Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
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.
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.
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.
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)
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)
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.
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 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
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.
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:
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)
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
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
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
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
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.
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.
○ T
AB
LE O
F C
ON
TE
NT
S○
SP
EC
IAL
PR
OV
ISIO
NS
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
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
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.
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.”
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.
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.
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
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
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
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
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
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
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
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
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
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
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.
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
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
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.
Such a shutdown will not be grounds for any extension of the contract time, waiver of penalties, or be grounds for any claim. 80261
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
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
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
○ S
UM
MA
RY
OF
QU
AN
TIT
IES
○ S
CH
ED
ULE
S O
F Q
UA
NT
ITIE
S
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
)
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
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
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
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
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
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
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
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
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
-
○ S
TAN
DA
RD
DR
AW
ING
S
tc13.d
gn 1
2/2
1/2
015 1
0:0
7:0
2 A
M U
ser=
lisz
ekrf