addendum no. 3 to the bidding documents for aux ... - …

117
Donohue & Associates, Inc. ADDENDUM NO. 3 Project No. 13064 00021-1 ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX SABLE CREEK BASIN AND WESTSIDE WWTPS PHOSPHORUS REMOVAL AND EXPANSION FOR THE CITY OF JOLIET, ILLINOIS CITY CONTRACT NO. 2218-0317 IEPA LOAN NO. L175412 DATE: February 17, 2017 BID CLOSING DATE & TIME: 2:00 PM local time, February 23, 2017 TO ALL BIDDERS BIDDING ON THE ABOVE PROJECT: All Bidders submitting a Bid on the above Contract shall carefully read this Addendum and give it consideration in the preparation of their Bid. Deleted text is shown in strikethru type. New or revised text is shown in bold type. I. The following are revisions to Addendum No. 2: A. On page 00021-3, delete Part III paragraph T. and replace with the following: T. On page 33 31 13-3 delete paragraph 2.02.C.1 in its entirety and replace with the following: 1. Minimum Thickness Class 53 B. On page 00021-3, delete Part III paragraph V. and replace with the following: V. On page 33 31 13-3 delete paragraph 2.02.D in its entirety and replace with the following: D. Lining: Provide standard cement lining with bituminous seal coat in accordance with AWWA C104. C. On page 0021-3, delete Part III paragraph W. and replace with the following: W. On page 33 31 13-3 delete paragraph 2.02.E in its entirety and replace with the following: E. Fittings shall be ductile iron pressure rating for 250 pounds per square inch, minimum. Fittings shall meet AWWA C153 and AWWA C111. II. The following are revisions to the Procedural and Contract Documents: A. On page 00 21 13-4, delete paragraph 12.01 and replace with the following: REMINDER #1: Bidders are informed that each addendum must be acknowledged on the outside of the envelope containing your bid. If all addenda are not acknowledged on the outside of the envelope, your bid will not be opened. REMINDER #2: To receive an award, a Contractor must be on the City of Joliet’s List of Pre-qualified Contractors by submitting one’s IDOT or CDB qualifications to the City Clerk’s office or filling out City of Joliet forms, which are available at http://www.cityofJoliet.info/index.aspx?page=97 This documentation must be submitted prior to the bid opening date and time.

Upload: others

Post on 22-Apr-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Donohue & Associates, Inc. ADDENDUM NO. 3Project No. 13064 00021-1

ADDENDUM NO. 3TO THE

BIDDING DOCUMENTSFOR

AUX SABLE CREEK BASIN AND WESTSIDE WWTPSPHOSPHORUS REMOVAL AND EXPANSION

FOR THECITY OF JOLIET, ILLINOIS

CITY CONTRACT NO. 2218-0317IEPA LOAN NO. L175412

DATE: February 17, 2017

BID CLOSING DATE & TIME: 2:00 PM local time, February 23, 2017

TO ALL BIDDERS BIDDING ON THE ABOVE PROJECT:

All Bidders submitting a Bid on the above Contract shall carefully read this Addendum and give it considerationin the preparation of their Bid. Deleted text is shown in strikethru type. New or revised text is shown in bold type.

I. The following are revisions to Addendum No. 2:

A. On page 00021-3, delete Part III paragraph T. and replace with the following:

T. On page 33 31 13-3 delete paragraph 2.02.C.1 in its entirety and replace with the following:

1. Minimum Thickness Class 53

B. On page 00021-3, delete Part III paragraph V. and replace with the following:

V. On page 33 31 13-3 delete paragraph 2.02.D in its entirety and replace with the following:

D. Lining: Provide standard cement lining with bituminous seal coat in accordance withAWWA C104.

C. On page 0021-3, delete Part III paragraph W. and replace with the following:

W. On page 33 31 13-3 delete paragraph 2.02.E in its entirety and replace with the following:

E. Fittings shall be ductile iron pressure rating for 250 pounds per square inch,minimum. Fittings shall meet AWWA C153 and AWWA C111.

II. The following are revisions to the Procedural and Contract Documents:

A. On page 00 21 13-4, delete paragraph 12.01 and replace with the following:

REMINDER #1: Bidders are informed that each addendum mustbe acknowledged on the outside of the envelope containing yourbid. If all addenda are not acknowledged on the outside of theenvelope, your bid will not be opened.

REMINDER #2: To receive an award, a Contractor must be on the City of Joliet’s List ofPre-qualified Contractors by submitting one’s IDOT or CDB qualifications to the City Clerk’soffice or filling out City of Joliet forms, which are available athttp://www.cityofJoliet.info/index.aspx?page=97 This documentation must be submittedprior to the bid opening date and time.

Page 2: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

ADDENDUM NO. 3 Donohue & Associates, Inc.00021-2 Project No. 13064

12.01 Bidders shall submit a list of proposed Subcontractors having direct contract with theContractor within 24 hours of the bid opening. Include the address and phone numberfor each Subcontractor.

B. In Section 00 30 50, replace General Decision Number: IL20160008 wage rates with General DecisionNumber: IL170008 attached to this Addendum.

C. In Section 00 30 50, replace General Decision Number: IL20160011 wage rates with General DecisionNumber: IL170011 attached to this Addendum.

D. In Section 00 30 50, replace General Decision Number: IL20160018 wage rates with General DecisionNumber: IL170018 attached to this Addendum.

E. In Section 00 30 50, replace General Decision Number: IL20160019 wage rates with General DecisionNumber: IL170019 attached to this Addendum.

F. In Section 00 30 50, replace General Decision Number: IL20160020 wage rates with General DecisionNumber: IL170020 attached to this Addendum.

G. Replace Section 00 41 33 with the specification Section 00 41 33 attached to this Addendum.

H. Replace Section 00 52 33 with the specification Section 00 52 33 attached to this Addendum.

III. The following are revisions to the Specifications:

A. On page 01 11 00-2, delete paragraph 1.03.D.3 and replace with the following:

3. Owner will drain Oxidation Ditch Channels and Aerobic Digesters. When channels andtanks are made available to Contractor, not more than 1 foot of water will remain intanks at the sidewall. Sludge, scum, grit, debris, and other material will remain on tankwalls and floors. Contractor shall clean and remove remaining material, and maintaindewatering of the tanks as required to complete Work.

B. On page 01 11 00-2, add the following after 1.04.C.9:

10. Interruptions to natural gas service for all Aux Sable structures except Control Building(90) shall be limited to a duration of one month and during summer months whentemperatures are not anticipated to fall below 50⁰F. If during natural gas outage outdoortemperatures fall below 45⁰F, Contractor shall provide temporary heating systems to AuxSable Preliminary Treatment Building (10), UV/Effluent Pumping Building (50), BiosolidsPumping Building (60), and Biosolids Mixing Building (80) as required to maintain spacetemperature at or above 45F.Coordinate interruptions with Owner two weeks prior tobeginning work.

11. Interruptions to natural gas service for Aux Sable Control Building (90) shall be limited toa duration of 24 hours and during summer months when temperatures are not anticipatedto fall below 60⁰F. Coordinate interruptions with Owner two weeks prior to beginningwork.

12. Interruptions to natural gas service for Westside shall be limited to a duration of 24 hoursand during summer months when temperatures are not anticipated to fall below 50⁰F.Coordinate interruptions with Owner two weeks prior to beginning work.

C. Replace Section 01 21 00 with the specification Section 01 21 00 attached to this Addendum.

D. Replace Section 01 22 00 with the specification Section 01 22 00 attached to this Addendum.

Page 3: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Donohue & Associates, Inc. ADDENDUM NO. 3Project No. 13064 00021-3

E. On page 26 05 19-3, add the following paragraph 2.01.I:

I. Telephone Wire, above ground conduits:

1. Contractor shall field verify existing conductor with supplier before ordering.

2. Vinyl insulation, tinned copper, solid twisted pair, cabled conductors, and silvergray vinyl jacket.

a. Up to 4 conductors per cable: 22AWG solid wire.b. Over 4 conductors per cable: 24AWG solid wire.c. Duct Bank: High density polyethylene jacketed multi-wire cable assemblies.

F. On page 33 05 10-3, delete the last sentence of 2.07.B.1 and replace with the following:

Mechanical joint bolts shall be A-304 stainless steel with nuts and washers of series 300stainless steel per ASTM A194.

G. On page 33 05 10-5, delete paragraph 3.01.O and all subparagraphs.

H. On page 33 11 16-2, add the following paragraph 2.01.D:

D. Joints: restrained mechanical joints, AWWA C110 or restrained push-on joints, AWWAC111

a. Provide restrained mechanical joints on plugs, caps, tees, and bends deflecting11 ¼ degrees or more either vertically or horizontally.

i. Restraints shall be Meg-a-Lug by EBAA Iron, or equal.ii. All buried nuts and bolts shall be Corten.

b. Provide restrained push-on joints in all other locations.

I. On page 33 11 16-5, delete paragraph 3.08 and all subparagraphs.

J. On page 33 31 13-1, delete the words “process piping and” from paragraph 1.01.A.1.

K. On page 33 31 13-3, delete paragraph 2.02 and replace with the following:

2.02 DUCTILE IRON PIPE – LARGER THAN 6-INCHES (STORM, DRAIN, AND SANITARY)

L. On page 33 31 13-3, add paragraph 2.02.I:

I. Joints: Water tight push-on type with circular rubber gasket per AWWA C111. TytonJoint by US Pipe, or equal. Gasket shall be suitable for sanitary service asrecommended by pipe manufacturer.

M. Replace 40 05 13-8, 9 and 10 with the pages attached to this addendum.

N. On page 40 05 13.53-4, delete paragraph 2.04.A.1 and replace with the following:

1. Buried locations shall be mechanical or push-on joint unless noted or specified inSystem Specification Section.

a. Provide joint restraint for piping systems with a maximum operating pressuregreater than 5 pounds per square inch.

Page 4: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

ADDENDUM NO. 3 Donohue & Associates, Inc.00021-4 Project No. 13064

i. Provide restrained mechanical joints on plugs, caps, tees, andbends deflecting 11 ¼ degrees or more either vertically orhorizontally.

ii. Provide restrained push-on joints in all other locations.

O. On page 40 05 13.53-5, delete paragraph 2.04.B.7 and replace with the following:

7. All buried nuts and bolts shall be Corten.

P. On page 40 05 59.23-1, and paragraph 1.01.C:

C. Manufacturer provided materials and services for electric actuators, to be installedon gates SG-10-07, -08, -09, -10, and -11, specified in this section shall be paid for aspart of an Allowance specified in Section 01 21 00.

Q. On page 40 05 59.23-6, delete paragraph 2.04.C.3. and replace with the following:

3. For non-self-contained gates provide 316L stainless steel or ductile iron pedestal toplace input shaft approximately 36 inches above floor. Level pedestal with grout padand fasten pedestal to surface.

R. On page 40 61 13-7, add the following paragraph 1.07.V:

V. Systems Integrator scope is attached to the end of this Section. Systems Integratoris responsible for providing all services to comply with the specified requirements ofthis Section.

S. Add Attachment A included in this addendum as an Attachment to Section 40 61 13.

T. On page 43 41 43-2, delete paragraph 1.04.B.1.e. and replace with the following:

e. Submit design calculations stamped by a structural engineer registered in the Stateof Illinois.

U. On page 43 41 43-4, delete paragraph 2.02.A.3.e in its entirety.

V. On page 46 66 56-4, delete paragraph 3.02.A.1. and replace with the following:

1. Representative for equipment specified herein shall be present at the job site orclassroom designated by Owner for the minimum workdays specified below, travel timeexcluded.

a. Sixteen (16) days, four trips for Installation and Instructional Servicesb. One additional workday on one additional trip for Post-Startup Services

IV. The following are revisions to the Drawings:

A. Volume 1 – Sheet 30 (Drawing 002-CE-2): Replace entire sheet with Sheet 30 attached to thisAddendum.

B. Volume 1 – Sheet 66 (Drawing 10-R-4): Revise notes on SG-10-07, SG-10-08, SG-10-09, SG-10-10, SG-10-11 from “Remove and dispose manual actuator, and replace w/ elec actuator” to:

Remove and dispose manual actuator and gear box. Install new electric actuator and provideall necessary connections and supports.

Page 5: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Donohue & Associates, Inc. ADDENDUM NO. 3Project No. 13064 00021-5

A. Volume 1 – Sheet 153 (Drawing 40-M-1): Replace entire sheet with Sheet 153 attached to thisAddendum.

B. Volume 1 – Sheet 195 (Drawing 999-C-1): Replace entire sheet with Sheet 195 attached to thisAddendum.

C. Volume 2 – Sheet 37 (Drawing 80-M-1): Replace entire sheet with Sheet 37 attached to thisAddendum.

C. Any revisions to any of the Contract Documents made by this Addendum shall be considered asthe same revision to any and all related areas of the Contract Documents not specifically calledout in this Addendum.

D. The Bidder shall acknowledge receipt of this Addendum by inserting the date and number in thespaces provided in the BID FORM.

DONOHUE & ASSOCIATES, INC.

Eric P. Cockerill, P.E William Gray, P.E Michael Stohl, P.E

Jeffrey L. Wills, PE

.

END OF ADDENDUM #3

Page 6: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 1/21

General Decision Number: IL170008 02/17/2017  IL8 

Superseded General Decision Number: IL20160008 

State: Illinois 

Construction Types: Building and Residential 

Counties: Du Page, Grundy, Kane, Kendall, Lake, McHenry and  Will Counties in Illinois. 

BUILDING AND RESIDENTIAL PROJECTS (does not include landscape projects). 

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 

Modification Number     Publication Date           0              01/06/2017           1              01/13/2017           2              01/20/2017           3              01/27/2017           4              02/03/2017           5              02/10/2017           6              02/17/2017 

 ASBE0017‐005 06/01/2015 

                                  Rates          Fringes 

ASBESTOS WORKER/INSULATOR        includes the application       of all insulating       materials, protective       coverings, coatings, and       finishes to all types of       mechanical systems..........$ 48.45            24.35 Fire Stop Technician.............$ 38.76            23.15 HAZARDOUS MATERIAL HANDLER        includes preparation,       wetting, stripping,       removal, scrapping       vacuuming, bagging and       disposing of all       insulation materials from       mechanical systems,       whether they contain       asbestos or not.............$ 36.34            23.15 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  BOIL0001‐003 01/01/2014 

DU PAGE, GRUNDY, KANE, KENDALL, LAKE, MCHENRY, AND WILL COUNTIES 

Page 7: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 2/21

                                  Rates          Fringes 

BOILERMAKER......................$ 42.13            25.45 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  BRIL0014‐001 06/01/2016 

DU PAGE, GRUNDY, LAKE, and WILL COUNTIES 

                                  Rates          Fringes 

BRICKLAYER.......................$ 44.88            26.62 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  BRIL0021‐002 06/01/2016 

                                  Rates          Fringes 

MARBLE SETTER....................$ 44.13            26.02 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  BRIL0021‐008 06/01/2016 

                                  Rates          Fringes 

TERRAZZO WORKER/SETTER...........$ 43.38            24.67 TILE FINISHER....................$ 37.81            21.60 TILE SETTER......................$ 44.84            24.20 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  BRIL0021‐010 06/01/2016 

                                  Rates          Fringes 

MARBLE FINISHER..................$ 33.45            25.33 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  BRIL0027‐002 06/01/2016 

KANE, KENDALL, and MCHENRY COUNTIES 

                                  Rates          Fringes 

BRICKLAYER.......................$ 44.88            26.62 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  CARP0555‐004 10/01/2016 

Residential 

DU PAGE and LAKE COUNTIES 

                                  Rates          Fringes 

CARPENTER........................$ 36.11            30.02 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  CARP0555‐005 06/01/2015 

BUILDING 

DUPAGE and LAKE COUNTIES 

                                  Rates          Fringes 

CARPENTER........................$ 44.35            28.81 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  CARP0555‐006 06/01/2015 

WILL COUNTY 

Page 8: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 3/21

BUILDING 

                                  Rates          Fringes 

Carpenter; Millwright;    Piledrivermen....................$ 44.35            31.09 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  CARP0555‐007 10/01/2016 

WILL COUNTY 

RESIDENTIAL 

                                  Rates          Fringes 

CARPENTER........................$ 36.11            30.02 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  CARP0555‐009 06/01/2015 

KANE, KENDALL, AND McHENRY COUNTIES 

BUILDING 

                                  Rates          Fringes 

CARPENTER        Carpenter, Floor Layer,       Lather, Millwright, and       Piledriver..................$ 44.35            31.09 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  CARP0555‐010 10/01/2016 

KANE, KENDALL, and McHENRY COUNTIES 

RESIDENTIAL 

                                  Rates          Fringes 

CARPENTER........................$ 36.11            30.02 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  CARP0555‐012 10/01/2016 

GRUNDY COUNTY 

                                  Rates          Fringes 

CARPENTER        Carpenter, Millwright,       Piledriver, and Soft Floor       Layer.......................$ 43.35            27.68      Residential.................$ 36.11            30.02 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0009‐002 06/01/2016 

WILL COUNTY 

                                  Rates          Fringes 

Line Construction        Groundman...................$ 38.14            23.71      Lineman and Equipment       Operator....................$ 48.90            30.40 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0117‐002 06/01/2016 

Page 9: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 4/21

KANE (Northern Half) and McHENRY COUNTIES 

                                  Rates          Fringes 

ELECTRICIAN        Building....................$ 46.02            30.32      Residential.................$ 38.24            26.44 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0117‐003 11/02/2014 

KANE (Northern Half), and McHENRY COUNTIES 

                                  Rates          Fringes 

ELECTRICIAN        ELECTRICAL TECHNICIAN.......$ 36.76            24.63 

  Work includes the installation, maintenance and removal of   telecommunication facilities (voice, sound, data and   video), telephone, security, fire alarm systems that are a   component of a multiplex system and share a common cable,   and data inside wire, interconnect, terminal equipment,   central office, PABX and equipment, micro waves, V‐SAT,   bypass, CATV, WAN, (wide area networks), LAN (Local area   networks), and ISDN (integrated system digital network).The   work shall cover the pulling of wire in raceways, but not   the installation of raceways. 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0150‐002 10/31/2016 

LAKE COUNTY 

                                  Rates          Fringes 

ELECTRICIAN        Building....................$ 40.00            32.24      Residential.................$ 38.00            27.44 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0150‐003 10/31/2016 

LAKE COUNTY 

                                  Rates          Fringes 

ELECTRICIAN        ELECTRICAL TECHNICIAN.......$ 36.54            27.67 

  Work includes the installation, maintenance and removal of   telecommunication facilities (voice, sound, data and   video), telephone, security, fire alarm systems that are a   component of a multiplex system and share a common cable,   and data inside wire, interconnect, terminal equipment,   central office, PABX and equipment, micro waves, V‐SAT,   bypass, CATV, WAN, (wide area networks), LAN (Local area   networks), and ISDN (integrated system digital network).The   work shall cover the pulling of wire in raceways, but not   the installation of raceways. 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0176‐003 06/01/2015 

Grundy and Will Counties 

                                  Rates          Fringes 

Page 10: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 5/21

ELECTRICIAN        Residential.................$ 37.05            30.31 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0176‐008 06/01/2015 

GRUNDY and WILL COUNTIES 

                                  Rates          Fringes 

ELECTRICIAN        Building....................$ 40.00            32.35 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0176‐015 06/01/2016 

GRUNDY and WILL COUNTIES 

                                  Rates          Fringes 

ELECTRICIAN        ELECTRICAL TECHNICIAN.......$ 34.25            26.87 

  Work includes the installation, maintenance and removal of   telecommunication facilities (voice, sound, data and   video), telephone, security, fire alarm systems that are a   component of a multiplex system and share a common cable,   and data inside wire, interconnect, terminal equipment,   central office, PABX and equipment, micro waves, V‐SAT,   bypass, CATV, WAN, (wide area networks), LAN (Local area   networks), and ISDN (integrated system digital network).The   work shall cover the pulling of wire in raceways, but not   the installation of raceways. 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0461‐002 05/30/2016 

KANE (Southern Half) AND KENDALL COUNTIES 

                                  Rates          Fringes 

ELECTRICIAN        Building....................$ 48.63            26.63      Residential.................$ 41.14            23.57 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0461‐005 05/30/2016 

KANE (Southern Half), AND KENDALL COUNTIES 

                                  Rates          Fringes 

ELECTRICIAN        ELECTRICAL TECHNICIAN.......$ 39.02            23.20 

  Work includes the installation, maintenance and removal of   telecommunication facilities (voice, sound, data and   video), telephone, security, fire alarm systems that are a   component of a multiplex system and share a common cable,   and data inside wire, interconnect, terminal equipment,   central office, PABX and equipment, micro waves, V‐SAT,   bypass, CATV, WAN, (wide area networks), LAN (Local area   networks), and ISDN (integrated system digital network).The   work shall cover the pulling of wire in raceways, but not   the installation of raceways. 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

Page 11: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 6/21

 ELEC0701‐002 08/31/2015 

DUPAGE COUNTY 

                                  Rates          Fringes 

ELECTRICIAN        Building....................$ 38.74            35.67      Residential.................$ 36.00            28.87 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0701‐003 11/30/2015 

DU PAGE COUNTY 

                                  Rates          Fringes 

ELECTRICIAN        ELECTRICAL TECHNICIAN.......$ 33.00            29.36 

  Work includes the installation, maintenance and removal of   telecommunication facilities (voice, sound, data and   video), telephone, security, fire alarm systems that are a   component of a multiplex system and share a common cable,   and data inside wire, interconnect, terminal equipment,   central office, PABX and equipment, micro waves, V‐SAT,   bypass, CATV, WAN, (wide area networks), LAN (Local area   networks), and ISDN (integrated system digital network).The   work shall cover the pulling of wire in raceways, but not   the installation of raceways. 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEV0002‐001 01/01/2017 

                                  Rates          Fringes 

ELEVATOR MECHANIC................$ 53.18       31.585+a+b 

FOOTNOTES:     

  a) PAID HOLIDAYS:  New Year's Day; Memorial Day; Independence   Day; Labor Day; Thanksgiving Day; Day after Thanksgiving   Day; Veterans' Day and Christmas Day. 

  b) Employer contributes 8% of regular hourly rate as vacation   pay credit for employee with more than 5 years of service,   and 6% for employee with less than 5 years service 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEV0132‐002 01/01/2017 

                                  Rates          Fringes 

ELEVATOR MECHANIC................$ 48.94       31.585+a+b 

FOOTNOTES:    

  A.  Employer contributes 8% of regular basic hourly rate as   vacation pay credit for employees with more than 5 years of   service, and 6% for under 5 years of service. 

  B.  Paid Holidays: New Year's Day, Memorial Day, Independence   Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving   Day, Veterans' Day and Christmas Day. 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

Page 12: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 7/21

* ENGI0150‐026 06/01/2016 

BUILDING and RESIDENTIAL 

                                  Rates          Fringes 

OPERATOR:  Power Equipment        GROUP  1....................$ 49.10            34.85      GROUP  2....................$ 47.80            34.85      GROUP  3....................$ 45.25            34.85      GROUP  4....................$ 43.50            34.85 

POWER EQUIPMENT OPERATORS CLASSIFICATIONS   

  GROUP 1:  Mechanic; Asphalt Plant*; Asphalt Spreader;   Autograde*; Backhoes with Caisson attachment*:Batch Plant*;   Benoto(Requires two Engineers); Boiler and Throttle Valve;   Caisson Rigs*; Central Redi‐Mix Plant*; Combination Backhoe   Front Endloader Machine; Compressor and Throttle Valve;   Concrete Breaker (Truck Mounted)*; Concrete Conveyor;   Concrete Conveyor, Truck Mounted; Concrete Paver over 27E   cu. ft.*; Concrete Paver 27E cu ft and Under*; Concrete   Placer*; Concrete Placing Boom; Concrete Pump (Truck   Mounted); Concrete Tower; Cranes*; Cranes, Hammerhead*;   Cranes, (GCI and similar type Requires two operators only);   Creter Crane; Crusher, Stone, etc;  Derricks; Derricks,   Traveling*; Formless Curb and Gutter Machine*; Grader,   Elevating; Grouting Machines; Highlift Shovels or Front   Endloader 2 1/4 yd. and over; Hoists, Elevators, Outside   Type Rack and pinion and similar Machines; Hoists, One,   Two, and Three Drum; Hoists, Two Tugger One Floor;   Hydraulic Backhoes*; Hydraulic Boom Trucks; Hydraulic Vac   (and similar equipment);Locomotives; Motor Patrol*; Pile   Drivers amd Skid Rig*; Post Hole Digger; Pre‐ Stress   Machine; Pump Cretes Dual Ram(Requiring frequent   Lubrication and Water); Pump Cretes; Squeeze Cretes‐Screw   Type Pumps Gypsum Bulker and Pump; Raised and Blind Hole   Drill*; Roto Mill Grinder (36" and Over)*; Roto Mill   Grinder (Less Than 36")*; Scoops‐Tractor Drawn; Slip‐Form   Paver*; Straddle Buggies; Tournapull; Tractor with Boom,   and Side Boom; and Trenching Machines*. 

  GROUP 2:  Bobcat (over 3/4 cu yd); Boilers; Brick Forklift;   Broom, Power Propelled; Bulldozers; Concrete Mixer (Two Bag   and over); Conveyor, Portable; Forklift Trucks; Greaser   Engineer; Highlift Shovels or Front End loaders under 2 1/4   cu yd; Aotomatic Hoists, Hoists, Inside Elevators; Hoists,   Sewer Dragging Machine; Hoists, Tugger Single Drum; Laser   Screed; Rock Drill (Self‐Propelled); Rock Drill (Truck   Mounted)*; Rollers; Steam Generators; Tractors; Tractor   Drawn Vibratory Roller (Receives an additional $.50 per   hour); Winch Trucks with "A" Frame. 

  GROUP 3:  Air Compressor‐Small 250 and Under (1 to 5 not to   exceed a total of 300 ft); Air Compressor‐Large over 250;   Combination‐Small Equipment Operator; Generator‐ Small 50   kw and under; Generator‐Large over 50 kw; Heaters,   Mechanical; Hoists, Inside Elevators (Remodeling or   Renovatin work); Hydrualic Power Units (Pile Driving,   Extracting, and Drilling); Low Boys; Pumps Over 3" (1 To 3   not to exceed a total of 300 ft); Pumps, Well Points;   Welding Machines (2 through 5); Winches, 4 Small Electric   Drill Winches; Bobcat (up to and including 3/4 cu yd) 

  GROUP  4 ‐ Bobcats and/or other Skid Steer Loaders; Brick 

Page 13: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 8/21

  Forklifts; Oilers  *‐Requires Oiler 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  IRON0001‐014 06/01/2015 

DU PAGE (Eastern 1/4), LAKE, AND MCHENRY (Hebron, Woodstock, and East thereof) COUNTIES 

                                  Rates          Fringes 

IRONWORKER        Sheeter.....................$ 44.45            35.54      Structural and Reinforcing..$ 44.20            35.54 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  IRON0063‐003 06/01/2015 

LAKE, DUPAGE (Eastern 1/4) and  McHENRY (HEBRON, WOODSTOCK & EAST THEREOF) COUNTIES 

                                  Rates          Fringes 

IRONWORKER, ORNAMENTAL...........$ 45.00            32.14 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  IRON0063‐004 06/01/2015 

LAKE, DUPAGE (Eastern 1/4), and  McHENRY (HEBRON, WOODSTOCK & EAST THEREOF) COUNTIES 

                                  Rates          Fringes 

IRONWORKER        Fence Erector...............$ 37.34            25.41 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  IRON0136‐002 07/01/2016 

LAKE, DUPAGE (Eastern 1/4) and McHENRY (HEBRON, WOODSTOCK & East thereof) COUNTIES 

                                  Rates          Fringes 

IRONWORKER        Machinery Movers; Riggers;       Machinery Erectors..........$ 40.00            31.76      Master Riggers..............$ 42.50            31.76 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  IRON0393‐002 06/01/2015 

DUPAGE (REMAINDER), KANE, KENDALL (NORTHERN PART), and MCHENRY (SOUTHEAST 1/4) COUNTIES 

                                  Rates          Fringes 

IRONWORKER.......................$ 45.06            31.98 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  IRON0444‐002 06/01/2016 

DUPAGE (ARGONNE & VIC), GRUNDY, KENDALL (Southern Part), and WILL COUNTIES 

Page 14: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 9/21

                                  Rates          Fringes 

IRONWORKER.......................$ 42.00            35.20 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  IRON0498‐006 06/01/2015 

McHENRY COUNTY (Northwest Part) 

                                  Rates          Fringes 

IRONWORKER.......................$ 36.29            33.93 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  LABO0002‐003 06/01/2016 

DU PAGE COUNTY 

                                  Rates          Fringes 

LABORER        GROUP  1....................$ 40.20            26.30      GROUP  2....................$ 40.20            26.30      GROUP  3....................$ 40.28            26.30      GROUP  4....................$ 40.30            26.30      GROUP  5....................$ 40.40            26.30      GROUP  6....................$ 40.40            26.30      GROUP  7....................$ 40.43            26.30      GROUP  8....................$ 40.53            26.30      GROUP  9....................$ 40.55            26.30      GROUP 10....................$ 40.75            26.30      GROUP 11....................$ 40.78            26.30      GROUP 12....................$ 40.40            26.30 

LABORER CLASSIFICATIONS   

  GROUP 1:  Building laborers, Plasterer tenders, Pumps for   Dewatering & other Unclassified Laborers 

GROUP 2:  Fireproofing and fire shop laborers 

GROUP 3:  Cement gun laborers and hose 

  GROUP 4:  Chimney over 40 feet; Scaffold laborers;   Weldman‐wreckers Burners 

  GROUP 5:  Cement gun nozzle (gunite) laborers; Windlass and   capstan person 

GROUP 6:  Stone derrickmen and handlers 

  GROUP 7:  Jackhammermen, Power driven concrete saws and other   power equipment 

GROUP 8:  Firebrick & boiler laborers  

  GROUP 9:  Chimney on fire brick; Caisson Diggers; Well Point   system men 

GROUP 10:  Boiler setter plastic laborers 

GROUP 11:  Jackhammermen on fire brick work only   

  GROUP 12:  Dosimeter (any device) monitoring nuclear   exposure); Asbestos abatement laborers; Toxic and Hazardous   waste removal laborers 

Page 15: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 10/21

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  LABO0075‐001 06/01/2016 

GRUNDY AND WILL COUNTIES 

                                  Rates          Fringes 

LABORER        GROUP 1.....................$ 40.20            26.30      GROUP 2.....................$ 40.20            26.30      GROUP 3.....................$ 40.28            26.30      GROUP 4.....................$ 40.40            26.30      GROUP 5.....................$ 40.40            26.30      GROUP 6.....................$ 40.55            26.30      GROUP 7.....................$ 40.40            26.30 

LABORER CLASSIFICATIONS 

  GROUP 1 ‐ Mortar mixers, handling asphalt shingles;   Scaffolds; Sewer and trench work (ground level down to 8   feet); Catch basin and manhole diggers, mesh handling on   road work; Cement and mineral filler handler; Concrete   puddlers; Batch dumpers (cement & asphalt); Vibrator   operators; Sand and stone wheelers to mixer Handlers);   Concrete wheelers; Airtamping hammermen; Concrete & paving   breakers; Rock drillers/Jackhammermen; Chipping hammermen   1‐Bag mixer; Asphalt laborer; Chain and power saws; Pit   men; Fencing laborers; Mason tenders (mortar and brick   wheeler); Kettlemen & tarmen, tank cleaners; Scaffold and   staging laborers; Pot Firemen (tarmen); Heaters tender for   any purpose; Water pumps (portable water pumps shall be   tended by laborers if the employer determines tending is   required); Rip rap; Handling of slab steel road forms in   any manner, except road form setting, setting center   strips, Contraction and expansion joints (road work);   Unloading and handling of lumber, brick, transite   materials, cast iron water pipe, reinforced concrete rods,   sewer and drain tile, railroad tiles and all other   creosoted materials; paving blocks and concrete forms;   Handling of insulation of any type; all work involving the   unloading of materials, fixtures, or furnishing, whether   crated or uncrated; all mortar and composition mixers of   sewer work; track laborers; Chimney and silo laborers   working at a height of 1 to 48 feet; All laborers working   on swinging suspended, or any type or make of scaffolding 1   to 48 feet; All laborers working inside a sphere or any   type or make of tank; Working inside a sphere or any type   or make of tank from bottom to a height of 48 feet; Form   strippers (any type); Mechanical or motorized buggies, for   concrete or masons employers; Use of skid steer loads or   any other machinery which replaces the wheelbarrow or   buggy; Handling multiple concrete duct or any other type of   pipe used in public utility work unless otherwise specified   herein; Snapping of wall ties and removal of rods; drilling   of anchor bolt holes; Concrete or asphalt clipper type saws   and self‐propelled saws; Shoulder and grade laborers; All   hydraulic electric and air or any other type of tools;   Grouting and caulking; Cleaning lumber, Nail pulling, Deck   hand; Dredgehand; Shore laborer; Bankmen on Floating Plant;   Tool and material checkers; Signalmen and Flagmen on all   construction work; Cleaning of debris; Removal of trees;   Concrete curing, temporary concrete protection regardless   of manner or materials used; Laborers on Apsco; Janitorial;   Wrecking and demolition laborers

Page 16: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 11/21

  GROUP 2 ‐ Sewer and drain pipe layers and multiple concrete   duct or any other type of pipe used, on public utility work   (ground level to 8 feet); Pumpcrete pipe handlers 

  GROUP 3 ‐ Asphalt rakers; Hod carriers; Plasterer laborers;   Gunnite laborers, Slab for setters on roads, highways,   streets, airport runaways, and radii (any type of form)   stringline men for all aforementioned work; Wagon and tower   drillers on land and floating plant used on dredging;   Asphalt gunners and plug men (undercoating on road work);   Mortar pump laborers; Plaster pump laborers 

  GROUP 4 ‐ Tunnel miners, and all laborers inside tunnel; Air   blow pipemen; Torchmen (burners); Mortaring men on sewer   and drain pipe (the applying of mortar and composition   mixes); All bottom men on sewer work‐all sewer and drain   pipelayers‐multiple concrete duct or any other type of pipe   used on public utility work‐8 feet or more below ground   level, and all other sewer and trench laborers 8 feet or   more below ground level regardless of excavation area; All   labor work inside cofferdam; Use of a 10 foot or more drill   steel for hand held drills; Caisson laborers ground level   down 15 feet; All air tools 8 feet or more below ground   level; All laborers working on swinging‐suspended or any   type or make of scaffolds, 48 feet to 100 feet; All chimney   and silo laborers working at a height of 48 to 100 feet;   All tamping hammers over 150 lbs.; All laborers working   inside of a sphere or any type or make of tank at a height   of 48 feet to 100 feet; all hydraulic, electric and air   tools or any other type 8 feet or more below ground level;   Vibrators‐any type‐8 feet or more below ground level 

  GROUP 5 ‐ Gunnite nozzle men; Caisson laborers and all   tamping hammers from 150 lbs and over; from 15 feet below   ground level down to 50 feet; and all laborers working   inside of a sphere or any type of tank for every additional   50 feet or part thereof above 100 feet in height 

  GROUP 6 ‐ All underground cavern laborers; Caisson laborers   50 feet or more below ground level; Laborers working under   radio active conditions (suiting up); Blasting men   (Powdermen)   GROUP 7 ‐ Dosimeter (any device) used for monitoring nuclear   exposure; Asbestos abatement worker; Toxic and hazardous   waste removal laborer; and chimney and silo laborers for   every additional 50 feet or any part thereof above 100 feet   high 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  LABO0149‐001 06/01/2016 

KANE, KENDALL, AND McHENRY COUNTIES 

                                  Rates          Fringes 

LABORER        GROUP 1.....................$ 40.20            26.30      GROUP 2.....................$ 40.43            26.30      GROUP 3.....................$ 40.20            26.30      GROUP 4.....................$ 40.43            26.30      GROUP 5.....................$ 40.43            26.30      GROUP 6.....................$ 40.55            26.30      GROUP 7.....................$ 40.55            26.30      GROUP 8.....................$ 40.40            26.30 

Page 17: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 12/21

LABORER CLASSIFICATIONS    

GROUP 1  Common Laborer   

GROUP 2  Power Vibrator   

GROUP 3  Torchman (demolition only), Mortarmen   

GROUP 4  Power Tamper   

  GROUP 5  Jackhammer & Airspade; Chainsaw, Swinging Stage and   Boatswain Chair; Cement Gun Nozzleman; Hod Carrier;   Plasterer Tender, and Tunnel Man

GROUP 6  Tile Layers; Bottom Men  

GROUP 7  Caisson Laborers; Dynamiters 

  GROUP 8  Asbestos abatement laborers, Toxic and hazardous   waste removal laborers, Dosimeter (any device) monitoring   nuclear exposure 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  LABO0152‐001 06/01/2016 

LAKE COUNTY 

                                  Rates          Fringes 

LABORER        GROUP  1....................$ 40.20            26.30      GROUP  2....................$ 40.28            26.30      GROUP  3....................$ 40.30            26.30      GROUP  4....................$ 40.40            26.30      GROUP  5....................$ 40.40            26.30      GROUP  6....................$ 40.43            26.30      GROUP  7....................$ 40.53            26.30      GROUP  8....................$ 40.55            26.30      GROUP  9....................$ 40.40            26.30      GROUP 10....................$ 40.75            26.30      GROUP 11....................$ 40.40            26.30 

LABORER CLASSIFICATIONS   

  GROUP 1:  Building laborers; Plasterer tenders, General   laborers (wrecking and demolition); Fireproofing and fire   shop laborers 

GROUP 2:  Cement gun laborers and hose 

  GROUP 3:  Chimney over 40 feet; Scaffold laborers; Wall men   or wreckers 

GROUP 4:  Cement Gun nozzle (gunite) laborers   

GROUP 5:  Stone derrickmen and handlers 

  GROUP 6:  Jackhammermen (tampers & vibrators); Power driven   concrete saws 

GROUP 7:  Firebrick & boiler laborer setters  

  GROUP 8:  Chimney laborers (on fire brick); Caisson Diggers;   Well Point system men 

Page 18: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 13/21

GROUP 9:  Windlass and capstan persons 

GROUP 10:  Boiler setter plastic laborers  

  GROUP 11:  Dosimeter (any device) monitoring nuclear   exposure; Asbestos abatement laborers; Toxic and hazardous   waste removal  laborers 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PAIN0014‐002 06/01/2016 

GRUNDY, LAKE, and WILL COUNTIES 

                                  Rates          Fringes 

PAINTER        Brush, Decorator, and       Paperhanger.................$ 44.55            26.08 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PAIN0027‐003 06/01/2016 

                                  Rates          Fringes 

GLAZIER..........................$ 41.70            34.02 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * PAIN0030‐001 07/01/2016 

                                  Rates          Fringes 

PAINTER        Brush, Drywall       Taper/Finisher,       Sandblaster, and Spray......$ 44.18            19.85 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PLAS0005‐003 07/01/2015 

GRUNDY and WILL COUNTIES 

                                  Rates          Fringes 

PLASTERER........................$ 42.25            26.65 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PLAS0005‐006 07/01/2015 

DU PAGE COUNTY 

                                  Rates          Fringes 

PLASTERER........................$ 42.25            26.65 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PLAS0011‐008 06/01/2012 

DE KALB, KANE, KENDALL, AND McHENRY COUNTIES 

                                  Rates          Fringes 

CEMENT MASON/CONCRETE FINISHER...$ 41.55            23.76 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PLAS0011‐012 06/01/2012 

GRUNDY AND WILL COUNTIES 

                                  Rates          Fringes 

CEMENT MASON/CONCRETE FINISHER...$ 41.00            24.43 

Page 19: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 14/21

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PLAS0011‐014 06/01/2011 

LAKE COUNTY 

                                  Rates          Fringes 

CEMENT MASON/CONCRETE FINISHER...$ 40.30            23.28 PLASTERER........................$ 38.69            23.43 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PLAS0803‐002 08/01/2010 

DUPAGE COUNTY 

                                  Rates          Fringes 

CEMENT MASON/CONCRETE FINISHER...$ 38.00            24.03 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PLUM0093‐001 06/01/2015 

LAKE and McHENRY COUNTIES 

                                  Rates          Fringes 

PLUMBER..........................$ 45.76            26.92 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PLUM0130‐002 06/01/2016 

DUPAGE (Argonne National Laboratories and Fermi National Laboratory), GRUNDY & WILL COUNTIES 

                                  Rates          Fringes 

PLUMBER..........................$ 48.25            27.92 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PLUM0501‐001 12/01/2013 

DUPAGE (excluding Argonne National Laboratory and Fermi National Laboratory), KANE, and KENDALL (except the Mich‐Wis Pumping Station in Milbrook, Silicas and Plant and Village of Newark, excludes Yorkville) COUNTIES 

                                  Rates          Fringes 

PLUMBER/PIPEFITTER...............$ 41.20            29.15 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PLUM0597‐001 06/01/2016 

DUPAGE (Argonne National Laboratories, and Fermi National Laboratory), GRUNDY, LAKE, MCHENRY & WILL COUNTIES 

                                  Rates          Fringes 

PIPEFITTER.......................$ 47.50            29.79 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ROOF0011‐004 06/01/2016 

DUPAGE, KANE, KENDALL, LAKE, MCHENRY, and WILL COUNTIES 

                                  Rates          Fringes 

ROOFER...........................$ 41.70            21.40 

Page 20: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 15/21

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ROOF0011‐009 06/01/2016 

                                  Rates          Fringes 

ROOFER...........................$ 32.51            19.99 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  SFIL0281‐002 01/01/2017 

DuPAGE, KANE, KENDALL, LAKE, McHENRY, and WILL COUNTIES 

                                  Rates          Fringes 

SPRINKLER FITTER.................$ 47.05            25.60 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  SHEE0073‐003 06/01/2011 

LAKE COUNTY 

                                  Rates          Fringes 

Sheet metal worker...............$ 40.56            27.23 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  SHEE0073‐004 06/01/2011 

LAKE COUNTY 

                                  Rates          Fringes 

Sheet Metal Worker        ALUMINUM GUTTER WORK........$ 27.63            27.23 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  SHEE0265‐001 06/01/2011 

DU PAGE, GRUNDY, KANE, KENDALL, McHENRY, and WILL COUNTIES 

                                  Rates          Fringes 

SHEET METAL WORKER...............$ 41.66            23.95 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * TEAM0179‐001 06/01/2016 

GRUNDY, KENDALL, and WILL COUNTIES

                                  Rates          Fringes 

TRUCK DRIVER        2 or 3 Axle Trucks..........$ 37.18           0.25+a      4 Axle Trucks...............$ 37.33           0.25+a      5 Axle Trucks...............$ 37.53           0.25+a      6 Axle Trucks...............$ 37.73           0.25+a      All Lowboy Trucks...........$ 37.20           0.25+a 

FOOTNOTE:  a. $687.20 per week. 

CLASSIFICATIONS: 

  Group 1 ‐ Frame Truck when used for transportation purposes;   Air Compressor and Welding Machines, including those pulled   by cars, pick‐up trucks and tractors; Ambulances;   Articulated Dumps; Batch Gate Lockers; Batch Hopperman; Car   and Truck Washers; Carry Alls; Forl Lifts and Hoisters;   Helpers; Mechanics Helpers and Greasers; Oil Distributors,   two‐man operation; Pavement Breakers; Pole Trailer, up to   40 feet; Pothole Repair Trucks; Power Mower Tractors; Quick 

Page 21: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 16/21

  Change Barrier; Self‐Propelled Chip Spreader; Shipping and   Receiving Clerks and Checkers; Skipman; Slurry Trucks,   two‐man operation; Slurry Trucks, Conveyor Operated ‐ 2 or   3 man operation; Teamsters; Unskilled Dumpmen; Warehousemen   and Dockmen; Truck Drivers hauling warning lights,   barricades, and portable toilets on the job site 

  Group 2 ‐ Dispatcher; Dump Crets and Adgetators under 7   yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment under 16 cubic   yards; Mixer Trucks under 7 yards; Ready‐Mix Plant Hopper   Operator; Winch Trucks, 2 Axles 

  Group 3 ‐ Dump Crets and Adgetators, 7 yards and over;   Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment over 16 cubic   yards; Explosives and/or Fission Material Trucks; Mixer   Trucks 7 yards or over; Mobile Cranes while in transit; Oil   Distributors, one‐man operation; Pole Trailer, over 40   feet; Pole and Expandable Trailers hauling material over 50   feet long;   Slurry Trucks, one‐man operation; Winch Trucks, 3 axles or   more; Mechanic ‐ *Truck Welder and *Truck Painter*These   classifications shall only apply in areas where and when it   has been a past area practice; Asphalt Plant Operators in   areas where it has been past practice 

  Group 4 ‐ Dual‐purpose vehicels, such as mounted crane tucks   with hoist and accessories; Foreman; Master Mechanic;   Self‐loading equipment like P.B. and trucks with scoops on   the front 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * TEAM0301‐001 06/01/2016 

LAKE AND MCHENRY COUNTIES 

                                  Rates          Fringes 

TRUCK DRIVER        2‐3 AXLES...................$ 37.05           9.75+a      4 AXLES.....................$ 37.20           9.75+a      5 AXLES.....................$ 37.40           9.75+a      6 AXLES.....................$ 37.60           9.75+a 

FOOTNOTE:  a. $300.00  per week pension 

  An additional $.20 per axle shall be paid for all vehicles   with more than six (6) axles. 

  Paid Holidays:  New Year's Day, Memorial Day, Independence   Day, Labor Day, Thanksgiving Day, and Christmas Day. 

  900 straight time hours or more in 1 calendar year for the   same employer shall receive 1 week paid vacation; 3 years ‐   2 weeks paid vacation; 10 years ‐ 3 weeks paid vacation; 20   years ‐ 4 weeks paid vacation. 

CLASSIFICATIONS: 

  Group 1 ‐ Frame Truck when used for transportation purposes;   Air Compressor and Welding Machines, including those pulled   by cars, pick‐up trucks and tractors; Ambulances; 

Page 22: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 17/21

  Articulated Dumps; Batch Gate Lockers; Batch Hopperman; Car   and Truck Washers; Carry Alls; Forl Lifts and Hoisters;   Helpers; Mechanics Helpers and Greasers; Oil Distributors,   two‐man operation; Pavement Breakers; Pole Trailer, up to   40 feet; Pothole Repair Trucks; Power Mower Tractors; Quick   Change Barrier; Self‐Propelled Chip Spreader; Shipping and   Receiving Clerks and Checkers; Skipman; Slurry Trucks,   two‐man operation; Slurry Trucks, Conveyor Operated ‐ 2 or   3 man operation; Teamsters; Unskilled Dumpmen; Warehousemen   and Dockmen; Truck Drivers hauling warning lights,   barricades, and portable toilets on the job site 

  Group 2 ‐ Dispatcher; Dump Crets and Adgetators under 7   yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment under 16 cubic   yards; Mixer Trucks under 7 yards; Ready‐Mix Plant Hopper   Operator; Winch Trucks, 2 Axles 

  Group 3 ‐ Dump Crets and Adgetators, 7 yards and over;   Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment over 16 cubic   yards; Explosives and/or Fission Material Trucks; Mixer   Trucks 7 yards or over; Mobile Cranes while in transit; Oil   Distributors, one‐man operation; Pole Trailer, over 40   feet; Pole and Expandable Trailers hauling material over 50   feet long;   Slurry Trucks, one‐man operation; Winch Trucks, 3 axles or   more; Mechanic ‐ *Truck Welder and *Truck Painter*These   classifications shall only apply in areas where and when it   has been a past area practice; Asphalt Plant Operators in   areas where it has been past practice 

  Group 4 ‐ Dual‐purpose vehicels, such as mounted crane tucks   with hoist and accessories; Foreman; Master Mechanic;   Self‐loading equipment like P.B. and trucks with scoops on   the front 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * TEAM0673‐003 06/01/2016 

DU PAGE and KANE COUNTIES 

                                  Rates          Fringes 

TRUCK DRIVER        2‐3 AXLES...................$ 36.30            .25+a      4 AXLES.....................$ 36.45            .25+a      5 AXLES.....................$ 36.65            .25+a      6 AXLES.....................$ 36.85            .25+a 

FOOTNOTE:  a. $721.70 per week. 

  An additional $.20 per axle shall be paid for all vehicles   with more than six (6) axles. 

  Paid Holidays:  New Year's Day, Memorial Day, Independence   Day, Labor Day, Thanksgiving Day, and Christmas Day. 

  900 straight time hours or more in 1 calendar year for the   same employer shall receive 1 week paid vacation; 3 years ‐   2 weeks paid vacation; 10 years ‐ 3 weeks paid vacation; 20   years ‐ 4 weeks paid vacation. 

Page 23: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 18/21

CLASSIFICATIONS: 

  Group 1 ‐ Frame Truck when used for transportation purposes;   Air Compressor and Welding Machines, including those pulled   by cars, pick‐up trucks and tractors; Ambulances;   Articulated Dumps; Batch Gate Lockers; Batch Hopperman; Car   and Truck Washers; Carry Alls; Forl Lifts and Hoisters;   Helpers; Mechanics Helpers and Greasers; Oil Distributors,   two‐man operation; Pavement Breakers; Pole Trailer, up to   40 feet; Pothole Repair Trucks; Power Mower Tractors; Quick   Change Barrier; Self‐Propelled Chip Spreader; Shipping and   Receiving Clerks and Checkers; Skipman; Slurry Trucks,   two‐man operation; Slurry Trucks, Conveyor Operated ‐ 2 or   3 man operation; Teamsters; Unskilled Dumpmen; Warehousemen   and Dockmen; Truck Drivers hauling warning lights,   barricades, and portable toilets on the job site 

  Group 2 ‐ Dispatcher; Dump Crets and Adgetators under 7   yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment under 16 cubic   yards; Mixer Trucks under 7 yards; Ready‐Mix Plant Hopper   Operator; Winch Trucks, 2 Axles 

  Group 3 ‐ Dump Crets and Adgetators, 7 yards and over;   Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment over 16 cubic   yards; Explosives and/or Fission Material Trucks; Mixer   Trucks 7 yards or over; Mobile Cranes while in transit; Oil   Distributors, one‐man operation; Pole Trailer, over 40   feet; Pole and Expandable Trailers hauling material over 50   feet long;   Slurry Trucks, one‐man operation; Winch Trucks, 3 axles or   more; Mechanic ‐ *Truck Welder and *Truck Painter*These   classifications shall only apply in areas where and when it   has been a past area practice; Asphalt Plant Operators in   areas where it has been past practice 

  Group 4 ‐ Dual‐purpose vehicels, such as mounted crane tucks   with hoist and accessories; Foreman; Master Mechanic;   Self‐loading equipment like P.B. and trucks with scoops on   the front 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

WELDERS ‐ Receive rate prescribed for craft performing operation to which welding is incidental. 

================================================================   Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017.  If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health‐related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health‐related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic 

Page 24: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 19/21

violence, sexual assault, or stalking.  Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐   

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). 

Union Rate Identifiers 

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. 

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. 

Survey Rate Identifiers 

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification.  As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. 

Survey wage rates are not updated and remain in effect until a new survey is conducted. 

Union Average Rate Identifiers 

Classification(s) listed under the UAVG identifier indicate 

Page 25: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 20/21

that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG‐OH‐0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. 

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. 

  

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

                   WAGE DETERMINATION APPEALS PROCESS 

1.) Has there been an initial decision in the matter? This can be: 

*  an existing published wage determination *  a survey underlying a wage determination *  a Wage and Hour Division letter setting forth a position on    a wage determination matter *  a conformance (additional classification and rate) ruling 

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. 

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations.  Write to: 

            Branch of Construction Wage Determinations             Wage and Hour Division            U.S. Department of Labor             200 Constitution Avenue, N.W.             Washington, DC 20210 

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: 

            Wage and Hour Administrator             U.S. Department of Labor             200 Constitution Avenue, N.W.             Washington, DC 20210 

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board).  Write to: 

Page 26: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6

https://www.wdol.gov/wdol/scafiles/davisbacon/IL8.dvb?v=6 21/21

            Administrative Review Board             U.S. Department of Labor             200 Constitution Avenue, N.W.             Washington, DC 20210 

4.) All decisions by the Administrative Review Board are final. 

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

          END OF GENERAL DECISION 

Page 27: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 1/21

General Decision Number: IL170011 02/17/2017  IL11 

Superseded General Decision Number: IL20160011 

State: Illinois 

Construction Types: Heavy and Highway 

Counties: Boone, De Kalb, Du Page, Kane, Kendall, Lake,  McHenry and Will Counties in Illinois. 

HEAVY AND HIGHWAY CONSTRUCTION PROJECTS (does not include landscape projects). 

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 

Modification Number     Publication Date           0              01/06/2017           1              02/17/2017 

 CARP0555‐003 06/01/2015 

DUPAGE ANE LAKE COUNTIES 

                                  Rates          Fringes 

CARPENTER........................$ 44.35            28.81 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  CARP0555‐008 06/01/2015 

WILL COUNTY 

                                  Rates          Fringes 

Carpenter and Piledriver.........$ 43.35            31.09 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  CARP0555‐011 06/01/2015 

KANE, McHENRY (North of Hwy 52), AND KENDALL COUNTIES 

                                  Rates          Fringes 

Carpenter and Piledriver.........$ 44.35            31.09 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  CARP0790‐003 06/01/2016 

DE KALB COUNTY 

                                  Rates          Fringes 

CARPENTER........................$ 40.10            26.51 

Page 28: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 2/21

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  CARP0790‐004 06/01/2016 

CARROLL, JO DAVIESS, LEE, OGLE (Oregon and South thereof), STEPHENSON, and WHITESIDE COUNTIES

                                  Rates          Fringes 

CARPENTER........................$ 40.10            26.51 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  CARP0792‐003 06/01/2016 

BOONE COUNTY 

                                  Rates          Fringes 

CARPENTER........................$ 43.53            23.34 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0009‐002 06/01/2016 

WILL COUNTY 

                                  Rates          Fringes 

Line Construction        Groundman...................$ 38.14            23.71      Lineman and Equipment       Operator....................$ 48.90            30.40 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0117‐001 06/01/2016 

KANE (Northern Half) and McHENRY (All) COUNTIES 

                                  Rates          Fringes 

ELECTRICIAN......................$ 46.02            30.32 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0150‐001 05/30/2016 

LAKE COUNTY 

                                  Rates          Fringes 

ELECTRICIAN......................$ 40.00            32.24 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0176‐011 06/01/2013 

WILL COUNTY 

                                  Rates          Fringes 

ELECTRICIAN......................$ 39.50            33.75 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0196‐001 02/28/2016 

BOONE, DEKALB, DUPAGE, KANE, KENDALL, LAKE, and MCHENRY COUNTIES 

                                  Rates          Fringes 

Line Construction        Equipment Operator..........$ 40.59          18.56+A      Groundman...................$ 31.39          15.49+A      Lineman, Substation       Technician, Cable Splicing  

Page 29: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 3/21

     Technician, Digger       Operator, Crane Opertor 20       tons and above, and Signal       Technician..................$ 48.59          21.18+A 

  FOOTNOTE:  A.  PAID HOLIDAYS:  Memorial Day, Independence   Day, Labor Day, and Thanksgiving Day 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0364‐003 06/01/2016 

BOONE (All) & DEKALB (Remainder) COUNTIES 

                                  Rates          Fringes 

ELECTRICIAN......................$ 45.00            30.47 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0461‐006 05/30/2016 

DEKALB (Sandwich TWP), KANE (Southern Half) & KENDALL (All) COUNTIES 

                                  Rates          Fringes 

ELECTRICIAN......................$ 48.63            26.63 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ELEC0701‐001 06/01/2015 

DUPAGE COUNTY 

                                  Rates          Fringes 

ELECTRICIAN......................$ 38.74            35.67 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ENGI0150‐015 06/01/2016 

BOONE and DE KALB COUNTIES 

                                  Rates          Fringes 

OPERATOR:  Power Equipment        Group 1.....................$ 44.65            34.40      Group 2.....................$ 44.10            34.40      Group 3.....................$ 42.80            34.40      Group 4.....................$ 41.35            34.40      Group 5.....................$ 39.90            34.40 

POWER EQUIPMENT OPERATOR CLASSIFICATIONS   

  GROUP 1: Asphalt Plant; Asphalt Heater and Planer   combination; Asphalt Spreader; Asphalt Silo Tender;   Autograder, GOMACO or similar; Belt Loader; Caisson Rigs;   Car Dumper, Central Redi‐Mix Plant; Combination Backhoe   Front End Loader Machine (1 cu yd or over Backhoe bucket   with attachments); Backhoe with Shear attachment; Concrete   Breaker (truck mounted); Concrete Conveyor; Concrete Paver   over 27E cu ft; Concrete Placer; Concrete Tube Float;   Cranes, all attachments; Cranes, Hammerhead, Linden, Peco   and machines of a like nature; Creter Crane; Crusher,   stone; Derricks; Derrick Boats; Derricks, traveling;   Dredges; Field Mechanic Welder; Formless Curb and Gutter   Machine; Gradall and machines of a like nature; Grader,   Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol,   Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver 

Page 30: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 4/21

  mounted; Hoists, one, two, and three Drum; Hydraulic   Backhoes; Locomotive, all Mucking Machine; Pile Drivers and   Skid Rig; Pre‐Stress Machine; Pump Cretes Dual Ram; Rock   Drill‐Crawler or Skid Rig; Rock Drill truck mounted; Roto   Mill Grinder, 36" and over; Roto Mill Grinder, less than   36"; Slip‐ Form Paver; Soil Test Drill Rig, truck mounted;   Straddle Buggies; GCI Crane and similar; Hydraulic   Telescoping Form (tunnel); Tie Back MAchine; Tractor Drawn   Belt Loader: Tractor Drawn Belt Loader with attached   Pusher; Tractor with boom; Tractaire with attachment;   Traffic Barrier Conveyor Machine; Raised or Blind Hoe Drill   (Tunnel & Shaft); Trenching Machine; Truck Mounted Concrete   Pump with boom; Truck mounted Concrete Conveyor;   Underground Boring and/or Mining Machines under 5 ft; Wheel   Excavator & Widener (Apsco) 

  GROUP 2: Batch Plant; Bituminous Mixer; Bobcats over .75 cu   yd; Boiler and Throttle Valve; Bulldozer; Car Loader   Trailing Conveyors;  Combination Backkhoe Front End Loader   Machine, less than 1 cu yd Backhoe Bucket with attachments;   Compressor and Throttle Valve; Compressor, common receiver   (3); Concrete Breaker or Hydro Hammer; Concrete Grinding   Machine; Concrete Mixer or Paver 7S series to and including   27 cu ft; Concrete Spreader; Concrete Curing Machine,   Burlap Machine; Belting Machine and Sealing Machine;   Conveyor  Muck Cars (Haglund or similar type); Finishing   Machine‐Concrete; Greaser Engineer; Highlift Shovels or   Front End Loader; Hoist‐Sewer Dragging Machine; Hydraulic   Boom Trucks, all attachments; Locomotives, Dinky; Pump   Cretes, Squeeze Cretes‐Screw Type pumps, Gypsum Bulker and   Pump; Roller Asphalt; Rotary Snow Plows; Rototiller,   Seaman, etc self‐Propelled; Scoops‐Tractor Drawn;   Self‐propelled Compactor; Spreader‐Chip‐ Stone etc;   Scraper; Scraper‐Prime Mover in Tandem regardless of size   (add $1.00 to to Group 2 hourly rate for each hour and for   each machine attached thereto); Tank Car Heater; Tractors,   Push, pulling Sheeps Foot, Disc, or Compactor, etc; Tug   Boats 

  GROUP 3: Boilers; Brooms, all power propelled; Cement Supply   Tender; Compressor, Common Receiver (2); Concrete Mixer,   two bag and over; Conveyor, Portable; Farm type Tractors   used for mowing, seeding, etc; Fireman on Boilers; Forklift   Trucks; Grouting Machines; Hoists, Automatic; Hoists, all   Elevators; Hoists, Tugger single Drum; Jeep Diggers; Pipe   Jacking Machines; Post‐ hole Digger; Power Saw, Concrete,   Power Driven; Pug Mills; Rollers, other than asphalt; Seed   and Straw Blower; Steam Generators; Stump Machine; Winch   Trucks with A‐Frame; Work Boats; Tamper‐Form motor driven 

  GROUP 4: Air compressor ‐ Small 185 and under (1 to 5 not to   exceed a total of 300 ft); Air Compressor ‐ Large over 185;   Asphalt Spreader Backend Man; Combination ‐ Small Equipment   Operator; Generators ‐ Small 50 kw and under; Generators ‐   Large , over 50 kw; Heaters, Mechanical; Hydraulic power   unit (Pile Driving, Extracting or Drilling); Light Plants   All (1 to 5); Pumps, over 3" (1 to 3, not to exceed a total   of 300 ft); Pumps, Well Points; Tractaire; Welding Machines   (2 through 5); Winches, 4 small electric drill winches;   Bobcats up to and including .75 cu yd 

GROUP 5: Oilers   

PREMIUM PAY:  

Page 31: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 5/21

 Long Boom :     Cranes & Derricks 90' to 150' including jib receive an extra   $.50 per hour.  Cranes & Derricks over 150' including jib   receive an extra $.50  per hour plus an additional $.10 for   each additional 10' of boom  or jib. 

  Capacity Pay:  Cranes & Derricks with maximum capacity   exceeding 50 ton with  less than 90' of boom or jib shall   be compensated $.01 per hour  for each ton of the rated   capacity in excess of 50 ton. 

Long Boom pay and Capacity pay cannot be combined.   

  Crane mounted earth auger, raised and blind hole drills, and   truck mounted drill rigs receive an extra $.50 per hour. 

Creter Cranes:     When the Creter Crane is equipped with a conveyor system   capable  of extending 70' or more, the engineer shall   receive an extra  $.50 per hour.

Truck Mounted Concrete Pumps:     When the Truck Mounted Concrete Pump is equipped with a boom,   which is capable of extending 90' or more, the engineer   shall  receive $.50 per hour extra. 

Truck Mounted Concrete Conveyor:    Truck Mounted Concrete Conveyors equipped with conveyors that   are capable of extending 90' or more, the engineer shall   receive  an extra $.50 per hour.

Underground Work:     Employees working in tunnels, shafts, etc. shall be paid an   additional $.40 per hour. Employees working under air   pressure  1/2 pound to 7 pounds shall receive an additional   $.50 per  hour. Employees working under air pressure of 7   pounds or over  shall receive $.65 per hour more. 

Mining Machines‐ Boring Machines:     The crew operating and maintaining the Mining Machines shall   be  compensated an additional $.50 per hour. 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * ENGI0150‐024 06/01/2016 

DUPAGE, KANE, KENDALL, LAKE, McHENRY, and WILL COUNTIES 

                                  Rates          Fringes 

OPERATOR:  Power Equipment        GROUP 1.....................$ 47.30            34.85      GROUP 2.....................$ 46.75            34.85      GROUP 3.....................$ 44.70            34.85      GROUP 4.....................$ 43.30            34.85      GROUP 5.....................$ 42.10            34.85 

POWER EQUIPMENT OPERATOR CLASSIFICATIONS   

  GROUP 1: Asphalt Plant*; Asphalt Heater and Planer   combination; Asphalt Heater Scarfire*, Asphalt Spreader;   Autograder/ GOMACO or similar; ABG Paver*, Backhoes with   Caisson attachment*, Ballast Regulator, Belt Loader*;   Caisson Rigs*Car Dumper, Central Redi‐Mix Plant*,   Combination Backhoe; Front End Loader Machine (1 cu yd or   over Backhoe bucket or with attachments); Concrete Breaker 

Page 32: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 6/21

  (truck mounted); Concrete Conveyor; Concrete Paver over 27E   cu ft*; Concrete Placer*; Concrete Tube Float; Cranes, all   attachments*; Cranes, Hammerhead, Linden, Peco and machines   of a like nature*; Creter Crane; Crusher, stone; All   Derricks; Derrick Boats; Derricks, traveling*; Dowell   Machine with Air Compressor ($1.00 above Class 1);   Dredges*; Field Mechanic Welder; Formless Curb and Gutter   Machine*; Gradall and machines of a like nature*; Grader,   Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol,   Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver   mounted*; Hoists, one, two, and three Drum; Hydraulic   Backhoes*; Backhoes with Shear attachments*; Mucking   Machine; Pile Drivers and Skid Rig*; Pre‐Stress Machine;   Pump Cretes Dual Ram (requires frequent lubrication and   water)*; Rock Drill‐ Crawler or Skid Rig*; Rock Drill truck   mounted*; Rock/ Track Tamper; Roto Mill Grinder, (36" and   over)*; Slip‐Form Paver*; Soil Test Drill Rig, truck   mounted*; Straddle Buggies; Hydraulic Telescoping Form   (tunnel); Tractor Drawn Belt Loader*; Tractor Drawn Belt   Loader with attached Pusher (two engineers); Tractor with   boom; Tractaire with attachment; Traffic Barrier Transfer   Machine*; Trenching Machine; Truck Mounted Concrete Pump   with boom*; Underground Boring and/or Mining Machines 5 ft   in diameter and over tunnel, etc.*; Wheel Excavator* &   Widener (Apsco); Raised or Blind Hoe Drill, Tunnel & Shaft* 

  GROUP 2: Batch Plant*; Bituminous Mixer; Boiler and Throttle   Valve; Bulldozer; Car Loader Trailing Conveyors;   Combination Backkhoe Front End Loader Machine, (less than 1   cu yd Backhoe Bucket with attachments); Compressor and   Throttle Valve; Compressor, common receiver (3); Concrete   Breaker or Hydro Hammer; Concrete Grinding Machine;   Concrete Mixer or Paver 7S series to and including 27 cu   ft; Concrete Spreader; Concrete Curing Machine; Burlap   Machine; Belting Machine and Sealing Machine; Concrete   Wheel Saw; Conveyor  Muck Cars (Haglund or similar type);   Drills (all); Finishing Machine‐Concrete; Greaser Engineer;   Highlift Shovels or Front End Loader; Hoist‐ Sewer Dragging   Machine; Hydraulic Boom Trucks, all attachments;   Hydro‐Blaster (requires two operators); Laser Screed*;   Locomotives, Dinky; Off‐Road Hauling Units (including   articulating); Pump Cretes; Squeeze Cretes‐Screw Type   pumps, Gypsum Bulker and Pump; Roller Asphalt; Rotary Snow   Plows; Rototiller, Seaman, self‐Propelled; Scoops‐Tractor   Drawn; Self‐ propelled Compactor; Spreader‐Chip‐Stone;   Scraper; Scraper‐Prime Mover in Tandem regardless of size   (add $1.00 to Group 2 hourly rate for each hour and for   each machine attached thereto add $1.00 to Group 2 hourly   rate for each hour); Tank Car Heater; Tractors, Push,   pulling Sheeps Foot, Disc, or Compactor, etc; Tug Boats 

  GROUP 3: Boilers; Brooms, all power propelled; Cement Supply   Tender; Compressor, Common Receiver (2); Concrete Mixer,   two bag and over; Conveyor, Portable; Farm type Tractors   used for mowing, seeding, etc; Fireman on Boilers; Forklift   Trucks; Grouting Machines; Hoists, Automatic; Hoists, all   Elevators; Hoists, Tugger single Drum; Jeep Diggers; Low   Boys; Pipe Jacking Machines; Post‐hole Digger; Power Saw,   Concrete, Power Driven; Pug Mills; Rollers, other than   asphalt; Seed and Straw Blower; Steam Generators; Stump   Machine; Winch Trucks with A‐Frame; Work Boats; Tamper‐Form   motor driven 

  GROUP 4: Air compressor ‐ Small 250 and under (1 to 5 not to   exceed a total of 300 ft); Air Compressor ‐ Large over 250; 

Page 33: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 7/21

  Combination ‐ Small Equipment Operator; Directional Boring   Machine; Generators ‐ Small 50 kw and under; Generators ‐   Large , over 50 kw; Heaters, Mechanical; Hydraulic power   unit (Pile Driving, Extracting or Drilling); Light Plants   (1 to 5); Pumps, over 3" (1 to 3, not to exceed a total of   300 ft); Pumps, Well Points; Tractaire; Welding Machines (2   through 5); Winches, 4 small electric drill winches; 

  GROUP 5: Bobcats (All); Brick Forklifts; Oilers; Directional   Boring 

*Requires Oiler 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  IRON0001‐014 06/01/2015 

DU PAGE (Eastern 1/4), LAKE, AND MCHENRY (Hebron, Woodstock, and East thereof) COUNTIES 

                                  Rates          Fringes 

IRONWORKER        Sheeter.....................$ 44.45            35.54      Structural and Reinforcing..$ 44.20            35.54 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  IRON0063‐003 06/01/2015 

LAKE, DUPAGE (Eastern 1/4) and  McHENRY (HEBRON, WOODSTOCK & EAST THEREOF) COUNTIES 

                                  Rates          Fringes 

IRONWORKER, ORNAMENTAL...........$ 45.00            32.14 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  IRON0498‐003 06/01/2015 

BOONE, DEKALB (EXCEPT Southeast), and MCHENRY (Northwest) COUNTIES 

                                  Rates          Fringes 

IRONWORKER.......................$ 36.29            33.93 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  LABO0002‐004 06/01/2016 

DUPAGE COUNTY 

                                  Rates          Fringes 

LABORER (SEWER CONSTRUCTION)        GROUP 1.....................$ 40.20            26.30      GROUP 2.....................$ 40.33            26.30      GROUP 3.....................$ 40.43            26.30      GROUP 4.....................$ 40.55            26.30      GROUP 5.....................$ 40.20            26.30 

LABORER CLASSIFICATIONS   

  GROUP 1:  Signalmen Top Laborers, and all other Laborers not   Mentioned. 

GROUP 2:  Concrete Laborers; Steel Setters. 

Page 34: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 8/21

  GROUP 3:  Cement Carriers; Cement Mixers; Concrete Repairmen;   Mortar Men; Scaffold Men; and Second Bottom Men. 

  GROUP 4:  Bottom Men; Bracers‐Bracing; Bricklayer's Tender;   Catch Basin Digger; Drainlayer; Dynamiter; Form Men;   Jackhammermen; Powerpac; Pipelayers; Rodders; Welders &   Burners; Well Point System Men. 

  GROUP 5:  Asbestos Abatement Laborers, Toxic and Hazardous   Waste Removal Laborers & Dosimeter use (any device)   Monitoring Nuclear Exposure. 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  LABO0002‐009 06/01/2016 

DU PAGE COUNTY 

                                  Rates          Fringes 

LABORER (Compressed Air)        0 ‐ 15 lbs..................$ 41.20            26.30      16 ‐ 20 lbs.................$ 41.70            26.30      21 ‐ 26 lbs.................$ 42.20            26.30      27 ‐ 33 lbs.................$ 43.20            26.30      34 lbs and over.............$ 44.20            26.30 LABORER (Tunnel and Sewer)        GROUP 1.....................$ 39.20            25.20      GROUP 2.....................$ 39.33            25.20      GROUP 3.....................$ 39.43            25.20      GROUP 4.....................$ 39.55            25.20      GROUP 5.....................$ 39.20            25.20 

LABORER CLASSIFICATIONS (TUNNEL) 

  GROUP 1: Cage tenders; Dumpmen; Flagmen; Signalmen; Top   laborers 

  GROUP 2: Air hoist operator; Key board operator; concrete   laborer; Grout; Lock tenders (Free Air Side); Steel   setters; Tuggers; Switchmen; Car pusher 

  GROUP 3: Concrete repairmen; Lock tenders (pressure side);   Mortar men; Muckers; Grout machine operators; Track layers 

  GROUP 4: Air trac drill operator; Miner; Bricklayer tenders;   Concrete blower operator; Drillers; Dynamiters; Erector   operator; Form men; Jackhammermen; Powerpac; Mining machine   operators; Mucking machine operator; Laser beam operator;   Liner plate and ring setters; Shield drivers; Power knife   operator; Welder‐ burners; Pipe jacking machine operator;   skinners; Maintenance technician

  GROUP 5: Asbestos abatement laborer; Toxic and hazardous   waste removal laborer; Dosimeter (any device) monitoring   nuclear exposure 

LABORER CLASSIFICATIONS (SEWER) 

GROUP 1:  Signalmen; Top laborers and All other laborers   

GROUP 2:  Concrete laborers and Steel setters   

  GROUP 3:  Cement carriers; Cement mixers; Concrete repairmen;   Mortar men; Scaffold men; Second Bottom men 

Page 35: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 9/21

  GROUP 4:  Air trac drill operator; Bottom men;   Bracers‐bracing; Bricklayer tenders; Catch basin diggers;   Drainlayers; dynamiters; Form men; Jackhammermen; Powerpac;   Pipelayers; Rodders; Welder‐burners; Well point systems men 

  GROUP 5:  Asbestos abatement laborer, Toxic and hazardous   waste removal laborer; Dosimeter (any device) monitoring   nuclear exposure 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  LABO0032‐007 05/01/2016 

DE KALB COUNTY 

                                  Rates          Fringes 

LABORER        General Laborer.............$ 34.75            28.28      Skilled Laborer.............$ 37.45            28.28 

LABORER CLASSIFICATIONS 

  General Laborer: Carpenter Tender, Tool Cribman, Fireman or   Salamander Tender, Flagman, Gravel Box Man, Bumpman &   Spotter, Form Handler, Material Handler, Fencing Laborer,   Cleaning Lumber, Pit Man, Material Checker, Landscaper,   Unloading Explosives, Laying of Sod, Planting of Trees,   Asphalt Workers With Machine & Layers, Asphalt Plant   Laborer, Wrecking, Fire‐proofing, Driving Stakes,   Stringlines for All Machinery, Window Cleaning, Demolition   Worker, Explosive Handling, Trimming & Removal of Trees,   Multi‐Plate Pipe, Pilot Cars for Traffic Control, Power   Rigging 

  Skilled Laborer: Asbestos Abatement Worker; Hazardous Waste   Worker Handling any Materials with any Foreign Matter   Harmful to Skin or Clothing, Track Labor, Cement Handler,   Chloride Handler, Unloading & Laborers with Steel Workers &   Re‐bars, Wet Concrete Workers, Tunnel Tenders in Free Air,   Batch Dumper, Mason Tender, Kettle & Tar Man, Tank Cleaner,   Plastic Installer, Scaffold Worker, Motorized Buggies or   Motorized Unit Used For Wet Concrete or Handling of   Building Materials, Laborers With De‐Watering Systems,   Sewer Workers Plus Depth, Vibrator Operator; Cement Silica,   Clay, Fly Ash, Lime & Plasters Handlers (Bulk or Bag);   Cofferdam Worker Plus Depth, Concrete Paving, Placing,   Cutting & Tying of Reinforcing, Deck Hand, Dredge Hand and   Shore Laborer, Bankman on Floating Plant, Grade Checker,   Power Tools, Front End Man on Chip Spreader, Caisson Worker   Plus Depth, Gunnite Nozzleman, Leadman on Sewer Work,   Welder, Cutter, Burner & Torchman, Chain Saw Operator,   Jackhammer & Drill Operator, Layout Man and/or Tile Layer,   Steel Form Setter ‐ Street & Highway, Air Tamping   Hammerman, Signal Man On Crane, Concrete Saw Operator,   Screenman on Asphalt Paver, Tending Masons with Hot   Material or Where Foreign Materials are used, Mortar Mixer   Operator, Multiple Concrete Duct ‐ Leadman, Luteman,   Asphalt Raker Curb Asphalt Machine Operator, Ready Mix   Scaleman Permanent Portable or Temporart Plant, Laborer   Handling Masterplate or Similar Materials, Laser Beam   Operator, Concrete Burning Machine Operator, Coring Machine   Operator, Plaster Tender, Underpinning & Shoring of   Buildings, Pump Man, Manhole & Catch Basin, Dirt & Stone   Tamper, Hoseman on Concrete Pump. 

Page 36: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 10/21

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  LABO0075‐002 06/01/2016 

WILL COUNTY 

                                  Rates          Fringes 

LABORER        GROUP 1.....................$ 40.20            26.30      GROUP 2.....................$ 40.55            26.30      GROUP 3.....................$ 40.20            26.30      GROUP 4.....................$ 40.55            26.30      GROUP 5.....................$ 40.40            26.30      GROUP 6.....................$ 40.55            26.30      GROUP 7.....................$ 40.40            26.30 

LABORER CLASSIFICATIONS 

  GROUP 1 ‐ Mortar mixers, handling asphalt shingles;   Scaffolds; Sewer and trench work (ground level down to 8   feet); Catch basin and manhole diggers, mesh handling on   road work; Cement and mineral filler handler; Concrete   puddlers; Batch dumpers (cement & asphalt); Vibrator   operators; Sand and stone wheelers to mixer Handlers);   Concrete wheelers; Airtamping hammermen; Concrete & paving   breakers; Rock drillers/Jackhammermen; Chipping hammermen   1‐Bag mixer; Asphalt laborer; Chain and power saws; Pit   men; Fencing laborers; Mason tenders (mortar and brick   wheeler); Kettlemen & tarmen, tank cleaners; Scaffold and   staging laborers; Pot Firemen (tarmen); Heaters tender for   any purpose; Water pumps (portable water pumps shall be   tended by laborers if the employer determines tending is   required); Rip rap; Handling of slab steel road forms in   any manner, except road form setting, setting center   strips, Contraction and expansion joints (road work);   Unloading and handling of lumber, brick, transite   materials, cast iron water pipe, reinforced concrete rods,   sewer and drain tile, railroad tiles and all other   creosoted materials; paving blocks and concrete forms;   Handling of insulation of any type; all work involving the   unloading of materials, fixtures, or furnishing, whether   crated or uncrated; all mortar and composition mixers of   sewer work; track laborers; Chimney and silo laborers   working at a height of 1 to 48 feet; All laborers working   on swinging suspended, or any type or make of scaffolding 1   to 48 feet; All laborers working inside a sphere or any   type or make of tank; Working inside a sphere or any type   or make of tank from bottom to a height of 48 feet; Form   strippers (any type); Mechanical or motorized buggies, for   concrete or masons employers; Use of skid steer loads or   any other machinery which replaces the wheelbarrow or   buggy; Handling multiple concrete duct or any other type of   pipe used in public utility work unless otherwise specified   herein; Snapping of wall ties and removal of rods; drilling   of anchor bolt holes; Concrete or asphalt clipper type saws   and self‐propelled saws; Shoulder and grade laborers; All   hydraulic electric and air or any other type of tools;   Grouting and caulking; Cleaning lumber, Nail pulling, Deck   hand; Dredgehand; Shore laborer; Bankmen on Floating Plant;   Tool and material checkers; Signalmen and Flagmen on all   construction work; Cleaning of debris; Removal of trees;   Concrete curing, temporary concrete protection regardless   of manner or materials used; Laborers on Apsco; Janitorial;   Wrecking and demolition laborers

Page 37: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 11/21

  GROUP 2 ‐ Sewer and drain pipe layers and multiple concrete   duct or any other type of pipe used, on public utility work   (ground level to 8 feet); Pumpcrete pipe handlers 

  GROUP 3 ‐ Asphalt rakers; Hod carriers; Plasterer laborers;   Gunnite laborers, Slab for setters on roads, highways,   streets, airport runaways, and radii (any type of form)   stringline men for all aforementioned work; Wagon and tower   drillers on land and floating plant used on dredging;   Asphalt gunners and plug men (undercoating on road work);   Mortar pump laborers; Plaster pump laborers 

  GROUP 4 ‐ Tunnel miners, and all laborers inside tunnel; Air   blow pipemen; Torchmen (burners); Mortaring men on sewer   and drain pipe (the applying of mortar and composition   mixes); All bottom men on sewer work‐all sewer and drain   pipelayers‐multiple concrete duct or any other type of pipe   used on public utility work‐8 feet or more below ground   level, and all other sewer and trench laborers 8 feet or   more below ground level regardless of excavation area; All   labor work inside cofferdam; Use of a 10 foot or more drill   steel for hand held drills; Caisson laborers ground level   down 15 feet; All air tools 8 feet or more below ground   level; All laborers working on swinging‐suspended or any   type or make of scaffolds, 48 feet to 100 feet; All chimney   and silo laborers working at a height of 48 to 100 feet;   All tamping hammers over 150 lbs.; All laborers working   inside of a sphere or any type or make of tank at a height   of 48 feet to 100 feet; all hydraulic, electric and air   tools or any other type 8 feet or more below ground level;   Vibrators‐any type‐8 feet or more below ground level 

  GROUP 5 ‐ Gunnite nozzle men; Caisson laborers and all   tamping hammers from 150 lbs and over; from 15 feet below   ground level down to 50 feet; and all laborers working   inside of a sphere or any type of tank for every additional   50 feet or part thereof above 100 feet in height 

  GROUP 6 ‐ All underground cavern laborers; Caisson laborers   50 feet or more below ground level; Laborers working under   radio active conditions (suiting up); Blasting men   (Powdermen)   GROUP 7 ‐ Dosimeter (any device) used for monitoring nuclear   exposure; Asbestos abatement worker; Toxic and hazardous   waste removal laborer; and chimney and silo laborers for   every additional 50 feet or any part thereof above 100 feet   high 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  LABO0149‐002 06/01/2016 

BOONE, KANE, KENDALL, AND McHENRY COUNTIES 

                                  Rates          Fringes 

LABORER        GROUP 1.....................$ 40.20            26.30      GROUP 2.....................$ 40.43            26.30      GROUP 3.....................$ 40.20            26.30      GROUP 4.....................$ 40.20            26.30      GROUP 5.....................$ 40.43            26.30      GROUP 6.....................$ 40.55            26.30      GROUP 7.....................$ 40.55            26.30      GROUP 8.....................$ 40.20            26.30 

Page 38: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 12/21

     GROUP 9.....................$ 40.40            26.30 

LABORER CLASSIFICATIONS   

  GROUP 1:  Common laborer, Asphalt laborer, Asphalt plant   laborer, Striping laborer, Clipper type concrete saw,   Self‐propelled saws 

GROUP 2:  Air tampers & Vibrators 

GROUP 3:  Mortar & Concrete mixers

  GROUP 4:  Stringline & form setter; Torchman (demolition),   Sheeting & Cribbing, Black top rakers & lutemen, Machine   screwmen 

  GROUP 5:  Chain saw man, Jackhammer man, Drillman, Concrete   breaders & air spade, 

GROUP 6:  Tunnel laborers, Tile layers & bottom men 

GROUP 7:  Caisson diggers, Dynamiters 

GROUP 8:  Flagman 

  GROUP 9:  Asbestos apatement laborers, Toxic & hazardous   waste removal laborers & Dosimeter (any device) monitoring   nuclear exposure 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  LABO0152‐003 06/01/2016 

LAKE COUNTY 

                                  Rates          Fringes 

LABORER        GROUP 1.....................$ 40.20            26.30      GROUP 2.....................$ 40.28            26.30      GROUP 3.....................$ 40.20            26.30      GROUP 4.....................$ 40.43            26.30      GROUP 5.....................$ 40.40            26.30      GROUP 6.....................$ 40.40            26.30 

LABORER CLASSIFICATIONS   

GROUP 1:  General laborers; Asphalt  

GROUP 2:  Cement gun laborers 

GROUP 3:  Asphalt Tampers and Smoothers 

  GROUP 4:  Rakers and Lutemen; Machine screwman; Kettlemen;   Mixermen, Drum‐Men; Jackhammermen (Asphalt); Mite Box   Spreaders; Laborers on birch overman and similar spreader   equipment; Laborers on apsco; Laborers on Air Compressors;   Paving Form Setters; Jackhammerman (Concrete); Power Drive   Concrete Saws 

GROUP 5:  Cement Gun Nozzle (Gunite) 

  GROUP 6:  Asbestos abatement laborers; Toxic and hazardous   waste removal laborers; Dosimeter (any device monitoring   nuclear exposure) 

Page 39: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 13/21

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PAIN0014‐003 06/01/2016 

LAKE and WILL COUNTIES 

                                  Rates          Fringes 

PAINTER:  Brush Only.............$ 44.55            26.08 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * PAIN0030‐001 07/01/2016 

                                  Rates          Fringes 

PAINTER        Brush, Drywall       Taper/Finisher,       Sandblaster, and Spray......$ 44.18            19.85 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * PAIN0030‐004 07/01/2016 

                                  Rates          Fringes 

PAINTER        Brush, Roller, Spray,       Sandblasting, Paperhanger,       Drywall Finishing, Taper,       and Spray Structural Steel..$ 38.55            20.11      Brush, Roller, Spray,       Sandblasting, Paperhanger,       Taper, and Spray       Structural Steel............$ 37.55            20.11 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PLAS0011‐002 08/01/2010 

WILL COUNTY 

                                  Rates          Fringes 

CEMENT MASON/CONCRETE FINISHER...$ 41.00            21.03 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PLAS0011‐008 06/01/2012 

DE KALB, KANE, KENDALL, AND McHENRY COUNTIES 

                                  Rates          Fringes 

CEMENT MASON/CONCRETE FINISHER...$ 41.55            23.76 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PLAS0011‐013 06/01/2011 

LAKE COUNTY 

                                  Rates          Fringes 

CEMENT MASON/CONCRETE FINISHER...$ 40.30            23.28 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  PLAS0011‐015 06/01/2012 

BOONE COUNTY 

                                  Rates          Fringes 

CEMENT MASON/CONCRETE FINISHER...$ 34.82            20.10 PLASTERER........................$ 33.36            18.95 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

Page 40: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 14/21

 PLAS0803‐001 08/01/2010 

DUPAGE COUNTY 

                                  Rates          Fringes 

CEMENT MASON/CONCRETE FINISHER...$ 38.00            24.03 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * TEAM0179‐002 06/01/2016 

KENDALL and WILL COUNTIES 

                                  Rates          Fringes 

TRUCK DRIVER        2 or 3 Axle Trucks..........$ 37.18           0.25+a      4 Axle Trucks...............$ 37.33           0.25+a      5 Axle Trucks...............$ 37.53           0.25+a      6 Axle Trucks...............$ 37.73           0.25+a      All Lowboy Trucks...........$ 37.20           0.25+a 

FOOTNOTE:  a. $687.20 per week. 

CLASSIFICATIONS: 

  Group 1 ‐ Frame Truck when used for transportation purposes;   Air Compressor and Welding Machines, including those pulled   by cars, pick‐up trucks and tractors; Ambulances;   Articulated Dumps; Batch Gate Lockers; Batch Hopperman; Car   and Truck Washers; Carry Alls; Forl Lifts and Hoisters;   Helpers; Mechanics Helpers and Greasers; Oil Distributors,   two‐man operation; Pavement Breakers; Pole Trailer, up to   40 feet; Pothole Repair Trucks; Power Mower Tractors; Quick   Change Barrier; Self‐Propelled Chip Spreader; Shipping and   Receiving Clerks and Checkers; Skipman; Slurry Trucks,   two‐man operation; Slurry Trucks, Conveyor Operated ‐ 2 or   3 man operation; Teamsters; Unskilled Dumpmen; Warehousemen   and Dockmen; Truck Drivers hauling warning lights,   barricades, and portable toilets on the job site 

  Group 2 ‐ Dispatcher; Dump Crets and Adgetators under 7   yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment under 16 cubic   yards; Mixer Trucks under 7 yards; Ready‐Mix Plant Hopper   Operator; Winch Trucks, 2 Axles 

  Group 3 ‐ Dump Crets and Adgetators, 7 yards and over;   Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment over 16 cubic   yards; Explosives and/or Fission Material Trucks; Mixer   Trucks 7 yards or over; Mobile Cranes while in transit; Oil   Distributors, one‐man operation; Pole Trailer, over 40   feet; Pole and Expandable Trailers hauling material over 50   feet long;   Slurry Trucks, one‐man operation; Winch Trucks, 3 axles or   more; Mechanic ‐ *Truck Welder and *Truck Painter*These   classifications shall only apply in areas where and when it   has been a past area practice; Asphalt Plant Operators in   areas where it has been past practice 

  Group 4 ‐ Dual‐purpose vehicels, such as mounted crane tucks   with hoist and accessories; Foreman; Master Mechanic;   Self‐loading equipment like P.B. and trucks with scoops on 

Page 41: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 15/21

  the front 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * TEAM0301‐001 06/01/2016 

LAKE AND MCHENRY COUNTIES 

                                  Rates          Fringes 

TRUCK DRIVER        2‐3 AXLES...................$ 37.05           9.75+a      4 AXLES.....................$ 37.20           9.75+a      5 AXLES.....................$ 37.40           9.75+a      6 AXLES.....................$ 37.60           9.75+a 

FOOTNOTE:  a. $300.00  per week pension 

  An additional $.20 per axle shall be paid for all vehicles   with more than six (6) axles. 

  Paid Holidays:  New Year's Day, Memorial Day, Independence   Day, Labor Day, Thanksgiving Day, and Christmas Day. 

  900 straight time hours or more in 1 calendar year for the   same employer shall receive 1 week paid vacation; 3 years ‐   2 weeks paid vacation; 10 years ‐ 3 weeks paid vacation; 20   years ‐ 4 weeks paid vacation. 

CLASSIFICATIONS: 

  Group 1 ‐ Frame Truck when used for transportation purposes;   Air Compressor and Welding Machines, including those pulled   by cars, pick‐up trucks and tractors; Ambulances;   Articulated Dumps; Batch Gate Lockers; Batch Hopperman; Car   and Truck Washers; Carry Alls; Forl Lifts and Hoisters;   Helpers; Mechanics Helpers and Greasers; Oil Distributors,   two‐man operation; Pavement Breakers; Pole Trailer, up to   40 feet; Pothole Repair Trucks; Power Mower Tractors; Quick   Change Barrier; Self‐Propelled Chip Spreader; Shipping and   Receiving Clerks and Checkers; Skipman; Slurry Trucks,   two‐man operation; Slurry Trucks, Conveyor Operated ‐ 2 or   3 man operation; Teamsters; Unskilled Dumpmen; Warehousemen   and Dockmen; Truck Drivers hauling warning lights,   barricades, and portable toilets on the job site 

  Group 2 ‐ Dispatcher; Dump Crets and Adgetators under 7   yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment under 16 cubic   yards; Mixer Trucks under 7 yards; Ready‐Mix Plant Hopper   Operator; Winch Trucks, 2 Axles 

  Group 3 ‐ Dump Crets and Adgetators, 7 yards and over;   Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment over 16 cubic   yards; Explosives and/or Fission Material Trucks; Mixer   Trucks 7 yards or over; Mobile Cranes while in transit; Oil   Distributors, one‐man operation; Pole Trailer, over 40   feet; Pole and Expandable Trailers hauling material over 50   feet long;   Slurry Trucks, one‐man operation; Winch Trucks, 3 axles or   more; Mechanic ‐ *Truck Welder and *Truck Painter*These   classifications shall only apply in areas where and when it   has been a past area practice; Asphalt Plant Operators in 

Page 42: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 16/21

  areas where it has been past practice 

  Group 4 ‐ Dual‐purpose vehicels, such as mounted crane tucks   with hoist and accessories; Foreman; Master Mechanic;   Self‐loading equipment like P.B. and trucks with scoops on   the front 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * TEAM0325‐004 06/01/2016 

BOONE and WINNEBAGO COUNTIES 

                                  Rates          Fringes 

TRUCK DRIVER        2 ‐ 3 Axles.................$ 36.62            18.60      4 Axles.....................$ 36.77            18.60      5 Axles.....................$ 36.97            18.60      6 Axles.....................$ 37.08            18.60 

  FOOTNOTE:  An additional $.20 per axle shall be paid for all   vehicles with more than six (6) axles. 

CLASSIFICATIONS: 

  Group 1 ‐ Frame Truck when used for transportation purposes;   Air Compressor and Welding Machines, including those pulled   by cars, pick‐up trucks and tractors; Ambulances; Batch   Gate Lockers; Batch Hopperman; Car and Truck Washers; Forl   Lifts and Hoisters; Helpers;   Mechanics Helpers and Greasers; Oil Distributors, two‐man   operation; Pavement Breakers   Pole Trailer, up to 40 feet; Power Mower Tractors; Skipman;   Slurry Trucks, two‐man operation; Teamsters; Truck Drivers   hauling warning lights, barricades, and portable toilets on   the job site 

  Group 2 ‐ Dump Crets and Adgetators under 7 yards; Dumpsters,   Track Trucks, Euclids, Hug Bottom Dump Turnapulls or   Turnatrailers when pulling other than self‐loading   equipment or similar equipment under 16 cubic yards; Mixer   Trucks under 7 yards; Ready‐Mix Plant Hopper Operator;   Winch Trucks, 2 Axles 

  Group 3 ‐ Dump Crets and Adgetators, 7 yards and over;   Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment over 16 cubic   yards; Explosives and/or Fission Material Trucks; Mixer   Trucks 7 yards or over; Mobile Cranes while in transit; Oil   Distributors, one‐man operation   Pole Trailer, over 40 feet; Pole and Expandable Trailers   hauling material over 50 feet long, additional $0.50 per   hour; Slurry Trucks, one‐man operation; Winch Trucks, 3   axles or more   *Mechanic*Truck Welder and Truck Painter; *Winter Rate:   Between Dec. 15 and Feb. 28 the mechanic and welder rate   shall be $2.00 less than the scheduled scale. Truck Painter   and Truck Welder classifications shall only apply in areas   where and when it has been a past area practice;   Dual‐purpose vehicels, such as mounted crane tucks with   hoist and accessories 

  Group 4 ‐ Foreman; Master Mechanic; Self‐loading equipment   like P.B. and trucks with scoops on the front 

Page 43: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 17/21

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * TEAM0330‐002 06/01/2016 

DEKALB COUNTY 

                                  Rates          Fringes 

TRUCK DRIVER        2‐3 AXLES...................$ 35.98            .25+a      4 AXLES.....................$ 36.13            .25+a      5 AXLES.....................$ 36.33            .25+a      6 AXLES.....................$ 36.53            .25+a 

FOOTNOTE:  a. $735.70 per week 

  An additional $.20 per axle shall be paid for all vehicles   with more than six (6) axles. 

  Paid Holidays:  New Year's Day, Memorial Day, Independence   Day, Labor Day, Thanksgiving Day, and Christmas Day. 

  900 straight time hours or more in 1 calendar year for the   same employer shall receive 1 week paid vacation; 3 years ‐   2 weeks paid vacation; 10 years ‐ 3 weeks paid vacation; 20   years ‐ 4 weeks paid vacation. 

CLASSIFICATIONS: 

  Group 1 ‐ Frame Truck when used for transportation purposes;   Air Compressor and Welding Machines, including those pulled   by cars, pick‐up trucks and tractors; Ambulances;   Articulated Dumps; Batch Gate Lockers; Batch Hopperman; Car   and Truck Washers; Carry Alls; Forl Lifts and Hoisters;   Helpers; Mechanics Helpers and Greasers; Oil Distributors,   two‐man operation; Pavement Breakers; Pole Trailer, up to   40 feet; Pothole Repair Trucks; Power Mower Tractors; Quick   Change Barrier; Self‐Propelled Chip Spreader; Shipping and   Receiving Clerks and Checkers; Skipman; Slurry Trucks,   two‐man operation; Slurry Trucks, Conveyor Operated ‐ 2 or   3 man operation; Teamsters; Unskilled Dumpmen; Warehousemen   and Dockmen; Truck Drivers hauling warning lights,   barricades, and portable toilets on the job site 

  Group 2 ‐ Dispatcher; Dump Crets and Adgetators under 7   yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment under 16 cubic   yards; Mixer Trucks under 7 yards; Ready‐Mix Plant Hopper   Operator; Winch Trucks, 2 Axles 

  Group 3 ‐ Dump Crets and Adgetators, 7 yards and over;   Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment over 16 cubic   yards; Explosives and/or Fission Material Trucks; Mixer   Trucks 7 yards or over; Mobile Cranes while in transit; Oil   Distributors, one‐man operation; Pole Trailer, over 40   feet; Pole and Expandable Trailers hauling material over 50   feet long;   Slurry Trucks, one‐man operation; Winch Trucks, 3 axles or   more; Mechanic ‐ *Truck Welder and *Truck Painter*These   classifications shall only apply in areas where and when it   has been a past area practice; Asphalt Plant Operators in   areas where it has been past practice 

Page 44: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 18/21

  Group 4 ‐ Dual‐purpose vehicels, such as mounted crane tucks   with hoist and accessories; Foreman; Master Mechanic;   Self‐loading equipment like P.B. and trucks with scoops on   the front 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * TEAM0673‐003 06/01/2016 

DU PAGE and KANE COUNTIES 

                                  Rates          Fringes 

TRUCK DRIVER        2‐3 AXLES...................$ 36.30            .25+a      4 AXLES.....................$ 36.45            .25+a      5 AXLES.....................$ 36.65            .25+a      6 AXLES.....................$ 36.85            .25+a 

FOOTNOTE:  a. $721.70 per week. 

  An additional $.20 per axle shall be paid for all vehicles   with more than six (6) axles. 

  Paid Holidays:  New Year's Day, Memorial Day, Independence   Day, Labor Day, Thanksgiving Day, and Christmas Day. 

  900 straight time hours or more in 1 calendar year for the   same employer shall receive 1 week paid vacation; 3 years ‐   2 weeks paid vacation; 10 years ‐ 3 weeks paid vacation; 20   years ‐ 4 weeks paid vacation. 

CLASSIFICATIONS: 

  Group 1 ‐ Frame Truck when used for transportation purposes;   Air Compressor and Welding Machines, including those pulled   by cars, pick‐up trucks and tractors; Ambulances;   Articulated Dumps; Batch Gate Lockers; Batch Hopperman; Car   and Truck Washers; Carry Alls; Forl Lifts and Hoisters;   Helpers; Mechanics Helpers and Greasers; Oil Distributors,   two‐man operation; Pavement Breakers; Pole Trailer, up to   40 feet; Pothole Repair Trucks; Power Mower Tractors; Quick   Change Barrier; Self‐Propelled Chip Spreader; Shipping and   Receiving Clerks and Checkers; Skipman; Slurry Trucks,   two‐man operation; Slurry Trucks, Conveyor Operated ‐ 2 or   3 man operation; Teamsters; Unskilled Dumpmen; Warehousemen   and Dockmen; Truck Drivers hauling warning lights,   barricades, and portable toilets on the job site 

  Group 2 ‐ Dispatcher; Dump Crets and Adgetators under 7   yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment under 16 cubic   yards; Mixer Trucks under 7 yards; Ready‐Mix Plant Hopper   Operator; Winch Trucks, 2 Axles 

  Group 3 ‐ Dump Crets and Adgetators, 7 yards and over;   Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment over 16 cubic   yards; Explosives and/or Fission Material Trucks; Mixer   Trucks 7 yards or over; Mobile Cranes while in transit; Oil   Distributors, one‐man operation; Pole Trailer, over 40   feet; Pole and Expandable Trailers hauling material over 50   feet long; 

Page 45: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 19/21

  Slurry Trucks, one‐man operation; Winch Trucks, 3 axles or   more; Mechanic ‐ *Truck Welder and *Truck Painter*These   classifications shall only apply in areas where and when it   has been a past area practice; Asphalt Plant Operators in   areas where it has been past practice 

  Group 4 ‐ Dual‐purpose vehicels, such as mounted crane tucks   with hoist and accessories; Foreman; Master Mechanic;   Self‐loading equipment like P.B. and trucks with scoops on   the front 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

WELDERS ‐ Receive rate prescribed for craft performing operation to which welding is incidental. 

================================================================   Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017.  If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health‐related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health‐related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking.  Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐   

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). 

Union Rate Identifiers 

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 

Page 46: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 20/21

005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. 

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. 

Survey Rate Identifiers 

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification.  As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. 

Survey wage rates are not updated and remain in effect until a new survey is conducted. 

Union Average Rate Identifiers 

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG‐OH‐0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. 

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. 

  

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

                   WAGE DETERMINATION APPEALS PROCESS 

1.) Has there been an initial decision in the matter? This can be: 

*  an existing published wage determination *  a survey underlying a wage determination *  a Wage and Hour Division letter setting forth a position on    a wage determination matter *  a conformance (additional classification and rate) ruling 

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the 

Page 47: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL11.dvb?v=1 21/21

Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. 

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations.  Write to: 

            Branch of Construction Wage Determinations             Wage and Hour Division            U.S. Department of Labor             200 Constitution Avenue, N.W.             Washington, DC 20210 

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: 

            Wage and Hour Administrator             U.S. Department of Labor             200 Constitution Avenue, N.W.             Washington, DC 20210 

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board).  Write to: 

            Administrative Review Board             U.S. Department of Labor             200 Constitution Avenue, N.W.             Washington, DC 20210 

4.) All decisions by the Administrative Review Board are final. 

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

          END OF GENERAL DECISION 

Page 48: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL18.dvb?v=2

https://www.wdol.gov/wdol/scafiles/davisbacon/IL18.dvb?v=2 1/7

General Decision Number: IL170018 02/03/2017  IL18 

Superseded General Decision Number: IL20160018 

State: Illinois 

Construction Types: Heavy (Dredging and Marine) 

Counties: Illinois Statewide. MECHANICAL DREDGING (CLAMSHELL, DRAGLINE, AND BACKHOE) AND  MARINE CONSTRUCTION): 

ILLINOIS, INDIANA, MICHIGAN, MINNESOTA, NEW YORK, OHIO, PENNSYLVANIA AND WISCONSIN  DREDGING AND MARINE CONSTRUCTION Dredging and Marine Construction Projects: floating/land equipment engaged in clamshell, backhoe and dragline dredging, marine construction, bridges,salvage operations and cranes, loaders, dozers, or other equipment used for disposal of dredge spoils or marine construction materials on land at the slip or dock, at the project site, where the above material/spoils is being handled, and all equipment utilized on breakwall/breakwater structures on the Great Lakes, Islands therein, their connecting and tributary waters, including the Illinois Waterway to the Lock at Lockport, Illinois, the New York State Barge Canal System between Tonawanda, New York and Waterford, New York and Oswego, New York, the Duluth‐Superior area to the Fond du Lac Bridge Crossing (Minnesota State Highway 23) on the St. Louis River and on the St. Lawrence River eastward to the International Boundary near St. Regis, New York. 

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 

Modification Number     Publication Date           0              01/06/2017           1              01/27/2017           2              02/03/2017 

*  SUIL2003‐001 01/01/2015 

MECHANICAL DREDGING (CLAMSHELL, DRAGLINE, AND BACKHOE) AND MARINE CONSTRUCTION): 

                                  Rates          Fringes 

Dredging:        Fireman, Oiler, Deckhand,       & Scowman (with dipper,       hydraulic or other       floating equipment engaged  

Page 49: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL18.dvb?v=2

https://www.wdol.gov/wdol/scafiles/davisbacon/IL18.dvb?v=2 2/7

     in hydraulic and dipper       dredging operations)       Pipeline men (both afloat       & ashore including       loading, unloading,       maintaining, and handling       pipelines for hydraulic       dredges and sandboats       Rangeman, Tankerman,       Sweepman and service Truck       Driver......................$ 22.51         7.61+a+b      Lead Deckhand...............$ 29.68         7.61+a+b    Hydraulic Dredging        LAUNCH OPERATOR ‐ Vessel       800 Horse‐ Power Or Less....$ 25.15         7.61+a+b      TUG ENGINEER................$ 26.49         7.61+a+b      TUG OPERATOR ‐ Vessel Over       800 Horse‐Power.............$ 26.49         7.61+a+b      TUG WORKERS: Fireman,       Lineman, Oiler, Deckhand,       Tankerman. Scowman, (on/or       with tugboats, launches,       or other self‐propelled       boats)......................$ 22.51         7.61+a+b    MECHANIC (Undefined)        FLOATING EQUIPMENT:       Illinois       Class I....................$ 55.90        34.85+b&c       Class II‐A.................$ 54.40        34.85+b&c       Class II‐B.................$ 57.40        34.85+b&c       Class III..................$ 48.40        34.85+b&c       Class IV...................$ 40.25        34.85+b&c      FLOATING EQUIPMENT: Indiana       Class I....................$ 47.50            30.80       Class II‐A.................$ 46.00            30.80       Class II‐B.................$ 46.00            30.80       Class III..................$ 40.95            30.80       Class IV...................$ 34.05            30.80      FLOATING EQUIPMENT:       Michigan       Class I....................$ 43.00        29.32+b&c       Class II‐A.................$ 41.50        29.32+b&c       Class II‐B.................$ 43.00        29.32+b&c       Class III..................$ 36.95        29.32+b&c       Class IV...................$ 30.75        29.32+b&c      FLOATING EQUIPMENT:       Minnesota       Class I....................$ 43.00        18.90+b&c       Class II‐A.................$ 41.50        18.90+b&c       Class II‐B.................$ 42.00        18.90+b&c       Class III..................$ 36.95        18.90+b&c       Class IV...................$ 30.75        18.90+b&c      FLOATING EQUIPMENT:            New York:(Cattaraugus,       Chautauga, Erie and       Orleans Counties)       Class I....................$ 44.35        28.69+b&c       Class II‐A.................$ 42.85        28.69+b&c       Class II‐B.................$ 45.85        28.69+b&c       Class III..................$ 38.10        28.69+b&c       Class IV...................$ 31.70        28.69+b&c      FLOATING EQUIPMENT: 

Page 50: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL18.dvb?v=2

https://www.wdol.gov/wdol/scafiles/davisbacon/IL18.dvb?v=2 3/7

           New York:(Cayuga,       Jefferson, Oswego, and St.       Lawrence Counties)       Class I....................$ 46.35        24.90+b&c       Class II‐A.................$ 44.85        24.90+b&c       Class II‐B.................$ 47.85        24.90+b&c       Class III..................$ 39.90        24.90+b+c       Class IV...................$ 33.15        24.90+b&c      FLOATING EQUIPMENT:            New York:(Monroe and Wayne       Counties and the City of       Rochester)       Class I....................$ 46.80        26.05+b&c       Class II‐A.................$ 45.30        26.05+b&c       Class II‐B.................$ 48.30        26.05+b&c       Class III..................$ 40.30        26.05+b&c       Class IV...................$ 33.50        26.05+b&c      FLOATING EQUIPMENT:            New York:(Niagara)       Class I....................$ 43.25        28.10+b&c       Class II‐A.................$ 41.75        28.10+b&c       Class II‐B.................$ 44.75        28.10+b&c       Class III..................$ 37.15        28.10+b&c       Class IV...................$ 30.90        28.10+b&c      FLOATING EQUIPMENT:            Ohio:(Ashtabula, Cuyahoga,       Erie,Lake, and Lorain       Counties)       Class I....................$ 43.00        14.41+b&c       Class II‐A.................$ 41.50        14.41+b&c       Class II‐B.................$ 41.50        14.41+b&c       Class III..................$ 36.95        14.41+b&c       Class IV...................$ 30.75        14.41+b&c      FLOATING EQUIPMENT:            Ohio:(Lucas, Henry,       Ottawa, Wood and Sandusky       Counties)       Class I....................$ 43.00        14.41+b&c       Class II‐A.................$ 41.50        14.41+b&c       Class II‐B.................$ 41.50        14.41+b&c       Class III..................$ 36.95        14.41+b+c       Class IV...................$ 30.75        14.41+b&c      FLOATING EQUIPMENT:            Pennsylvania:(Erie County):       Class I....................$ 40.80        18.53+b&c       Class II‐A.................$ 39.30        18.53+b&c       Class II‐B.................$ 39.30        18.53+a&b       Class III..................$ 35.00        18.53+b&c       Class IV...................$ 29.10        18.53+b&c      FLOATING EQUIPMENT:            Wisconsin:Includes all       marine/floating type work       on projects in the       Superior/Duluth Harbor,       Lake Superior.       Class I....................$ 46.70        21.88+b&c       Class II‐A.................$ 45.20        21.88+b&c       Class II‐B.................$ 45.70        21.88+b&c 

Page 51: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL18.dvb?v=2

https://www.wdol.gov/wdol/scafiles/davisbacon/IL18.dvb?v=2 4/7

      Class III..................$ 40.20        21.88+b&c       Class IV...................$ 33.45        21.88+b&c 

PAID HOLIDAYS (WHERE APPLICABLE): A‐ NEW YEAR'S DAY B‐ MEMORIAL DAY C‐ INDEPENDENCE DAY D‐ LABOR DAY E‐ THANKSGIVING DAY F‐ CHRISTMAS DAY G‐ PRESIDENT'S  DAY H‐ VETERAN'S DAY.    

FOOTNOTES:   a.  $30.10 per day per employee for medical  b.  Eight paid holidays: A thru H c.  Hazardous/Toxic Waste Material: *Level A $2.50 per hour       *Level B  2.00 per hour       *Level C  1.00 per hour       *Level D  0.50 per hour      

  Such wages shall be above the classifications of work listed   under mechanical dredging and Marine construction of this   general wage decision.  *Working with Hazardous Waste at   this level as defined by the U. S. Enviromental Protection   Agency. 

CLASSIFICATION DESCRIPTIONS    Class I ‐   Master Mechanic ‐ assist and direct    Class II, Class III, and Class IV, diver/wet tender, engineer   (hydraulic dredge)   Class II‐A  Crane/Backhoe Operator, 70 Ton or over Tug   Operator, Mechanic/Welder, assistant engineer(hydraulic   dredge), leverman (hydraulic dredge), diver tender   Class II‐B  Friction, Lattice Boom, or any Crane   Certifications   Class III ‐ Deck Equipment Operator (Machineryman)   Maintenance of Crane (over 50 ton capacity) or Backhoe   (115,000 pounds or more), Tug/launch operator, Loader/dozer   and like equipment on Barge, breakwater wall, slip/dock,   Scow, Deck Machinery, etc.   Class IV ‐  Deck Equipment Operator(Machineryman/Fireman)   (Four equipment units or more) Off Road Trucks, Deck Hand,   Tug Engineer and Crane Maintenance 50 ton capacity and   under or Backhoe weighing 115,000  pounds or less,   assistant tug operator. 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

WELDERS ‐ Receive rate prescribed for craft performing operation to which welding is incidental. 

================================================================   Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017.  If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health‐related needs, including preventive care; to assist a family member (or person who is 

Page 52: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL18.dvb?v=2

https://www.wdol.gov/wdol/scafiles/davisbacon/IL18.dvb?v=2 5/7

like family to the employee) who is ill, injured, or has other health‐related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking.  Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐   

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). 

Union Rate Identifiers 

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. 

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. 

Survey Rate Identifiers 

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification.  As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. 

Survey wage rates are not updated and remain in effect until a new survey is conducted. 

Page 53: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL18.dvb?v=2

https://www.wdol.gov/wdol/scafiles/davisbacon/IL18.dvb?v=2 6/7

Union Average Rate Identifiers 

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG‐OH‐0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. 

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. 

  

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

                   WAGE DETERMINATION APPEALS PROCESS 

1.) Has there been an initial decision in the matter? This can be: 

*  an existing published wage determination *  a survey underlying a wage determination *  a Wage and Hour Division letter setting forth a position on    a wage determination matter *  a conformance (additional classification and rate) ruling 

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. 

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations.  Write to: 

            Branch of Construction Wage Determinations             Wage and Hour Division            U.S. Department of Labor             200 Constitution Avenue, N.W.             Washington, DC 20210 

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: 

            Wage and Hour Administrator             U.S. Department of Labor             200 Constitution Avenue, N.W.             Washington, DC 20210 

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 

Page 54: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL18.dvb?v=2

https://www.wdol.gov/wdol/scafiles/davisbacon/IL18.dvb?v=2 7/7

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board).  Write to: 

            Administrative Review Board             U.S. Department of Labor             200 Constitution Avenue, N.W.             Washington, DC 20210 

4.) All decisions by the Administrative Review Board are final. 

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

          END OF GENERAL DECISION 

Page 55: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL19.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL19.dvb?v=1 1/5

General Decision Number: IL170019 02/17/2017  IL19 

Superseded General Decision Number: IL20160019 

State: Illinois 

Construction Type: Heavy Dredging 

Counties: Illinois Statewide. 

Dredging Construction Projects: Dredging the following rivers and their tributaries, the Kasakaski River from the mouth to Fayetteville, Illinois; Illinois River; Minnesota River; Mississippi River and the Ohio River. 

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 

Modification Number     Publication Date           0              01/06/2017           1              02/17/2017 

*  SUIL2003‐002 06/01/2016 

                                  Rates          Fringes 

Dredging: (Engineer and    Mechanic)        AREA I:            Within the geographical       jurisdiction of the St.       Louis District, Corps of       Engineers...................$ 38.66            24.27      AREA II:            Within the geographical       jurisdiction of the       Louisville District, Corps       of Engineers................$ 38.55            24.27      AREA III:            Within the geographical       jurisdiction of the       Huntington District, Corps       of Engineers................$ 38.55            24.27      AREA IV:            Within the geographical       jurisdiction of the St.       Paul, Rock Island and       Chicago Districts, Corps       of Engineers................$ 34.59            24.06 

Page 56: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL19.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL19.dvb?v=1 2/5

   Dredging: (Levermen and    Boatman)        AREA 1:             Within the geographical       jurisdiction of the St.       Louis District, Corps of       Engineers...................$ 44.86            24.27      AREA 2:             Within the geographical       jurisdiction of the       Louisville District, Corps       of Engineers................$ 44.75            24.27      AREA 3:             Within the geographical       jurisdiction of the       Huntington District, Corps       of Engineers:...............$ 44.75            24.27      AREA 4:             Within the geographical       jurisdiction of the St.       Paul, Rock Island and       Chicago Districts, Corps       of Engineers:...............$ 34.59            24.06      AREA 4:            Leverman. Operators on       Backhoes over 130,000       lbs., Operators on Cranes       over 165 Tons, and       Operators that are       required to have a license       or certification to do the       work assigned them shall       receive 5% more than the       highest rate of pay per       hour listed on this       agreement...................$ 36.32            24.06    Dredging: (Oiler)        AREA 1:  Within the       geographical jurisdiction       of the St. Louis District,       Corps of Engineers..........$ 31.35            24.27      AREA 2:  Within the       geographical jurisdiction       of the Louisville       District, Corps of       Engineers...................$ 29.76            24.27      AREA 3:  Within the       geographical jurisdiction       of the Huntington       District, Corps of       Engineers...................$ 29.76            24.27      AREA 4:  Within the       geographical jurisdiction       of the St. Paul, Rock       Island and Chicago       Districts, Corps of       Engineers...................$ 29.30            24.06 

Page 57: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL19.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL19.dvb?v=1 3/5

  FOOTNOTE:  Licensed boat operators/pilot shall receive 10%   above the current established Group 1 rate  (AREA 4 ONLY) 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

WELDERS ‐ Receive rate prescribed for craft performing operation to which welding is incidental. 

================================================================   Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017.  If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health‐related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health‐related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking.  Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐   

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). 

Union Rate Identifiers 

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. 

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. 

Page 58: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL19.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL19.dvb?v=1 4/5

Survey Rate Identifiers 

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification.  As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. 

Survey wage rates are not updated and remain in effect until a new survey is conducted. 

Union Average Rate Identifiers 

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG‐OH‐0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. 

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. 

  

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

                   WAGE DETERMINATION APPEALS PROCESS 

1.) Has there been an initial decision in the matter? This can be: 

*  an existing published wage determination *  a survey underlying a wage determination *  a Wage and Hour Division letter setting forth a position on    a wage determination matter *  a conformance (additional classification and rate) ruling 

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. 

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations.  Write to: 

Page 59: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL19.dvb?v=1

https://www.wdol.gov/wdol/scafiles/davisbacon/IL19.dvb?v=1 5/5

            Branch of Construction Wage Determinations             Wage and Hour Division            U.S. Department of Labor             200 Constitution Avenue, N.W.             Washington, DC 20210 

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: 

            Wage and Hour Administrator             U.S. Department of Labor             200 Constitution Avenue, N.W.             Washington, DC 20210 

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board).  Write to: 

            Administrative Review Board             U.S. Department of Labor             200 Constitution Avenue, N.W.             Washington, DC 20210 

4.) All decisions by the Administrative Review Board are final. 

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

          END OF GENERAL DECISION 

Page 60: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0

https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0 1/17

General Decision Number: IL170020 01/06/2017  IL20 

Superseded General Decision Number: IL20160020 

State: Illinois 

Construction Types: Building Landscape, Heavy Landscape,  Highway Landscape and Residential Landscape 

Counties: Boone, Cook, De Kalb, Du Page, Grundy, Henry, Kane,  Kankakee, Kendall, Lake, McHenry, McLean, Ogle, Peoria, Rock  Island, Tazewell, Will, Winnebago and Woodford Counties in  Illinois. 

LANDSCAPING WORK ON BUILDING, RESIDENTIAL, HEAVY AND HIGHWAY CONSTRUCTION PROJECTS. 

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 

Modification Number     Publication Date           0             01/06/2017

 ENGI0150‐013 06/01/2015 

BUILDING AND HIGHWAY CONSTRUCTION (LANDSCAPE WORK):  The landscape work for the Landscape Equipment Operator excludes the preparation of sub‐grade prior to application of finish landscape materials and the utilization of any equipment over one cubic yard. 

BOONE, COOK, DUPAGE, GRUNDY, KANE, KENDALL, LAKE, MCHENRY, AND WILL COUNTIES 

                                  Rates          Fringes 

Operators:.......................$ 30.10      $4.00+a,b,c   Includes Angle Dozer, Small; Bobcat and other similar type    machines, 1 cu yd or less; Chipping Machine; Combination    Backhoe and Front End Loader 1 cu yd or less; Fork Lift Truck;    Hi‐Reach and High‐Ranger;Hydraulic Boom with Clam;Log Skidder;    Sttraw Blower and Seeder; Stump Machine;Tractors, Crawlers,    Rubber Tire Tractors, Highlift Shovels or Front End Loaders 1    cu yd or less; Tree Spades, all; Utility Tractor and    attachments, and Rubber Tire Front End  loader or similar    machine of 1 to 1.5 cu yd solely used for placement of large    decorative boulders, trees with balled soil, and other    decorative landscape material too large to be accommodated in  

Page 61: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0

https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0 2/17

  a 1 cu yd bucket. All other equipment utilized for performing    landscape work, tree trimming or removal of stees, and to    install plants; transport trees; excavate plant pits; place    soil and other landscape materials; and apply finish landscape    material on subgrade prepared by others 

FOOTNOTE:       

  A.   Health and Welfare contribution is $1,240.00 per month.    

  B.   Paid Holidays: New Year's Day; Memorial Day; Fourth of   July; Labor Day; Thanksgiving Day; and Christmas Day   provided that all such employees shall have in fact worked   their regularly scheduled work day immediately preceding   and the regularly scheduled work day immediately succeeding   the  occurrence of such holiday.

  C.   Paid Vacation: All employees who have been in the employ   of the Employer for a full season of work shall be entitled   to one (1) week of vacation with  pay. Pay shall be 40   times the employee's regular straight time hourly rate.   Effective as of January 1, 2010, employees who have worked   for the employer for not less than eleven hundred (1100)   straight time and overtime hours since their most recent   anniversary date of hire as of vacation time will be deemed   to have worked one full season. All employees who have been   in the employ of their Employer for three (3) or more   consecutive full seasons of work shall at the conclusion of   their current season be entitled to two (2) weeks of   vacation with pay. Pay shall be 80 times the employee's   regular straight time hourly rate. All employees who have   been in the employ of their employer for nine (9) or more   consecutive full seasons of work shall at the conclusion of   their current season be entitled to three (3) weeks of   vacation with pay. Pay shall be 120 times the employee's   regular straight time hourly rate. 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  ENGI0150‐023 06/01/2016 

HIGHWAY CONSTRUCTION (LANDSCAPE WORK):  The landscape work for the Landscape Equipment Operator excludes  the preparation of sub‐grade prior to application of finish  landscape materials and the utilization of any equipment over  one cubic yard. 

HENRY, MCLEAN, OGLE, PEORIA, ROCK ISLAND, TAZEWELL, WINNEBAGO, and  WOODFORD COUNTIES 

                                  Rates          Fringes 

Operators:.......................$ 30.10      $4.00+a,b,c   Includes the following: Angle Dozer, Small; Bobcat and other    similar type machines, 1 cu yd or less; Chipping Machine;    Combination Backhoe and Front End Loader 1 cu yd or less; Fork    Lift Truck; Hi‐Reach and High‐Ranger;Hydraulic Boom with    Clam;Log Skidder; Sttraw Blower and Seeder; Stump    Machine;Tractors, Crawlers, Rubber Tire Tractors, Highlift    Shovels or Front End Loaders 1 cu yd or less; Tree Spades,    all; Utility Tractor and attachments, and Rubber Tire Front    End  loader or similar machine of 1 to 1.5 cu yd solely used    for placement of large decorative boulders, trees with balled    soil, and other decorative landscape material too large to be  

Page 62: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0

https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0 3/17

  accommodated in a 1 cu yd bucket. All other equipment utilized    for performing landscape work, tree trimming or removal of    stees, and to install plants; transport trees; excavate plant    pits; place soil and other landscape materials; and apply    finish landscape material on subgrade prepared by others 

FOOTNOTE:       

  A.   Health and Welfare contribution is $1,240.00 per month.    

  B.   Paid Holidays: New Year's Day; Memorial Day; Fourth of   July; Labor Day; Thanksgiving Day; and Christmas Day   provided that all such employees shall have in fact worked   their regularly scheduled work day immediately preceding   and the regularly scheduled work day immediately succeeding   the  occurrence of such holiday.

  C.   Paid Vacation: All employees who have been in the employ   of the Employer for a full season of work shall be entitled   to one (1) week of vacation with  pay. Pay shall be 40   times the employee's regular straight time hourly rate.   Effective as of January 1, 2010, employees who have worked   for the employer for not less than eleven hundred (1100)   straight time and overtime hours since their most recent   anniversary date of hire as of vacation time will be deemed   to have worked one full season. All employees who have been   in the employ of their Employer for three (3) or more   consecutive full seasons of work shall at the conclusion of   their current season be entitled to two (2) weeks of   vacation with pay. Pay shall be 80 times the employee's   regular straight time hourly rate. All employees who have   been in the employ of their employer for nine (9) or more   consecutive full seasons of work shall at the conclusion of   their current season be entitled to three (3) weeks of   vacation with pay. Pay shall be 120 times the employee's   regular straight time hourly rate. 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  LABO0032‐004 05/01/2009 

HIGHWAY CONSTRUCTION 

WINNEBAGO COUNTY 

                                  Rates          Fringes 

Landscape Laborer................$ 27.66            18.50 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  LABO0362‐003 05/01/2013 

HIGHWAY CONSTRUCTION 

MCLEAN COUNTY 

                                  Rates          Fringes 

Landscape Laborer................$ 31.08            17.79 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  LABO0751‐004 05/01/2012 

HIGHWAY CONSTRUCTION 

KANKAKEE COUNTY 

Page 63: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0

https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0 4/17

                                  Rates          Fringes 

Landscape Laborer................$ 33.16            20.66 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  LABO0852‐004 05/01/2006 

HIGHWAY CONSTRUCTION 

ROCK ISLAND AND HENRY COUNTIES 

                                  Rates          Fringes 

Landscape Laborer................$ 21.94            12.79 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  LABO0996‐004 05/01/2014 

HIGHWAY CONSTRUCTION 

PEORIA, TAZEWELL, AND WOODFORD COUNTIES 

                                  Rates          Fringes 

Landscape Laborer................$ 31.61            18.76 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  TEAM0026‐005 05/01/2016 

MCLEAN  (South of a straight line from where Route 24 intersects the Woodford County line in a Southeast direction to the South Southwest corner of Livingston County) COUNTY 

                                  Rates          Fringes 

TRUCK DRIVER        Group 1.....................$ 35.02            17.83      Group 2.....................$ 35.54            17.83      Group 3.....................$ 35.77            17.83      Group 4.....................$ 36.10            17.83      Group 5.....................$ 37.05            17.83 

CLASSIFICATIONS: 

  GROUP 1:  Drivers on 2 axles hauling less than 9 tons; air   compressor & welding machines and brooms, including those   pulled by separate units; Truck Driver Helper, warehouse   employees; Mechanic Helpers; greasers and tiremen; pick‐up   trucks when hauling material, tools, or workers to and from   and on the job site; and forklifts up to 6,000 lb capacity. 

  GROUP 2:  2 or 3 axles hualing more than 9 tons but hauling   less than 16 tons; A‐frame winch trucks; hydrolift trucks;   Vactor Trucks or similar equipment when used for   transportation purposes; Forklift over 6,000 lb.capacity;   winch trucks; and four axle combiation units. 

  GROUP 3:  2, 3 or 4 Axles hauling 16 tons or more; 5‐Axles or   more combination units; drivers on water pulls; articulated   dump trucks; mechanics and working forepersons. 

GROUP 4:  Low Boy and Oil Distributors.  

  GROUP 5:  Drivers who require special protective clothing   while employed on hazardous waste work. 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

Page 64: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0

https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0 5/17

* TEAM0179‐004 06/01/2016 

GRUNDY, KENDALL, MCLEAN (North of a straight line starting at the intersection of McLean‐Woodford Counties line & Route 24 in a Southeastern direction to the South Southwest corner of Livingston County), WILL, and WOODFORD (Northeast corner east of Route 51/251 & North of Route 24) COUNTIES 

                                  Rates          Fringes 

TRUCK DRIVER        2‐3 AXLES...................$ 37.18           0.25+a      4 AXLES.....................$ 37.33           0.25+a      5 AXLES.....................$ 37.53           0.25+a      6 AXLES.....................$ 37.73           0.25+a      All Lowboy Trucks...........$ 37.73           0.25+a 

FOOTNOTE:  a. $687.20 per week. 

CLASSIFICATIONS: 

  Group 1 ‐ Frame Truck when used for transportation purposes;   Air Compressor and Welding Machines, including those pulled   by cars, pick‐up trucks and tractors; Ambulances;   Articulated Dumps; Batch Gate Lockers; Batch Hopperman; Car   and Truck Washers; Carry Alls; Forl Lifts and Hoisters;   Helpers; Mechanics Helpers and Greasers; Oil Distributors,   two‐man operation; Pavement Breakers; Pole Trailer, up to   40 feet; Pothole Repair Trucks; Power Mower Tractors; Quick   Change Barrier; Self‐Propelled Chip Spreader; Shipping and   Receiving Clerks and Checkers; Skipman; Slurry Trucks,   two‐man operation; Slurry Trucks, Conveyor Operated ‐ 2 or   3 man operation; Teamsters; Unskilled Dumpmen; Warehousemen   and Dockmen; Truck Drivers hauling warning lights,   barricades, and portable toilets on the job site 

  Group 2 ‐ Dispatcher; Dump Crets and Adgetators under 7   yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment under 16 cubic   yards; Mixer Trucks under 7 yards; Ready‐Mix Plant Hopper   Operator; Winch Trucks, 2 Axles 

  Group 3 ‐ Dump Crets and Adgetators, 7 yards and over;   Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment over 16 cubic   yards; Explosives and/or Fission Material Trucks; Mixer   Trucks 7 yards or over; Mobile Cranes while in transit; Oil   Distributors, one‐man operation; Pole Trailer, over 40   feet; Pole and Expandable Trailers hauling material over 50   feet long;   Slurry Trucks, one‐man operation; Winch Trucks, 3 axles or   more; Mechanic ‐ *Truck Welder and *Truck Painter*These   classifications shall only apply in areas where and when it   has been a past area practice; Asphalt Plant Operators in   areas where it has been past practice 

  Group 4 ‐ Dual‐purpose vehicels, such as mounted crane tucks   with hoist and accessories; Foreman; Master Mechanic;   Self‐loading equipment like P.B. and trucks with scoops on   the front 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

Page 65: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0

https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0 6/17

* TEAM0179‐008 06/01/2016 

KANKAKEE COUNTY 

                                  Rates          Fringes 

TRUCK DRIVER        2 or 3 axles................$ 37.18           0.25+a      4 axles.....................$ 37.33           0.25+a      5 axles.....................$ 37.53           0.25+a      6 axles.....................$ 37.73           0.25+a 

FOOTNOTE:  a. $687.20 per week. 

CLASSIFICATIONS: 

  Group 1 ‐ Frame Truck when used for transportation purposes;   Air Compressor and Welding Machines, including those pulled   by cars, pick‐up trucks and tractors; Ambulances;   Articulated Dumps; Batch Gate Lockers; Batch Hopperman; Car   and Truck Washers; Carry Alls; Forl Lifts and Hoisters;   Helpers; Mechanics Helpers and Greasers; Oil Distributors,   two‐man operation; Pavement Breakers; Pole Trailer, up to   40 feet; Pothole Repair Trucks; Power Mower Tractors; Quick   Change Barrier; Self‐Propelled Chip Spreader; Shipping and   Receiving Clerks and Checkers; Skipman; Slurry Trucks,   two‐man operation; Slurry Trucks, Conveyor Operated ‐ 2 or   3 man operation; Teamsters; Unskilled Dumpmen; Warehousemen   and Dockmen; Truck Drivers hauling warning lights,   barricades, and portable toilets on the job site 

  Group 2 ‐ Dispatcher; Dump Crets and Adgetators under 7   yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment under 16 cubic   yards; Mixer Trucks under 7 yards; Ready‐Mix Plant Hopper   Operator; Winch Trucks, 2 Axles 

  Group 3 ‐ Dump Crets and Adgetators, 7 yards and over;   Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment over 16 cubic   yards; Explosives and/or Fission Material Trucks; Mixer   Trucks 7 yards or over; Mobile Cranes while in transit; Oil   Distributors, one‐man operation; Pole Trailer, over 40   feet; Pole and Expandable Trailers hauling material over 50   feet long;   Slurry Trucks, one‐man operation; Winch Trucks, 3 axles or   more; Mechanic ‐ *Truck Welder and *Truck Painter*These   classifications shall only apply in areas where and when it   has been a past area practice; Asphalt Plant Operators in   areas where it has been past practice 

  Group 4 ‐ Dual‐purpose vehicels, such as mounted crane tucks   with hoist and accessories; Foreman; Master Mechanic;   Self‐loading equipment like P.B. and trucks with scoops on   the front 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * TEAM0301‐001 06/01/2016 

LAKE AND MCHENRY COUNTIES 

                                  Rates          Fringes 

Page 66: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0

https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0 7/17

TRUCK DRIVER        2‐3 AXLES...................$ 37.05           9.75+a      4 AXLES.....................$ 37.20           9.75+a      5 AXLES.....................$ 37.40           9.75+a      6 AXLES.....................$ 37.60           9.75+a 

FOOTNOTE:  a. $300.00  per week pension 

  An additional $.20 per axle shall be paid for all vehicles   with more than six (6) axles. 

  Paid Holidays:  New Year's Day, Memorial Day, Independence   Day, Labor Day, Thanksgiving Day, and Christmas Day. 

  900 straight time hours or more in 1 calendar year for the   same employer shall receive 1 week paid vacation; 3 years ‐   2 weeks paid vacation; 10 years ‐ 3 weeks paid vacation; 20   years ‐ 4 weeks paid vacation. 

CLASSIFICATIONS: 

  Group 1 ‐ Frame Truck when used for transportation purposes;   Air Compressor and Welding Machines, including those pulled   by cars, pick‐up trucks and tractors; Ambulances;   Articulated Dumps; Batch Gate Lockers; Batch Hopperman; Car   and Truck Washers; Carry Alls; Forl Lifts and Hoisters;   Helpers; Mechanics Helpers and Greasers; Oil Distributors,   two‐man operation; Pavement Breakers; Pole Trailer, up to   40 feet; Pothole Repair Trucks; Power Mower Tractors; Quick   Change Barrier; Self‐Propelled Chip Spreader; Shipping and   Receiving Clerks and Checkers; Skipman; Slurry Trucks,   two‐man operation; Slurry Trucks, Conveyor Operated ‐ 2 or   3 man operation; Teamsters; Unskilled Dumpmen; Warehousemen   and Dockmen; Truck Drivers hauling warning lights,   barricades, and portable toilets on the job site 

  Group 2 ‐ Dispatcher; Dump Crets and Adgetators under 7   yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment under 16 cubic   yards; Mixer Trucks under 7 yards; Ready‐Mix Plant Hopper   Operator; Winch Trucks, 2 Axles 

  Group 3 ‐ Dump Crets and Adgetators, 7 yards and over;   Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment over 16 cubic   yards; Explosives and/or Fission Material Trucks; Mixer   Trucks 7 yards or over; Mobile Cranes while in transit; Oil   Distributors, one‐man operation; Pole Trailer, over 40   feet; Pole and Expandable Trailers hauling material over 50   feet long;   Slurry Trucks, one‐man operation; Winch Trucks, 3 axles or   more; Mechanic ‐ *Truck Welder and *Truck Painter*These   classifications shall only apply in areas where and when it   has been a past area practice; Asphalt Plant Operators in   areas where it has been past practice 

  Group 4 ‐ Dual‐purpose vehicels, such as mounted crane tucks   with hoist and accessories; Foreman; Master Mechanic;   Self‐loading equipment like P.B. and trucks with scoops on   the front 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * TEAM0325‐004 06/01/2016 

Page 67: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0

https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0 8/17

BOONE and WINNEBAGO COUNTIES 

                                  Rates          Fringes 

TRUCK DRIVER        2 ‐ 3 Axles.................$ 36.62            18.60      4 Axles.....................$ 36.77            18.60      5 Axles.....................$ 36.97            18.60      6 Axles.....................$ 37.08            18.60 

  FOOTNOTE:  An additional $.20 per axle shall be paid for all   vehicles with more than six (6) axles. 

CLASSIFICATIONS: 

  Group 1 ‐ Frame Truck when used for transportation purposes;   Air Compressor and Welding Machines, including those pulled   by cars, pick‐up trucks and tractors; Ambulances; Batch   Gate Lockers; Batch Hopperman; Car and Truck Washers; Forl   Lifts and Hoisters; Helpers;   Mechanics Helpers and Greasers; Oil Distributors, two‐man   operation; Pavement Breakers   Pole Trailer, up to 40 feet; Power Mower Tractors; Skipman;   Slurry Trucks, two‐man operation; Teamsters; Truck Drivers   hauling warning lights, barricades, and portable toilets on   the job site 

  Group 2 ‐ Dump Crets and Adgetators under 7 yards; Dumpsters,   Track Trucks, Euclids, Hug Bottom Dump Turnapulls or   Turnatrailers when pulling other than self‐loading   equipment or similar equipment under 16 cubic yards; Mixer   Trucks under 7 yards; Ready‐Mix Plant Hopper Operator;   Winch Trucks, 2 Axles 

  Group 3 ‐ Dump Crets and Adgetators, 7 yards and over;   Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment over 16 cubic   yards; Explosives and/or Fission Material Trucks; Mixer   Trucks 7 yards or over; Mobile Cranes while in transit; Oil   Distributors, one‐man operation   Pole Trailer, over 40 feet; Pole and Expandable Trailers   hauling material over 50 feet long, additional $0.50 per   hour; Slurry Trucks, one‐man operation; Winch Trucks, 3   axles or more   *Mechanic*Truck Welder and Truck Painter; *Winter Rate:   Between Dec. 15 and Feb. 28 the mechanic and welder rate   shall be $2.00 less than the scheduled scale. Truck Painter   and Truck Welder classifications shall only apply in areas   where and when it has been a past area practice;   Dual‐purpose vehicels, such as mounted crane tucks with   hoist and accessories 

  Group 4 ‐ Foreman; Master Mechanic; Self‐loading equipment   like P.B. and trucks with scoops on the front 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * TEAM0330‐004 06/01/2016 

DEKALB and OGLE (North of Route 72/East of Route 251, Adeline, Byron, Creston, Dement, Forreston North of Route 72, Leaf River North of Route 72, Lynnville, Monroe, Rochelle, & Scott) COUNTIES 

Page 68: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0

https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0 9/17

                                  Rates          Fringes 

TRUCK DRIVER        2‐3 AXLES...................$ 35.98           0.25+a      4 AXLES.....................$ 36.13           0.25+a      5 AXLES.....................$ 36.33           0.25+a      6 AXLES.....................$ 36.53           0.25+a 

FOOTNOTE:  a. $735.70 per week 

  An additional $.20 per axle shall be paid for all vehicles   with more than six (6) axles. 

  Paid Holidays:  New Year's Day, Memorial Day, Independence   Day, Labor Day, Thanksgiving Day, and Christmas Day. 

  900 straight time hours or more in 1 calendar year for the   same employer shall receive 1 week paid vacation; 3 years ‐   2 weeks paid vacation; 10 years ‐ 3 weeks paid vacation; 20   years ‐ 4 weeks paid vacation. 

CLASSIFICATIONS: 

  Group 1 ‐ Frame Truck when used for transportation purposes;   Air Compressor and Welding Machines, including those pulled   by cars, pick‐up trucks and tractors; Ambulances;   Articulated Dumps; Batch Gate Lockers; Batch Hopperman; Car   and Truck Washers; Carry Alls; Forl Lifts and Hoisters;   Helpers; Mechanics Helpers and Greasers; Oil Distributors,   two‐man operation; Pavement Breakers; Pole Trailer, up to   40 feet; Pothole Repair Trucks; Power Mower Tractors; Quick   Change Barrier; Self‐Propelled Chip Spreader; Shipping and   Receiving Clerks and Checkers; Skipman; Slurry Trucks,   two‐man operation; Slurry Trucks, Conveyor Operated ‐ 2 or   3 man operation; Teamsters; Unskilled Dumpmen; Warehousemen   and Dockmen; Truck Drivers hauling warning lights,   barricades, and portable toilets on the job site 

  Group 2 ‐ Dispatcher; Dump Crets and Adgetators under 7   yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment under 16 cubic   yards; Mixer Trucks under 7 yards; Ready‐Mix Plant Hopper   Operator; Winch Trucks, 2 Axles 

  Group 3 ‐ Dump Crets and Adgetators, 7 yards and over;   Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment over 16 cubic   yards; Explosives and/or Fission Material Trucks; Mixer   Trucks 7 yards or over; Mobile Cranes while in transit; Oil   Distributors, one‐man operation; Pole Trailer, over 40   feet; Pole and Expandable Trailers hauling material over 50   feet long;   Slurry Trucks, one‐man operation; Winch Trucks, 3 axles or   more; Mechanic ‐ *Truck Welder and *Truck Painter*These   classifications shall only apply in areas where and when it   has been a past area practice; Asphalt Plant Operators in   areas where it has been past practice 

  Group 4 ‐ Dual‐purpose vehicels, such as mounted crane tucks   with hoist and accessories; Foreman; Master Mechanic;   Self‐loading equipment like P.B. and trucks with scoops on   the front 

Page 69: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0

https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0 10/17

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  TEAM0371‐004 05/01/2016 

HENRY and ROCK ISLAND COUNTIES 

                                  Rates          Fringes 

TRUCK DRIVER        Group 1.....................$ 35.15            18.03      Group 2.....................$ 35.64            18.03      Group 3.....................$ 35.91            18.03      Group 4.....................$ 36.21            18.03      Group 5.....................$ 37.17            18.03 

CLASSIFICATIONS: 

  GROUP 1:  Drivers on 2 axles hauling less than 9 tons; air   compressor & welding machines and brooms, including those   pulled by separate units; Truck Driver Helper, warehouse   employees; Mechanic Helpers; greasers and tiremen; pick‐up   trucks when hauling material, tools, or workers to and from   and on the job site; and forklifts up to 6,000 lb capacity. 

  GROUP 2:  2 or 3 axles hualing more than 9 tons but hauling   less than 16 tons; A‐frame winch trucks; hydrolift trucks;   Vactor Trucks or similar equipment when used for   transportation purposes; Forklift over 6,000 lb.capacity;   winch trucks; and four axle combiation units. 

  GROUP 3:  2, 3 or 4 Axles hauling 16 tons or more; 5‐Axles or   more combination units; drivers on water pulls; articulated   dump trucks; mechanics and working forepersons. 

GROUP 4:  Low Boy and Oil Distributors.  

  GROUP 5:  Drivers who require special protective clothing   while employed on hazardous waste work. 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  TEAM0627‐004 05/01/2016 

PEORIA, TAZEWELL, and WOODFORD COUNTIES 

                                  Rates          Fringes 

TRUCK DRIVER        Group 1.....................$ 35.02            17.83      Group 2.....................$ 35.54            17.83      Group 3.....................$ 35.77            17.83      Group 4.....................$ 36.10            17.83      Group 5.....................$ 37.05            17.83 

CLASSIFICATIONS: 

  GROUP 1:  Drivers on 2 axles hauling less than 9 tons; air   compressor & welding machines and brooms, including those   pulled by separate units; Truck Driver Helper, warehouse   employees; Mechanic Helpers; greasers and tiremen; pick‐up   trucks when hauling material, tools, or workers to and from   and on the job site; and forklifts up to 6,000 lb capacity. 

  GROUP 2:  2 or 3 axles hualing more than 9 tons but hauling   less than 16 tons; A‐frame winch trucks; hydrolift trucks;   Vactor Trucks or similar equipment when used for 

Page 70: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0

https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0 11/17

  transportation purposes; Forklift over 6,000 lb.capacity;   winch trucks; and four axle combiation units. 

  GROUP 3:  2, 3 or 4 Axles hauling 16 tons or more; 5‐Axles or   more combination units; drivers on water pulls; articulated   dump trucks; mechanics and working forepersons. 

GROUP 4:  Low Boy and Oil Distributors.  

  GROUP 5:  Drivers who require special protective clothing   while employed on hazardous waste work. 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * TEAM0673‐003 06/01/2016 

DU PAGE and KANE COUNTIES 

                                  Rates          Fringes 

TRUCK DRIVER        2‐3 AXLES...................$ 36.30            .25+a      4 AXLES.....................$ 36.45            .25+a      5 AXLES.....................$ 36.65            .25+a      6 AXLES.....................$ 36.85            .25+a 

FOOTNOTE:  a. $721.70 per week. 

  An additional $.20 per axle shall be paid for all vehicles   with more than six (6) axles. 

  Paid Holidays:  New Year's Day, Memorial Day, Independence   Day, Labor Day, Thanksgiving Day, and Christmas Day. 

  900 straight time hours or more in 1 calendar year for the   same employer shall receive 1 week paid vacation; 3 years ‐   2 weeks paid vacation; 10 years ‐ 3 weeks paid vacation; 20   years ‐ 4 weeks paid vacation. 

CLASSIFICATIONS: 

  Group 1 ‐ Frame Truck when used for transportation purposes;   Air Compressor and Welding Machines, including those pulled   by cars, pick‐up trucks and tractors; Ambulances;   Articulated Dumps; Batch Gate Lockers; Batch Hopperman; Car   and Truck Washers; Carry Alls; Forl Lifts and Hoisters;   Helpers; Mechanics Helpers and Greasers; Oil Distributors,   two‐man operation; Pavement Breakers; Pole Trailer, up to   40 feet; Pothole Repair Trucks; Power Mower Tractors; Quick   Change Barrier; Self‐Propelled Chip Spreader; Shipping and   Receiving Clerks and Checkers; Skipman; Slurry Trucks,   two‐man operation; Slurry Trucks, Conveyor Operated ‐ 2 or   3 man operation; Teamsters; Unskilled Dumpmen; Warehousemen   and Dockmen; Truck Drivers hauling warning lights,   barricades, and portable toilets on the job site 

  Group 2 ‐ Dispatcher; Dump Crets and Adgetators under 7   yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than   self‐loading equipment or similar equipment under 16 cubic   yards; Mixer Trucks under 7 yards; Ready‐Mix Plant Hopper   Operator; Winch Trucks, 2 Axles 

  Group 3 ‐ Dump Crets and Adgetators, 7 yards and over;   Dumpsters, Track Trucks, Euclids, Hug Bottom Dump   Turnapulls or Turnatrailers when pulling other than 

Page 71: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0

https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0 12/17

  self‐loading equipment or similar equipment over 16 cubic   yards; Explosives and/or Fission Material Trucks; Mixer   Trucks 7 yards or over; Mobile Cranes while in transit; Oil   Distributors, one‐man operation; Pole Trailer, over 40   feet; Pole and Expandable Trailers hauling material over 50   feet long;   Slurry Trucks, one‐man operation; Winch Trucks, 3 axles or   more; Mechanic ‐ *Truck Welder and *Truck Painter*These   classifications shall only apply in areas where and when it   has been a past area practice; Asphalt Plant Operators in   areas where it has been past practice 

  Group 4 ‐ Dual‐purpose vehicels, such as mounted crane tucks   with hoist and accessories; Foreman; Master Mechanic;   Self‐loading equipment like P.B. and trucks with scoops on   the front 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐  TEAM0722‐005 05/01/2015 

OGLE (North of Route 72/East of Route 251) COUNTY 

                                  Rates          Fringes 

TRUCK DRIVER        Group 1.....................$ 34.10            17.09      Group 2.....................$ 34.60            17.09      Group 3.....................$ 34.82            17.09      Group 4.....................$ 35.14            17.09      Group 5.....................$ 36.06            17.09 

CLASSIFICATIONS: 

  GROUP 1:  Drivers on 2 axles hauling less than 9 tons; air   compressor & welding machines and brooms, including those   pulled by separate units; Truck Driver Helper, warehouse   employees; Mechanic Helpers; greasers and tiremen; pick‐up   trucks when hauling material, tools, or workers to and from   and on the job site; and forklifts up to 6,000 lb capacity. 

  GROUP 2:  2 or 3 axles hualing more than 9 tons but hauling   less than 16 tons; A‐frame winch trucks; hydrolift trucks;   Vactor Trucks or similar equipment when used for   transportation purposes; Forklift over 6,000 lb.capacity;   winch trucks; and four axle combiation units. 

  GROUP 3:  2, 3 or 4 Axles hauling 16 tons or more; 5‐Axles or   more combination units; drivers on water pulls; articulated   dump trucks; mechanics and working forepersons. 

GROUP 4:  Low Boy and Oil Distributors.  

  GROUP 5:  Drivers who require special protective clothing   while employed on hazardous waste work. 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * TEAM0731‐001 06/01/2016 

COOK COUNTY ‐ HEAVY AND HIGHWAY 

                                  Rates          Fringes 

TRUCK DRIVER        2 or 3 Axles................$ 35.60            20.06      4 Axles.....................$ 35.85            20.06 

Page 72: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0

https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0 13/17

     5 Axles.....................$ 36.05            20.06      6 Axles.....................$ 36.25            20.06 

FOOTNOTES: 

  A.  Paid Holidays:  New Year's Day, Memorial Day,   Independence Day, Labor Day, Thanksgiving Day, and   Christmas Day. 

  B.  900 straight time hours or more in 1 calendar year for   the same employer shall receive 1 week paid vacation; 3   years ‐ 2 weeks paid vacation; 10 years ‐ 3 weeks paid   vacation; 20 years ‐ 4 weeks paid vacation. 

  C. An additional $.20 per axle shall be paid for all vehicles   with more than six (6) axles. 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ * TEAM0786‐001 06/01/2016 

COOK COUNTY ‐ BUILDING AND RESIDENTIAL 

                                  Rates          Fringes 

TRUCK DRIVER        2 & 3 Axles.................$ 38.425           .25+a      4 Axles.....................$ 38.675           .25+a      5 Axles.....................$ 38.885           .25+a      6 Axles.....................$ 39.095           .25+a 

FOOTNOTES: 

a.  $689.00 per week.    

  An additional $.20 per axle shall be paid for all vehicles   with more than six (6) axles. 

  Paid Holidays:  New Year's Day, Memorial Day, Independence   Day, Labor Day, Thanksgiving Day, and Christmas Day. 

  900 straight time hours or more in 1 calendar year for the   same employer shall receive 1 week paid vacation; 3 years ‐   2 weeks paid vacation; 10 years ‐ 3 weeks paid vacation; 20   years ‐ 4 weeks paid vacation. 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐   SUIL1993‐001 01/19/1993 

BUILDING CONSTRUCTION (LANDSCAPE WORK): 

                                  Rates          Fringes 

LABORER        BOONE, GRUNDY, KANE,       KENDALL, LAKE, MCHENRY, &       WILL COUNTIES       LANDSCAPE LABORERS.........$  7.25                       COOK COUNTY       LANDSCAPE LABORERS.........$  7.25                        LANDSCAPE PLANTSMAN........$  9.80             1.82      DE KALB COUNTY       LANDSCAPE LABORERS.........$  7.25                        LANDSCAPE OPERATORS........$  7.25                        LANDSCAPE PLANTSMAN........$  9.66              .26      DU PAGE COUNTY 

Page 73: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0

https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0 14/17

      LANDSCAPE LABORERS.........$  7.25                        LANDSCAPE PLANTSMAN........$  9.04             1.16      GRUNDY, LAKE & WILL       COUNTIES       LANDSCAPE DRIVER 2 & 3        Axles......................$ 11.86             2.81       LANDSCAPE PLANTSMAN........$ 12.00             3.32 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐   SUIL1993‐002 01/19/1993 

HEAVY CONSTRUCTION (LANDSCAPE WORK) 

                                  Rates          Fringes 

LABORER        BOONE, GRUNDY, KANE,       KENDALL, LAKE, MCHENRY &       WILL COUNTIES:       LANDSCAPE DRIVER, 2 & 3        AXLES......................$ 11.94             2.42       LANDSCAPE LABORERS.........$  7.25                        LANDSCAPE OPERATORS........$ 13.11             3.01       LANDSCAPE PLANTSMAN........$  9.73             2.05      COOK COUNTY:       LANDSCAPE DRIVER, 2 & 3        AXLES......................$  9.93             1.89       LANDSCAPE LABORERS.........$  7.25                        LANDSCAPE OPERATORS........$ 10.98             2.12       LANDSCAPE PLANTSMAN........$ 10.08             2.06      DE KALB COUNTY:       LANDSCAPE LABORERS.........$  7.25                        LANDSCAPE OPERATORS........$  7.25                        LANDSCAPE PLANTSMAN........$  9.66              .26      DU PAGE COUNTY:       LANDSCAPE DRIVER, 2 & 3        AXLES......................$  8.32             1.02       LANDSCAPE LABORERS.........$  7.25                        LANDSCAPE OPERATORS........$ 10.75                        LANDSCAPE PLANTSMAN........$ 10.65                  ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐   SUIL1993‐003 01/19/1993 

HIGHWAY CONSTRUCTION (LANDSCAPE WORK): 

                                  Rates          Fringes 

LABORER        DE KALB COUNTY       LANDSCAPE LABORERS.........$  7.25                        LANDSCAPE OPERATORS........$  7.25                        LANDSCAPE PLANTSMAN........$  9.66              .26      KANKAKEE COUNTY:       LANDSCAPE DRIVER...........$  8.75              .17       LANDSCAPE OPERATOR.........$ 16.57             3.56      PEORIA, TAZEWELL, &       WOODFORD COUNTIES:       TRUCK DRIVERS 2 & 3 AXLES..$ 17.58             5.88 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

WELDERS ‐ Receive rate prescribed for craft performing operation to which welding is incidental. 

================================================================   Note: Executive Order (EO) 13706, Establishing Paid Sick Leave 

Page 74: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0

https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0 15/17

for Federal Contractors applies to all contracts subject to the Davis‐Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017.  If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health‐related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health‐related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking.  Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. 

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). 

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐   

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). 

Union Rate Identifiers 

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. 

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. 

Survey Rate Identifiers 

Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification.  As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average 

Page 75: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0

https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0 16/17

calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. 

Survey wage rates are not updated and remain in effect until a new survey is conducted. 

Union Average Rate Identifiers 

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG‐OH‐0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. 

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. 

  

‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 

                   WAGE DETERMINATION APPEALS PROCESS 

1.) Has there been an initial decision in the matter? This can be: 

*  an existing published wage determination *  a survey underlying a wage determination *  a Wage and Hour Division letter setting forth a position on    a wage determination matter *  a conformance (additional classification and rate) ruling 

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. 

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations.  Write to: 

            Branch of Construction Wage Determinations             Wage and Hour Division            U.S. Department of Labor             200 Constitution Avenue, N.W.             Washington, DC 20210 

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: 

Page 76: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

2/17/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0

https://www.wdol.gov/wdol/scafiles/davisbacon/IL20.dvb?v=0 17/17

            Wage and Hour Administrator             U.S. Department of Labor             200 Constitution Avenue, N.W.             Washington, DC 20210 

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board).  Write to: 

            Administrative Review Board             U.S. Department of Labor             200 Constitution Avenue, N.W.             Washington, DC 20210 

4.) All decisions by the Administrative Review Board are final. 

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

          END OF GENERAL DECISION � 

Page 77: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Donohue & Associates, Inc. BID FORM Project No. 13064 00 41 33-1 A3

BID FORM

BIDDER

(name – typed or printed)

PROJECT IDENTIFICATION: Aux Sable Creek Basin and Westside WWTPs Phosphorus Removal and Expansion DONOHUE PROJECT NUMBER: 13064 CITY CONTRACT NUMBER: 2218-0317 IEPA LOAN NUMBER: L175412 ARTICLE 1 – BID RECIPIENT Attn: City Clerk

City of Joliet 150 West Jefferson Street Joliet, IL 60432 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement

with OWNER in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents.

ARTICLE 2 – BIDDER’S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders,

including without limitation those dealing with the disposition of Bid security. Bidder has not added any conditions or qualifying statements to the Bid. The Bid will remain subject to acceptance for the bid withdrawal time stated in the Invitation to Bid or for such longer period of time that Bidder may agree to in writing upon request of Owner. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds, evidence of insurance coverage, and other documents required by the Bidding Requirements within 15 days after the date of Owner’s Notice of Award.

ARTICLE 3 – IEPA-MANDATED CERTIFICATIONS 3.01 By submission of this Bid, the undersigned certifies, and in the case of a joint bid, each party

thereto certifies as to his own organization, that in connection with the proposal:

a. The prices in the proposal have been arrived at independently, without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor;

b. Unless otherwise required by law, the prices which have been quoted in the Bid have not knowingly been disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; and,

c. No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a Bid for the purpose of restricting competition.

3.02 Each person signing the bid shall certify that:

a. He or she is the person in the Bidder’s organization responsible within that organization for the decision as to the prices being bid and shall also certify that he has not participated, and will not participate, in any action contrary to Paragraph a through c above; or

Page 78: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

BID FORM Donohue & Associates, Inc. 00 41 33-2 A3 Project No. 13064

b. He or she is not the person in the Bidder’s organization responsible within that organization for the decision as to the prices being bid but that he has been authorized to act as agent for the persons responsible for such decision in certifying that such persons have not participated, and will not participate, in any action contrary to Paragraphs (a) through (c), above, and as their agent shall so certify; and shall also certify that he has not participated, and will not participate in action contrary to Paragraphs a through c above.

3.03 IEPA LOAN-RELATED CERTIFICATION: BIDDER certifies that all iron and steel products used

in the Project for the construction, alteration, maintenance, or repair of a public water system are produced in the United States in compliance with Section 436. (a) – (f) of H. R. 3547, “The Consolidated Appropriation Act, 2014”.

ARTICLE 4 – BIDDER’S REPRESENTATIONS 4.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that:

A. Bidder has examined and carefully studied the Bidding Documents, the other related data identified in the Bidding Documents, and the following Addenda, receipt of all which is hereby acknowledged.

Addendum No. Addendum Date

___________ ____________

___________ ____________

___________ ____________

___________ ____________

B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and Site conditions that may affect cost, progress, and performance of the Work.

C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations

that may affect cost, progress and performance of the Work.

D. Bidder has carefully studied all: (1) reports of explorations and test of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities), if any, that have been identified in Paragraph 5.03 of the Supplementary Conditions as containing reliable Technical Data, and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in Paragraph 5.06 of the Supplementary Conditions as containing reliable Technical Data.

E. Bidder has considered and correlated the information known to the Bidder; information

commonly known to bidders doing business in the locality of the Site; information and observations obtained from visits to the Site; the Contract Documents; and all additional or supplementary examinations, investigations, explorations, tests, studies, and data with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Contract Documents; and (3) Bidder’s safety precautions and programs.

F. Bidder does not consider that any further examinations, investigations, explorations, tests,

studies, or data are necessary for the determination of this Bid for performance of the Work at

Page 79: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Donohue & Associates, Inc. BID FORM Project No. 13064 00 41 33-3 A3

the price(s) bid and within the times and in accordance with the other terms and conditions of the Bidding Documents.

G. Bidder is aware of the general nature of work to be performed by Owner and others at the

Site that relates to the Work as indicated in the Bidding Documents.

H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and confirms that the written resolution thereof by Engineer is acceptable to Bidder.

I. The Bidding Documents are generally sufficient to indicate and convey understanding of all

terms and conditions for the performance of the Work for which this Bid is submitted. J. The submission of this Bid constitutes an incontrovertible representation by Bidder that

Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents

ARTICLE 4 – BIDDER’S CERTIFICATIONS

4.01 Bidder further represents that:

A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization or corporation;

B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or

sham Bid;

C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and

D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D:

1. “corrupt practice” means the offering, giving, receiving, or soliciting of any thing of value

likely to influence the action of a public official in the bidding process; 2. “fraudulent practice” means an intentional misrepresentation of facts made (a) to

influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition;

3. “collusive practice” means a scheme or arrangement between two or more Bidders, with

or without the knowledge of Owner, purposes of which is to establish bid prices at artificial, non-competitive levels; and

4. “coercive practice” means harming or threatening to harm, directly or indirectly, persons

or their property to influence their participation in the bidding process or affect the execution of the Contract.

4.02 Bidder is currently certified as a MBE or FBE under IEPA’s DBE Program Yes ____ No ______

Page 80: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

BID FORM Donohue & Associates, Inc. 00 41 33-4 A3 Project No. 13064

5.01 Bidder will complete the Base Bid Work in accordance with the Contract Documents for the following price(s):

UNIT PRICE WORK

No. Section Item Qty Unit Unit Price Estimated Price

1

All

Sections

All Work Except For Items No. 2 through No. 15

1 LS $ per LS $

2

01 22 00

Removal of Unsuitable Material

1,000 CY $ per CY $

3 01 22 00

Milling and Replacing Damaged Bituminous Pavement

2,910 SY $ per CY $

4 01 22 00 Asphalt Crack Filling 3,000 LB $ per CY $

5

01 21 00

Face Brick (Westside WWTP)

30 M $ 700 per M $ 21,000.00

6

01 21 00

Screw-Centrifugal Pumping Equipment

1 LS $ 72,000.00 per LS $ 72,000.00

7

01 21 00

Recessed Impeller Centrifugal Pumping Equipment

1 LS $ 17,000.00 per LS $ 17,000.00

8 01 21 00

Glass Lined Bolted Steel Tank

1 LS $ 1,021,996.00 per LS $ 1,021,996.00

9

01 21 00

Vortex Grit Removal System

1 LS $ 135,500.00 per LS $ 135,500.00

10

01 21 00

Grit Washing Equipment

1 LS $ 125,709.00 per LS $ 125,709.00

11 01 21 00 Sludge Mixing System 1 LS $ 51,300.00 per LS $ 51,300.00

Unit Price Work Continued on Next Page

Page 81: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Donohue & Associates, Inc. BID FORM Project No. 13064 00 41 33-5 A3

UNIT PRICE WORK

No. Section Item Qty Unit Unit Price Estimated Price

12 01 21 00

Circular Clarifier Equipment

1 LS $ 372,900.00 per LS $ 372,900.00

13

01 21 00

Open-Channel Low-pressure/High-intensity Ultraviolet Treatment Equipment

1 LS $ 238,000.00 per LS $ 238,000.00

14

01 21 00 Process Control System

1 LS $ 586,200.00 per LS $ 586,200.00

15 01 21 00 Existing Gate Actuators

1 LS $ 40,000.00 per LS $ 40,000.00

TOTAL OF ALL ESTIMATED PRICES (Sum of Estimated Price for Each Item)

$

(figures)

Dollars (words)

Qty = Estimated Quantity Bid Price (for each Item) = Qty x Bid Unit Price (for each item) LS = Lump Sum CY = Cubic Yard LF = Lineal Foot EA = Each M = 1,000 units LB = Pound

Unit Prices have been computed in accordance with paragraph 13.03 of the General Conditions.

All specific allowances identified in Section 01 21 00 are included in the price set forth above and have been computed in accordance with Paragraph 13.02 of the General Conditions.

Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities, determined as provided in the Contract Documents.

A. Base Bid Material and Equipment:

1. Bidder has included in the Bid price, the installed cost of material and equipment

furnished by the circled Supplier as named in the Base Bid Material and Equipment Schedule, which is included at the end of this Bid Form.

Page 82: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

BID FORM Donohue & Associates, Inc. 00 41 33-6 A3 Project No. 13064

2. The circled Supplier has been selected from Supplier A, B, or C as named in the Base Bid Material and Equipment Schedule in accordance with the Instructions to Bidders.

3. If a substitute is offered, Bidder has included the name of the Supplier and the

amount to be deducted from the Bid price for the proposed substitute in the Base Bid Material and Equipment Schedule in accordance with the Instructions to Bidders. Bidder agrees that the procedures for submission and consideration by Engineer for determining the acceptability of substitutes will be as set forth in the General Conditions and the Supplementary Conditions.

6.01 Bidder agrees that the Work will be substantially completed and completed and ready for final

payment in accordance with paragraph 15.06.B of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement.

6.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to

complete the Work within the times specified above, which shall be stated in the Agreement. 7.01 The following documents are attached to and made a condition of this Bid:

A. Required Bid security in the form of _____________________________________________

(Certified Check or Bid Bond)

in the amount of ____________________________________________________________. (Dollars or Percent of Bid Price)

B. Affirmative Action for Equal Employment Opportunities (Executive Order 11246) as required

in Section 00 30 10 in the Project Manual.

C. Certification of Nonsegregated Facilities as required by Section 00 30 20 in the Project Manual.

D. Notice to Labor Unions or Other Organizations of Workers Nondiscrimination in Employment

as required by Section 00 30 30 in the Project Manual. E. Certification Regarding Debarment, Suspension and Other Responsibility Matters as required

by Section 00 30 40 in the Project Manual. F. Prevailing Wage Requirements as required in Section 00 30 50 in the Project Manual. G. State of Illinois Loan General Conditions as required in Section 00 30 60 in the Project

Manual. H. Bidder Certification In Compliance with Article 33E to the “Criminal Code of 1961” as required

in Section 00 30 60 in the Project Manual. I. The IEPA-required DBE Participation documentation and certifications as required by Section

00 30 70 in the Project Manual. J. A fully completed and signed “Bidders Certification Regarding the Use of American Iron and

Steel Products” form, as required by Section 00 30 80 of the Project Manual. K. The City of Joliet Affidavits provided in Section 00 30 90.

The terms used in this Bid with initial capital letters have the meanings indicated in the Instruction to Bidders, the General Conditions, and the Supplementary Conditions.

Page 83: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Donohue & Associates, Inc. BID FORM Project No. 13064 00 41 33-7 A3

SUBMITTED ON ________________________________________, 20____.

State Contractor License No. _______________________________. (If applicable) If Bidder is: An Individual

Name (typed or printed): _________________________________________________________ By: ___________________________________________________________________ (SEAL) (Individual’s signature) Doing business as: _____________________________________________________________ Business address: _____________________________________________________________ _____________________________________________________________________________ Phone No.: ______________________________ FAX No.: ____________________________ A Partnership Partnership Name: _______________________________________________________ (SEAL) By: __________________________________________________________________________ (Signature of general partner – attach evidence of authority to sign) Name (typed or printed): _________________________________________________________ Business address: _____________________________________________________________ _____________________________________________________________________________ Phone No.: ______________________________ FAX No.: ____________________________ A Corporation Corporation Name: _______________________________________________________ (SEAL) State of Incorporation: __________________________________________________________ Type (General Business, Professional, Service, Limited Liability): _________________________ By: __________________________________________________________________________ (Signature – attach evidence of authority to sign) Name (typed or printed): _________________________________________________________ Title: ________________________________

(CORPORATE SEAL)

Attest: _______________________________________________________________________ (Signature of Corporate Secretary)

Page 84: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

BID FORM Donohue & Associates, Inc. 00 41 33-8 A3 Project No. 13064

Business Address: _____________________________________________________________ Phone No: _______________________________ FAX No.: ____________________________ Date of Qualification to do business is _______________________________________________ A Joint Venture Joint Venturer Name: _____________________________________________________ (SEAL) By: __________________________________________________________________________ (Signature of joint venture partner – attach evidence of authority to sign) Name (typed or printed): _________________________________________________________ Title: ________________________________________________________________________ Business address: _____________________________________________________________ Phone No.: ______________________________ FAX No.: ____________________________

Joint Venturer Name: _____________________________________________________ (SEAL) By: __________________________________________________________________________ (Signature of joint venture partner – attach evidence of authority to sign) Name (typed or printed): _________________________________________________________ Title: ________________________________________________________________________ Business address: _____________________________________________________________ Phone No.: ______________________________ FAX No.: ____________________________

Phone and FAX Number, and Address for receipt of official communications: _____________________________________________________________________________

(Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.)

Sworn and subscribed to before me this ____ day of _________________ , 20____. Notary or other officer authorized to administer oaths My commission expires: ______________________

Page 85: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Donohue & Associates, Inc. BID FORM Project No. 13064 00 41 33-9 A3

BASE BID MATERIAL AND EQUIPMENT SCHEDULE

Spec Section

Item Supplier Supplier’s

Price Installed

Cost

13 12 80

Extruded Flat Aluminum Cover System

(A) Ultraflote Corporation $ $

(B) Hallsten Corporation $ $

(C) RPS Engineering $ $

NO SUBSTITUTION

40 05 59.23 Stainless Steel Gates

(A) RW Gate $ $

(B) Fontaine Aquanox $ $

NO SUBSTITUTION

43 25 00

Submersible Centrifugal Pumping Equipment

(A) Xylem-Flygt $ $

(B) Wilo $ $

NO SUBSTITUTION

43 25 23

Submersible Propeller Pumping Equipment

(A) Xylem-Flygt $ $

(B) Landia $ $

NO SUBSTITUTION

43 41 43 Polyethylene Tanks

(A) Poly Processing Co. $ $

(B) Assmann Corporation of America $ $

NO SUBSTITUTION

43 41 43

Peristaltic Chemical Feed Equipment

(A) Watson Marlow $ $

(B) Blue-White Industries $ $

(substitute deduction) $ $

46 41 28

Top Mounted Vertical Shaft Mixing Equipment

(A) Invent Environmental Technologies $ $

(B) Aqua Turbo Systems, Inc. $ $

NO SUBSTITUTION

END OF BID FORM

Page 86: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Donohue & Associates, Inc. AGREEMENT Project No. 13064 00 52 33-1 A3

AGREEMENT THIS AGREEMENT is by and between _____the City of Joliet, Illinois_____ ____________________ _____________________________________________________________(hereinafter called OWNER) and ________________________________________________________________________________ _______________________________________________________(hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 – WORK

1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents.

1.02 The Work at the Aux Sable Creek Basin Wastewater Treatment Plant is generally described as

follows: General construction of wastewater treatment facility grit removal system, selectors, oxidation ditch modifications, splitter structure modifications, final clarifiers, chemical feed building, UV disinfection modifications, RAS pumping modifications, aerobic digester covers, biosolids mixing modifications, and a biosolids storage tank. The work includes sitework, yard piping, structural, architectural, process piping and equipment, plumbing, heating, ventilation, air conditioning, electrical, and instrumentation and control.

1.03 The Work at the Westside Wastewater Treatment Plant is generally described as follows:

General construction of wastewater treatment facility chemical feed building and associated piping. The work includes sitework, yard piping, structural, architectural, process piping and equipment, plumbing, heating, ventilation, air conditioning, electrical, and instrumentation and control.

ARTICLE 2 – THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is

generally described as follows:

Aux Sable Creek Basin and Westside WWTPs Phosphorus Removal and Expansion

ARTICLE 3 – ENGINEER 3.01 The Project has been designed by Donohue & Associates, Inc., who is hereinafter called

Engineer and who is to act as Owner’s representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents.

ARTICLE 4 – CONTRACT TIMES 4.01 Time of Essence

Page 87: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

AGREEMENT Donohue & Associates, Inc. 00 52 33-2 A3 Project No. 13064

A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract.

4.02 Days to Achieve Substantial Completion and Final Payment

A. The Work will be substantially completed within 600 days after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions within 660 days after the date when the Contract Times commence to run.

4.03 Liquidated Damages

A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding that actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $1,500.00 for each day that expires after the time specified in paragraph 4.02 for Substantial Completion, plus additional engineering costs as set forth in paragraph SC-14.10 of the Supplementary Conditions, until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER $1,000.00 for each day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment, plus additional engineering costs as set forth in paragraph SC-14.10 of the Supplementary Conditions, until the Work is completed and ready for final payment.

B. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in Section 01 11 00 for any operational shutdowns. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding that actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $100.00 for each hour that expires after the time specified in Part 1.05 and 1.07 of Section 01 11 00.

4.04 Penalties - None

ARTICLE 5 – CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract

Documents an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the estimated quantity of that item as indicated in the schedule for Unit Price Work as shown on the following page.

As provided in Paragraph 11.03 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by Engineer as provided in Paragraph 9.07 of the General Conditions. Unit prices have been computed as provided in Paragraph 11.03 of the General Conditions.

Page 88: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Donohue & Associates, Inc. AGREEMENT Project No. 13064 00 52 33-3 A3

UNIT PRICE WORK

No. Section Item Qty Unit Unit Price Estimated Price

1

All

Sections

All Work Except For Items No. 2 through No. 15

1 LS $ per LS $

2

01 22 00

Removal of Unsuitable Material

1,000 CY $ per CY $

3 01 22 00

Milling and Replacing Damaged Bituminous Pavement

2,910 SY $ per CY $

4 01 22 00 Asphalt Crack Filling 3,000 LB $ per CY $

5

01 21 00

Face Brick (Westside WWTP)

30 M $ 700 per M $ 21,000.00

6

01 21 00

Screw-Centrifugal Pumping Equipment

1 LS $ 72,000.00 per LS $ 72,000.00

7

01 21 00

Recessed Impeller Centrifugal Pumping Equipment

1 LS $ 17,000.00 per LS $ 17,000.00

8 01 21 00

Glass Lined Bolted Steel Tank

1 LS $ 1,021,996.00 per LS $ 1,021,996.00

9

01 21 00

Vortex Grit Removal System

1 LS $ 135,500.00 per LS $ 135,500.00

10

01 21 00

Grit Washing Equipment

1 LS $ 125,709.00 per LS $ 125,709.00

11 01 21 00 Sludge Mixing System 1 LS $ 51,300.00 per LS $ 51,300.00

Unit Price Work Continued on Next Page

Page 89: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

AGREEMENT Donohue & Associates, Inc. 00 52 33-4 A3 Project No. 13064

UNIT PRICE WORK

No. Section Item Qty Unit Unit Price Estimated Price

12 01 21 00

Circular Clarifier Equipment

1 LS $ 372,900.00 per LS $ 372,900.00

13

01 21 00

Open-Channel Low-pressure/High-intensity Ultraviolet Treatment Equipment

1 LS $ 238,000.00 per LS $ 238,000.00

14

01 21 00 Process Control System

1 LS $ 586,200.00 per LS $ 586,200.00

15 01 21 00 Existing Gate Actuators

1 LS $ 40,000.00 per LS $ 40,000.00

TOTAL OF ALL ESTIMATED PRICES (Sum of Estimated Price for Each Item)

$

(figures)

Dollars (words)

Qty = Estimated Quantity Bid Price (for each Item) = Qty x Bid Unit Price (for each item) LS = Lump Sum CY = Cubic Yard LF = Lineal Foot EA = Each M = 1,000 units LB = Pound

ARTICLE 6 – PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments

A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions.

6.02 Progress Payments; Retainage

A. OWNER shall make progress payments on account of the Contract Price on the basis of CONTRACTOR’S Applications for Payment as recommended by ENGINEER and upon approval of IEPA each month during performance of the Work as provided below. All such

Page 90: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Donohue & Associates, Inc. AGREEMENT Project No. 13064 00 52 33-5 A3

payments will be measured by the schedule of values established in paragraph 2.07.A of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements.

B. Progress payments will be made in an amount equal to the percentage indicated below but,

in each case, less the aggregate of payments previously made and less such amounts as ENGINEER may determine or OWNER may withhold, in accordance with paragraph 14.02 of the General Conditions:

1. 90% of Work completed (with the balance being retainage). If the Work has been 50%

completed as determined by ENGINEER, and if the character and progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER, on recommendation of ENGINEER, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no retainage on account of Work subsequently completed, in which case the remaining progress payments will be in an amount equal to 100% of the Work completed less the aggregate of previous retainage and payments previously made. At 50% completion, or any time thereafter, when the character and progress of the Work is not satisfactory, additional amounts may be retained, but in no event shall the total retainage be more than 10% of the value of the Work completed.

C. Upon Substantial Completion, the amount of retainage may be reduced. Upon Substantial

Completion, OWNER may make additional payments, retaining at all times an amount sufficient to cover the estimated cost of the work still to be completed or corrected.

6.03 Final Payment

A. Upon final completion and acceptance of the Work in accordance with paragraph 14.07 of the General Conditions, OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER and upon approval of IEPA as provided in said paragraph 14.07.

ARTICLE 7 – INTEREST 7.01 By City of Joliet policy, all moneys not paid when due as provided in Article 14 of the General

Conditions shall bear zero percent (0%) interest. ARTICLE 8 – CONTRACTOR’S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following

representations:

A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents.

B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the

general, local, and Site conditions that may affect cost, progress, and performance of the Work.

C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and

Regulations that may affect cost, progress, and performance of the Work.

D. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed

Page 91: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

AGREEMENT Donohue & Associates, Inc. 00 52 33-6 A3 Project No. 13064

by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto.

E. CONTRACTOR does not consider that any further examinations, investigations, explorations,

tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents.

F. CONTRACTOR is aware of the general nature of work to be performed by OWNER and

others at the Site that relates to the Work as indicated in the Contract Documents.

G. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents.

H. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or

discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR.

I. The Contract Documents are generally sufficient to indicate and convey understanding of all

terms and conditions for performance and furnishing of the Work. ARTICLE 9 – CONTRACT DOCUMENTS 9.01 Contents

A. The Contract Documents consist of the following:

1. This Agreement (pages 00 52 00-1 to 00 52 00-8, inclusive); 2. Performance Bond (pages 00 61 00-1 to 00 61 00-3, inclusive);

3. Payment Bond (pages 00 61 50-1 to 00 61 50-3, inclusive);

4. General Conditions (pages 00 72 00-1 to 00 72 00-65, inclusive);

5. Supplementary Conditions (pages 00 80 00-1 to 00 80 00-19, inclusive);

6. Specifications as listed in the table of contents of the Project Manual which is

provided in three volumes;

7. Drawings, not attached hereto, consisting of two volume, each as follows:

a. Volume I consists of a cover sheet and sheets numbered 1 through 224, inclusive, with each sheet bearing the following general title: “Aux Sable Creek Basin and Westside WWTPs Phosphorus Removal and Expansion Volume I – Aux Sable Creek Basin WWTP”;

b. Volume II consists of a cover sheet and sheets numbered 1 through 64, inclusive, with each sheet bearing the following general title: “Aux Sable Creek Basin and Westside WWTPs Phosphorus Removal and Expansion Volume II – Westside WWTP”;

8. Addenda (numbers 1 to ____, inclusive);

Page 92: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Donohue & Associates, Inc. AGREEMENT Project No. 13064 00 52 33-7 A3

9. Exhibits to this Agreement (enumerated as follows): a. Contractor’s Bid (pages ____ to ____, inclusive);

b. Exhibit D: Documentation submitted by Contractor prior to Notice of Award

(pages ____ to ____, inclusive);

10. Wage Rates; 11. Federal, State, and Local Forms;

12. Documents in the Appendix;

13. The following which may be delivered or issued on or after the Effective Date of the

Agreement and are not attached hereto:

a. Notice to Proceed;

b. Change Orders;

c. Work Change Directives;

d. Field Orders;

e. Engineer’s written interpretations and clarifications.

B. The documents listed in Paragraph 9.01.A. are attached to this Agreement (except as expressly noted otherwise above).

C. There are no Contract Documents other than those listed above in this Article 9.

D. The Contract Documents may only be amended, modified, or supplemented as provided in

paragraph 3.04 of the General Conditions. ARTICLE 10 – MISCELLANEOUS 10.01 Terms

A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 10.02 Assignment of Contract

A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents.

10.03 Successors and Assigns

A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents.

Page 93: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

AGREEMENT Donohue & Associates, Inc. 00 52 33-8 A3 Project No. 13064

10.04 Severability

A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision.

10.05 Other Provisions

A. CONTRACTOR’S Estimated Payment Request Schedule for Outlay Management:

1. Within 30 days of issuance of the Notice to Proceed, CONTRACTOR shall furnish OWNER with a schedule of the estimated dollar value of work projected to be completed each month for the duration of the Contract. The schedule shall be updated monthly based on actual expenditures and shall be submitted along with CONTRACTOR’S monthly application for progress payment. The schedule shall be detailed to allow separation of eligible and ineligible cost items and Innovative/Alternative cost items.

IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR, and ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR. This Agreement will be effective on ___________, ______(which is the Effective Date of the Agreement). OWNER: City of Joliet, Illinois

CONTRACTOR: _______________________________________

By:____________________________________

City Manager

By:____________________________________

(signature)

(typed name and title) Attest __________________________________

City Clerk

Attest __________________________________

(signature) Address for giving notices: City of Joliet

150 West Jefferson Street

Joliet, IL 60432

Address for giving notices:

License No. _____________________________

(where applicable)

Page 94: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Donohue & Associates, Inc. AGREEMENT Project No. 13064 00 52 33-9 A3

Page 95: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Donohue & Associates, Inc. ALLOWANCES Project No. 13064 01 21 00-1 A3

SECTION 01 21 00 ALLOWANCES

PART 1 - GENERAL 1.01 SUMMARY

A. To provide adequate budget and bonding to cover items not precisely determined prior to bidding, include in the Contract Price the costs or quantities described in this Section.

B. Adjustment of Cost:

1. If cost or quantity is more or less than the specified allowance, Contract Price will be

adjusted by Change Order. 2. Submit documentation for the actual costs or quantities after completion of Work.

Documentation shall include billing statements and evidence of payment.

C. Designate in schedule of values costs and quantities required under each allowance. 1.02 DEFINED ALLOWANCES

A. Section 04 21 00: Face brick shall be included in Contractor’s proposal at assumed net price to purchase and deliver. Modular size (7 5/8 by 2 1/4 by 3 5/8) running bond assumed price of $700 per M, f.o.b. delivered to the job site. Installation shall be included in the Lump Sum Bid. Face brick shall be included in Contractor’s proposal at assumed net price as indicated per M, f.o.b. delivered to the Westside WWTP job site. Should net cost of brick be more or less than assumed amount, Owner will adjust amount of Contract at time of final payment based on number of bricks used in the work and actual net price paid to supplier by Contractor for brick delivered as noted.

B. Section 43 21 13: The City of Joliet has pre-negotiated a lump sum of $72,000 for the Screw-Centrifugal Pumping Equipment as defined in Section 43 21 13.

C. Section 43 21 23: The City of Joliet has pre-negotiated a lump sum of $17,000 for the Recessed Impeller Centrifugal Pumping Equipment as defined in Section 43 21 13.

D. Section 43 41 11: The City of Joliet has pre-negotiated a lump sum of $1,021,996 for the

Glass Lined Bolted Steel Tank as defined in Section 43 41 11.

E. Section 46 23 23: The City of Joliet has pre-negotiated a lump sum of $135,500 for the Vortex Grit Removal System as defined in Section 46 23 23.

F. Section 46 23 63: The City of Joliet has pre-negotiated a lump sum of $125,709 for the Grit

Washing Equipment as defined in Section 46 23 63.

G. Section 46 41 29: The City of Joliet has pre-negotiated a lump sum of $51,300 for the Sludge Mixing System as defined in Section 46 41 29.

H. Section 46 43 21: The City of Joliet has pre-negotiated a lump sum of $372,900 for the

Circular Clarifier Equipment as defined in Section 46 43 21. I. Section 46 66 56: The City of Joliet has pre-negotiated a lump sum of $238,000 for the

Open-channel Low-Pressure/High-intensity Ultraviolet Treatment Equipment as defined in Section 46 66 56.

Page 96: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

ALLOWANCES Donohue & Associates, Inc. 01 21 00-2 A3 Project No. 13064

J. PROCESS CONTROL SYSTEM: The City of Joliet has pre-negotiated a lump sum of $586,200 for the Process Control System work as defined in Section 40 61 13.

K. Section 40 05 59.23: Provide a lump sum of $40,000 for the manufacturer provided

materials and services for electrical actuators to be installed on existing gates SG-10-07, -08, -09, -10, and -11 as specified in Section 40 05 59.23.

PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used)

END OF SECTION

Page 97: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Donohue & Associates, Inc. UNIT PRICES Project No. 13064 01 22 00-1 A3

SECTION 01 22 00 UNIT PRICES

PART 1 – GENERAL 1.01 SUMMARY

A. This Section identifies Unit Price Bid Items by number and lists applicable Specification Sections and method of measurement and payment.

B. Provide labor, materials, equipment, supervision, and other services to complete Work for

each Unit Price Bid Item as required by Contract Documents. 1.02 DESCRIPTION OF UNIT PRICE BID ITEMS

A. Bid Item No. 1: All Work Except for Items No. 2 through 15 on the Bid Tabulation as lump sum. 1. Removal of Excess Excavated Materials

a. The removal and any disposal costs of Excess Excavated Materials, this is all

materials that are not classified as Unsuitable Material per Item B below, shall be included in lump sum Bid Item No. 1.

B. Bid Item No. 2: Removal of Unsuitable Materials

1. Definition of Unsuitable Material

a. Existing material exposed during the excavation process which is classified as topsoil or peat, contains excessive organics (greater than 4%), slag, cinders, foundry sand, debris, rubble, or other similar materials which hinder compaction.

2. Work as described below.

a. Section 31 22 00: Grading b. Section 31 23 00: Excavation and Fill c. Section 31 23 33: Trenching and Backfill

3. Include cost of, but not limited to:

a. Excavation, hauling, and disposal of unsuitable material. b. Structural fill and backfilling. c. Clean up. d. Other pertinent and incidental Work.

4. Do not include cost of:

a. Work included in other Bid Items. b. Work required for Removal and Disposal of Excess Excavated Materials.

5. Measurement for Payment:

a. Measure, in Cubic Yards, quantity of Unsuitable Materials will be measured in their

original position and the volume occupied by the method of average end areas.

Page 98: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

UNIT PRICES Donohue & Associates, Inc. 01 22 00-2 A3 Project No. 13064

b. Payment will be made at the contract unit price per cubic yard for Removal of Unsuitable Materials.

C. Bid Item No. 3: Milling and Replacing Damaged Bituminous Pavement 1. Work as described below.

a. Section 32 12 16: Asphalt Paving

2. Measurement for Payment

a. Measure, in Square Yards, damaged pavements to be removed and replaced. Mill

the top 2-inches of Bituminous pavement materials and dispose of said material. Then provide 2-inch thick Asphalt Surface Course.

b. Payment will be made at the contract unit price per square yard for Milling and disposing of bituminous pavement materials and providing new asphalt surface course.

D. Bid Item No. 4: Asphalt Crack Filling

1. Work as described below.

a. Asphalt Crack Filling per IDOT Standard Specifications Section 451 b. The unit price shall include the cleaning of the joints and cracks and the furnishing

and placing of the filler.

2. Measurement for Payment a. Filling of cracks will be measured for payment in pounds of fiber-asphalt used. b. This work will be paid for at the contract unit price per pound of fiber asphalt.

PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used)

END OF SECTION

Page 99: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

PROCESS-MECHANICAL PIPING SYSTEMS Donohue & Associates, Inc.40 05 13-8 A3 Project No. 13064

AUX SABLE CREEK BASIN WWTP PROCESS-MECHANICAL PIPING SCHEDULE

ServiceSize

(in.)

Pipe

MatlLocation

Min/Max

Temp

(oF)

Max

Press

(psig)

Color Remarks

BL 6, 8 CLDIInside Exposed,

Embedded40/95 110-H

Dark

Brown

D 6 PVCOutside

Exposed-20/110 5-P

Dark

Brown

MD 6, 8, 20 CLDI

Inside Exposed,

Embedded,

Buried

40/95 110-HDark

Brown

MS8, 20,

24CLDI

Inside Exposed,

Embedded,

Buried

40/95 110-HDark

Brown

OF 12 CLDIOutside

Exposed-20/110 15-H

Dark

Brown

SUPT 6 CLDIOutside

Exposed-20/110 15-H

Dark

Brown

Heat Trace, Insulate and Jacket per

Sections 40 41 00 and 40 42 23 where

indicated on drawings.

YARD PIPING

Alum

Tube1/2 PPL

Outside

Exposed-20/110 30-H None Install inside carrier.

Alum

Carrier6

See

RemarkBuried -20/110 5-H None

· See 33 05 10 for material.

· For buried pipe installation comply with

Division 33.

· Heat Trace, Insulate and Jacket per

Sections 40 41 00 and 40 42 23 where

indicated on Drawings.

BL 8, 24 CLDI Buried -20/110 110-H NoneFor buried pipe installation comply with

Division 33.

D 6 PVC Buried -20/110 5-H NoneFor buried pipe installation comply with

Division 33.

D 8 CLDI Buried -20/110 5-H NoneFor buried pipe installation comply with

Division 33.

G See Sections 33 05 10 and 23 11 23.

GR 4 GLDI Buried -20/110 45-H NoneFor buried pipe installation comply with

Division 33.

MD

6,

10,12,

14,20

CLDI Buried -20/110 110-H NoneFor buried pipe installation comply with

Division 33.

MS 20, 24 CLDI Buried -20/110 110-H NoneFor buried pipe installation comply with

Division 33.

ML 30, 42 CLDI Buried -20/110 10-H NoneFor buried pipe installation comply with

Division 33.

OF 12 CLDI Buried -20/110 15-H NoneFor buried pipe installation comply with

Division 33.

OC 10See

RemarkBuried -20/110

See

RemarkNone

· For buried pipe installation comply with

33 05 10 and 31 23 33.

· See Section 23 31 16.16 for materials

and pressure testing requirements.

· Color shall be by “Gel Coat” per

material specification.

PI 30 CLDI Buried -20/110 10-H NoneFor buried pipe installation comply with

Division 33

RAS16, 18,

24CLDI Buried -20/110 45-H None

For buried pipe installation comply with

Division 33

Page 100: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Donohue & Associates, Inc. PROCESS-MECHANICAL PIPING SYSTEMSProject No. 13064 40 05 13-9 A3

AUX SABLE CREEK BASIN WWTP PROCESS-MECHANICAL PIPING SCHEDULE

ServiceSize

(in.)

Pipe

MatlLocation

Min/Max

Temp

(oF)

Max

Press

(psig)

Color Remarks

SAN See Division 33.

SE 30, 48 CLDI Buried -20/110 10-H NoneFor buried pipe installation comply with

Division 33

SSM 4 CLDI Buried -20/110 30-H NoneFor buried pipe installation comply with

Division 33

SSM 8 CLDI Buried -20/110 10-H NoneFor buried pipe installation comply with

Division 33

ST See Division 33.

SUPT 6, 12 CLDI Buried -20/110 15-H None

· For buried pipe installation comply with

Division 33.

· Heat Trace, Insulate and Jacket per

Sections 40 41 00 and 40 42 23 where

indicated on Drawings.

W1 See Division 33.

W3 2See

RemarkBuried -20/110 110-H None

· For buried pipe installation comply with

Division 33.

· Pipe material shall PVC as specified in

Section 22 00 05.

WESTSIDE WWTP PROCESS-MECHANICAL PIPING SCHEDULE

ServiceSize

(in.)

Pipe

MatlLocation

Min/Max

Temp

(oF)

Max

Press

(psig)

Color Remarks

70 – BLOWER BUILDING

ALUM 1 PVCInside Exposed,

Embedded40/95 30-H Yellow No threaded connections allowed.

G See Section 23 11 23

W1 See Section 22 00 05

80 – CHEMICAL BUILDING

ALUM 1, 3, 4 PVCInside Exposed,

Embedded40/95 30-H Yellow No threaded connections allowed.

D 1 PVC Inside Exposed 40/95 5-H Black No threaded connections allowed.

G See Section 23 11 23

OF 6 PVC Inside Exposed 40/95 5-H Black

SAN See Section 22 00 05

V See Section 22 00 05 for all vent piping not called out on Drawings 80-M-1, 80-M-2 and 80-M-3.

V 4, 6 PVCInside Exposed,

Embedded40/95 5-P Black

Vent piping called out on Drawings 80-M-

1, 80-M-2 and 80-M-3.

Page 101: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

PROCESS-MECHANICAL PIPING SYSTEMS Donohue & Associates, Inc.40 05 13-10 A3 Project No. 13064

WESTSIDE WWTP PROCESS-MECHANICAL PIPING SCHEDULE

ServiceSize

(in.)

Pipe

MatlLocation

Min/Max

Temp

(oF)

Max

Press

(psig)

Color Remarks

V 6 PVCOutside

Exposed-20/110 5-P Black

Vent piping called out on Drawings 80-M-

1, 80-M-2 and 80-M-3.

W1 See Section 22 00 05

W3 1See

RemarkInside Exposed 40/95 110-H

Light

Gray

· Pipe shall be PVC as specified in

Section 22 00 05.

· Insulate as per Section 22 00 05.

· No threaded connections allowed.

YARD PIPING

ALUM 1See

RemarkBuried -20/110 30-H None

· See 33 05 10 for material.

· For buried pipe installation comply with

Division 33.

· No threaded connections allowed.

· Heat Trace, Insulate and Jacket per

Sections 40 41 00 and 40 42 23 where

indicated on Drawings.

G See Division 33.

SAN See Division 33.

W1 See Division 33.

W3 2See

RemarkBuried -20/110 110-H None

· For buried pipe installation comply with

Division 33.

· Pipe material shall PVC as specified in

Section 22 00 05.

END SECTION

Page 102: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

EEO/Affirmative Action Employer

Corporate Office 5501 Feltl Road, Minnetonka, MN 55343 Phone: 952-933-3222 Fax: 952-933-0608 www.wmeng.com Arizona California Colorado Georgia Illinois Maine Minnesota New Hampshire New Mexico New York North Carolina Ohio Oregon Tennessee Texas Wisconsin

February 16, 2017 Project Name: Aux Sable Creek Basin and Westside WWTPs Phosphorus Removal and Expansion

Project Location: Joliet, Illinois Consulting Engineer: Donohue & Associates, Inc. Bid Date and Time: February 23, 2017 at 2:00 PM Quotation No.: 170223wg1, rev. d Ms. Kendra Sveum Donohue & Associates, Inc. 125 South Wacker Drive, Suite 1850 Chicago, IL 60606 Wunderlich-Malec Environmental is pleased to offer the following proposal for your consideration. We acknowledge all modifications to the plans and specifications through Addendum No. 3. The applicable portions of the following specification sections have been included in this proposal: Section 26 24 19 – Motor-Control Centers Section 26 29 33 – Variable Frequency Drive Equipment Section 26 35 26 – Harmonic Filters Section 27 11 00 – Communications Equipment Room Fittings Section 27 21 00 – Data Communications Network Equipment Section 40 61 13 – Process Control System – General Provisions Section 40 61 23 – Process Control System - Requirements Section 40 61 53 – Process Control System (PCS) Configuration Services Section 40 61 63 – Process Control System - Training Section 40 61 73 – Process Control System - Testing Section 40 61 83 – Process Control System – O&M Data Section 40 61 93 – Process Control System – Input/Output List Section 40 63 43 – Programmable Logic Controllers Section 40 67 00 – Process Control Panels and Hardware Section 40 67 10 – Miscellaneous Control Panel Devices Section 40 67 63 – Uninterruptible Power Supply (UPS) Section 40 70 00 – Instrumentation of Process Systems Section 40 71 00 – Flow Measurement Section 40 71 69 – Open Channel Flow Meters Section 40 72 00 – Level Measurement Section 40 73 00 – Pressure Measurement Section 40 75 00 – Analysis Instrumentation Total price for the equipment and services of this proposal is $586,200.00 net.

ksveum
Typewriter
ATTACHMENT A
Page 103: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Page 2 of 12

This proposal includes a Bill of Materials and Standard Terms of Sale, to which this proposal is subject and which form a part of this proposal and any agreement resulting here from. This proposal consists of twelve pages (12). If you have any questions regarding this proposal, please do not hesitate to contact me at 847-691-9542. Yours Truly,

Bill Graham SIGNED ELECTRONICALLY

Bill Graham [email protected] Wunderlich-Malec Environmental “Employee Owned, Customer Committed”

Page 104: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Page 3 of 12

Bill of Materials

Aux Sable Creek Basin WWTP

I. Electrical Equipment

A. MCC-10-01 1. Modify existing MCC-10-01 and up date existing documentation on WM project 154025 2. Extend existing MCC-10-01 DeviceNet network and configure new nodes 3. All motor starter and drive buckets include specified pilot devices, communication

modules and relay logic in accordance with the P&ID drawings and the specifications. 4. Furnish the following unit inserts for existing Allen Bradley MCC:

a. FVNR, size 1 with 7A MCP and DSA module for GT-10-02 b. FVNR, size 1 with 30A MCP and DSA module for GP-10-02 c. CB, 100AF/20AT TMB for SG-10-09

5. Furnish extension to existing MCC-10-01 consisting of: a. Three vertical sections, 90”Hx60”Wx20”D b. Furnish power bus and ground bus splice kit c. Extend DeviceNet network and configure new nodes d. All motor starter and drive buckets include specified pilot devices, communication

modules and relay logic in accordance with the P&ID drawings and the specifications.

e. FVNR, size 1 with 7A MCP and DSA module for GSC-10-02 f. FVNR, size 1 with 3A MCP and DSA module for GS-10-02 g. CB, 100AF/30AT TMB for SP-15-01 h. CB, 100AF/30AT TMB for SP-15-02 i. CB, 100AF/20AT TMB for SG-10-07 j. CB, 100AF/20AT TMB for SG-10-08 k. CB, 100AF/20AT TMB for SG-10-10 l. CB, 100AF/20AT TMB for SG-10-11 m. CB, 100AF/20AT TMB for SG-15-01 n. CB, 100AF/20AT TMB for SG-15-02 o. CB, 100AF/20AT TMB for SG-15-03 p. CB, 100AF/20AT TMB for SG-15-04

B. MCC-40-01

1. Two vertical sections, 90”Hx40”Wx20”D 2. All motor starter and drive buckets include specified pilot devices, communication

modules and relay logic in accordance with the P&ID drawings and the specifications. 3. MCC is not DeviceNet equipped. 4. MCB, 250AF/250AT TMB 5. CB, 100AF/100AT TMB for SPD-40-01 6. CB, 100AF/50AT TMB for XFMR-40-01 7. FVNR, size 1 with 3A MCP for EF-40-01 8. CB, 100AF/20AT TMB for MAU-40-01 9. CB, 100AF/20AT TMB for EUH-40-01 10. CB, 100AF/20AT TMB for EUH-40-01 11. CB, 150AF/110AT TMB for EWH-40-01

Page 105: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Page 4 of 12

12. CB, 100AF/20AT TMB for spare

C. MCC-50-01 1. No modifications required

D. MCC-60-01 1. Furnish extension to existing MCC-60-01 consisting of:

a. Five vertical sections, 90”Hx100”Wx20”D b. Furnish two power bus and two ground bus splice kits c. All motor starter and drive buckets include specified pilot devices, communication

modules and relay logic in accordance with the P&ID drawings and the specifications.

d. Extend DeviceNet network and configure new nodes e. FVR, size 1 with 15A MCP and DSA module for SM-15-01 f. FVR, size 1 with 15A MCP and DSA module for SM-15-02 g. FVR, size 1 with 15A MCP and DSA module for SM-15-03 h. FVR, size 1 with 15A MCP and DSA module for SM-15-04 i. VFD, 22FLA with 40A TMB for MLRP-15-01 j. CB, 100AF/20AT TMB for SG-20-06 k. CB, 100AF/20AT TMB for SG-20-07 l. VFD, 52FLA with 90A TMB for RASP-60-06 m. CB, 250AF/200AT TMB for MCC-40-01 n. CB, 125AF/125AT TMB for AF-60-01 o. VFD, 52FLA with 90A TMB for RASP-60-05 p. VFD, 52FLA with 90A TMB for RASP-60-04 q. CB, 100AF/20AT TMB for SG-20-08 r. CB, 100AF/20AT TMB for SG-20-09

2. Modify existing MCC-60-01 and up date existing documentation on WM project 154025 3. Extend existing MCC-60-01 DeviceNet network and configure new nodes 4. Furnish the following unit inserts for existing Allen Bradley MCC:

a. FVNR, size 1 with 3A MCP and DSA module for FC-30-03 b. FVNR, size 1 with 3A MCP and DSA module for FC-30-04 c. CB, 100AF/20AT TMB for SG-30-34 d. FVNR, size 1 with 7A MCP and DSA module for SP-30-34 e. CB, 100AF/20AT TMB for SG-30-03 f. CB, 100AF/20AT TMB for SG-30-04 g. Furnish Shorting block and ground bar for AF-60-01

E. Active Harmonic Filter

1. AF-60-01, 480VAC, 100A with DeviceNet communications and TCI startup services 2. Furnish (2) 1,600:5 CTs 3. Furnish 50’ cable from CT shorting block to active filter

F. MCC-80-01 1. No modifications required

II. Control Panels

Page 106: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Page 5 of 12

A. Transmitter Cabinets 1. TX-15-01

a. NEMA 4X Enclosure, 24”Hx24”Wx10”D b. Sun Shield c. Suitable for 120VAC, single phase d. Main circuit breaker e. SPD f. Heater with thermostat g. ORP Transmitter h. Modbus to Fiber Media Converter

B. Modify SCC-10-01 1. Remove existing AB 10 slot rack (1746-A10) and replace with AB 13 slot rack (1746-

A13). Reinstall existing I/O modules. 2. Install (2) AB 1746-IA16 in existing spare slots and wire to terminals 3. Install (2) AB 1746-OW16 in spare slots and wire to terminals 4. Install (1) PR Electronics analog barrier for PIT-10-02 5. Install (3) PR Electronics digital barrier for GWA-LO-10-02, GSC-CS-10-02, and GS-

CS-10-02. (We are quoting IS in lieu of XP interface to match existing Grit System) 6. Install (2) AB 700-P000A1/700-PMCKIT lighting contactors

C. SCC-40-01 1. NEMA 12 Painted Steel Enclosure, 72“Hx36”Wx18”D 2. Suitable for 120VAC, single phase service 3. Interior light with switch 4. Convenience receptacle 5. 24VDC Power supply 6. CompactLogix PLC System including

a. (1) 1769-L33ER Controller b. (2) 1769-IF4I Analog input module c. (2) 1769-OF4CI Analog output module d. (1) 1769-PA4 Power supply e. (3) 1769-IA16 Digital input module f. (2) 1769-OW8I Digital output module

7. Ethernet switch 8. Fiber Optic Patch Panel 9. Ethernet service port, door mounted 10. Cooling fan and thermostat 11. Terminals, fuses, relays, wire duct and wiring as specified

D. Alum Tanks Truck Fill Control Panel (TFCP-40-01)

1. NEMA 4X Stainless Steel Enclosure, 20“Hx20”Wx8”D 2. (2) Level Indicators 3. (2) High Level Lights 4. (1) Alarm Horn 5. (1) Horn Silence Button 6. (1) Horn 7. Terminals, wire duct and wiring as specified

Page 107: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Page 6 of 12

E. Modify existing SCC-50-01 1. Incorporate OPA-50-01 signals into existing I/O

F. Modify existing SCC-60-01

1. Remove existing AB 1747-L553 from rack and replace with a 1747-AENTR 2. Remove existing AB 1747-SDN from rack 3. Remove existing Prosoft MVI46-MCM from rack 4. Install AB 1747-AENTR module in existing rack 5. Install Modbus to Fiber Media Converter 6. Reconfigure existing program to reflect system modifications

G. SCC-60-02

1. NEMA 12 Painted Steel Enclosure, 72“Hx36”Wx18”D 2. Suitable for 120VAC, single phase service 3. Interior light with switch 4. Convenience receptacle 5. 24VDC Power supply 6. CompactLogix PLC System including

a. (1) 1769-L33ER Controller b. (3) 1769-IF4I Analog input module c. (1) 1769-PA4 Power supply d. (1) 1769-SDN DeviceNet Scanner e. (1) ProSoft MVI69-MCM Modbus Master/Slave Network Interface f. (4) 1769-IA16 Digital input module g. (3) 1769-OW8I Digital output module

7. Ethernet switch 8. Ethernet service port, door mounted 9. Cooling fan and thermostat 10. Terminals, fuses, relays, wire duct and wiring as specified

H. Modify existing SCC-80-01

1. Install (1) AB 1746-NI4 2. Install (1) PR Electronics analog barrier for LT-80-03 3. Install (1) PR Electronics digital barrier for FS-80-03 4. Incorporate FS-80-03, HTP-80-01, and LT-80-03 signals into existing I/O

III. Process Control System Modifications

A. Implement Grit Removal control additions in accordance with 009-N-1 B. Implement Selector and Oxidation Ditch control additions in accordance with 009-N-2 C. Implement Final Clarifier and Scum control additions in accordance with 009-N-3 D. Implement Ortho-Phosphate control additions in accordance with 009-N-4 E. Implement Biosolids Pumping control additions in accordance with 009-N-5 F. Implement Biosolids Mixing and Storage control additions in accordance with 009-N-6 G. Implement Alum Storage and Pumping control additions in accordance with 009-N-7 H. Install WIN911 on existing process control server I. Implement alarm notification as required per specifications. J. Provide HMI modifications to incorporate process additions.

Page 108: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Page 7 of 12

IV. Instrumentation and Loose Devices

A. Control Stations 1. GWA-LO-10-02, Type B, NEMA 4X, IS 2. GSC-CS-10-02, Type A, NEMA 4X, IS 3. GS-CS-10-02, Type A, NEMA 4X, IS 4. RASP-LO-60-04, Type B, NEMA 4X 5. RASP-LO-60-05, Type B, NEMA 4X 6. RASP-LO-60-06, Type B, NEMA 4X

B. ORP Analyzer/Transmitter

1. ORP-15-01

C. Ortho-Phosphate Analyzer/Transmitter 1. OPA-50-01

D. Magnetic Flow Element and Transmitter

1. MFM/MFT-60-03 2. MFM/MFT-60-04

E. Flow Switch, Thermal Dispersion

1. FSH-40-01

F. Flow Element and Transmitter, Palmer Bowlus Flume 1. UFM-80-02, 6” throat with 12” pipe transition on inlet and outlet 2. FT-80-02 with mounting bracket

G. Level Switch, Vertical Float

1. FS-30-34 2. VFS-40-00

H. Level Switch, Ball Float

1. FS-20-01 2. FS-30-01 3. FS-30-02 4. FS-30-03 5. FS-80-03

I. Level Element and Transmitter, Microwave Radar

1. LT-20-01 2. LT-80-03 3. LE/LT-40-01 4. LE/LT-40-02

J. Pressure Gauge/Indicator

1. PI/PE-10-02S with 4” annular seal 2. PI/PE-10-02D with 4” annular seal 3. PI-60-04S with diaphragm seal 4. PI-60-04D with diaphragm seal

Page 109: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Page 8 of 12

5. PI-60-05S with diaphragm seal 6. PI-60-05D with diaphragm seal 7. PI-60-06S with diaphragm seal 8. PI-60-06D with diaphragm seal 9. PI-40-00

K. Pressure Switch, Adjustable Dead Band

1. PSH-40-01 with diaphragm seal 2. PSH-40-03 with diaphragm seal 3. PSH-40-04 with diaphragm seal

L. Pressure Transmitter, Electronic 1. PT-10-02D

Westside WWTP

V. Control Panels

A. Chemical Building Control Panel (ACP-8) 1. NEMA 12 Painted Steel Enclosure, 72“Hx36”Wx18”D 2. Suitable for 120VAC, single phase service 3. Interior light with switch 4. Convenience receptacle 5. 24VDC Power supply 6. CompactLogix PLC System including

a. (1) 1769-L33ER Controller b. (2) 1769-IF4I Analog input module c. (2) 1769-OF4CI Analog output module d. (1) 1769-PA4 Power supply e. (3) 1769-IA16 Digital input module f. (2) 1769-OW8I Digital output module

7. Ethernet switch 8. Fiber Optic Patch Panel 9. Ethernet service port, door mounted 10. Cooling fan and thermostat 11. Terminals, fuses, relays, wire duct and wiring as specified

B. Alum Tanks Truck Fill Control Panel (TFCP-80-01) 1. NEMA 4X Stainless Steel Enclosure, 20“Hx20”Wx8”D 2. (2) Level Indicators 3. (2) High Level Lights 4. (1) Alarm Horn 5. (1) Horn Silence Button 6. (1) Horn 7. Terminals, wire duct and wiring as specified

C. Modifications to Blower Building Control Panel (ACP-3)

1. Add Fiber Media Converter 2. Add Fiber Patch Panel

Page 110: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Page 9 of 12

D. Modifications to Administration Building Control Panel (ACP-1)

1. Add Ortho-Phosphate analog input to existing PLC 2. Add Ortho-Phosphate analyzer alarm digital input to existing PLC

VI. Process Control System Modifications

A. Implement Alum storage and pumping additions in accordance with 009-N-1 B. Implement Ortho-Phosphate additions in accordance with 009-N-2 C. Install WIN911 on existing process control server D. Implement alarm notification as required per specifications. E. Provide HMI modifications to incorporate process additions.

VII. Instrumentation and Loose Devices

A. Ortho-Phosphate Analyzer/Transmitter

1. OPA-90-01

B. Flow Switch, Thermal Dispersion 1. FSH-80-01

C. Level Switch, Vertical Float

1. VFS-80-00

D. Level Element and Transmitter, Microwave Radar 1. LE/LT-80-01 2. LE/LT-80-02

E. Pressure Gauge/Indicator

1. PI-80-00

F. Pressure Switch, Adjustable Dead Band 1. PSH-80-01 with diaphragm seal 2. PSH-80-02 with diaphragm seal 3. PSH-80-03 with diaphragm seal 4. PSH-80-04 with diaphragm seal

VIII. General Conditions and Clarifications

A. We acknowledge the substantial completion of 600 days and will schedule performance of

our work accordingly. Note: The project documents require substantial on-site time for calibration, testing, and commissioning. We will provide up to two field technicians on site to perform these services. The site must be complete and ready for the specified testing no later than 21 days prior to the substantial completion date. Additional charges for startup will apply if additional staffing is required due to lack of site readiness in this time frame.

B. Detailed engineering submittal drawings will be provided for all equipment supplied under this proposal. Submittal schedule will be coordinated with the General Contractor’s

Page 111: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Page 10 of 12

construction schedule; however, in preparing your schedule, allow 10 to 12 weeks for submittal preparation. The following submittals will be provided: 1. Progress Meeting Schedule 2. Panel Layout Drawings 3. Elementary Schematic Diagrams 4. Panel Interconnection Diagrams 5. PLC Equipment Layout Drawing 6. PLC data base list with I/O module cross reference 7. PLC documentation 8. PCS Equipment Layout Drawings 9. SCADA software user manuals 10. Process Control Network block diagram 11. Fiber optic system layout drawings 12. Electrical power, UPS, Grounding, and DC Power Schematics 13. Heat calculations 14. UPS sizing calculations 15. Test reports 16. List of special tools 17. Product Data 18. Test Outline and Procedure Submittal 19. Spare and Expendable Items Submittal

C. Wunderlich Malec includes attendance at the following coordination and review meetings:

1. Presubmittal and scheduling meeting 2. Submittal review meeting 3. Loop description and programming review meeting 4. HMI development workshop

D. Application engineering to provide operational sequences and operator interface

configuration to the extent specified will be provided for all programmable devices.

E. When material supplied by others is to be incorporated into panels manufactured by Wunderlich-Malec, that material must be shipped to Wunderlich-Malec to allow adequate lead-time for it to be installed prior to factory checkout. If the material is not supplied or is received after shipment, it must be installed by Wunderlich-Malec to maintain UL labeling and the purchaser will be charged the difference between our shop fabrication and field labor rates.

F. Equipment shipment will be coordinated with the General Contractor’s schedule and after return of all approved submittal drawings; however, in preparing your schedule, allow 10 to 16 weeks for material procurement, fabrication, factory checkout and shipment.

G. Equipment must be installed in accordance with the manufacturer’s requirements and as shown in Wunderlich-Malec submittals.

H. Equipment start-up and calibration to the extent specified. Wunderlich-Malec requires 14 days’ prior notice to schedule start-up and/or calibration services.

Page 112: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Page 11 of 12

I. Existing equipment and instrumentation is assumed to be in working order. Equipment found to be defective or out-of-calibration will be identified by Wunderlich-Malec. Repair or recalibration is not included unless specified in this proposal.

J. Operation and Maintenance Manuals with “As Built” drawings as in accordance with the specifications.

K. Operator training to the extent specified.

L. Post start-up services to the extent specified

M. System warranty for the equipment supplied by Wunderlich-Malec as specified.

N. Our Standard Terms of Sale are attached.

IX. Exclusions

A. Wunderlich-Malec Environmental specifically excludes the following items.

1. Sales or use taxes 2. Performance, payment or equipment bonds. 3. Permits and inspection fees. 4. Unloading of equipment and any common carrier charges levied because of

Purchaser’s inability to unload the shipment in a timely manner. 5. Installation of equipment, instrumentation, or control panels and job site labor other than

as specified in this proposal. 6. Installation materials, brackets, stands, hangers, wire, cables, fiber optic cables,

clamps, piping, etc., not specifically described in our bill of materials. 7. Pipe taps, weldolets, threadolets, joint accessories, or other piping materials required

for installation or maintenance of the equipment supplied with this proposal. We specifically exclude spare spool pieces that may be required for the maintenance of flow meters and control valves.

8. Terminations of field wiring or fiber optic connections in control panels or at the field device.

9. Testing of fiber optic cabling systems.

Page 113: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

Page 12 of 12

Standard Terms of Sale 1. Applicable Terms. These terms govern the purchase and sale of the equipment and related services, if any (collectively, "Equipment"),

referred to in Seller’s quotation, proposal or acknowledgment, as the case may be ("Seller’s Documentation"). Whether these terms are included in an offer or an acceptance by Seller, such offer or acceptance is conditioned on Buyer’s assent to these terms. Seller rejects all additional or different terms in any of Buyer’s forms or documents.

2. Payment. Buyer shall pay Seller the full purchase price as set forth in Seller’s Documentation. Unless Seller’s Documentation provides otherwise, freight, storage, insurance and all taxes, duties or other governmental charges relating to the Equipment shall be paid by Buyer. If Seller is required to pay any such charges, Buyer shall immediately reimburse Seller. All payments are due within 30 days after receipt of invoice. Buyer’s payment obligation shall not be dependent on buyer’s receipt of payment from any other party. Any balance owed by Buyer for more than 30 days shall be charged the lower of 1 ½% interest per month or the maximum legal rate on all amounts not received by the due date and shall pay all of Seller’s reasonable costs (including attorneys’ fees) of collecting amounts due but unpaid. All orders are subject to credit approval.

3. Delivery. Delivery of the Equipment shall be in material compliance with the schedule in Seller’s Documentation. Unless Seller’s Documentation provides otherwise, Delivery terms are F.O.B. Seller’s facility. Unless Seller’s Documentation provides otherwise, Buyer shall be solely responsible for unloading, storing, assembling and installation of the Equipment.

4. Ownership of Materials. All devices, designs (including drawings, plans and specifications), estimates, prices, notes, electronic data and other documents or information prepared or disclosed by Seller, and all related intellectual property rights, shall remain Seller’s property. Seller grants Buyer a non-exclusive, non-transferable license to use any such material solely for Buyer’s use of the Equipment. Buyer shall not disclose any such material to third parties without Seller’s prior written consent.

5. Changes. Seller shall not implement any changes in the scope of work described in Seller’s Documentation unless Buyer and Seller agree in writing to the details of the change and any resulting price, schedule or other contractual modifications. This includes any changes necessitated by a change in applicable law occurring after the effective date of any contract including these terms.

6. Warranty. Subject to the following sentence, Seller warrants to Buyer that the Equipment shall materially conform to the description in Seller’s Documentation and shall be free from defects in material and workmanship. The foregoing warranty shall not apply to any Equipment that is specified or otherwise demanded by Buyer and is not manufactured or selected by Seller, as to which (i) Seller hereby assigns to Buyer, to the extent assignable, any warranties made to Seller and (ii) Seller shall have no other liability to Buyer under warranty, tort or any other legal theory. If Buyer gives Seller prompt written notice of breach of this warranty within 18 months from delivery or 1 year from acceptance, whichever occurs first (the "Warranty Period"), Seller shall, at its sole option and as Buyer’s sole remedy, repair or replace the subject parts or refund the purchase price therefor. If Seller determines that any claimed breach is not, in fact, covered by this warranty, Buyer shall pay Seller its then customary charges for any repair or replacement made by Seller. Seller’s warranty is conditioned on Buyer’s (a) operating and maintaining the Equipment in accordance with Seller’s instructions, (b) not making any unauthorized repairs or alterations, and (c) not being in default of any payment obligation to Seller. Seller’s warranty does not cover damage caused by chemical action or abrasive material, misuse or improper installation (unless installed by Seller). THE WARRANTIES SET FORTH IN THIS SECTION ARE SELLER’S SOLE AND EXCLUSIVE WARRANTIES AND ARE SUBJECT TO SECTION 10 BELOW. SELLER MAKES NO OTHER WARRANTIES OF ANY KIND, EXPRESS OR IMPLIED, INCLUDING WITHOUT LIMITATION, ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR PURPOSE.

7. Indemnity. Seller shall indemnify, defend and hold Buyer harmless from any claim, cause of action or liability incurred by Buyer as a result of third party claims for personal injury, death or damage to tangible property, to the extent caused by Seller's negligence. Seller shall have the sole authority to direct the defense of and settle any indemnified claim. Seller’s indemnification is conditioned on Buyer (a) promptly, within the Warranty Period, notifying Seller of any claim, and (b) providing reasonable cooperation in the defense of any claim.

8. Force Majeure. Neither Seller nor Buyer shall have any liability for any breach (except for breach of payment obligations) caused by extreme weather or other act of God, strike or other labor shortage or disturbance, fire, accident, war or civil disturbance, delay of carriers, failure of normal sources of supply, act of government or any other cause beyond such party's reasonable control.

9. Cancellation. If Buyer cancels or suspends its order for any reason other than Seller’s breach, Buyer shall promptly pay Seller for work performed prior to cancellation or suspension and any other direct costs incurred by Seller as a result of such cancellation or suspension.

10. LIMITATION OF LIABILITY. NOTWITHSTANDING ANYTHING ELSE TO THE CONTRARY, SELLER SHALL NOT BE LIABLE FOR ANY CONSEQUENTIAL, INCIDENTAL, SPECIAL, PUNITIVE OR OTHER INDIRECT DAMAGES, AND SELLER’S TOTAL LIABILITY ARISING AT ANY TIME FROM THE SALE OR USE OF THE EQUIPMENT SHALL NOT EXCEED THE PURCHASE PRICE PAID FOR THE EQUIPMENT. THESE LIMITATIONS APPLY WHETHER THE LIABILITY IS BASED ON CONTRACT, TORT, STRICT LIABILITY OR ANY OTHER THEORY.

11. Miscellaneous. If these terms are issued in connection with a government contract, they shall be deemed to include those federal

acquisition regulations that are required by law to be included. These terms, together with any quotation, purchase order or acknowledgement issued or signed by the Seller, comprise the complete and exclusive statement of the agreement between the parties (the “Agreement”) and supersede any terms contained in Buyer’s documents, unless separately signed by Seller. No part of the Agreement may be changed or cancelled except by a written document signed by Seller and Buyer. No course of dealing or performance, usage of trade or failure to enforce any term shall be used to modify the Agreement. If any of these terms is unenforceable, such term shall be limited only to the extent necessary to make it enforceable, and all other terms shall remain in full force and effect. Buyer may not assign or permit any other transfer of the Agreement without Seller’s prior written consent. The Agreement shall be governed by the laws of the State of Minnesota without regard to its conflict of law’s provisions.

Page 114: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

W3 W3 W3 W3

W3

W3

W2

W2

W2

W2

W2

W2

W2

W2

W2

G G G G G G GW2 W2 W2 W2 W2 W2 W2 W2 W2 W2 W2 W2

W3 W3 W3 W3 W3 W3 W3 W3 W3 W3 W3 W3 W3

G

G

G

G G G G G G G G G

W3 W3 W3 W3 W3 W3 W3 W3 W3 W3 W3

W3

W3

W3

W3

W3

W1

W1

RAS

GG

ALUMALUM

W1

W1

SAN

SAN

SAN

W1

E E

D D

D

D

E E E E

SSM

E

ALU

MA

LUM

SSM

E

E

E

E E E E E E

E

E

E

SSM

E

E

SITE

ELEC

TRIC

ALPL

AN

002-CE-2

30

JRR

JRR

JAB

MBS

Drawing No.

Designed By

Checked By

Filename

Approved By

Project No.

Drawn By

Rev

isio

nN

umbe

rR

evis

ion

Des

crip

tion

Dra

wn

ByD

ate

Che

cked

By

Sheet No.

Project Date

CIT

YO

FJO

LIET

,IL

AU

XSA

BLE

CR

EEK

BA

SIN

AND

WES

TSID

EW

WTP

SPH

OSP

HO

RU

SR

EMO

VAL

AND

EXPA

NSIO

NVO

LUM

EI-

AU

XSA

BLE

CRE

EKBA

SIN

WW

TP

13064

JAN 2017

002CE1.DWG

60BIOSOLIDS PUMPING

BUILDING

MAT

CH

LIN

EA-

AM

ATC

HLI

NE

A-A

MATCHLINE B-BMATCHLINE B-B

20'0

05PRF PS

30MLSB

20OXIDATION DITCH

SITE KEY PLAN

MA

TCH

LIN

EC

-CM

ATC

HLI

NE

C-C

PLAN NOTES:

HH-6

HH-5HH-4

HH-3E007 -E-13

D007-E- 13

C007-E-12

B007-E-12

GENERAL NOTES:1. SEE SECTION 01 11 00 FOR PROJECT

CONSTRAINTS.

2. COORDINATE EXACT DUCT BANK ROUTES WITHEXISTING SITE PIPING, DUCT BANKS, AND OTHERCONSTRUCTION.

3. CONTRACTOR SHALL FIELD VERIFY DIMENSIONS,ELEVATIONS, AND LOCATIONS PRIOR TOCONSTRUCTION AND/OR FABRICATION. SEESPECIFICATION 31 10 00.

4. CONTRACTOR SHALL POT HOLE AND HAND DIGTO FIELD VERIFY EXISTING UTILITIES; SEESECTION 31 10 00 FOR REQUIREMENTS.

5. CONTRACTOR SHALL NOTIFY OWNER ANDENGINEER IMMEDIATELY OF ANY DISCREPANCIESSHOWN ON THE DRAWINGS AND ANY CONFLICTSBETWEEN EXISTING AND NEW.

6. THE EXACT HORIZONTAL LOCATION OFMANHOLES AND BENDS SHOWN SHALL BE THERESPONSIBILITY OF THE CONTRACTOR TODETERMINE IN ACCORDANCE WITH THE GENERALCONFIGURATION SHOWN.

7. COSTS FOR SHEETING, SHORING, AND SUPPORTOF ADJACENT OR CROSSING PIPING ANDELECTRICAL CONDUITS IS ENTIRELY THECONTRACTORS RESPONSIBILITY AND CAN BEMINIMIZED OR AVOIDED BY ADJUSTING THEINSTALLATION SEQUENCE.

1

1. PROVIDE 2-2" CONDUITS IN CONCRETEREINFORCED DUCT BANK TO STRUCTURE 5 FORHEAT TRACE. PROVIDE 3#10 IN CONDUIT TOHEAT TRACE POWER KIT WITH JUNCTION BOX;ROUTE CONDUCTORS FROM LP4001-12 VIAHTP-40-01. INSTALL RTD CABLE FROM FIELDDEVICE TO HTP-40-01.

2.

3. CONTRACTOR SHALL DISCONNECT AND REMOVEFIBER FROM SCC-60-01 (STRUCTURE 60) TOSCC-10-01 (STRUCTURE 10) IN EXISTING DUCTBANK.

4. CONDUIT ENTRIES SHALL BE BELOW GRADE. SEEDETAIL AND .

5. DISCONNECT AND PROTECT EXISTINGCONDUCTORS. REMOVE EXISTING BALLAST ANDMAST ARM. INSTALL 12" MAST ARM AND FIXTURETYPE 'E' 14' AFF. RECONNECT CONDUCTORS TOLUMINAIRE. CONTRACTOR SHALL FIELD VERIFYEXISTING FIXTURES FOR EXACT COUNT.

6. DISCONNECT AND PROTECT EXISTINGCONDUCTORS. REMOVE EXISTING BALLAST ANDMAST ARM. INSTALL 12" MAST ARM AND FIXTURETYPE 'G' 30' AFF. RECONNECT CONDUCTORS TOLUMINAIRE. CONTRACTOR SHALL FIELD VERIFYEXISTING FIXTURES FOR EXACT COUNT.

7.

8. STANDARD MANHOLE SHALL NOT MEET THEREQUIREMENTS OF THE SPECIFICATION. SEEDETAIL

O007-E- 14

P007-E-14

Q007-E-14

2

E2304

5

6

MH-8

F007-E-13

3

R007-E-14

A007-E-12

7

40CHEMICALBUILDING

E242

8

E240

(TYPICAL FOR ALL FIXTURES AT SITE GRADE APPROXIMATELY 27)

(TYPICAL FOR ALL FIXTURES ONOXIDATION DITCH APPROXIMATELY 7)

01A

DD

END

UM

#3JR

RM

BS2/

17/2

017

3

Page 115: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

CH

EM

ICA

LB

UIL

DIN

G

PL

AN

40-M-1

153

KDS

MTR

NWC

EPC

01

AD

DE

ND

UM

#3

MT

RK

DS

02/1

7/2

017

Drawing No.

Designed By

Checked By

Filename

Approved By

Project No.

Drawn By

Revis

ion

Num

ber

Revis

ion

Descriptio

nD

raw

n

By

Date

Checked

By

Sheet No.

Project Date

CIT

YO

FJ

OL

IET

,IL

AU

XS

AB

LE

CR

EE

KB

AS

INA

ND

WE

ST

SID

E

WW

TP

SP

HO

SP

HO

RU

SR

EM

OV

AL

AN

DE

XP

AN

SIO

N

VO

LU

ME

I-

AU

XS

AB

LE

CR

EE

KB

AS

INW

WT

P

13064

JAN 2017

040MP1.DWG

PLAN

1' 4'0

A4

0-M

-2

B4

0-M

-2

A4

0-M

-2

B4

0-M

-2

FUTURE

ALUM

TANK

102

ELECTRICAL ROOM

101

CHEMICAL ROOM

ALUM

FEED SKID

4" V355, TYP

6" V, TYP

3" ALUM

FILL

6" OF

6" OF

GENERAL NOTES:

1. REFER TO 001 SERIES OF DRAWINGS FOR THE SPACE

ENVIRONMENT / HAZARDOUS RATING SCHEDULE REGARDING

ENVIRONMENTAL CONDITIONS ANTICIPATED WITHIN EACH

SPACE AND ALLOWABLE MATERIALS OF CONSTRUCTION TO BE

USED WITHIN EACH SPACE.

2. HAZARDOUS RATINGS IDENTIFIED ON THIS DRAWING INDICATE

SPACES IN WHICH A HAZARDOUS ENVIRONMENT MAY

GENERALLY EXIST. CONTRACTOR SHALL REFER TO SPACE

ENVIRONMENT / HAZARDOUS RATING SCHEDULE IN 001 SERIES

OF DRAWINGS FOR ADDITIONAL INFORMATION EXPLAINING

THE EXTENT AND ENVELOPE ASSOCIATED WITH THESE

HAZARDS.

, TYP

C40-M-3

C40-M-3

CFS-40-01

PLAN NOTES:

6" 45 DEG ELBOW

WITH PVC INSECT

SCREEN, TYP

FOR CONTINUATION

SEE 002-CP-2, TYP

1

M122

3" ALUM

FILL

3

1. 8" FLANGE CONNECTION WITH BLIND FLANGE FOR FUTURE

INSTRUMENTATION, FLANGE CONNECTION SHALL BE MINIMUM

OF 1'-0" FROM EDGE OF TANK.

2. 6" ALUM CARRIER PIPE WITH (6) 1/2" ALUM TUBES (ROUTE TWO

1/2" ALUM TUBES TO EACH STRUCTURE 05, 15, AND 20).

3. PROVIDE 6" PVC, CUT IN HALF, TO FULLY SUPPORT TUBING

4. CONTRACTOR TO EXTEND PIPE AND PROVIDE FITTINGS TO

CONNECT ALUM PUMP SUCTION PIPING TO ALUM FEED SKID

PIPING SHOWN 009-N-1 . CONTRACTOR SHALL PROVIDE

FIBERGLASS UNISTRUT SYSTEM, TO SUPPORT ALUM PIPING,

TUBING, AND VALVES.

5. 1" CONTAINMENT DRAIN PIPING WITH 1" V355 BALL VALVE AND

90 DEG BEND FACING DOWN

6. FILL OF LINE WITH MINERAL OIL.

7. CONTRACTOR SHALL EXTEND TUBING AND PROVIDE FITTINGS

TO CONNECT ALUM PUMP DISCHARGE TUBING TO ALUM FEED

SKID WITH PIPING COMPONENTS SHOWN IN DETAIL 1 SHEET

40-M-3. CONTRACTOR SHALL PROVIDE FIBERGLASS UNISTRUT

SYSTEM TO SUPPORT ALUM PIPING AND VALVES. PROVIDE TAG

ON EACH ALUM TUBE INDICATING STRUCTURE NUMBER OF

TUBE DISCHARGE POINT AND INDICATING WHICH TUBES ARE

SPARE.

8. MAKE CONNECTIONS AS REQUIRED TO CONNECT 4" V TO ALUM

FEED SKID VENT PIPE.

CONCRETE ENCASE 6"

CARRIER PIPE UNDER STRUCTURE, TYP

S901

D40-M-3

D40-M-3

2

14"x1" REDUCER, TYP

4" PVC BLIND

FLANGE, TYP

4" TEE, TYP

1" V355

4" V355, TYP

4

1" ALUM

ALUM

TANK NO. 1

T-40-01

ALUM

TANK NO. 2

T-40-026" UNION, TYP

3" UNION

3" UNION 5

5

6

6

MANWAY, TYP

7

4" EXPANSION

JOINT, TYP

4" V

8

4" UNION

6"x6"x4"

TEE

LADDER W/ CAGE

AND RETURN, TYP

1

Page 116: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

ST

AN

DA

RD

DE

TA

ILS

CIV

IL

999-C-1

195

WJG

WJG

JVP

JVP

Drawing No.

Designed By

Checked By

Filename

Approved By

Project No.

Drawn By

Revis

ion

Num

ber

Revis

ion

Descriptio

nD

raw

n

By

Date

Checked

By

Sheet No.

Project Date

CIT

YO

FJ

OL

IET

,IL

AU

XS

AB

LE

CR

EE

KB

AS

INA

ND

WE

ST

SID

E

WW

TP

SP

HO

SP

HO

RU

SR

EM

OV

AL

AN

DE

XP

AN

SIO

N

VO

LU

ME

I-

AU

XS

AB

LE

CR

EE

KB

AS

INW

WT

P

13064

JAN 2017

999CD1.DWG

SLOPE

VARIES

2" BIT. SURFACE COURSE

2" BIT. BINDER COURSE

SLOPE PAVEMENTSLOPE PAVEMENT

12" COMPACTED CA-6 BASE

GEOTEXTILE FABRIC

4" PERFORATED DRAIN PIPE

WITH GEO-FABRIC SOCK

1/2" PEA GRAVEL

SLOPEVARIES

WIDTH VARIES

VARIES VARIES

CL

BITUMINOUS ROADWAYRESTORATION DETAIL C120NTS

TYPICAL TRENCHPAVEMENT RESTORATION C124NTS

IDOT CA-6 OR CA-7 SEE SEC. 31 23 33

PIPE BEDDING

IDOT CA-6 SEE SEC. 31 23 33

MATCH EXISTING PAVEMENT

IDOT CA-6 SEE SEC. 31 23 33

PIPE COVER

STRUCTURAL FILL

6"

MIN WIDTH 18"+O.D.

MAX WIDTH 24"+O.D.

NEW SEWER

FULL DEPTH SAW CUTBITUMINOUS SURFACE COURSE

THICKNESS = 2"

2" BITUMINOUS BINDER COURSE

RE-CONNECT 4" UNDERDRAINPROVIDE FLEXIBLE COUPLINGS (TYP)

FABRICGEOTEXTILE

COMPACTED SOIL

SILT FENCE

FLOW

MIN. DEPTH

POST, 18"

MIN. DEPTH

POST, 18"

APPLICABLEF.F.T.F. WHEN

#2 AGGREGATE

V-TRENCH WITH

14"

MIN

.

8"

TRENCH DETAIL

MIN

.

8"

TIE BACK DETAIL

MIN. LENGTH 15"

ANCHOR STAKE

ANCHOR

FENCE POST AND

TIE BACK BETWEEN

TYPICAL SECTION

FILL SLOPE SILT FENCE

10'

OR WOOD POSTS

METAL, SYNTHETIC

6' MAX.

UNSUPPORTED SILT FENCE

GROUND LINE

8" EMBEDMENT MA

X.

3'

MIN

.

18"

DETAIL A

MAX.FOLD 3"

TYPE FENCE

FARM FIELDFABRIC

GEOTEXTILE

RING

FENCE BACKED SILT FENCE

OR WOOD POSTS

METAL, SYNTHETIC

(SEE DETAIL A)

TYPE FENCE

FARM FIELD

GROUND LINE

8' MAX.

MA

X.

3'

MIN

.

18"

8" EMBEDMENT

SILT FENCE DETAIL C031NTS

SILT FENCE PIECES TO BE

CONNECTED AS SHOWN:SILT FENCE

POST

1'0

MANHOLE LID REPLACEMENT C199

NEW 5' DIA. CONCRETE LID

PROVIDE 36"X32" OPENING WITH AL. BAR GRATING AND

PROVIDE #5 BARS @ 6" EW, T&B

10"

SECTION

ASPHALT PAVEMENTRESTORATION C121NTS

INLET PROTECTION DETAILROCK LOG/COMPOST LOG C047NTS

GEOTEXTILE SOCK BETWEEN 4-10 FEET LONG AND 4-6 INCH DIAMETER. SEAM TO BE

JOINED BY TWO ROWS OF STITCHING WITH A PLASTIC MESH BACKING OR PROVIDE A

HEAT BONDED SEAM (OR APPROVED EQUIVALENT). FILL ROCK LOG WITH OPEN GRADED

AGGREGATE CONSISTING OF SOUND DURABLE PARTICLES OF COARSE AGGREGATE.

BUTT JOINTS

ENDS SECURELY CLOSED TO

PREVENT LOSS OF OPEN GRADED

AGGREGATE FILL. SECURED WITH

50 PSI. ZIP TIE.

INLET

CONCRETE SIDEWALKEXPANSION JOINT WITHREINFORCEMENT DETAIL C155NTS

IDOT CA-6

JOINT - SEE NOTE 2

TYPICAL EXPANSION

JOINT FILLER

1/2 " PREFORMED

1/4" R.

UNREINFORCED CONCRETESIDEWALK C150NTS

WITH TACK COAT SEE SECTION 32 12 16

1.0

0'

SECTION

PLAN

AND SEE DETAIL

3.00'

EMBEDDED SUPPORT ANGLE, SEE SECTION 05 53 00

S540

01

AD

DE

ND

UM

NO

.3

WJG

JV

P2

/17/2

017

Page 117: ADDENDUM NO. 3 TO THE BIDDING DOCUMENTS FOR AUX ... - …

CH

EM

ICA

LB

UIL

DIN

G

PL

AN

80-M-1

37

KDS

MTR

NWC

EPC

01

AD

DE

ND

UM

#3

MT

RK

DS

02/1

7/2

017

Drawing No.

Designed By

Checked By

Filename

Approved By

Project No.

Drawn By

Revis

ion

Num

ber

Revis

ion

Descriptio

nD

raw

n

By

Date

Checked

By

Sheet No.

Project Date

CIT

YO

FJ

OL

IET

,IL

AU

XS

AB

LE

CR

EE

KB

AS

INA

ND

WE

ST

SID

E

WW

TP

SP

HO

SP

HO

RU

SR

EM

OV

AL

AN

DE

XP

AN

SIO

N

VO

LU

ME

II-

WE

ST

SID

EW

WT

P

13064

JAN 2017

080MP1.DWG

PLAN

1' 4'0

102

ELECTRICAL ROOM

6" OF

A8

0-M

-2

B8

0-M

-2

A8

0-M

-2

B8

0-M

-2

GENERAL NOTES:

1. REFER TO 001 SERIES OF DRAWINGS FOR THE SPACE

ENVIRONMENT / HAZARDOUS RATING SCHEDULE REGARDING

ENVIRONMENTAL CONDITIONS ANTICIPATED WITHIN EACH

SPACE AND ALLOWABLE MATERIALS OF CONSTRUCTION TO BE

USED WITHIN EACH SPACE.

2. HAZARDOUS RATINGS IDENTIFIED ON THIS DRAWING INDICATE

SPACES IN WHICH A HAZARDOUS ENVIRONMENT MAY

GENERALLY EXIST. CONTRACTOR SHALL REFER TO SPACE

ENVIRONMENT / HAZARDOUS RATING SCHEDULE IN 001 SERIES

OF DRAWINGS FOR ADDITIONAL INFORMATION EXPLAINING

THE EXTENT AND ENVELOPE ASSOCIATED WITH THESE

HAZARDS.

C80-M-3

C80-M-3

D80-M-3

D80-M-3

6" OF

LADDER W/ CAGE

AND RETURN, TYP

3" ALUM

FILL

6" 45 DEG ELBOW

WITH PVC INSECT

SCREEN, TYP

, TYPM122

6" V, TYP

1

ALUM

FEED SKID

CFS-80-01

CONCRETE ENCASE 1"

PIPE UNDER STRUCTURE, TYP

S901

FOR CONTINUATION SEE 002-CP-1, TYP

4" V355, TYP

1" ALUM

4"x1" REDUCER, TYP

4" TEE, TYP

4" V355, TYP

PLAN NOTES:

1. 8" FLANGE CONNECTION WITH BLIND FLANGE FOR FUTURE

INSTRUMENTATION, FLANGE CONNECTION SHALL BE MINIMUM

OF 1'-0" FROM EDGE OF TANK.

2. CONTRACTOR TO EXTEND PIPE AND PROVIDE FITTINGS TO

CONNECT ALUM PUMP SUCTION PIPING TO ALUM FEED SKID

PIPING SHOWN 009-N-7. CONTRACTOR SHALL PROVIDE

FIBERGLASS UNISTRUT SYSTEM TO SUPPORT ALUM PIPING

AND VALVES.

3. CONTRACTOR SHALL EXTEND PIPE AND PROVIDE FITTINGS TO

CONNECT ALUM PUMP DISCHARGE PIPING TO ALUM FEED SKID

WITH PIPING COMPONENTS SHOWN IN DETAIL 1 SHEET 80-M-3.

CONTRACTOR SHALL PROVIDE FIBERGLASS UNISTRUT SYSTEM

TO SUPPORT ALUM PIPING AND VALVES. PROVIDE TAG ON

EACH ALUM TUBE INDICATING STRUCTURE NUMBER OF TUBE

DISCHARGE POINT.

4. 1" CONTAINMENT DRAIN PIPING WITH 1" V355 BALL VALVE AND

90 DEG BEND FACING DOWN

5. FILL OF LINE WITH MINERAL OIL.

6. MAKE CONNECTIONS AS REQUIRED TO CONNECT 4" V TO ALUM

FEED SKID VENT PIPE.

101

CHEMICAL ROOM

T-80-01

ALUM

TANK NO. 1

T-80-02

ALUM

TANK NO. 2

2

4" BLIND FLANGE, TYP

1

3

4

4

5

5

(4) 1" ALUM

MANWAY, TYP

3" UNION

3" UNION

4" EXPANSION JOINT, TYP

4" COUPLING

4" V

6"x6"x4"

TEE

6" UNION, TYP

6

1