+ All Categories
Home > Documents > NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there...

NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there...

Date post: 06-Mar-2018
Category:
Upload: vuthu
View: 212 times
Download: 0 times
Share this document with a friend
81
Transcript
Page 1: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois
Page 2: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

RETURN WITH BID

Printed 2/6/2015 Page 2 of 2 BLR 12240 (Rev. 01/09/14)

NOTICE TO BIDDERS

County Schuyler

Local Public Agency Various

Section Number 15-00000-00-GM & 15---000-00-GM

Route Various

Sealed proposals for the furnishing or delivering & installing materials required in the construction/maintenance of the above

Section will be received and at that time publicly opened and read at the office of the Schuyler County Engineer,

121 Henninger Drive, Rushville, Illinois, 62681 until 10:00 AM on 2-27-15 Address Time Date

1. Plans and proposal forms will be available in the office of The Schuyler County Highway Department

121 Henninger Drive, Rushville, IL 62681 Address

2. Prequalification. If checked, the 2 low bidders must file within 24 hours after the letting an “Affidavit of Availability” (Form BC 57), in duplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work.

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

4. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Material Proposals, will be required. Bid Bonds will be allowed as a proposal guaranty.

5. The successful bidder at the time of execution of the contract may be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu thereof. Failure on the part of the contractor to deliver the material within the time specified or to do the work specified herein will be considered just cause to forfeit his surety as provided in Article 108.10 of the Standard Specifications.

6. Proposals shall be submitted on forms furnished by the Awarding Authority and shall be enclosed in an envelope endorsed “Schuyler County Material Proposal, Section 15---000-00-GM”.

By Order of Schuyler County Board 1-30-15 David L. Schneider (Awarding Authority) Date (County Engineer/Superintendent of Highways/Municipal Clerk)

Material Proposal or Deliver & Install Proposal To Schuyler County Board

(Awarding Authority) If this bid is accepted within 45 days from date of opening, the undersigned agrees to furnish or to deliver & install any or all of the materials, at the quoted unit prices, subject to the following:

1. It is understood and agreed that the “Standard Specifications for Road and Bridge Construction”, adopted 01-01-12, and the “Supplemental Specifications and Recurring Special Provisions”, adopted 01-01-15, prepared by the Department of Transportation, shall govern insofar as they may be applied and insofar as they do not conflict with the special provisions and supplemental specifications attached hereto.

2. It is understood that quantities listed are approximate only and that they may be increased or decreased as may be needed to properly complete the improvement within its present limits or extensions thereto, at the unit price stated and that bids will be compared on the basis of the total price bid for each group.

3. Delivery in total or partial shipments as ordered shall be made within the time specified in the special provisions or by the acceptance at the point and in the manner specified in the “Schedule of Prices”. If delivery on the job site is specified, it shall mean any place or places on the road designated by the awarding authority or its authorized representative.

4. The contractor and/or local agency performing the actual material placement operations shall be responsible for providing work zone traffic control, unless otherwise specified in this proposal. Such devices shall meet the requirements of and be installed in accordance with applicable provisions of the “Illinois Manual on Uniform Traffic Control Devices” and any referenced Illinois Highway Standards.

5. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. A bid will be declared unacceptable if neither a unit price nor a total price is shown.

Discounts will be allowed for payment as follows: 0 % calendar days: 0 % calendar days.

Discounts will not be considered in determining the low bidder.

Bidder By (Signature)

Address Title

Page 3: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Contract Bond Requirement for Material Proposal, and Deliver & Install Proposal For the purposes of this proposal, the following Groups are considered part of the Material Proposal and the special provision for Proposal Guaranty will govern.

Groups 1-46 All other Groups, these are considered part of the Deliver & Install Proposal. For Groups of any individual political subdivision (county, township/road district, or municipality) in which the total combined bid is $50,000 or less; the special provision for Proposal Guaranty will govern. For Groups of any individual political subdivision (county, township/road district, or municipality) in which the total combined bid exceeds $50,000; in accordance with the Public Construction Bond Act (30 ILCS 550/1) the Contractor shall be required to provide a performance and payment bond to the Local Agency with good and sufficient sureties equal to 5% (five percent) of each individual Group. A single bond may be provided for the combined total cost of one or more Groups within this proposal. The bond shall be conditioned for the completion of the contract, for the payment of material used in the work, and for all labor performed in the work, whether by subcontractor or otherwise. The surety shall be acceptable to the Local Agency, shall waive notice of any changes and extensions of time. The surety shall submit its bond on the form furnished by the Local Agency.

Page 4: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Printed 2/6/2015 Page 1 of 2 BLR 12325 (Rev. 4/07)

Apprenticeship or Training Program Certification

Route Return with Bid County Schuyler

Local Agency Various Section 15-00000-00-GM & 15---000-00-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: Group #47, #48 & #49

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

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

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

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

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

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

Page 5: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Printed 2/6/2015 Page 2 of 2 BLR 12325 (Rev. 4/07)

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

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

Bidder: By: (Signature)

Address: Title:

Page 6: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

RETURN WITH BID

Printed 2/6/2015 BLR 12326 (01/08/14)

Affidavit of Illinois Business Office

County Schuyler Local Public Agency Various

Section Number 15-00000-00-GM & 15---000-00-GMRoute

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 day of , .

(SEAL)

(Signature of Notary Public)

Page 7: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

LR1032-1 Page 1 of 3

State of Illinois DEPARTMENT OF TRANSPORTATION

Bureau of Local Roads & Streets

SPECIAL PROVISION FOR

EMULSIFIED ASPHALTS

Effective: January 1, 2007 Revised: February 7, 2008

All references to Sections and Articles in this Special Provision shall be construed to mean specific Sections and Articles in the Standard Specifications for Road and Bridge Construction adopted by the Department of Transportation. Replace the table after Note 2 in Article 403.02 with the following:

Bituminous Materials Recommended for Weather Conditions Indicated

Type of Construction

Warm [15 °C to 30 °C]* [(60 °F to 85 °F)]*

Hot [30 °C Plus]*

[(85 °F Plus)]*

Prime MC-30, PEP MC-30, PEP

Cover Coat and Seal

Coat

RS-2, CRS-2, RC-800, RC-3000, MC-800, MC-3000, SC-3000, HFE-90, HFE-150, HFE-300, HFRS-2, PEA**

RS-2, CRS-2, RC-800, RC-3000, MC-800, MC-3000, SC-3000, PG46-28, PG52-28, HFE-90, HFE-150, HFE-300,

HFRS-2, PEA**

* Temperature of the air in the shade at the time of application. ** PEA is only allowed on roads with low traffic volumes

Replace the table after Note 2 in Article 406.02 with the following:

Type of Construction Bituminous Materials Recommended

Prime (tack) on Brick, Concrete, or Bituminous Bases (Note 3)

SS-1, SS-1h, CSS-1, CSS-1h, HFE-90, RC-70

Prime on Aggregate Bases (Note 4) MC-30, PEP

Mixture for Cracks, Joints, and Flangeways PG58-22, PG64-22

Note 3. When emulsified asphalts are used, they shall be diluted with an equal volume of potable

water. HFE emulsions shall be diluted by the manufacturer. The diluted material shall be thoroughly agitated within 24 hours of application and show no separation of water and emulsion. The diluted material shall not be returned to an approved emulsion storage tank.

Note 4. Preparation of the bituminous PEP shall be as specified in Article 403.05.

Page 8: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

LR1032-1 Page 2 of 3

Replace the table in Article 1032.04 with the following:

Spraying Application Temperature Ranges

Temperature Ranges Type and Grade of Bituminous Material °F

min. - max. °C

min. - max. PEP 60 - 130 15 - 55 PEA 140 - 190 60 -88 MC-30 85 - 190 30 - 90 MC-70, RC-70, SC-70 120 - 225 50 - 105 MC-250, SC-250 165 - 270 75 - 130 MC-800, SC-800 200 - 305 95 - 150 MC-3000, SC-3000 230 - 345 110 - 175 PG46-28 275 - 385 135 - 195 PG52-28 285 - 395 140 - 200 RS-2, CRS-2 110 - 160 45 - 70 SS-1, SS-1h, CSS-1, CSS-1h 75 - 130 25 - 55 SS-1hP, CSS-1hP 75 - 130 25 - 55 HFE-90, HFE-150, HFE-300 150 - 180 65 - 80 HFP, CRSP, HFRS-2 150 - 180 65 - 80 E-2 85 - 190 30 - 90 E-3 120 - 225 50 - 105 E-4 165 - 270 75 - 130

Add subparagraph (g) to Article 1032.06:

(g) Penetrating Emulsified Asphalt (PEA). The penetrating emulsified asphalt shall meet the following requirements when tested according to AASHTO T59:

Viscosity, Saybolt Fural @ 25°C (77°F), sec: 20 - 500 Sieve Test, retained on 850 μm (No. 20) sieve, maximum, %: 0.10 Storage Stability Test, 1 day, maximum, %: 1 Float Test @ 60°C (140°F), minimum, sec: 150 Stone Coating Test, 3 minutes, : Stone Coated Thoroughly Particle Charge : Negative pH, minimum : 7.3 Distillation Test:

Distillation to 260°C (500°F) Residue, minimum %: 65 Oil Distillate by Volume, maximum %: 3

Test on residue from distillation: Penetration @ 25°C (77°F), 100 g, 5 sec, minimum dmm: 300

Page 9: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

LR1032-1 Page 3 of 3

Replace the last sentence and table of Article 1032.06 with the following:

The different grades are, in general, used for the following.

Grade Use

SS-1, SS-1h, CSS-1, CSS-1h, HFE 90, SS-1hP, CSS-1hP

Tack or fog seal

PEP Bituminous surface treatment prime RS-2, HFE 90, HFE 150, HFE 300, CRSP, HFP, CRS-2, HFRS-2, PEA

Bituminous surface treatment

CSS-1h Latex Modified Microsurfacing

Page 10: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

CHECK SHEET FOR

RECURRING SPECIAL PROVISIONS

Adopted January 1, 2015

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

RECURRING SPECIAL PROVISIONS CHECK SHEET # PAGE NO.

1 Additional State Requirements for Federal-Aid Construction Contracts

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

177

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

189

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

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

190

winkelmant
Typewritten Text
winkelmant
Typewritten Text
winkelmant
Typewritten Text
Page 11: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

CHECK SHEET FOR

LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS

Adopted January 1, 2015

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

LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS

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

Page 12: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Page 1 of 1 BLR 11310 (Rev. 7/05) Printed on 2/6/2015 15:02:24 a2/p2

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”, and the “Manual of Test Procedures of Materials” in effect on the date of invitation of bids, and the Supplemental Specifications and Recurring Special Provisions indicated on the Check Sheet included here in which apply to and govern the construction of 15---000-00-GM & 15-00000-00-GM , and in case of conflict with any part, or parts, of said Specifications, the said Special Provisions shall take precedence and shall govern.

Award will be made to the bidder whose bid results in the lowest cost to the Township. In making award FOB Truck at Plant or Quarry, Bidder must specify plant or quarry location and type of material. In making award FOB Truck at Plant or Quarry, the following schedule, including driver’s wages, shall be used to determine the low bid. Ton Basis: 60 cents per ton for the first three road running miles. 15 cents per ton for each additional road running mile.

Page 13: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Revised 01-01-2012 Page 1 of 2

DISTRICT 6 – LOCAL ROADS & STREETS SPECIAL PROVISIONS FOR PROPOSAL GUARANTY and SUPPLIERS COMMITMENT

Effective January 1, 2012

STANDARD SPECIFICATIONS: All references to Sections or Articles in these specifications shall be construed to mean a specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Illinois Department of Transportation on January 1, 2012. (Please Mark All Applicable Check Boxes)

PROPOSAL GUARANTY All sections of either Check Sheet LRS 6 or LRS 7 of the “Supplemental Specifications and Recurring Special Provisions” remain in full force, except the section on the Proposal Guaranty. A certified check, bank cashier’s check (both hereafter called “check”) or bank draft for the percentage of the amount of the bid, or for the amount specified in the following schedules, shall be submitted with all proposals. After award has been made, arrangements may be made to substitute a “check” or bank draft for the percentage of the amount of the award, or for the amount specified in the following schedule. A bid bond will be allowed / will not be allowed. 5% or 10% or Proposal Proposal Amount of Bid Guaranty Guaranty Up to 5,000 $150 $ 300 $ 5,000 10,000 300 500 10,000 50,000 1,000 2,500 50,000 100,000 3,000 5,000 100,000 150,000 5,000 7,500 150,000 250,000 7,500 12,500 250,000 500,000 12,500 25,000 500,000 1,000,000 25,000 50,000 1,000,000 1,500,000 50,000 75,000 1,500,000 2,000,000 100,000 100,000 2,000,000 3,000,000 150,000 150,000 3,000,000 5,000,000 200,000 200,000 5,000,000 7,500,000 300,000 300,000 7,500,000 10,000,000 400,000 400,000 10,000,000 15,000,000 500,000 500,000 15,000,000 20,000,000 600,000 600,000 20,000,000 25,000,000 700,000 700,000 25,000,000 30,000,000 800,000 800,000 30,000,000 35,000,000 900,000 900,000 over 35,000,000 1,000,000 1,000,000

Page 14: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Revised 01-01-2012 Page 2 of 2

All “checks” and bank drafts shall be made payable to the Schuyler County Treasurer. The unsuccessful bidder(s) “checks” or bank drafts shall be returned at the time of the award. The successful bidder(s) “check” or bank draft shall be held to insure prompt and faithful performance of the provisions of this agreement. The same shall be returned to the successful bidder(s) after satisfactory delivery of the materials has been made. Failure on the part of the successful bidder(s) to make satisfactory delivery of the materials within 15 days from the date of the notice to ship the materials will be considered as just cause for the forfeiture of the “check” or bank draft to the Schuyler County Treasurer. The successful bidder(s) may substitute a surety bond for the full amount of the award in lieu of the proposal guarantee after award and with the approval of the County Engineer TERMINATION OF CONTRACT: It is understood that this agreement shall terminate on December 31, 2015.

SUPPLIERS COMMITMENT Any bidder who does not furnish the Bituminous Materials or Seal Coat Aggregate from their own plant or quarry shall supply a commitment from a supplier that will furnish that material to the bidder. The commitment is for quantity of material only---price is between the bidder and the supplier. The quantity of material covered in the commitment shall be the quantity bid for each type of material plus 50% for possible overrun. This commitment is to be submitted with the bid. NO BID WILL BE READ IF IT IS NOT ENCLOSED.

Page 15: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Revised 01-01-2012 Page 1 of 4

DISTRICT 6 – LOCAL ROADS & STREETS SPECIAL PROVISIONS FOR

ROCKFILL (PRIMARY CRUSHER RUN), RIPRAP 1,

COARSE AGGREGATE, 3” (CA 1), AGGREGATE BASE REPAIR (CA 3),

AGGREGATE (CA 6), AGGREGATE SURFACE COURSE (CA 7),

AGGREGATE SURFACE COURSE (CA 8) and AGGREGATE SURFACE COURSE (FURNISHED) (CA xx)

Effective January 1, 2012

STANDARD SPECIFICATIONS: All references to Sections or Articles in these specifications shall be construed to mean a specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Illinois Department of Transportation on January 1, 2012. MATERIAL: All materials shall conform to Section 1004 and 1005. The producer may substitute approved CM xx; instead of the CA xx as part of the “Aggregate Gradation Control System” (AGCS). (Please Mark All Applicable Check Boxes)

ROCKFILL (PRIMARY CRUSHER RUN) Primary Crusher Run shall be the end result of the material produced through the primary crusher. The material shall be produced in such a manner to produce a well-graded product with sufficient fines and small particles to fill the voids when in place. (Note for Designer: This Rockfill specification has a higher quality requirement than Article 1005.01(b)(2).)

Rockfill shall be quarried from a ledge approved for Class B Quality riprap. BASIS OF PAYMENT: This work shall be paid for at the unit price per ton for ROCKFILL (PRIMARY CRUSHER RUN), which price shall be payment in full for furnishing all materials either FOB Trucks at Source or Stockpile as indicated on BLR 12241 “Material Proposal Schedule of Prices”.

RIPRAP RR1 The quality shall be Class B or better. BASIS OF PAYMENT: This work shall be paid for at the unit price per ton for RIPRAP RR1, which price shall be payment in full for furnishing all materials either FOB Trucks at Source or Stockpile as indicated on BLR 12241 “Material Proposal Schedule of Prices”.

Page 16: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Revised 01-01-2012 Page 2 of 4

COARSE AGGREGATE, 3” (CA 1) The quality shall be Class C or better / Class D or better. BASIS OF PAYMENT: This work shall be paid for at the unit price per ton for COARSE AGGREGATE, 3” (CA 1), which price shall be payment in full for furnishing all materials either FOB Trucks at Source or Stockpile as indicated on BLR 12241 “Material Proposal Schedule of Prices”.

AGGREGATE BASE REPAIR (CA 3) The quality shall be Class C or better / Class D or better. BASIS OF PAYMENT: This work shall be paid for at the unit price per ton for AGGREGATE BASE REPAIR (CA 3), which price shall be payment in full for furnishing all materials either FOB Trucks at Source or Stockpile as indicated on BLR 12241 “Material Proposal Schedule of Prices”.

AGGREGATE (CA 6) The computation of quantities for CA 6 is based on the use of limestone in order to produce a certain volume of material. Slags and other materials meeting the specifications for CA 6 may have appreciably different specific gravities, thereby significantly altering the desired volume. Therefore, if materials other than limestone are to be provided, a comparison of bid prices will be made. The low bid will be determined by multiplying the unit bid price by the ratio of the specific gravity of the non-limestone material to that of limestone. Specific gravities of the materials known to meet the CA 6 specifications which will be used in the aforementioned computation are: Limestone 2.67 Air Cooled Blast Furnace Slag 2.30 Copper Slag 3.60 Gravel 2.52

The quality shall be Class D or better. BASIS OF PAYMENT: This work shall be paid for at the unit price per ton for AGGREGATE (CA 6), which price shall be payment in full for furnishing all materials either FOB Trucks at Source or Stockpile as indicated on BLR 12241 “Material Proposal Schedule of Prices”.

Page 17: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Revised 01-01-2012 Page 3 of 4

AGGREGATE SURFACE COURSE (CA 7) The quality shall be Class C or better / Class D or better. BASIS OF PAYMENT: The work shall be paid for at the unit price per ton for AGGREGATE SURFACE COURSE TYPE B, (CA 7), which price shall be payment in full for furnishing all materials either FOB Trucks at Source or Stockpile as indicated on BLR 12241 “Material Proposal Schedule of Prices”.

AGGREGATE SURFACE COURSE (CA 8) The plasticity index will / will not apply.

The quality shall be Class D or better. BASIS OF PAYMENT: This work shall be paid for at the contract unit price per ton for AGGREGATE SURFACE COURSE TYPE B, (CA 8), which price shall be payment in full for furnishing all materials either FOB Trucks at Source or Stockpile as indicated on BLR 12241 “Material Proposal Schedule of Prices”.

AGGREGATE SURFACE COURSE (FURNISHED), (CA xx) The aggregate for the surface treatment shall consist of clean, hard, durable particles of gravel or crushed stone substantially free from foreign material. The aggregate shall be tested to Article 1004.01(b) and meet the following quality requirements:

The quality shall be Class D or better or

The quality shall be less than Class D meeting the following: 1. The maximum allowable Sodium Sulfate Soundness Loss is 40%. 2. The maximum allowable L.A. Abrasion Loss is 50%. 3. The sum of the percentage of Sodium Sulfate Soundness Loss and the L.A. Abrasion

Loss, shall not exceed 80%. BASIS OF PAYMENT: The work shall be paid for at the contract unit price per ton for:

AGGREGATE SURFACE COURSE (FURNISHED), (CA 6)

AGGREGATE SURFACE COURSE (FURNISHED), (CA 7)

AGGREGATE SURFACE COURSE (FURNISHED), (CA 8)

AGGREGATE SURFACE COURSE (FURNISHED), (CA 9)

AGGREGATE SURFACE COURSE (FURNISHED), (CA 10)

Page 18: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Revised 01-01-2012 Page 4 of 4

which price shall be payment in full for furnishing all materials either FOB Trucks at Source or Stockpile as indicated on BLR 12241 “Material Proposal Schedule of Prices”.

AGGREGATE SURFACE COURSE (FURNISHED), (CA xx) BASE COURSE SHOULDER AGGREGATE

The aggregate for the surface treatment shall consist of clean, hard, durable particles of gravel or crushed stone substantially free from foreign material. The quality shall be Class D or better. The aggregate shall be tested to Article 1004.04 and meet the following quality requirements:

The quality shall be Class D or better or

The quality shall be less than Class D meeting the following: 1. The maximum allowable Sodium Sulfate Soundness Loss is 40%. 2. The maximum allowable L.A. Abrasion Loss is 50%. 3. The sum of the percentage of Sodium Sulfate Soundness Loss and the L.A. Abrasion

Loss, shall not exceed 80%. BASIS OF PAYMENT: The work shall be paid for at the contract unit price per ton for:

AGGREGATE SURFACE COURSE (FURNISHED), (CA xx) BASE COURSE SHOULDER AGGREGATE

which price shall be payment in full for furnishing all materials either FOB Trucks at Source or Stockpile as indicated on BLR 12241 “Material Proposal Schedule of Prices”.

Page 19: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

SPECIAL PROVISION FOR

AGGREGATE SURFACE COURSE (SPECIAL) 1. MATERIAL: All Materials shall conform to Article 1004 of the Standard Specifications for Road and Bridge Construction adopted by the Department of Transportation.

(a) Aggregate. The aggregate for the surface treatment shall consist of clean, hard, durable particles of gravel or crushed stone substantially free from foreign material.

The quality shall be Class D or better, except the following shall apply. 1. Revise the maximum allowable percentage of weighted average loss

when the material is subjected to the 5 cycles of the Sodium Sulfate Soundness Test from 25% as shown under Class D Quality chart in Article 1004.01(b) of the Standard Specification to 40%.

2. Revise the maximum allowable percentage of wear as determined by

the L.A. Abrasion method from 45% as shown under Class D Quality chart in Article 1004.01(b) of the Standard Specification to 50%.

3. The sum of the percentages of weighted average loss when the material is subjected to 5 cycles of the Sodium Sulfate Soundness Test; and the percentage of wear as determined by the L.A. Abrasion method, shall not exceed 80%.

2. BASIS OF PAYMENT: The work shall be paid for at the contract unit price per

ton for “AGGREGATE SURFACE COURSE (FURNISHED), (CA 6)(SPECIAL), (CA 7)(SPECIAL), (CA 8)(SPECIAL), (CA 9)(SPECIAL), OR (CA 10)(SPECIAL) which price shall be payment in full for furnishing all materials FOB trucks at source or delivered to stockpile.

3. All rock material furnished CLASS D or (SPECIAL) shall be completed before September 1, 2015, unless otherwise approved by the County Engineer or Highway Road Commissioner.

Page 20: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Revised 01-01-2012 Page 1 of 5

DISTRICT 6 – LOCAL ROADS & STREETS SPECIAL PROVISIONS FOR

BITUMINOUS PREMIX CA 15 / CA 16 CHIPMIX, ROAD MIX,

PLANT MIX OIL LEVELING COURSE, and BITUMINOUS MIXTURE FOR STABILIZED BASE – CA 7 MIX

Effective January 1, 2012

STANDARD SPECIFICATIONS: All references to Sections or Articles in these specifications shall be construed to mean a specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Illinois Department of Transportation on January 1, 2012. MATERIAL: All materials shall conform to Section 1004 and 1032. The producer may substitute approved CM xx; instead of the CA xx as part of the “Aggregate Gradation Control System” (AGCS). INSPECTION: The Engineer or his authorized representatives shall have access at any time to all parts of the plant in order to verify weights or proportions and character or materials used in the preparation of the mixture. The manufacturer shall afford such facilities as may be required for making inspection at the plant and for collecting and forwarding samples of the bituminous mixture to the Department. (Please Mark All Applicable Check Boxes)

BITUMINOUS PREMIX, CA 15 CHIPMIX BITUMINOUS PREMIX, CA 16 CHIPMIX

DESCRIPTION: This item shall consist of furnishing a uniformly coated mix of crushed stone and bituminous material HFE 300 unless otherwise specified. MATERIAL: The aggregate for the surface treatment shall consist of clean, hard, durable particles of gravel or crushed stone substantially free from foreign material, and when a representative sample is tested with laboratory sieves, it shall conform to the above gradation(s). The quality shall be Class C or better / Class D or better. When D quality is specified, the percent passing the #200 sieve shall be 0-4.0%, AASHTO T 11 (IL modified) PREPARATION OF MIX: The aggregate and bituminous material shall be mixed in a pug mill with a calibrated feeder bin. The completed mixture shall have all particles satisfactorily coated and shall have the following composition by weight: Aggregate 95.0% to 97.0% Residual Bitumen 3.0% to 5.0%

Page 21: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Revised 01-01-2012 Page 2 of 5

The percentage of bituminous material shall be determined by the Engineer. The right is reserved to make, at any time during the work, such changes in the proportions of bitumen and aggregate as the Engineer may consider necessary or desirable within the limits of the specifications. BASIS OF PAYMENT: The work shall be paid for at the contract unit price per ton for:

BITUMINOUS PREMIX, CA 15 CHIPMIX BITUMINOUS PREMIX, CA 16 CHIPMIX

which price shall be payment in full for furnishing all materials either FOB Trucks at Source or Stockpile as indicated on BLR 12241 “Material Proposal Schedule of Prices”.

ROAD MIX DESCRIPTION: Bituminous seal coat shall consist of the application of bituminous material and mineral aggregate in accordance with Section 403 or as specified herein. MATERIAL: The aggregate shall meet the gradation of _____. The quality shall be Class C or better / Class D or better. The bituminous materials shall be _____. EQUIPMENT: All equipment shall be in first class condition and shall be of an approved type. Unless otherwise specified, the following equipment shall be used and shall meet the following requirements: The bituminous materials shall be applied by means of a pressure distributor conforming to Article 1102.05. CONSTRUCTION METHODS: When the local agency has provided a surface that is in a clean and dry condition, the aggregate surface course shall be spread over the existing road surface at the rate of _____ to _____ pounds per square yard. The bituminous material shall be applied at the rate of _____ to _____ gallon per square yard of surface as directed by the Engineer. The Contractor will perform no further work. BASIS OF PAYMENT: The work shall be paid for at the contract unit price per ton for AGGRGATE SURFACE COURSE, TYPE B _____ and at the contract unit price per gallon for BITUMINOUS MATERIALS (SEAL COAT), (_____), which price shall be payment in full for furnishing all materials and constructing the seal coat, as specified herein and for furnishing all equipment, tools, labor and incidentals.

Page 22: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Revised 01-01-2012 Page 3 of 5

PLANT MIX OIL LEVELING COURSE

DESCRIPTION: This work shall consist of furnishing and mixing Plant Mix Oil Leveling Course from a stationary plant. MATERIALS: All materials shall be in accordance with applicable portions of Section 1000: The aggregate shall meet the gradation of CA 12 and shall be “Class D” or better. The bituminous materials shall be SC-250, SC-800, or HFE-300 as determined by the engineer. The bituminous material used shall coat the aggregate at the point of use in a manner and to a degree satisfactory to the engineer. COMPOSITION OF MIXTURE: The composition of the mixture shall conform to the following limits by weight: CA 12 Aggregate 95.0% to 95.5% Liquid Asphalt 4.5% to 5.0% The percent of bituminous material to be used is an estimate and may be adjusted by the engineer to obtain satisfactory field performance. MIXING PLANT: Mixing of bituminous material and aggregate shall be by means of an approved mixer capable of producing uniform, thoroughly mixed material free from segregation. The mixing plant will be equipped with a tachometer and a stopwatch. Surge Bins will have a gauge or scale to monitor amount the gates are open. Equipment for heating bituminous material shall meet the approval of the engineer and shall be capable of heating the material to the required temperature without the introduction of moisture, localized over-heating or otherwise changing the characteristics of the material. The heating equipment shall include a thermometer, which will indicate the temperature of the bituminous material at the time of mixing. PREPARATION OF MIXTURE: The mixing period shall be of sufficient length to produce a homogenous mixture, uniform in color. The mixing time will be determined by the engineer or his representative and shall be as required to produce a uniformly coated aggregate.

Drying of the aggregate by mechanical means or by a rotating fuel oil or gas-fired dryer will not be required. Mixing will be permitted when the aggregate is surface dry. If the Contractor elects to dry the aggregate by means of a rotating fuel oil or gas-fired dryer, the temperature of the aggregate at the time of mixing shall not exceed 200 degrees F. The temperature of bituminous material at the time of mixing shall be 190 degrees F, plus or minus 20 degrees F.

Page 23: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Revised 01-01-2012 Page 4 of 5

Aggregate may be proportioned by weight or volume.

If by volume. Volumetric control of the aggregate feed to the mixer shall be positively controlled by means of a constant speed conveyor and an orifice having an adjustable gate opening capable of being calibrated. The conveyor shall deliver the aggregate to the mixer at a uniform rate and shall not vary more than 2.0% by weight from the required quantity. The bituminous material shall be proportioned by volume through an approved metering pump. The pump shall deliver the bituminous material to the mixer at a uniform rate which shall not vary more than 2.0% by weight from the required quantity. The bituminous material shall be sprayed on the aggregate as it is charged into the mixer. The aggregate feeder and the asphalt pump shall be interlocked or synchronized to deliver the proportions as required within the tolerances specified. If by weight. Scales for weighing aggregate may be either the beam or spring less dial-type and shall be of standard make and design having tolerances not exceeding 0.4% of the indicated weight when tested for accuracy. When manual batching methods are used, the total weight of the batch shall be within 2.0% of the desired batch weight and beam-type scales shall be equipped with a device to indicate that the required load is being approached. Quantity indicators necessary for batching operations shall be in full view of the operation. Satisfactory means, either by metering or weighing, shall be provided to obtain proper quantity of bituminous material. Metering pumps for bituminous material shall deliver to within plus or minus 2.0% of the required quantity when tested for accuracy. Where the quantity of bituminous material is controlled by metering, provisions shall be made whereby the quantity through the meter may be checked by actual weight. Scales for weighing bituminous material shall conform to the requirements for aggregate scales, except that a device to indicate at least 20 pounds of the approaching total load shall be provided. Bituminous material shall be measured within one-tenth percent of the total batch weight of the mixture.

Personnel, scales and equipment necessary for calibrating the plant and for verifying the accuracy of proportions shall be furnished by the Contractor and shall be available at all times. All equipment shall be calibrated by the Contractor in the presence of and subject to the approval of the engineer or his representative. METHOD OF MEASUREMENT: The weight of the mixture will be determined from batch weights when a batch-type plant is used, and will be determined by weighing each truck load when other types of plants are used. BASIS OF PAYMENT: This work will be paid for at the contract unit price per ton for PLANT MIX OIL LEVELING COURSE, which price shall be payment in full for furnishing all materials either FOB Trucks at Source or Stockpile as indicated on BLR 12241 “Material Proposal Schedule of Prices”.

BITUMINOUS MIXTURE FOR STABILIZED BASE, CA 7 MIX DESCRIPTION:

Page 24: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Revised 01-01-2012 Page 5 of 5

This item shall consist of furnishing a uniformly coated mix of crushed stone and bituminous material. MATERIALS: The aggregate shall be Gradation CA 7. The bituminous material shall be HFE-300. PREPARATION OF MIX: The bituminous material and Aggregate shall be mixed in a pug mill with a calibrated feeder bin. The completed mixture shall have all particles satisfactorily coated and shall have the following composition by weight: Aggregate 95.8% to 97.8% Residual Bitumen 2.2% to 4.2% The percentage of bituminous material shall be determined by the Engineer. The right is reserved to make, at any time during the work, such changes in the proportions of bitumen and aggregate as the Engineer may consider necessary or desirable within the limits of the specifications. BASIS OF PAYMENT: The work shall be paid for at the contract unit price per ton for BITUMINOUS MIXTURE FOR STABILIZED BASE, CA 7 MIX, which price shall be payment in full for furnishing all materials either FOB Trucks at Source or Stockpile as indicated on BLR 12241 “Material Proposal Schedule of Prices”.

Page 25: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

SCHUYLER COUNTY VARIOUS ROAD DISTRICTS

SPECIAL PROVISIONS

FOR SEAL COAT GROUP

DESCRIPTION This work shall be for the application of Cover and Seal coats as shown on the maps and descriptions of the work items. PLEASE NOTE THE FOLLOWING SPECIAL PROVISIONS-

1. Let Schuyler County & Various Road Districts consist of the county road system and all road districts in Schuyler County except the following Road Districts; Huntsville (See Individual Road District Special Provisions for Seal Coat). Excluding Huntsville Road District, all work in Schuyler County will be let to a single bidder for both County and Various Road Districts.

a. The unit price for all CA14 bid items shall be of uniform price for the Various Road Districts & County.

b. The unit price for all CA16 bid items shall be of uniform price for the Various Road Districts & County.

c. The unit price for all SC-800 bid items shall be of uniform price for the Various Road Districts & County.

d. The unit price for all PG 46-28 bid items shall be of uniform price for the Various Road Districts & County.

2. The contractor must show that they have adequate equipment to complete the

work within the time limits shown below. The minimum equipment shall be – a. Two distributors, one of which is variable width adjustable from

computerized controls inside the cab. b. Two chip spreaders, one of which is variable width up to a minimum of 22

feet. c. Two rubber-tired rollers, operated in unison, seating seal coat aggregate in

a timely manner. d. One mechanized broom capable of sweeping a minimum of 4 feet in

width.

3. All work shall be completed between July 1, 2015 and August 15, 2015, unless otherwise approved by the County Engineer.

BITUMINOUS MATERIALS (PRIME COAT) This work will be completed in accordance with applicable portions of Section 403 of the Standard Specifications for Road and Bridge Construction. The bituminous material used will be MC-30.

Page 26: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

SCHUYLER COUNTY VARIOUS ROAD DISTRICTS

BITUMINOUS MATERIALS (COVER AND SEAL COATS) This work will be completed in accordance with applicable portions of Section 403 of the Standard Specifications for Road and Bridge Construction. The bituminous material used will be PG 46-28 or SC-800, as shown on the bid sheets. The contractor shall provide a broom when requested by the Township Road Commissioner. SEAL COAT AGGREGATE This work will be completed in accordance with applicable portions of Section 403 of the Standard Specifications for Road and Bridge Construction, except class D quality, or better, will be allowed for course aggregate in place of class C quality, or better. The gradation for seal coat aggregate will be CA-14 or CA-16. The aggregate shall be crushed rock. COVER COAT AGGREGATE This work will be completed in accordance with applicable portions of Section 403 of the Standard Specifications for Road and Bridge Construction, except class D quality, or better, will be allowed for course aggregate in place of class C quality, or better. The gradation for seal coat aggregate will be CA-14. The aggregate shall be crushed rock. METHOD OF MEASUREMENT Bituminous materials will be measured for payment as specified in Section 403 of the Standard Specifications for Road and Bridge Construction. Cover Coat Aggregate and Seal Coat Aggregate will be measured in tons according to the requirements of Article 403.15, except that measurement for payment will not be made for aggregate in excess of 110 percent of the amount specified by the Engineer. LIMITS OF WORK The limits of work as shown on the following maps are approximate. The Township Commissioner shall be notified prior to starting any work to determine actual starting and ending points. A list of Township Road Commissioners will be provided to the successful bidder. COMMUNICATIONS The successful bidder shall contact the Township Road Commissioner no later that Thirty (30) business days prior to commencing work to set tentative dates for application. A minimum of Five (5) business days prior to commencement, the contractor shall contact the Township Road Commissioner, by phone, to confirm date and time. The successful bidder shall have a pre-construction conference, the day before or the day of commencement, upon the request of the Township Road Commissioner.

Page 27: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

CAMDEN AND WOODSTOCK ROAD DISTRICTS

SPECIAL PROVISIONS

FOR SEAL COAT INDIVIDUAL

DESCRIPTION This work shall be for the application of Cover and Seal coats as shown on the maps and descriptions of the work items. PLEASE NOTE THE FOLLOWING SPECIAL PROVISIONS-

1. All work in CAMDEN AND WOODSTOCK Road District will be let individually to a single bidder for each road district.

2. The contractor must show that they have adequate equipment to complete the work

within the time limits shown below. The minimum equipment shall be – a. One distributor, which is variable width adjustable from, computerized

controls inside the cab with a width up to a minimum of 24 feet. b. One chip spreader, which is variable width up to a minimum of 24 feet. c. STEEL DRUM ROLLER shall be used unless a Rubber Tired roller is

approved per the County Engineer or Road Commissioner, seating seal coat aggregate in a timely manner.

d. One mechanized broom capable of sweeping a minimum of 4 feet in width.

3. All work shall be completed between July 1, 2015 and August 15, 2015, unless otherwise approved by the Road Commissioner.

BITUMINOUS MATERIALS (COVER AND SEAL COATS) This work will be completed in accordance with applicable portions of Section 403 of the Standard Specifications for Road and Bridge Construction. The bituminous material used will be HFRS-2 as shown on the bid sheets. The contractor shall provide a broom when requested by the Township Road Commissioner. SEAL COAT AGGREGATE This work will be completed in accordance with applicable portions of Section 403 of the Standard Specifications for Road and Bridge Construction, except class D quality, or better, will be allowed for course aggregate in place of class C quality, or better. The gradation for seal coat aggregate will be CA-7 or CA-16. The aggregate shall be crushed rock.

Page 28: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

CAMDEN AND WOODSTOCK ROAD DISTRICTS

COVER COAT AGGREGATE This work will be completed in accordance with applicable portions of Section 403 of the Standard Specifications for Road and Bridge Construction, except class D quality, or better, will be allowed for course aggregate in place of class C quality, or better. The gradation for seal coat aggregate will be CA-7 or CA-16. The aggregate shall be crushed rock. METHOD OF MEASUREMENT Bituminous materials will be measured for payment as specified in Section 403 of the Standard Specifications for Road and Bridge Construction. Cover Coat Aggregate and Seal Coat Aggregate will be measured in tons according to the requirements of Article 403.15, except that measurement for payment will not be made for aggregate in excess of 110 percent of the amount specified by the Engineer. LIMITS OF WORK The limits of work as shown on the following maps are approximate. The Township Commissioner shall be notified prior to starting any work to determine actual starting and ending points. A list of Township Road Commissioners will be provided to the successful bidder. COMMUNICATIONS The successful bidder shall contact the Township Road Commissioner no later that Thirty (30) business days prior to commencing work to set tentative dates for application. A minimum of Five (5) business days prior to commencement, the contractor shall contact the Township Road Commissioner, by phone, to confirm date and time. The successful bidder shall have a pre-construction conference, the day before or the day of commencement, upon the request of the Township Road Commissioner.

Page 29: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

LR 663 Page 1 of 2

State of Illinois DEPARTMENT OF TRANSPORTATION

Bureau of Local Roads and Streets

SPECIAL PROVISION FOR

CALCIUM CHLORIDE APPLIED

Effective: June 1, 1958 Revised: January 1, 2007

All references to Sections or Articles in this specification shall be construed to mean a specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation.

Description. This work consists of furnishing and applying to aggregate base or surface courses, a solution of calcium chloride. The same type of solution shall be used throughout the work.

Materials. Materials shall meet the requirements of the following Articles of Section 1000 - Materials:

Item Article/Section

(a) Water........................................................................................................................ 1002 (b) Calcium Chloride - CaCl2 (Note 1) ...................................................................... 1013.01

Note 1. The Engineer shall determine percent calcium chloride required. The Contractor shall provide the State with the appropriate mixing formula for Type S and water to achieve the required percentage. The Contractor shall supply the Type L at the percent calcium chloride specified.

Equipment. A tank truck or spreader unit assembly, equipped with spray bars and nozzles shall be used. A positive displacement pump driven from a power source or from the wheels of the spreader/unit assembly shall be used to develop sufficient pressure at the spray bar nozzles to insure uniform distribution of the solution at the specified application rate. Spray bars of various lengths shall be used so that the solution may be applied in widths varying from 1.2 to 7.2 meters (4 to 24 feet). The motor vehicle shall be capable of maintaining a constant speed during the time of application. The tank truck or spreader/unit assembly shall be equipped with a suitable device, visible to the driver, to accurately determine the rate at which the solution is applied. Suitable charts shall be furnished to enable correlation of the vehicle speed and rate of application.

When the tank truck is used to mix calcium chloride Type S with water, the pump and piping shall be so arranged that thorough mixing of the ingredients will be accomplished as rapidly as possible without excessive heating.

Page 30: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

LR 663 Page 2 of 2

Certification. At the time of delivery, the supplier shall furnish the purchaser two copies of the delivery report that shall contain the following data:

(a) The liters (gallons) at 25 °C (77 °F) and weight of solution delivered. (b) The specific gravity and temperature of the solution at the time of loading. (c) The percentage of calcium chloride in the solution. (d) The percentage of magnesium chloride and alkali chlorides contained in the solution

Sampling and Testing. The first truck load shipped of a contract will be sampled at its destination by the purchaser's personnel. Random check samples representing 10% of the contract quantity shall be taken of subsequent loads. The samples shall be packaged in an 1 quart plastic container and sent with the certification data sheet to the Bureau of Materials and Physical Research, 125 East Ash Street, Springfield, IL 62704, for testing.

CONSTRUCTION REQUIREMENTS

General. The rate of application per square meter (square yard) and the quantity shown in the contract is based on the amount of chloride to be applied. The actual application rate shall be the rate shown in the contract divided by the decimal equivalent of the percent chloride.

Application Rate. The rate of application shall be kg per square meter ( pounds per square yard)

Note 2. The normal application rate is 0.68 kg per square meter (1.2 pounds per square yard). The specified application rate shall be between 0.45 to 0.84 kg per square meter (0.8 to 1.5 pounds per square yard).

Application of Calcium Chloride Solution. The solution shall be applied to the base or surface course through the spray bars in not more than two applications. The entire surface shall be covered uniformly without excessive transverse or longitudinal overlap. The solution may be applied to irregular-shaped areas by means approved by the Engineer.

Method of Measurement. Calcium chloride applied will be measured for payment by mass (weight) in metric tons (tons).

The quantity of calcium chloride for which payment will be made will be the total mass (weight) multiplied by the decimal equivalent of the percent of anhydrous chloride.

Basis of Payment. This work will be paid for at the contract unit price bid per metric ton (ton) for CALCIUM CHLORIDE APPLIED.

Page 31: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

LR 542 Page 1 of 1

State of Illinois DEPARTMENT OF TRANSPORTATION

Bureau of Local Roads and Streets

SPECIAL PROVISION FOR

PIPE CULVERTS, TYPE , (FURNISHED)

Effective: September 1, 1964 Revised: January 1, 2007

All references to Sections or Articles in this specification shall be construed to mean a specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation.

Materials. Pipe Culverts, Type (Furnished) of diameters or equivalent round size specified shall conform to the applicable portions of Section 542 and the following Articles:

Item Article (a) Corrugated Steel Culvert Pipe 1006.01(a) (b) Corrugated Steel Pipe Arch 1006.01(a) (c) Precoated Galvanized Corrugated Steel Pipe 1006.01(b) (d) Precoated Galvanized Corrugated Steel Pipe Arch 1006.01(b) (e) Aluminized Steel Type 2 Corrugated Pipe 1006.01(a) (f) Aluminized Steel Type 2 Corrugated Pipe Arch 1006.01(a) (g) Bituminous Coated Corrugated Steel Pipe 1006.01(a) (h) Bituminous Coated Corrugated Steel Pipe Arch 1006.01(a) (i) Zinc and Aramid Fiber Composite Coated Corrugated Steel Pipe 1006.01(a) (j) Corrugated Aluminum Alloy Pipe 1006.03 (k) Corrugated Aluminum Alloy Culvert Pipe Arch 1006.03 (l) Reinforced Concrete Arch Culvert, Storm Drain and Sewer Pipe 1042.06(c) (m) Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe 1042.06(a) (n) Concrete Sewer, Storm Drain, and Culvert Pipe 1042.06(d) (o) Reinforced Concrete Elliptical Culvert, Storm Drain, and Sewer Pipe 1042.06(b) (p) Polyvinyl Chloride (PVC) Pipe 1040.03 (q) Corrugated Polyvinyl Chloride (PVC) Pipe with a Smooth Interior 1040.03(d) (r) Polyvinyl Chloride (PVC) Profile Wall Pipe - 794 1040.03(e) (s) Polyethylene (PE) Pipe with a Smooth Interior 1040.04(d) (t) Polyethylene (PE) Profile Wall Pipe 1040.04(c) (u) Polyvinyl Chloride (PVC) Profile Wall Pipe - 304 1040.03(f) (v) Corrugated Polyethylene (PE) Pipe with a Smooth Interior 1040.04(a) (w) Extra Strength Clay Pipe 1040.02 (x) Clay Sewer Pipe 1040.02

Bids may be submitted for any kind of pipe culvert listed in the Specifications for the “Type” herein specified, except for those struck above.

The thickness or class of pipe shall conform to the table in Article 542.03. The respective AASHTO specifications for these materials require the pipe to be stamped with metal thickness.

When applicable, connecting bands shall be fabricated from the same type of base metal as is used for the pipe.

Method of Measurement. Pipe culverts of the diameter specified will be measured for payment in meters (feet).

Basis of Payment. The material will be paid for at the contract unit price bid per meter (foot) of PIPE CULVERTS, TYPE , (FURNISHED) of the diameter or equivalent round size specified, at the delivery point specified. The bid price shall include all connecting bands when steel or aluminum pipe is furnished.

David L Schneider
Typewritten Text
David L Schneider
Typewritten Text
1
David L Schneider
Typewritten Text
1
David L Schneider
Typewritten Text
1
David L Schneider
Typewritten Text
All culverts shall be riveted. Shall aluminize pipe if specified.
David L Schneider
Cross-Out
Page 32: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

LR 702 Page 1 of 1

State of Illinois Department of Transportation

Bureau of Local Roads and Streets

SPECIAL PROVISION FOR

CONSTRUCTION AND MAINTENANCE SIGNS

Effective: January 1, 2004 Revised: June 1, 2007

All references to Sections or Articles in this specification shall be construed to mean a specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation. 701.14. Signs. Add the following paragraph to Article 701.14:

All warning signs shall have minimum dimensions of 1200 mm x 1200 mm (48" x 48") and have a black legend on a fluorescent orange reflectorized background, meeting, as a minimum, Type AP reflectivity requirements of Table 1091-2 in Article 1091.02.

Page 33: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County Prevailing Wage for January 2015

file:///C|/Users/David%20L%20Schneider/Desktop/Schuyler%20County%20Prevailing%20Wage%20for%20January%202015.htm[1/26/2015 10:05:10 AM]

Schuyler County Prevailing Wage for January 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 BLD 25.500 26.250 1.5 1.5 2.0 8.250 11.38 0.000 0.800 ASBESTOS ABT-MEC BLD 30.360 31.360 1.5 1.5 2.0 7.450 3.000 0.000 0.000 BOILERMAKER BLD 36.750 39.750 2.0 2.0 2.0 7.070 15.84 0.000 0.350 BRICK MASON BLD 30.000 31.000 1.5 1.5 2.0 8.500 9.510 0.000 0.850 CARPENTER BLD 28.700 30.950 1.5 1.5 2.0 8.000 15.65 0.000 0.520 CARPENTER HWY 29.200 30.950 1.5 1.5 2.0 8.000 15.65 0.000 0.520 CEMENT MASON BLD 26.550 28.050 1.5 1.5 2.0 7.200 12.35 0.000 0.600 CEMENT MASON HWY 28.580 29.580 1.5 1.5 2.0 7.200 9.970 0.000 0.600 CERAMIC TILE FNSHER BLD 27.980 0.000 1.5 1.5 2.0 8.500 7.490 0.000 0.000 ELECTRIC PWR EQMT OP ALL 35.440 0.000 1.5 1.5 2.0 5.000 10.98 0.000 0.270 ELECTRIC PWR GRNDMAN ALL 24.320 0.000 1.5 1.5 2.0 5.000 7.540 0.000 0.180 ELECTRIC PWR LINEMAN ALL 39.370 41.910 1.5 1.5 2.0 5.000 12.20 0.000 0.300 ELECTRIC PWR TRK DRV ALL 25.510 0.000 1.5 1.5 2.0 5.000 7.920 0.000 0.190 ELECTRICIAN BLD 28.860 31.360 1.5 1.5 2.0 6.100 9.080 0.000 0.400 ELECTRONIC SYS TECH BLD 28.250 30.250 1.5 1.5 2.0 6.100 10.54 0.000 0.400 ELEVATOR CONSTRUCTOR BLD 41.690 46.900 2.0 2.0 2.0 13.57 14.21 3.340 0.600 GLAZIER BLD 32.380 34.380 1.5 2.0 2.0 7.050 8.400 0.000 0.430 HT/FROST INSULATOR BLD 37.660 38.660 1.5 1.5 2.0 8.350 11.26 0.000 0.500 IRON WORKER BLD 30.000 32.000 1.5 1.5 2.0 8.740 12.69 0.000 0.660 IRON WORKER HWY 31.000 32.750 1.5 1.5 2.0 8.740 13.87 0.000 0.660 LABORER BLD 24.000 24.750 1.5 1.5 2.0 8.250 11.38 0.000 0.800 LABORER HWY 25.570 26.570 1.5 1.5 2.0 8.250 12.00 0.000 0.800 LATHER BLD 28.700 30.950 1.5 1.5 2.0 8.000 15.65 0.000 0.520 MACHINIST BLD 44.350 46.850 1.5 1.5 2.0 6.760 8.950 1.850 0.000 MARBLE FINISHERS BLD 27.980 0.000 1.5 1.5 2.0 8.500 7.490 0.000 0.000 MARBLE MASON BLD 29.480 30.230 1.5 1.5 2.0 8.500 9.070 0.000 0.000 MILLWRIGHT BLD 30.720 32.970 1.5 1.5 2.0 8.000 14.09 0.000 0.520 MILLWRIGHT HWY 32.090 33.840 1.5 1.5 2.0 8.000 14.64 0.000 0.520 OPERATING ENGINEER BLD 1 34.100 35.600 1.5 1.5 2.0 10.15 8.850 0.000 1.400 OPERATING ENGINEER BLD 2 31.750 35.600 1.5 1.5 2.0 10.15 8.850 0.000 1.400 OPERATING ENGINEER BLD 3 28.150 35.600 1.5 1.5 2.0 10.15 8.850 0.000 1.400 OPERATING ENGINEER BLD 4 35.600 35.600 1.5 1.5 2.0 10.15 8.850 0.000 1.400 OPERATING ENGINEER HWY 1 38.650 40.150 1.5 1.5 2.0 10.15 8.850 0.000 1.400 OPERATING ENGINEER HWY 2 34.560 40.150 1.5 1.5 2.0 10.15 8.850 0.000 1.400

Page 34: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County Prevailing Wage for January 2015

file:///C|/Users/David%20L%20Schneider/Desktop/Schuyler%20County%20Prevailing%20Wage%20for%20January%202015.htm[1/26/2015 10:05:10 AM]

OPERATING ENGINEER HWY 3 28.320 40.150 1.5 1.5 2.0 10.15 8.850 0.000 1.400 OPERATING ENGINEER HWY 4 40.150 40.150 1.5 1.5 2.0 10.15 8.850 0.000 1.400 PAINTER ALL 33.650 35.650 1.5 1.5 1.5 10.30 8.200 0.000 1.350 PILEDRIVER BLD 29.700 31.950 1.5 1.5 2.0 8.000 15.65 0.000 0.520 PILEDRIVER HWY 30.200 31.950 1.5 1.5 2.0 8.000 15.65 0.000 0.520 PIPEFITTER E BLD 37.400 41.510 1.5 1.5 2.0 7.000 11.63 0.000 1.060 PIPEFITTER W ALL 36.900 40.590 1.5 1.5 2.0 5.900 12.65 0.000 1.100 PLASTERER BLD 29.300 31.050 1.5 1.5 2.0 7.500 12.57 0.000 0.650 PLUMBER E BLD 34.520 37.630 1.5 1.5 2.0 7.000 13.31 0.000 0.900 PLUMBER W ALL 36.900 40.590 1.5 1.5 2.0 5.900 12.65 0.000 1.100 ROOFER BLD 28.580 30.010 1.5 1.5 2.0 8.450 7.220 0.000 0.250 SHEETMETAL WORKER BLD 32.750 35.500 1.5 1.5 2.0 8.600 13.16 0.000 0.750 SPRINKLER FITTER BLD 37.120 39.870 1.5 1.5 2.0 8.420 8.500 0.000 0.350 STONE MASON BLD 30.000 31.000 1.5 1.5 2.0 8.500 9.510 0.000 0.850 SURVEY WORKER --NOT IN EFFECT ALL 24.960 25.960 1.5 1.5 2.0 8.000 11.45 0.000 0.800 TERRAZZO FINISHER BLD 27.980 0.000 1.5 1.5 2.0 8.500 7.490 0.000 0.000 TERRAZZO MASON BLD 29.480 30.230 1.5 1.5 2.0 8.500 9.070 0.000 0.000 TILE MASON BLD 29.480 30.230 1.5 1.5 2.0 8.500 9.070 0.000 0.000 TRUCK DRIVER ALL 1 33.100 36.640 1.5 1.5 2.0 11.10 5.425 0.000 0.250 TRUCK DRIVER ALL 2 33.560 36.640 1.5 1.5 2.0 11.10 5.425 0.000 0.250 TRUCK DRIVER ALL 3 33.820 36.640 1.5 1.5 2.0 11.10 5.425 0.000 0.250 TRUCK DRIVER ALL 4 34.100 36.640 1.5 1.5 2.0 11.10 5.425 0.000 0.250 TRUCK DRIVER ALL 5 35.000 36.640 1.5 1.5 2.0 11.10 5.425 0.000 0.250 TRUCK DRIVER O&C 1 26.480 29.310 1.5 1.5 2.0 11.10 5.425 0.000 0.250 TRUCK DRIVER O&C 2 26.850 29.310 1.5 1.5 2.0 11.10 5.425 0.000 0.250 TRUCK DRIVER O&C 3 27.060 29.310 1.5 1.5 2.0 11.10 5.425 0.000 0.250 TRUCK DRIVER O&C 4 27.280 29.310 1.5 1.5 2.0 11.10 5.425 0.000 0.250 TRUCK DRIVER O&C 5 28.000 29.310 1.5 1.5 2.0 11.10 5.425 0.000 0.250 TUCKPOINTER BLD 30.000 31.000 1.5 1.5 2.0 8.500 9.510 0.000 0.850

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

SCHUYLER COUNTY

PLUMBERS & PIPEFITTERS (EAST) - Townships of Frederick, Browning and

Page 35: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County Prevailing Wage for January 2015

file:///C|/Users/David%20L%20Schneider/Desktop/Schuyler%20County%20Prevailing%20Wage%20for%20January%202015.htm[1/26/2015 10:05:10 AM]

Hickory (Eastern extension).

The following list is considered as those days for which holiday ratesof wages for work performed apply: New Years Day, Memorial Day,Fourth of July, Labor Day, Thanksgiving Day, Christmas Day andVeterans Day in some classifications/counties. Generally, any ofthese holidays which fall on a Sunday is celebrated on the followingMonday. This then makes work performed on that Monday payable at theappropriate overtime rate for holiday pay. Common practice in a givenlocal may alter certain days of celebration. If in doubt, pleasecheck with IDOL.

Oil and chip resealing (O&C) means the application of road oils andliquid asphalt to coat an existing road surface, followed byapplication of aggregate chips or gravel to coated surface, andsubsequent rolling of material to seal the surface.

EXPLANATION OF CLASSES

ASBESTOS - GENERAL - removal of asbestos material/mold and hazardousmaterials from any place in a building, including mechanical systemswhere those mechanical systems are to be removed. This includes theremoval of asbestos materials/mold and hazardous materials fromductwork or pipes in a building when the building is to be demolishedat the time or at some close future date.ASBESTOS - MECHANICAL - removal of asbestos material from mechanicalsystems, such as pipes, ducts, and boilers, where the mechanicalsystems are to remain.

CERAMIC TILE FINISHER, MARBLE FINISHER, TERRAZZO FINISHER

Assisting, helping or supporting the tile, marble and terrazzomechanic by performing their historic and traditional work assignmentsrequired to complete the proper installation of the work covered bysaid crafts. The term "Ceramic" is used for naming the classificationonly and is in no way a limitation of the product handled. Ceramictakes into consideration most hard tiles.

ELECTRONIC SYSTEMS TECHNICIAN

Installation, service and maintenance of low-voltage systems whichutilizes the transmission and/or transference of voice, sound, vision,or digital for commercial, education, security and entertainmentpurposes for the following: TV monitoring and surveillance,background/foreground music, intercom and telephone interconnect,field programming, inventory control systems, microwave transmission,multi-media, multiplex, radio page, school, intercom and sound burglaralarms and low voltage master clock systems.

Excluded from this classification are energy management systems, lifesafety systems, supervisory controls and data acquisition systems notintrinsic with the above listed systems, fire alarm systems, nursecall systems and raceways exceeding fifteen feet in length.

SURVEY WORKER - Operated survey equipment including data collectors,G.P.S. and robotic instruments, as well as conventional levels andtransits.

TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTIONClass 1. Drivers on 2 axle trucks hauling less than 9 ton. Aircompressor and welding machines and brooms, including those pulled byseparate units, truck driver helpers, warehouse employees, mechanichelpers, greasers and tiremen, pickup trucks when hauling materials,tools, or workers to and from and on-the-job site, and fork lifts upto 6,000 lb. capacity.

Class 2. Two or three axle trucks hauling more than 9 ton but haulingless than 16 ton. A-frame winch trucks, hydrolift trucks, vactortrucks or similar equipment when used for transportation purposes.Fork lifts over 6,000 lb. capacity, winch trucks, four axlecombination units, and ticket writers.

Class 3. Two, three or four axle trucks hauling 16 ton or more.Drivers on water pulls, articulated dump trucks, mechanics and workingforepersons, and dispatchers. Five axle or more combination units.

Class 4. Low Boy and Oil Distributors.

Class 5. Drivers who require special protective clothing whileemployed on hazardous waste work.TRUCK DRIVER - OIL AND CHIP RESEALING ONLY.

Page 36: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County Prevailing Wage for January 2015

file:///C|/Users/David%20L%20Schneider/Desktop/Schuyler%20County%20Prevailing%20Wage%20for%20January%202015.htm[1/26/2015 10:05:10 AM]

This shall encompass laborers, workers and mechanics who drivecontractor or subcontractor owned, leased, or hired pickup, dump,service, or oil distributor trucks. The work includes transportingmaterials and equipment (including but not limited to, oils, aggregatesupplies, parts, machinery and tools) to or from the job site;distributing oil or liquid asphalt and aggregate; stock pilingmaterial when in connection with the actual oil and chip contract.The Truck Driver (Oil & Chip Resealing) wage classification does notinclude supplier delivered materials.

OPERATING ENGINEERS - BUILDING

CLASS 1. Asphalt Screed Man; Aspco Concrete Spreaders; AsphaltPavers; Asphalt Plant Engineer; Asphalt Rollers on BituminousConcrete; Athey Loaders; Backfillers, Crane Type; Backhoes; BarberGreen Loaders; Bulldozers; Cableways; Cherry Pickers; Clam Shells;C.M.I. & similar type autograde formless paver, autograde placer &finisher; Concrete Breakers; Concrete Pumps; Derricks; Derrick Boats;Draglines; Earth Auger or Boring Machines; Elevating Graders;Engineers on Dredges; Gravel Processing Machines; Head EquipmentGreaser; High Lifts or Fork Lifts; Hoists with two or more drums ortwo or more load lines; Locomotives, All; Mechanics; Motor Graders orAuto Patrols; Operators or Leverman on Dredges; Operators, Power Boat;Operators, Pug Mill (Asphalt Plants); Orange Peels; Overhead Cranes;Paving Mixers; Piledrivers; Pipe Wrapping and Painting Machines;Pushdozers, or Push Cats; Robotic Controlled Equipment in thisClassification; Rock Crushers; Ross Carrier or Similar Machines;Rotomill; Scoops, Skimmer, two cu. yd. capacity and under; Scoops, Allor Tournapull; Sheep-Foot Roller (Self Propelled); Shovels; SkidSteer; Skimmer Scoops; Temporary Concrete Plant Operators; Test HoleDrilling Machines; Tower Machines; Tower Mixers; Track Type EndLoaders; Track Type Fork Lifts or High Lifts; Track Jacks and Tampers;Tractors, Sideboom; Trenching or Ditching Machine; Tunnelluggers;Vermeer Type Saws; Water Blaster Cutting Head; Wheel Type End Loaders;Winch Cat.

CLASS 2. Air Compressors (six to eight)*; Asphalt Boosters andHeaters; Asphalt Distributors; Asphalt Plant Fireman; Oiler on TwoPaving Mixers When Used in Tandem; Boom or Winch Trucks; Bull Floatsor Flexplanes; Concrete Finishing Machine; Concrete Saws,Self-Propelled; Concrete Spreading Machines; Conveyors (six toeight)*; Generators (six to eight)*; Gravel or Stone Spreader, PowerOperated; Hoist (with One Drum and One Load Line); Light Plants (sixto eight)*; Mechanical Heaters (six to eight)*; Mud Jacks; Post HoleDigger, Mechanical; Pug Mills when used for other than Asphaltoperation; Robotic Controlled Equipment in this Classification; Roador Street Sweeper, Self Propelled; Rollers (except bituminousconcrete); Seaman Tiller; Straw Machine; Vibratory Compactor; WaterBlaster, Power Unit; Welding Machines (six to eight)*; Well DrillMachines.

CLASS 3. Air Compressors(one to five)*; Air Compressors, Track orSelf-Propelled; Automatic Hoist; Building Elevators; Bulk CementBatching Plants; Conveyors (one to five)*; Concrete Mixers (ExceptPlant, Paver, or Tower); Firemen; Generators (one to five)*; Greasers;Helper on Single Paving Mixer; Hoist, Automatic; Light Plants (one tofive)*; Mechanic Helpers; Mechanical Heaters (one to five)*; Oilers;Power Form Graders; Power Sub-Graders; Robotic Controlled Equipment inthis Classification; Scissors Hoist; Tractors without powerattachments regardless of size or type; Truck Crane Oiler and Driver(1 man); Vibratory Hammer (power source); Water Pumps (one to five)*;Welding Machines (1/300 Amp. or over)*; Welding machines (one tofive)*

CLASS 4. Lattice Boom Crawler Cranes; Lattice Boom Truck Cranes;Telescopic Truck-Mounted Cranes; Tower Cranes.

* Combinations of one to eight of any Air Compressors, Conveyors,Welding Machines, Water Pumps, Light Plants, or Generators shall be inbatteries or within 400 feet and shall be paid as per theClassification Schedule contained in this Article.

OPERATING ENGINEERS - HIGHWAY

CLASS 1. Asphalt Screed Man; Asphco Concrete Spreaders; AsphaltPavers; Asphalt Plant Engineer; Asphalt Rollers on BituminousConcrete; Athey Loaders; Backhoes; Barber Green Loaders; Bulldozers;Cableways; Carry Deck Pickers; Cherry Pickers (Rough Terrain); C.M.I.& similar type-autograde formless paver, autograde placer & finisher;

Page 37: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County Prevailing Wage for January 2015

file:///C|/Users/David%20L%20Schneider/Desktop/Schuyler%20County%20Prevailing%20Wage%20for%20January%202015.htm[1/26/2015 10:05:10 AM]

Concrete Breakers; Concrete Plant Operators; Concrete Pumps; Derricks;Derrick Boats; Dewatering Systems; Earth Auger or Boring Machines;Elevating Graders; Engineers on Dredges; Gravel Processing Machines;Grout Pump; Head Equipment Greaser; High Lifts or Fork Lifts; Hoistswith two or more drums or two or more load lines; Hydro Jet or HydroLaser; Locomotives, All; Mechanics; Motor Graders or Auto Patrols;Multi-Point Power Lifting Equipment; Operators or Leverman on Dredges;Operators, Power Boat; Operators, Pug Mill (Asphalt Plants); OverheadCranes; Paving Mixers; Piledrivers; Pipe Wrapping and PaintingMachines; Push-dozers, or Push Cats; Robotic Controlled Equipment inthis Classification; Rock Crushers; Ross Carrier or Similar Machines;Roto-Mill; Scoops, Skimmer, two cu. yd. capacity and under; Sheep-FootRoller (Self Pro-pelled); Shovels; Skid Steer; Skimmer Scoops; TestHole Drilling Machines; Tower Machines; Tower Mixers; Track Type EndLoaders; Track Type Fork Lifts or High Lifts; Track Jacks and Tampers;Tractors, Side-boom; Trenching or Ditching Machine; Tunnelluggers;Vermeer-Type Saws; Wheel Type End Loaders; Winch Cat; Scoops, All orTournapull.

CLASS 2. Air Compressors (six to eight)*; Articulated Dumps; AsphaltBoosters and Heaters; Asphalt Distributors; Asphalt Plant Fireman;Boom or Winch Trucks; Building Elevators; Bull Floats or Flexplanes;Concrete Finishing Machine; Concrete Saws, Self-Propelled; ConcreteSpreading Machines; Conveyors (six to eight)*; Generators (six toeight)*; Gravel or Stone Spreader, Power Operated; Hoist, Automatic;Hoist with One Drum and One Load Line; Light Plants (six to eight)*;Mechanical Heaters (six to eight)*; Mud Jacks; Off Road Water Wagons;Oiler on Two Paving Mixers When Used in Tandem; Post Hole Digger,Mechanical; Robotic Controlled Equipment in This Classification; Roador Street Sweeper, Self-Propelled; Rollers (except bituminousconcrete); Scissor Hoist; Sea-man Tiller; Straw Machine; VibratoryCompactor; Water Pumps (six to eight)*; Well Drill Machines.

CLASS 3. Air Compressors (one to five)*; Air Compressors, Track orSelf-Propelled; Bulk Cement Batching Plants; Conveyors (one to five)*;Concrete Mixers (Except Plant, Paver, or Tower); Firemen; Generators(one to five)*; Greasers; Helper on Single Paving Mixer; Light Plants(one to five)*; Mechanic Helpers; Mechanical Heaters (one to five)*;Oilers; Power Form Graders; Power Sub-Graders; Pug Mills when used forother than Asphalt operation; Robotic Controlled Equipment in ThisClassification; Tractors without power attachments, regardless of sizeor type; Truck Crane Oiler and Driver (1 man); Vibratory Hammer(power source); Water Pumps (one to five)*; Welding Machines (one 300Amp. or over)*; Welding Machines (one to five)*. CLASS 4. Lattice Boom Crawler Crane; Lattice Boom Truck Crane;Telescopic Truck-Mounted Crane; Tower Crane.

*Combinations of one to eight of any Air Compressors, Conveyors,Welding Machines, Water Pumps, Light Plants or Generators shall be inbatteries or within 400 feet and shall be paid as per theClassification Schedule contained in this Article.

Other Classifications of Work:

For definitions of classifications not otherwise set out, theDepartment generally has on file such definitions which are available.If a task to be performed is not subject to one of theclassifications of pay set out, the Department will upon beingcontacted state which neighboring county has such a classification andprovide such rate, such rate being deemed to exist by reference inthis document. If no neighboring county rate applies to the task,the Department shall undertake a special determination, such specialdetermination being then deemed to have existed under thisdetermination. If a project requires these, or any classification notlisted, please contact IDOL at 217-782-1710 for wage rates orclarifications.

LANDSCAPING

Landscaping work falls under the existing classifications for laborer,operating engineer and truck driver. The work performed by landscapeplantsman and landscape laborer is covered by the existingclassification of laborer. The work performed by landscape operators(regardless of equipment used or its size) is covered by theclassifications of operating engineer. The work performed bylandscape truck drivers (regardless of size of truck driven) iscovered by the classifications of truck driver.

Page 38: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County Prevailing Wage for January 2015

file:///C|/Users/David%20L%20Schneider/Desktop/Schuyler%20County%20Prevailing%20Wage%20for%20January%202015.htm[1/26/2015 10:05:10 AM]

Page 39: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County

Bainbridge Road District

Section 15-01000-00-GM

Schedule of Quantities

Location Item Quantity

Spread Aggregate surface course, furnished (CA 6 SPECIAL) 3000 ton

Stockpile Aggregate surface course, furnished (CA 6 SPECIAL) 2000 ton

Stockpile Patch Mix (CA-12) 400 ton

Seal coat aggregate (CA16) 499 ton

Bituminous materials (seal coats) (PG 46-28) 11,968 gal

Bituminous Surfacing Information

Length Width Area Asphalt CA-14 CA-16

Label Type (miles) (feet) (sq. yards) (gallons) (ton) (ton)

L1 A1 3.6 18.0 38,016 11,405 475

L2 A1 0.20 16.0 1877 563 23

RATE: Oil - 0.30 gal/sq. yd.

Chips - 25 lbs./sq. yd.

Page 40: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

® Bainbridge Township Created by:David L. Schneider P.E.Schuyler County EngineerJanuary 27, 2015

L1 - Hatfield Rd.18.0' wide, 3.60 mile longA1, PG 46-28

L2 - Parkview Rd.16.0' wide, 0.20 mile longA1, PG 46-28

Page 41: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County

Birmingham Road District

Section 15-02000-00-GM

Schedule of Quantities

Location Item Quantity

Stockpile Aggregate surface course, furnished (CA 6 SPECIAL) 500 ton

Various Aggregate surface course, furnished (CA 6 SPECIAL) 2800 ton

Seal coat aggregate (CA16) 352 ton

Bituminous materials (seal coats) (PG 46-28) 8448 gal

Bituminous Surfacing Information

Length Width Area Asphalt CA-14 CA-16

Label Type (miles) (feet) (sq. yards) (gallons) (ton) (ton)

L1 A1 3.00 16.0 28,160 8448 352

RATE: Oil - 0.30 gal/sq. yd.

Chips - 25 lbs./sq. yd.

Page 42: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

® Birmingham Township Created by:David L. Schneider P.E.Schuyler County EngineerJanuary 27, 2015

L1 - Nubbin Ridge Rd.16.0' wide, 3.00 miles longA1, PG 46-28

CA-6 Special100 ton

CA-6 Special500 ton

CA-6 Special400 ton

CA-6 Special600 ton

CA-6 Special600 ton

CA-6 Special600 ton

Page 43: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County

Brooklyn Road District

Section 15-03000-00-GM

Schedule of Quantities

Location Item Quantity

Stockpile Aggregate surface course, furnished (CA 6 CLASS D) 1500 ton

F.O.B. Aggregate surface course, furnished (CA 6 CLASS D) 500 ton

Spread Aggregate surface course, furnished (CA 6 CLASS D) 1000 ton

Various Calcium Chloride applied in solution 12 fl ton

Seal coat aggregate (CA16) 223 ton

Bituminous materials (seal coats) (PG 46-28) 5350 gal

Dia. Quantity Length Type

Road District 36” 3 each 48 ft. CMP 299 lin. Ft.

Yard 36” 1 each 90 degree elbow CMP

30” 1 each 45 ft. CMP

30” 1 each 30 ft. CMP

24” 1 each 40 ft. CMP

18” 1 each 20 ft. CMP

15” 1 each 20 ft. CMP (aluminum coated type 1)

Bituminous Surfacing Information

Length Width Area Asphalt CA-14 CA-16

Label Type (miles) (feet) (sq. yards) (gallons) (ton) (ton)

L1 A1 1.60 19.0 17,835 5350 223

RATE: Oil - 0.30 gal/sq. yd.

Chips - 25 lbs./sq. yd.

Page 44: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

®

Brooklyn Township

Created by:David L. Schneider P.E.Schuyler County EngineerJanuary 27, 2015

Brooklyn

L1 - St. Francis Rd.19.0' wide, 1.20 miles longA1, PG 46-28L1 - Center Ridge Rd.19.0' wide, 1.60 miles longA1, PG 46-28

Page 45: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County

Browning Road District

Section 15-04000-00-GM

Schedule of Quantities

Location Item Quantity

Stockpile Aggregate surface course, furnished (CA 6 CLASS D) 500 ton

Various Aggregate surface course, furnished (CA 6 CLASS D) 3000 ton

Seal coat aggregate (CA14) 73 ton

Bituminous materials (seal coat) (PG 46-28) 1760 gal

Bituminous Surfacing Information

Length Width Area Asphalt CA-14 CA-16

Label Type (miles) (feet) (sq. yards) (gallons) (ton) (ton)

L1 A1 0.50 20.0 5867 1760 73

RATE: Oil - 0.30 gal/sq. yd. may vary up to 0.35 gal/sq.yd. per engineer

Chips - 25 lbs./sq. yd.

Page 46: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

®

Browning Township

Created by:David L. Schneider P.E.Schuyler County EngineerJanuary 27, 2015Bader Inset

L1 - Ridgeville Rd.20.0' wide, 0.50 miles longA1, PG 46-28

Page 47: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County

Buenavista Road District

Section 15-05000-00-GM

Schedule of Quantities

Location Item Quantity

Stockpile Aggregate surface course, furnished (CA 6 CLASS D) 400 ton NON-MFT

Various Aggregate surface course, furnished (CA 6 CLASS D) 800 ton NON-MFT

Stockpile Riprap (RR-1) 50 ton NON-MFT

Various Aggregate surface course, furnished (CA 9 CLASS D) 200 ton NON-MFT

Stockpile Seal coat aggregate (CA14) 50 ton NON-MFT

Stockpile Seal coat aggregate (CA16) 50 ton NON-MFT

Various Aggregate surface course, furnished (CA 6 CLASS D) 1200 ton

Stockpile Aggregate surface course, furnished (CA 6 CLASS D) 500 ton

Seal coat aggregate (CA16) 53 ton

Bituminous materials (seal coat) (PG 46-28) 1267 gal

Bituminous Surfacing Information

Length Width Area Asphalt CA-14 CA-16

Label Type (miles) (feet) (sq. yards) (gallons) (ton) (ton)

L1 A1 0.40 18.0 4224 1267 53

RATE: Oil - 0.30 gal/sq. yd.

Chips - 25 lbs./sq. yd.

Page 48: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

®Buenavista Township Created by:David L. Schneider P.E.Schuyler County EngineerJanuary 27, 2015

L1 - Tullis Rd.0.40 miles, 18' wide roadA1, PG 46-28

Page 49: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County

Camden Road District

Section 15-06000-00-GM

Schedule of Quantities

Location Item Quantity

Spread Aggregate surface course, furnished (CA 6 CLASS D) 4500 ton

Stockpile Aggregate surface course, furnished (CA 6 CLASS D) 1000 ton

Seal coat aggregate (CA7) 357 ton NON-MFT

Seal coat aggregate (CA16) 223 ton NON-MFT

Bituminous materials (seal coat) (PG 46-28) 17,834 gal NON-MFT

Bituminous Surfacing Information NON-MFT

Length Width Area Asphalt CA-7 CA-16

Label Type (miles) (feet) (sq. yards) (gallons) (ton) (ton)

L1 A2 0.80 20.0 9387 9386 188 117 NON-MFT

L2 A2 2.00 16.0 8448 8448 169 106 NON-MFT

RATE: Oil - 0.50 gal/sq. yd.

Chips - 40 lbs./sq. yd. CA 7, 1st lift

25 lbs./sq. yd. CA 16, 2nd

lift

Page 50: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

®Camden Township

Created by:David L. Schneider P.E.Schuyler County EngineerJanuary 27, 2015

L1 - Hale Ridge Rd.20.0' wide, 0.50 miles longA2, PG 46-28, CA-7 and CA-16NON-MFT

CA-6 CLASS D3000 TON

CA-6 CLASS D1500 TON

L2 - Greenwell Mill Rd.24.0' wide, 0.60 mile longA2, PG 46-28, CA-7 and CA-16NON-MFT

Page 51: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County

Frederick Road District

Section 15-07000-00-GM

Schedule of Quantities

Location Item Quantity

Stockpile Aggregate surface course, furnished (CA 6 CLASS D) 800 ton

Seal coat aggregate (CA16) 150 ton

Bituminous materials (seal coat) (PG 46-28) 3590 gal

Bituminous Surfacing Information

Length Width Area Asphalt CA-14 CA-16

Label Type (miles) (feet) (sq. yards) (gallons) (ton) (ton)

L1 A1 0.60 14.0 4928 1478 62

L2 A1 1.00 12.0 7040 2112 88

RATE: Oil - 0.30 gal/sq. yd.

Chips - 25 lbs./sq. yd.

Page 52: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

®Frederick Township Created by:

David L. Schneider P.E.Schuyler County EngineerJanuary 27, 2015

Village of Frederick

L2 - Rock Quarry Road12.0' wide, 1.00 mile longA1, PG 46-28

L1 - SR-3 (ferry road)14.0' wide, 0.60 miles longA1, PG 46-28

Page 53: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County

Hickory Road District

Section 15-08000-00-GM

Schedule of Quantities

Location Item Quantity

Spread Aggregate surface course, furnished (CA 6 CLASS D) 2000 ton

Stockpile Riprap (RR-1) 200 ton

Stockpile Riprap (RR-5) 100 ton

Page 54: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

®Hickory Township

Created by:David L. Schneider P.E.Schuyler County EngineerJanuary 27, 2015

Bluff CityInset

CA-6 CLASS D800 TON

CA-6 CLASS D1200 TON

Page 55: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County

Huntsville Road District

Section 15-09000-00-GM

Schedule of Quantities

Location Item Quantity

Stockpile Aggregate surface course, furnished (CA 6 SPECIAL) 2000 ton

Various Aggregate surface course, furnished (CA 6 SPECIAL) 2000 ton

Various Aggregate surface course, furnished (CA 6 CLASS D) 1700 ton NON-MFT

Various Aggregate surface course, furnished (CA 6 SPECIAL) 3300 ton NON-MFT

Dia. Quantity Length Type

Road District 15” 1 each 30 ft. CMP 222 lin. Ft.

Yard 15” 1 each 40 ft. CMP

24” 1 each 36 ft. CMP

36” 1 each 30 ft. CMP

48” 1 each 36 ft. CMP

72” 1 each 50 ft. CMP

Page 56: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

®

Huntsville Township

Created by:David L. Schneider P.E.Schuyler County EngineerJanuary 27, 2015

Huntsville

CA-6 CLASS D3300 TONNON-MFT

CA-6 CLASS D1700 TONNON-MFT

CA-6 SPECIAL500 TON

CA-6 SPECIAL500 TON

CA-6 SPECIAL1000 TON

Page 57: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County

Oakland Road District

Section 15-11000-00-GM

Schedule of Quantities

Location Item Quantity

Spread Aggregate surface course, furnished (CA 6 CLASS D) 3000 ton

Stockpile Aggregate surface course, furnished (CA 6 CLASS D) 1000 ton

Stockpile Riprap (RR-5) 300 ton

Seal coat aggregate (CA16) 593 ton

Bituminous materials (seal coat) (PG 46-28) 14,221 gal

Dia. Quantity Length Type

Road District 12” 10 each 40 ft. CMP 640 lin. Ft.

Yard 24” 6 each 40 ft. CMP

Bituminous Surfacing Information

Length Width Area Asphalt CA-14 CA-16

Label Type (miles) (feet) (sq. yards) (gallons) (ton) (ton)

L1 A1 2.20 20.0 25,813 7744 323

L2 A1 2.30 16.0 21,589 6477 270

RATE: Oil - 0.30 gal/sq. yd.

Chips - 25 lbs./sq. yd.

Page 58: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

®Oakland Township

Created by:David L. Schneider P.E.Schuyler County EngineerJanuary 27, 2015

L2 - Brushy Branch Rd.16.0 ft wide, 2.30 miles longPG 46-28, A-1

L1 - Ray Rd.20.0 ft wide, 2.20 miles longPG 46-28, A1

Page 59: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County

Rushville Road District

Section 15-12000-00-GM

Schedule of Quantities

Location Item Quantity

Spread Aggregate surface course, furnished (CA 6 CLASS D) 2400 ton

Stockpile Aggregate surface course, furnished (CA 6 CLASS D) 750 ton

Spread Aggregate surface course, furnished (CA 6 CLASS D) 500 ton Non-MFT

Stockpile Aggregate surface course, furnished (CA 6 CLASS D) 500 ton Non-MFT

Stockpile Aggregate surface course, furnished (CA7 CLASS D) 100 ton Non-MFT

Seal coat aggregate (CA14) 457 ton

Bituminous materials (seal coat) (PG 46-28) 12,799 gal

Bituminous Surfacing Information

Length Width Area Asphalt CA-14 CA-16

Label Type (miles) (feet) (sq. yards) (gallons) (ton) (ton)

L1 A1 2.90 16-20 31,504 11,043 394

L2 A1 0.45 19.0 5016 1756 63

RATE: Oil - 0.35 gal/sq. yd.

Chips - 25 lbs./sq. yd.

Page 60: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

®Rushville Township

Created by:David L. Schneider P.E.Schuyler County EngineerJanuary 27, 2015Pleasant View

L1- Kinderhook Rd.ave. 18.0' wide, 2.90 mile longA1, PG 46-28

Rushville Twp.ALL APPLICATION RATES:0.35 gallons/sq.yd.

L2- Tullis Rd.19.0' wide, 0.45 mile longA1, PG 46-28

Page 61: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County

Woodstock Road District

Section 15-13000-00-GM

Schedule of Quantities

Location Item Quantity

Spread Aggregate surface course, furnished (CA 6 CLASS D) 1400 ton

Stockpile Aggregate surface course, furnished (CA 6 CLASS D) 1200 ton

Stockpile Seal coat aggregate (CA14) 200 ton

Stockpile Seal coat aggregate (CA16) 200 ton

Seal coat aggregate (CA16) 389 ton

Bituminous materials (seal coat) (SC-800) 1408 gal

Bituminous materials (seal coat) (PG 46-28) 7920 gal

Bituminous Surfacing Information

Length Width Area Asphalt CA-14 CA-16

Label Type (miles) (feet) (sq. yards) (gallons) (ton) (ton)

L1 A2 0.25 16.0 2347 1408 59

L2 A1 2.50 18.0 26,400 7920 330

RATE: Oil - 0.30 gal/sq. yd.

Chips - 25 lbs./sq. yd.

Page 62: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

® WoodstockTownship Created by:David L. Schneider P.E.Schuyler County EngineerJanuary 27, 2015

L2 - Palm Cemetery Rd.2.50 mile long, 18' wideA1, PG 46-28

L1 - Schuck Ln.0.25 mile long, 16' wideA2, SC-800

Page 63: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County

Section 15-00000-00-GM

Schedule of Quantities

Location Item Quantity

Stockpile Aggregate surface course, furnished (CA 6 SPECIAL) 1000 ton NON-MFT

Stockpile Seal coat aggregate (CA16) 500 ton NON-MFT

Seal coat aggregate (CA16) 1404 ton

Bituminous materials (seal coat) (PG 46-28) 33,686 gal

Bituminous Surfacing Information

Length Width Area Asphalt CA-14 CA-16

Label Type (miles) feet) (sq. yards) (gallons) (ton) (ton)

L1 A1 8.70 22.0 112,288 33,686 1404

RATE: Oil - 0.30 gal/sq. yd.

Chips - 25 lbs./sq. yd.

Page 64: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

4

Schuyler County

prepared by David L. Schneider P.E.Schuyler County EngineerJanuary 27, 2015

L1 - Vermont Rd. CH-222.0' wide, 8.70 miles longA1, PG 46-28

Page 65: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Schuyler County MFT Oil Distribution

2015

Group CA-14

(tons)

CA-16

(tons)

PG 46-28

(gallons)

Schuyler County 1404 33,686

Bainbridge Twp. 499 11,968

Birmingham Twp. 352 8448

Brooklyn Twp. 223 5350

Browning Twp. 73 1760

Buenavista Twp. 53 1267

Frederick Twp. 150 3590

Oakland Twp. 593 14,221

Rushville Twp. 457 12,799

TOTALS 530 3274 93,089

Individual NON-MFT CA-7

(tons)

CA-16

(tons)

PG 46-28

(gallons)

Camden Twp. 357 223 17,834

Individual CA-16

(tons)

SC-800

(gallons)

PG 46-28

(gallons)

Woodstock Twp. 389 1408 7920

Page 66: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Page 1 of 1 BLR 12241 (Rev. 7/05) Printed on 2/6/2015 15:02:35 a2/p2

Material Proposal Schedule of Prices

Group

No.

Items

Delivery

Unit

Quantity

Unit Price

Total

BAINBRIDGE 15-01000-00-GM

1 AGGREGATE SURFACE STOCKPILE TON 2000.00

COURSE, (FURNISHED) (CA 6)

(SPECIAL)

2 AGGREGATE SURFACE VARIOUS TON 3000.00

COURSE, (FURNISHED) (CA 6)

(SPECIAL)

3 PLANT MIX OIL LEVELING STOCKPILE TON 400

COURSE (CA 12)

The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating.

Signature of Bidder

Address

Page 67: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Page 1 of 1 BLR 12241 (Rev. 7/05) Printed on 2/6/2015 15:02:53 a2/p2

Material Proposal Schedule of Prices

Group No.

Items

Delivery

Unit

Quantity

Unit Price

Total

BIRMINGHAM 15-02000-00-GM

4 AGGREGATE SURFACE STOCKPILE TON 500.00

COURSE, (FURNISHED) (CA 6)

(SPECIAL)

5 AGGREGATE SURFACE VARIOUS TON 2800.00

COURSE, (FURNISHED) (CA 6)

(SPECIAL)

The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating.

Signature of Bidder

Address

Page 68: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Page 1 of 1 BLR 12241 (Rev. 7/05) Printed on 2/6/2015 15:02:10 a2/p2

Material Proposal Schedule of Prices

Group No.

Items

Delivery

Unit

Quantity

Unit Price

Total

BROOKLYN 15-03000-00-GM

6 AGGREGATE SURFACE STOCKPILE TON 1500.00

COURSE, (FURNISHED) (CA 6)

(CLASS D)

7 AGGREGATE SURFACE F.O.B. PIT OR TON 500.00

COURSE, (FURNISHED) (CA 6) QUARRY

(CLASS D) F.O.B.

LOCATION OF PIT OR QUARRY --------------- --------

8 AGGREGATE SURFACE VARIOUS TON 1000.00

COURSE, (FURNISHED) (CA 6)

(CLASS D)

9 CALCIUM CHLORIDE APPLIED VARIOUS F TON 12

IN SOLUTION, APPLIED ON

ROAD

10 PIPE CULVERTS, TYPE 1, R.D. YARD

36 INCH, 3 EACH, 48’ LENGTH L FT 144

36 INCH, 1 EACH, 90 degree elbow

30 INCH, 1 EACH, 45’ LENGTH L FT 45

30 INCH, 1 EACH, 30’ LENGTH L FT 30

24 INCH, 1 EACH, 40’ LENGTH L FT 40

18 INCH, 1 EACH, 20’ LENGTH L FT 20

15 INCH, 1 EACH, 20’ LENGTH L FT 20

Aluminized CMP, (FURNISHED) GROUP 10 TOTAL

The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating.

Signature of Bidder

Address

Page 69: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Page 1 of 1 BLR 12241 (Rev. 7/05) Printed on 2/6/2015 15:02:28 a2/p2

Material Proposal Schedule of Prices

Group No.

Items

Delivery

Unit

Quantity

Unit Price

Total

BROWNING 15-04000-00-GM

11 AGGREGATE SURFACE STOCKPILE TON 500.00

COURSE, (FURNISHED) (CA 6)

(CLASS D)

12 AGGREGATE SURFACE VARIOUS TON 3000.00

COURSE, (FURNISHED) (CA 6)

(CLASS D)

The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating.

Signature of Bidder

Address

Page 70: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Page 1 of 1 BLR 12241 (Rev. 7/05) Printed on 2/6/2015 15:02:45 a2/p2

Material Proposal Schedule of Prices

Group No.

Items

Delivery

Unit

Quantity

Unit Price

Total

BUENAVISTA 15-05000-00-GM

13 AGGREGATE SURFACE STOCKPILE TON 400.00

COURSE, (FURNISHED) (CA 6)

(CLASS D) NON-M.F.T.

14 AGGREGATE SURFACE VARIOUS TON 800.00

COURSE, (FURNISHED) (CA 6)

(CLASS D) NON-M.F.T.

15 RIPRAP (RR1) (FURNISHED) STOCKPILE TON 50.00

NON-MFT

16 AGGREGATE SURFACE VARIOUS TON 200.00

COURSE, (FURNISHED) (CA 9)

(CLASS D) NON-M.F.T.

17 SEAL COAT AGGREGATE STOCKPILE TON 50.00

(CA 14) NON-M.F.T.

18 SEAL COAT AGGREGATE STOCKPILE TON 50.00

(CA 16) NON-M.F.T.

19 AGGREGATE SURFACE VARIOUS TON 1200.00

COURSE, (FURNISHED) (CA 6)

(CLASS D)

20 AGGREGATE SURFACE STOCKPILE TON 500.00

COURSE, (FURNISHED) (CA 6)

(CLASS D)

The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating.

Signature of Bidder

Address

Page 71: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Page 1 of 1 BLR 12241 (Rev. 7/05) Printed on 2/6/2015 15:02:03 a2/p2

Material Proposal Schedule of Prices

Group

No.

Items

Delivery

Unit

Quantity

Unit Price

Total

CAMDEN 15-06000-00-GM

21 AGGREGATE SURFACE VARIOUS TON 4500.00

COURSE, (FURNISHED) (CA 6)

(CLASS D)

22 AGGREGATE SURFACE STOCKPILE TON 1000.00

COURSE, (FURNISHED) (CA 6)

(CLASS D)

The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating.

Signature of Bidder

Address

Page 72: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Page 1 of 1 BLR 12241 (Rev. 7/05) Printed on 2/6/2015 15:02:21 a2/p2

Material Proposal Schedule of Prices

Group No.

Items

Delivery

Unit

Quantity

Unit Price

Total

FREDERICK 15-07000-00-GM

23 AGGREGATE SURFACE STOCKPILE TON 800.00

COURSE, (FURNISHED) (CA 6)

(CLASS D)

The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating.

Signature of Bidder

Address

Page 73: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Page 1 of 1 BLR 12241 (Rev. 7/05) Printed on 2/6/2015 15:02:39 a2/p2

Material Proposal Schedule of Prices

Group No.

Items

Delivery

Unit

Quantity

Unit Price

Total

HICKORY 15-08000-00-GM

24 AGGREGATE SURFACE VARIOUS TON 2000.00

COURSE, (FURNISHED) (CA 6)

(CLASS D)

25 RIPRAP (RR1) STOCKPILE TON 200.00

26 RIPRAP (RR5) STOCKPILE TON 100.00

The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating.

Signature of Bidder

Address

Page 74: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Page 1 of 1 BLR 12241 (Rev. 7/05) Printed on 2/6/2015 15:02:56 a2/p2

Material Proposal Schedule of Prices

Group No.

Items

Delivery

Unit

Quantity

Unit Price

Total

HUNTSVILLE 15-09000-00-GM

27 AGGREGATE SURFACE STOCKPILE TON 2000.00

COURSE, (FURNISHED) (CA 6)

(SPECIAL)

28 AGGREGATE SURFACE VARIOUS TON 2000.00

COURSE, (FURNISHED) (CA 6)

(SPECIAL)

29 AGGREGATE SURFACE VARIOUS TON 1700.00

COURSE, (FURNISHED) (CA 6)

(CLASS D) NON-MFT

30 AGGREGATE SURFACE VARIOUS TON 3300.00

COURSE, (FURNISHED) (CA 6)

(SPECIAL) NON-MFT

31 PIPE CULVERTS, TYPE 1, R.D. YARD

15 INCH, 1 EACH, 30’ LENGTH L FT 30

15 INCH, 1 EACH, 40’ LENGTH L FT 40

24 INCH, 1 EACH, 36’ LENGTH L FT 36

36 INCH, 1 EACH, 30’ LENGTH L FT 30

48 INCH, 1 EACH, 36’ LENGTH L FT 36

72 INCH, 1 EACH, 50’ LENGTH L FT 50

CMP, (FURNISHED) GROUP 31 TOTAL

The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating.

Signature of Bidder

Address

Page 75: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Page 1 of 1 BLR 12241 (Rev. 7/05) Printed on 2/6/2015 15:02:14 a2/p2

Material Proposal Schedule of Prices

Group No.

Items

Delivery

Unit

Quantity

Unit Price

Total

OAKLAND 15-11000-00-GM

32 AGGREGATE SURFACE VARIOUS TON 3000.00

COURSE, (FURNISHED) (CA 6)

(CLASS D)

33 AGGREGATE SURFACE STOCKPILE TON 1000.00

COURSE, (FURNISHED) (CA 6)

(CLASS D)

34 RIPRAP (RR5) STOCKPILE TON 300.00

35 PIPE CULVERTS, TYPE 1, R.D. YARD

12 INCH, 10 EACH, 40’ LENGTH L FT 400

24 INCH, 6 EACH, 40’ LENGTH L FT 240

GROUP 35 TOTAL

The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating.

Signature of Bidder

Address

Page 76: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Page 1 of 1 BLR 12241 (Rev. 7/05) Printed on 2/6/2015 15:02:32 a2/p2

Material Proposal Schedule of Prices

Group No.

Items

Delivery

Unit

Quantity

Unit Price

Total

RUSHVILLE 15-12000-00-GM

36 AGGREGATE SURFACE VARIOUS TON 2400.00

COURSE, (FURNISHED) (CA 6)

(CLASS D)

37 AGGREGATE SURFACE STOCKPILE TON 750.00

COURSE, (FURNISHED) (CA 6)

(CLASS D)

38 AGGREGATE SURFACE VARIOUS TON 500.00

COURSE, (FURNISHED) (CA 6)

(CLASS D)NON-MFT

39 AGGREGATE SURFACE STOCKPILE TON 500.00

COURSE, (FURNISHED) (CA 6)

(CLASS D)NON-MFT

40 AGGREGATE SURFACE STOCKPILE TON 100.00

COURSE, (FURNISHED) (CA 7)

(CLASS D)NON-MFT

The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating.

Signature of Bidder

Address

Page 77: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Page 1 of 1 BLR 12241 (Rev. 7/05) Printed on 2/6/2015 15:02:49 a2/p2

Material Proposal Schedule of Prices

Group No.

Items

Delivery

Unit

Quantity

Unit Price

Total

WOODSTOCK 15-13000-00-GM

41 AGGREGATE SURFACE VARIOUS TON 1400.00

COURSE, (FURNISHED) (CA 6)

(CLASS D)

42 AGGREGATE SURFACE STOCKPILE TON 1200.00

COURSE, (FURNISHED) (CA 6)

(CLASS D)

43 SEAL COAT AGGREGATE STOCKPILE TON 200.00

(CA 14)

44 SEAL COAT AGGREGATE STOCKPILE TON 200.00

(CA 16)

The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating.

Signature of Bidder

Address

Page 78: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Page 1 of 1 BLR 12241 (Rev. 7/05) Printed on 2/6/2015 15:02:07 a2/p2

Material Proposal Schedule of Prices

Group No.

Items

Delivery

Unit

Quantity

Unit Price

Total

SCHUYLER COUNTY

15-00000-00-GM

45 AGGREGATE SURFACE STOCKPILE TON 1000

COURSE, (FURNISHED) (CA 6)

(SPECIAL) NON-MFT

46 SEAL COAT AGGREGATE STOCKPILE TON 500

(CA 16) NON-MFT

The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating.

Signature of Bidder

Address

Page 79: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Page 1 of 1 BLR 12241 (Rev. 7/05) Printed on 2/6/2015 15:02:24 a2/p2

Material Proposal Schedule of Prices

Group No.

Items

Delivery

Unit

Quantity

Unit Price

Total

COUNTY & TOWNSHIPS-GROUP

VARIOUS 15-00000-00-GM &

15---000-00-GM

47 SEAL COAT AGGREGATE VARIOUS TON 530

(CA 14) APPIED ON ROAD

SEAL COAT AGGREGATE VARIOUS TON 3274

(CA 16) APPIED ON ROAD

BITUMINOUS MATERIALS VARIOUS GAL. 93,089

(COVER & SEAL COAT)

PG 46-28, APPLIED ON ROAD

GRAND TOTAL NO. 47

The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating.

Signature of Bidder

Address

Page 80: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Page 1 of 1 BLR 12241 (Rev. 7/05) Printed on 2/6/2015 15:02:42 a2/p2

Material Proposal Schedule of Prices

Group No.

Items

Delivery

Unit

Quantity

Unit Price

Total

CAMDEN ROAD DISTRICT

15-06000-00-GM

48 SEAL COAT AGGREGATE VARIOUS TON 357

(CA 7) APPIED ON ROAD

SEAL COAT AGGREGATE VARIOUS TON 223

(CA 16) APPIED ON ROAD

BITUMINOUS MATERIALS VARIOUS GAL. 17,834

(SEAL COAT)

PG 46-28, APPLIED ON ROAD

GRAND TOTAL NO. 48

The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating.

Signature of Bidder

Address

Page 81: NOTICE TO BIDDERS - Schuyler County, Illinois MFT Bid... · If no total price is shown or if there is a discrepancy between the ... Address Title . Contract ... Affidavit of Illinois

Page 1 of 1 BLR 12241 (Rev. 7/05) Printed on 2/6/2015 15:02:00 a2/p2

Material Proposal Schedule of Prices

Group No.

Items

Delivery

Unit

Quantity

Unit Price

Total

WOODSTOCK ROAD DISTRICT

15-13000-00-GM

49 SEAL COAT AGGREGATE VARIOUS TON 389

(CA 16) APPIED ON ROAD

BITUMINOUS MATERIALS VARIOUS GAL. 1408

(SEAL COAT)

SC-800, APPLIED ON ROAD

BITUMINOUS MATERIALS VARIOUS GAL. 7920

(SEAL COAT)

PG 46-28, APPLIED ON ROAD

GRAND TOTAL NO. 49

The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid rotating.

Signature of Bidder

Address


Recommended