53D

IEH

L R

OA

DE

AS

T O

F R

AY

MO

ND

DR

IVE LE

NG

TH

(F

T)

AR

EA

(S

Q F

T)

RE

MO

VA

L A

RE

A (

SQ

FT

)

LFLF

LFLF

LFLF

EA

.E

A.

EA

.E

A.

EA

.

24"

S.W

12"

S.W

.8"

SW

6" S

W

TU

RN

.4

" S

.Y.

4" S

W6"

DA

SH

ES

AR

RO

WS

ON

LYS

CO

MB

O

AR

RO

W"S

CH

OO

L"

1468

14

92

595

758

588

782

1800

2218

4144

850

482

211

1

115

612

105

5

4820

6931

229

11

2512

810

11

314

232

2

3853

300

116

233

137

33

100

264

364

3820

02

22

3921

62

2

150

198

193

60

974

1214

320

650

894

104

856

430

716

88

6811

0741

662

07

7

3713

525

480

11

3537

511

3227

033

33

588

782

5310

119

214

014

540

22

5210

822

210

514

040

22

497

606

721

553

842

5050

1121

711

565

272

--

--

--

--

--

-62

481

126

6514

4255

356

125

2537

3938

5513

662

481

126

65

2016

PA

VE

ME

NT

MA

RK

ING

RE

MO

VE

AN

D R

EP

LAC

E -

UR

ET

HA

NE

ON

CO

NC

RE

TE

Page 51: Local Public Agency Formal Contract Proposal

NO

.H

IGH

WA

YIN

TE

RS

EC

TIO

N

3F

ER

RY

RO

AD

EO

LA R

OA

DE

6D

EV

ON

AV

EN

UE

PR

OS

PE

CT

W

6D

EV

ON

AV

EN

UE

PR

OS

PE

CT

E

8Y

OR

K R

OA

DS

PR

ING

RO

AD

N

8Y

OR

K R

OA

DS

PR

ING

RO

AD

S

9M

AIN

ST

RE

ET

(D

G)

59T

H S

TR

EE

TN

9M

AIN

ST

RE

ET

(D

G)

59T

H S

TR

EE

TW

9M

AIN

ST

RE

ET

(D

G)

59T

H S

TR

EE

TE

11A

RM

Y T

RA

IL R

OA

DK

NO

LLW

OO

D D

RN

11A

RM

Y T

RA

IL R

OA

DK

NO

LLW

OO

D D

RS

11A

RM

Y T

RA

IL R

OA

DK

NO

LLW

OO

D D

RW

11A

RM

Y T

RA

IL R

OA

DK

NO

LLW

OO

D D

RE

11A

RM

Y T

RA

IL R

OA

DS

PR

ING

FIE

LD D

RN

11A

RM

Y T

RA

IL R

OA

DS

PR

ING

FIE

LD D

RS

11A

RM

Y T

RA

IL R

OA

DS

PR

ING

FIE

LD D

RW

11A

RM

Y T

RA

IL R

OA

DS

PR

ING

FIE

LD D

RE

11A

RM

Y T

RA

IL R

OA

DB

UT

TE

RF

IELD

DR

N11

AR

MY

TR

AIL

RO

AD

BU

TT

ER

FIE

LD D

RS

11A

RM

Y T

RA

IL R

OA

DB

UT

TE

RF

IELD

DR

W11

AR

MY

TR

AIL

RO

AD

BU

TT

ER

FIE

LD D

RE

11A

RM

Y T

RA

IL R

OA

DC

HIL

I'SS

11A

RM

Y T

RA

IL R

OA

DC

HIL

I'SW

14E

OLA

RO

AD

BIL

TE

R/F

ER

RY

N14

EO

LA R

OA

DB

ILT

ER

/FE

RR

YS

14E

OLA

RO

AD

DIE

HL

RO

AD

N14

EO

LA R

OA

DD

IEH

L R

OA

DS

14E

OLA

RO

AD

DIE

HL

RO

AD

W14

EO

LA R

OA

DD

IEH

L R

OA

DE

14E

OLA

RO

AD

ST

ON

EB

RID

GE

/ H

AV

ER

HIL

LN

LFL

FLF

LF

LFLF

LFE

A

LFLF

LFLF

4" R

EM

.6"

RE

M12

" R

EM

N

EW

12"

N

EW

6"

S.W

.N

EW

24"

S

.W.

NE

W 4

"

RX

R

24"

S.W

12"

S.W

.4"

SW

4 "

S.Y

.

231

240

151

160

148

150

7680

8895

118

125

9610

510

211

0

176

180

142

150

148

150

145

150

143

150

174

180

160

170

169

170

164

170

166

170

168

170

165

170

134

140

122

130

188

190

200

200

278

285

235

250

258

270

178

190

185

190

NE

W U

RE

TH

AN

E O

N C

ON

CR

ET

ER

EM

OV

AL

ON

LYN

EW

TH

ER

MO

PLA

ST

IC S

TR

IPIN

G O

N A

SP

HA

LT

Page 52: Local Public Agency Formal Contract Proposal

NO

.H

IGH

WA

YIN

TE

RS

EC

TIO

N

14E

OLA

RO

AD

ST

ON

EB

RID

GE

/ H

AV

ER

HIL

LS

14E

OLA

RO

AD

NO

. AU

RO

RA

/ IN

DIA

N T

RA

ILN

14E

OLA

RO

AD

NO

. AU

RO

RA

/ IN

DIA

N T

RA

ILS

14E

OLA

RO

AD

SH

EF

FE

R D

RS

14E

OLA

RO

AD

WA

TE

RS

TO

NE

DR

W14

EO

LA R

OA

DLI

BE

RT

Y S

TN

14E

OLA

RO

AD

LIB

ER

TY

ST

S14

EO

LA R

OA

DE

. NE

W Y

OR

K S

T.

N

17M

AP

LE A

VE

NU

EP

RIM

RO

SE

AV

EE

17M

AP

LE A

VE

NU

EW

ALN

UT

AV

EW

17M

AP

LE A

VE

NU

EB

ELM

ON

T R

DW

17M

AP

LE A

VE

NU

EB

ELM

ON

T R

DE

23G

AR

Y A

VE

NU

EE

NT

RA

NC

E D

RIV

E 5

W

23G

AR

Y A

VE

NU

EH

OB

BY

LO

BB

Y E

NT

RA

NC

EW

23G

AR

Y A

VE

NU

EC

AM

DE

N -

EN

TR

AN

CE

DR

IVE

4W

23G

AR

Y A

VE

NU

EC

AM

DE

N -

EN

TR

AN

CE

DR

IVE

4E

23G

AR

Y A

VE

NU

ES

CO

TT

DR

N

23G

AR

Y A

VE

NU

ES

CO

TT

DR

S

23G

AR

Y A

VE

NU

ES

CO

TT

DR

W

23G

AR

Y A

VE

NU

ES

CO

TT

DR

E

29S

TE

AR

NS

RO

AD

IL 5

9E

32M

ILL

ST

RE

ET

DIE

HL

RO

AD

S

32M

ILL

ST

RE

ET

BA

UE

R R

OA

DS

32M

ILL

ST

RE

ET

S. O

F S

CH

OO

LS

36S

CH

MA

LE R

OA

DA

RM

Y T

RA

IL R

OA

DS

36S

CH

MA

LE R

OA

DA

RM

Y T

RA

IL R

OA

DW

36S

CH

MA

LE R

OA

DA

RM

Y T

RA

IL R

OA

DE

36S

CH

MA

LE R

OA

DT

AR

GE

T/W

ALM

AR

T E

NT

RA

NC

ES

36S

CH

MA

LE R

OA

DF

ULL

ER

TO

N A

VE

NU

EN

LFL

FLF

LF

LFLF

LFE

A

LFLF

LFLF

4" R

EM

.6"

RE

M12

" R

EM

N

EW

12"

N

EW

6"

S.W

.N

EW

24"

S

.W.

NE

W 4

"

RX

R

24"

S.W

12"

S.W

.4"

SW

4 "

S.Y

.

NE

W U

RE

TH

AN

E O

N C

ON

CR

ET

ER

EM

OV

AL

ON

LYN

EW

TH

ER

MO

PLA

ST

IC S

TR

IPIN

G O

N A

SP

HA

LT

189

195

225

230

241

250

198

205

160

170

233

240

215

220

226

235

121

130

163

170

160

170

142

150

152

155

130

155

100

110

179

185

170

175

158

165

197

210

153

160

168

175

125

130

103

110

166

175

211

220

164

170

140

150

146

150

Page 53: Local Public Agency Formal Contract Proposal

NO

.H

IGH

WA

YIN

TE

RS

EC

TIO

N

36S

CH

MA

LE R

OA

DF

ULL

ER

TO

N A

VE

NU

ES

36S

CH

MA

LE R

OA

DG

UN

DE

RS

ON

N36

SC

HM

ALE

RO

AD

GU

ND

ER

SO

NS

36S

CH

MA

LE R

OA

DG

UN

DE

RS

ON

W36

SC

HM

ALE

RO

AD

GU

ND

ER

SO

NE

36S

CH

MA

LE R

OA

DT

HO

RN

HIL

LN

36S

CH

MA

LE R

OA

DT

HO

RN

HIL

LS

36S

CH

MA

LE R

OA

DT

HO

RN

HIL

LW

36S

CH

MA

LE R

OA

DT

HO

RN

HIL

LE

36S

CH

MA

LE R

OA

DG

EN

EV

A

N36

SC

HM

ALE

RO

AD

GE

NE

VA

W

36S

CH

MA

LE R

OA

DG

EN

EV

A

E

3863

RD

ST

RE

ET

MA

IN S

TR

EE

T (

DG

)N

3863

RD

ST

RE

ET

MA

IN S

TR

EE

T (

DG

)S

3863

RD

ST

RE

ET

MA

IN S

TR

EE

T (

DG

)W

3863

RD

ST

RE

ET

MA

IN S

TR

EE

T (

DG

)E

50S

CH

ICK

RO

AD

TH

OR

N R

DN

50S

CH

ICK

RO

AD

TH

OR

N R

DS

50S

CH

ICK

RO

AD

TH

OR

N R

DW

50S

CH

ICK

RO

AD

TH

OR

N R

DE

TO

TA

L

LEN

GT

H

(FT

) A

RE

A (

SQ

FT

) R

EM

OV

AL

AR

EA

(S

Q F

T)

LFL

FLF

LF

LFLF

LFE

A

LFLF

LFLF

4" R

EM

.6"

RE

M12

" R

EM

N

EW

12"

N

EW

6"

S.W

.N

EW

24"

S

.W.

NE

W 4

"

RX

R

24"

S.W

12"

S.W

.4"

SW

4 "

S.Y

.

NE

W U

RE

TH

AN

E O

N C

ON

CR

ET

ER

EM

OV

AL

ON

LYN

EW

TH

ER

MO

PLA

ST

IC S

TR

IPIN

G O

N A

SP

HA

LT

148

155

149

155

158

165

161

170

163

170

164

170

126

130

119

123

171

180

138

143

151

156

156

160

144

150

176

190

124

140

168

180

159

165

168

164

170

158

163

012

210

013

023

00

00

016

00

0

1302

3-

--

-16

0-

--

--

--

--

--

6105

-

Page 54: Local Public Agency Formal Contract Proposal

○ S

TAN

DA

RD

DR

AW

ING

S

Page 55: Local Public Agency Formal Contract Proposal
Page 56: Local Public Agency Formal Contract Proposal
Page 57: Local Public Agency Formal Contract Proposal
Page 58: Local Public Agency Formal Contract Proposal
Page 59: Local Public Agency Formal Contract Proposal
Page 60: Local Public Agency Formal Contract Proposal
Page 61: Local Public Agency Formal Contract Proposal
Page 62: Local Public Agency Formal Contract Proposal
Page 63: Local Public Agency Formal Contract Proposal
Page 64: Local Public Agency Formal Contract Proposal
Page 65: Local Public Agency Formal Contract Proposal
Page 66: Local Public Agency Formal Contract Proposal
Page 67: Local Public Agency Formal Contract Proposal
Page 68: Local Public Agency Formal Contract Proposal
Page 69: Local Public Agency Formal Contract Proposal
Page 70: Local Public Agency Formal Contract Proposal
Page 71: Local Public Agency Formal Contract Proposal
Page 72: Local Public Agency Formal Contract Proposal
Page 73: Local Public Agency Formal Contract Proposal
Page 74: Local Public Agency Formal Contract Proposal
Page 75: Local Public Agency Formal Contract Proposal
Page 76: Local Public Agency Formal Contract Proposal
Page 77: Local Public Agency Formal Contract Proposal
Page 78: Local Public Agency Formal Contract Proposal
Page 79: Local Public Agency Formal Contract Proposal
Page 80: Local Public Agency Formal Contract Proposal
Page 81: Local Public Agency Formal Contract Proposal
Page 82: Local Public Agency Formal Contract Proposal
Page 83: Local Public Agency Formal Contract Proposal
Page 84: Local Public Agency Formal Contract Proposal
Page 85: Local Public Agency Formal Contract Proposal
Page 86: Local Public Agency Formal Contract Proposal
Page 87: Local Public Agency Formal Contract Proposal

tc13.d

gn 1

2/2

1/2

015 1

0:0

7:0

2 A

M U

ser=

lisz

ekrf

Page 88: Local Public Agency Formal Contract Proposal
Page 89: Local Public Agency Formal Contract Proposal