***notice*** - grundy county...for the improvement of the above section by the construction of a new...
TRANSCRIPT
***NOTICE*** THIS IS NOT AN OFFICIAL BID DOCUMENT
FOR PUBLIC REVIEW ONLY
Bidders need to contact the Grundy County Highway Department to request the official bid documents. Bidders must provide a copy of their current Illinois Department of Transportation (IDOT) Certificate of Eligibility to receive
official bid documents.
Grundy County Highway Department
245 N. Route 47 Morris, Illinois 60450
Phone: (815) 942-0363 Fax: (815) 942-4290
E-mail: [email protected] Website: www.grundyco.org/highway/
NOT FOR BID
RETURN WITH BID
Printed 10/24/2017 Page 2 of 6 Grundy 12200 (01/08/14)
NOTICE TO BIDDERS
County Grundy
Local Public Agency Vienna
Section Number 17-16128-00-BR
Route Waupecan Road
Sealed proposals for the improvement described below will be received at the office of Grundy County Highway Dept.,
245 N. Route 47 Morris, Illinois 60450 until 10:00 AM on November 22, 2017 Address Time Date
Sealed proposals will be opened and read publicly at the office of Grundy County Highway Dept.
245 N. Route 47 Morris, Illinois 60450 at 10:00 AM on November 22, 2017 Address Time Date
DESCRIPTION OF WORK
Name Waupecan Road over Bill's Rin Box Culvert Length: 60.00 feet ( 0.01 miles)
Location Waupecan Road, 1/4 mile east Gorman Road
Proposed Improvement Remove existing pipe culverts and install box culvert
1. Plans and proposal forms will be available in the office of Grundy County Highway Dept.
245 N. Route 47 Morris, Illinois 60450 Address
2. Prequalification
If checked, the 2 low bidders must file within 24 hours after the letting an “Affidavit of Availability” (Form BC 57), in duplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. One original shall be filed with the Awarding Authority and one original with the IDOT District Office.
3. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals.
4. The following GRUNDY Forms shall be returned by the bidder to the Awarding Authority:
a. Grundy 12200: Local Public Agency Formal Contract Proposal b. Grundy 12200a Schedule of Prices c. Grundy 12230: Proposal Bid Bond (if applicable) d. Grundy 12325: Apprenticeship or Training Program Certification (do not use for federally funded projects) e. Grundy 12326: Affidavit of Illinois Business Office
5. The quantities appearing in the bid schedule are approximate and are prepared for the comparison of bids. Payment to the Contractor will be made only for the actual quantities of work performed and accepted or materials furnished according to the contract. The scheduled quantities of work to be done and materials to be furnished may be increased, decreased or omitted as hereinafter provided.
6. Submission of a bid shall be conclusive assurance and warranty the bidder has examined the plans and understands all requirements for the performance of work. The bidder will be responsible for all errors in the proposal resulting from failure or neglect to conduct an in depth examination. The Awarding Authority will, in no case be responsible for any costs, expenses, losses or changes in anticipated profits resulting from such failure or neglect of the bidder.
7. The bidder shall take no advantage of any error or omission in the proposal and advertised contract.
8. If a special envelope is supplied by the Awarding Authority, each proposal should be submitted in that envelope furnished by the Awarding Agency and the blank spaces on the envelope shall be filled in correctly to clearly indicate its contents. When an envelope other than the special one furnished by the Awarding Authority is used, it shall be marked to clearly indicate its contents. When sent by mail, the sealed proposal shall be addressed to the Awarding Authority at the address and in care of the official in whose office the bids are to be received. All proposals shall be filed prior to the time and at the place specified in the Notice to Bidders. Proposals received after the time specified will be returned to the bidder unopened.
9. Permission will be given to a bidder to withdraw a proposal if the bidder makes the request in writing or in person before the time for opening proposals.
NOT FOR BID
RETURN WITH BID
Printed 11/2/2017 Page 3 of 6 Grundy 12200 (01/08/14)
PROPOSAL
County Grundy
Local Public Agency Vienna
Section Number 17-16128-00-BR
Route Waupecan Road
1. Proposal of
for the improvement of the above section by the construction of a new box culvert.
a total distance of 60.00 feet, of which a distance of 60.00 feet, ( 0.011 miles) are to be improved.
2. The plans for the proposed work are those prepared by Strand Associates, Inc. and approved by the Department of Transportation on
3. The specifications referred to herein are those prepared by the Department and designated as “Standard Specifications for Road and Bridge Construction” and the “Supplemental Specifications and Recurring Special Provisions” thereto, adopted and in effect on the date of invitation for bids.
4. The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the “Check Sheet for Recurring Special Provisions” contained in this proposal.
5. The undersigned agrees to complete the work within 20 working days or by unless additional time is granted in accordance with the specifications.
6. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals, will be required. Bid Bonds will be allowed as a proposal guaranty. Accompanying this proposal is either a bid bond if allowed, on Department form Grundy 12230 or a proposal guaranty check, complying with the specifications, made payable to:
County Treasurer of Grundy County
The amount of the check is ( ).
7. In the event that one proposal guaranty check is intended to cover two or more proposals, the amount must be equal to the sum of the proposal guaranties, which would be required for each individual proposal. If the proposal guaranty check is placed in another proposal, it will be found in the proposal for: Section Number .
8. The successful bidder at the time of execution of the contract will be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu thereof. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the Bid Bond or check shall be forfeited to the Awarding Authority.
9. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price.
10. A bid will be declared unacceptable if neither a unit price nor a total price is shown.
11. The undersigned submits herewith the schedule of prices on Grundy 12200a covering the work to be performed under this contract.
12. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on Grundy 12200a, the work shall be in accordance with the requirements of each individual proposal for the multiple bid specified in the Schedule for Multiple Bids below.
NOT FOR BID
RETURN WITH BID
County
Local Public Agency
Section
Route
Total
Item No. Items Unit Quantity Total20700220 Porous Granular Embankment Cu Yd 123
25000210 Seeding, Class 2A Acre 0.1
25000400 Nitrogen Fertilizer Nutrient Pound 8
25000500 Phosphorous Fertilizer Nutrient Pound 8
25000600 Potassium Fertilizer Nutrient Pound 8
25100115 Mulch, Method 2 Acre 0.1
25100630 Erosion Control Blanket Sq Yd 398
28000250 Temporary Erosion Control Seeding Pound 59
28000400 Perimeter Erosion Barrier Foot 20
28100107 Stone Riprap, Class A4 Sq Yd 32
28200200 Filter Fabric Sq Yd 32
40200800 Aggregate Surface Course, Type B Ton 61
50105220 Pipe Culvert Removal Foot 60
50800105 Reinforcement Bars Pound 11,480
54003000 Concrete Box Culverts Cu Yd 52
X7010216 Traffic Control and Protection, (Specia L Sum 1
Z0013798 Construction Layout L Sum 1
Grundy
(For complete information covering these items, see plans and specifications)
SCHEDULE OF PRICES
Waupecan Road
17-16128-00-BR
Vienna
Schedule for Multiple BidsSections Included in Combinations
Unit Price
Combination Letter
Bidder's Proposal for making Entire Improvements
Schedule for Single Bid
Grand Total
Printed 11/2/2017 Page 4-1 Grundy 12200a (01/08/14)
NOT FOR BID
RETURN WITH BID
Printed 10/24/2017 Page 5 of 6 Grundy 12200 (01/08/14)
CONTRACTOR CERTIFICATIONS
County Grundy
Local Public Agency Vienna
Section Number 17-16128-00-BR
Route Waupecan Road
The certifications hereinafter made by the bidder are each a material representation of fact upon which reliance is placed should the Department enter into the contract with the bidder.
1. Debt Deliquency. The bidder or contractor or subcontractor, respectively, certifies that it is not delinquent in the payment of any tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance with the procedures established by the appropriate revenue Act, its liability for the tax or the amount of tax. Making a false statement voids the contract and allows the Department to recover all amounts paid to the individual or entity under the contract in a civil action.
2. Bid-Rigging or Bid Rotating. The bidder or contractor or subcontractor, respectively, certifies that it is not barred from contracting with the Department by reason of a violation of either 720 ILCS 5/33E-3 or 720 ILCS 5/33E-4.
A violation of Section 33E-3 would be represented by a conviction of the crime of bid-rigging which, in addition to Class 3 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be barred for 5 years from the date of conviction from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation.
A violation of Section 33E-4 would be represented by a conviction of the crime of bid-rotating which, in addition to Class 2 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be permanently barred from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation.
3. Bribery. The bidder or contractor or subcontractor, respectively, certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois or any unit of local government, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm.
4. Interim Suspension or Suspension. The bidder or contractor or subcontractor, respectively, certifies that it is not currently under a suspension as defined in Subpart I of Title 44 Subtitle A Chapter III Part 6 of the Illinois Administrative Code. Furthermore, if suspended prior to completion of this work, the contract or contracts executed for the completion of this work may be cancelled.
NOT FOR BID
RETURN WITH BID
Printed 10/24/2017 Page 6 of 6 Grundy 12200 (01/08/14)
SIGNATURES
County Grundy
Local Public Agency Vienna
Section Number 17-16128-00-BR
Route Waupecan Road
(If an individual)
Signature of Bidder
Business Address
(If a partnership)
Firm Name
Signed By
Business Address
Inset Names and Addressed of All Partners
(If a corporation)
Corporate Name
Signed By
President
Business Address
President
Insert Names of Officers Secretary
Treasurer
Attest: Secretary
NOT FOR BID
Page 1 of 1 Grundy 12230 (Rev. 1/15) Printed on 10/24/2017 2:08:44 PM
Local Agency Proposal Bid Bond
RETURN WITH BID
Route
County
Local Agency
Section
Waupecan Road
Grundy
Vienna
17-16128-00-BR
PAPER BID BOND
WE as PRINCIPAL,
and as SURETY,
are held jointly, severally and firmly bound unto the above Local Agency (hereafter referred to as “LA”) in the penal sum of 5% of the total bid price, or for the amount specified in the proposal documents in effect on the date of invitation for bids whichever is the lesser sum. We bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly pay to the LA this sum under the conditions of this instrument.
WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LA acting through its awarding authority for the construction of the work designated as the above section.
THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above designated section and the PRINCIPAL shall within fifteen (15) days after award enter into a formal contract, furnish surety guaranteeing the faithful performance of the work, and furnish evidence of the required insurance coverage, all as provided in the “Standard Specifications for Road and Bridge Construction” and applicable Supplemental Specifications, then this obligation shall become void; otherwise it shall remain in full force and effect.
IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph, then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above, together with all court costs, all attorney fees, and any other expense of recovery.
IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their
respective officers this day of
Principal
(Company Name) (Company Name)
By: By: (Signature and Title) (Signature and Title)
(If PRINCIPLE is a joint venture of two or more contractors, the company names, and authorized signatures of each contractor must be affixed.)
Surety
By: (Name of Surety) (Signature of Attorney-in-Fact)
STATE OF ILLINOIS,
COUNTY OF
I, , a Notary Public in and for said county, do hereby certify that ( Insert names of individuals signing on behalf of PRINCIPAL & SURETY)
who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instruments as their free and voluntary act for the uses and purposes therein set forth.
Given under my hand and notarial seal this day of My commission expires
(Notary Public)
ELECTRONIC BID BOND Electronic bid bond is allowed (box must be checked by LA if electronic bid bond is allowed)
The Principal may submit an electronic bid bond, in lieu of completing the above section of the Proposal Bid Bond Form. By providing an electronic bid bond ID code and signing below, the Principal is ensuring the identified electronic bid bond has been executed and the Principal and Surety are firmly bound unto the LA under the conditions of the bid bond as shown above. (If PRINCIPAL is a joint venture of two or more contractors, an electronic bid bond ID code, company/Bidder name title and date must be affixed for each contractor in the venture.)
Electronic Bid Bond ID Code (Company/Bidder Name)
(Signature and Title) Date
NOT FOR BID
Printed 10/24/2017 Page 1 of 2 Grundy 12325 (Rev. 1/15)
Apprenticeship or Training Program Certification
Route Waupecan Road
Return with Bid County Grundy Local Agency Vienna Section 17-16128-00-BR
All contractors are required to complete the following certification:
For this contract proposal or for all groups in this deliver and install proposal.
For the following deliver and install groups in this material proposal:
Illinois Department of Transportation policy, adopted in accordance with the provisions of the Illinois Highway Code, requires this contract to be awarded to the lowest responsive and responsible bidder. The award decision is subject to approval by the Department. In addition to all other responsibility factors, this contract or deliver and install proposal requires all bidders and all bidders’ subcontractors to disclose participation in apprenticeship or training programs that are (1) approved by and registered with the United States Department of Labor’s Bureau of Apprenticeship and Training, and (2) applicable to the work of the above indicated proposals or groups. Therefore, all bidders are required to complete the following certification: I. Except as provided in paragraph IV below, the undersigned bidder certifies that it is a participant, either as an
individual or as part of a group program, in an approved apprenticeship or training program applicable to each type of work or craft that the bidder will perform with its own employees.
II. The undersigned bidder further certifies for work to be performed by subcontract that each of its subcontractors
submitted for approval either (A) is, at the time of such bid, participating in an approved, applicable apprenticeship or training program; or (B) will, prior to commencement of performance of work pursuant to this contract, establish participation in an approved apprenticeship or training program applicable to the work of the subcontract.
III. The undersigned bidder, by inclusion in the list in the space below, certifies the official name of each program
sponsor holding the Certificate of Registration for all of the types of work or crafts in which the bidder is a participant and that will be performed with the bidder’s employees. Types of work or craft that will be subcontracted shall be included and listed as subcontract work. The list shall also indicate any type of work or craft job category for which there is no applicable apprenticeship or training program available.
NOT FOR BID
Printed 10/24/2017 Page 2 of 2 Grundy 12325 (Rev. 1/15)
IV. Except for any work identified above, any bidder or subcontractor that shall perform all or part of the work of the contract or deliver and install proposal solely by individual owners, partners or members and not by employees to whom the payment of prevailing rates of wages would be required, check the following box, and identify the owner/operator workforce and positions of ownership.
The requirements of this certification and disclosure are a material part of the contract, and the contractor shall require this certification provision to be included in all approved subcontracts. The bidder is responsible for making a complete report and shall make certain that each type of work or craft job category that will be utilized on the project is accounted for and listed. The Department at any time before or after award may require the production of a copy of each applicable Certificate of Registration issued by the United States Department of Labor evidencing such participation by the contractor and any or all of its subcontractors. In order to fulfill the participation requirement, it shall not be necessary that any applicable program sponsor be currently taking or that it will take applications for apprenticeship, training or employment during the performance of the work of this contract or deliver and install proposal.
Bidder: By: (Signature) Address: Title:
NOT FOR BID
RETURN WITH BID
Printed 10/24/2017 Grundy 12326 (01/29/15)
Affidavit of Illinois Business Office
County Grundy Local Public Agency Vienna
Section Number 17-16128-00-BRRoute Waupecan Road
State of ) ) ss. County of )
I, of , ,
(Name of Affiant) (City of Affiant) (State of Affiant
being first duly sworn upon oath, states as follows:
1. That I am the of .
officer or position bidder
2. That I have personal knowledge of the facts herein stated.
3. That, if selected under this proposal, , will maintain a (bidder)
business office in the State of Illinois which will be located in County, Illinois.
4. That this business office will serve as the primary place of employment for any persons employed in the construction contemplated by this proposal.
5. That this Affidavit is given as a requirement of state law as provided in Section 30-22(8) of the Illinois Procurement Code.
(Signature)
(Print Name of Affiant)
This instrument was acknowledged before me on day of , .
(SEAL)
(Signature of Notary Public)
NOT FOR BID
Printed 10/24/2017 Page 1 of 2 BC 57 (Rev. 08/17/10)
Affidavit of Availability For the Letting of 11/22/2017
Instructions: Complete this form by either typing or using black ink. "Authorization to Bid" will not be issued unless both sides of this form are completed in detail. Use additional forms as needed to list all work.
Part I. Work Under Contract
List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture, list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate, and must include work subcontracted to others. If no work is contracted, show NONE.
1 2 3 4 Awards Pending
Contract Number
Contract With
Estimated Completion Date
Total Contract Price Accumulated
Totals
Uncompleted Dollar Value if Firm is the Prime Contractor
Uncompleted Dollar Value if Firm is the Subcontractor
Total Value of All Work
Part II. Awards Pending and Uncompleted Work to be done with your own forces.
List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work subcontracted to others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your company. If no work is contracted, show NONE.
Accumulated Totals
Earthwork
Portland Cement Concrete Paving
HMA Plant Mix
HMA Paving
Clean & Seal Cracks/Joints
Aggregate Bases & Surfaces
Highway, R.R. and Waterway Structures
Drainage
Electrical
Cover and Seal Coats
Concrete Construction
Landscaping
Fencing
Guardrail
Painting
Signing
Cold Milling, Planning & Rotomilling
Demolition
Pavement Markings (Paint)
Other Construction (List)
$ 0.00
Totals Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the “Illinois Procurement Code." Failure to comply will result in non-issuance of an "Authorization To Bid." This form has been approved by the State Forms Management Center.
Bureau of Construction 2300 South Dirksen Parkway/Room 322 Springfield, Illinois 62764
NOT FOR BID
Printed 10/24/2017 Page 2 of 2 BC 57 (Rev. 08/17/10)
Part III. Work Subcontracted to Others.
For each contract described in Part I, list all the work you have subcontracted to others.
1 2 3 4 Awards Pending
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Total Uncompleted
I, being duly sworn, do hereby declare that this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates.
Subscribed and sworn to before me
this day of , Type or Print Name Officer or Director Title
Signed
Notary Public
My commission expires
Company
(Notary Seal)
Address
NOT FOR BID
Special Provisions
Page 1 of 5 GRUN 11310
The following Special Provisions supplement the "Standard Specifications for Road and Bridge Construction", Adopted April 1, 2016, the latest edition of the "Manual on Uniform Traffic Control Devices for Streets and Highways", and the "Manual of Test Procedures of Materials" in effect on the date of invitation of bids, and the Supplemental Specifications and Recurring Special Provisions indicated on the Check Sheet included here in which apply to and govern the construction of Section: 17-16128-00-BR and in case of conflict with any part, or parts, of said Specifications, the said Special Provisions shall take precedence and shall govern. LOCATION OF WORK The project is located in southwest Grundy County in Vienna Township. The project is located on Waupecan Road, northwest of Mazon. The project is approximately 0.25 mile east of Gonnam Road and approximately 1.25 miles west of Buffalo Road, along Waupecan Road (Sections 9 and 16, Township 32N, Range 6E, 3rd Principal Meridian). A location map is shown on the cover of the drawings. DESCRIPTION OF WORK This project includes the furnishing of all labor, materials, and equipment necessary to remove the existing twin elliptical pipe culverts carrying Waupecan Road over Bill’s Run and replace them with a cast-in-place concrete box culvert. This project also includes all incidental and collateral work necessary to complete the improvements in accordance with the drawings and specifications. RESPONSIBILITY OF THE CONTRACTOR The contractor shall notify the Engineer a minimum of 48 hours prior to the commencement of work when they plan to begin and/or the start of a new construction activity. The contractor shall responsible to ensure that all utilities have been marked on site at least 48 hours prior to the start of construction or as required by law. The contractor shall protect any existing drainage fixture and field tiles providing drainage whether marked or unmarked on the plans. Should damage occur due to the contractor’s activities, the contractor shall repair said damage at the contractor’s own expense unless the Engineer determines that the damage was unavoidable. Should a conflict be discovered between these plans and conditions in the field, the contractor shall notify the Engineer immediately of the issue(s). No work that will
NOT FOR BID
Special Provisions
Page 2 of 5 GRUN 11310
directly affect or be affected by the conflict may proceed without the Engineer’s approval.
STATUS OF UTILITIES TO BE ADJUSTED:
Name & Address of Utility AT&T 65 West Webster Floor 3 – Engineering Joliet, IL 60431
Type Telephone
Location North Side
Estimated Date Relocation Complete No Conflict Expected
ComEd 1910 S. Briggs Street Joliet, IL 60431
Electric North & South Sides
No Conflict Expected
The above represents the best information of the Department and is only included for the convenience of the bidder. The applicable provisions of Section 102 and Articles 105.07, 107.20, 107.31 and 108.02 of the Standard Specifications for Road and Bridge Construction shall apply. The Contractor shall have the utilities marked, and remarked as needed, to identify their location, during construction. The Contractor shall call JULIE at 811 to have the utilities located. EXISTING FIELD TILES Any existing drainage fixture providing drainage from field tile systems or otherwise to the stream, unless otherwise noted in the project plans, are to remain in place. Should any device be damaged by any of the Contractor’s activities, it shall be repaired or replaced by the Contractor in accordance with the applicable portions of the Standard Specifications for Road and Bridge Construction and to the satisfaction of the Engineer. When deemed by the Engineer that the damage was avoidable, no additional compensation will be made to the Contractor for material, labor, or equipment needed for repair or replacement of these items. CLOSING THE ROAD TO TRAFFIC Waupecan Road shall be closed to all traffic during construction. The Engineer may add requirements and/or conditions for the closure as deemed necessary. The contractor shall maintain access to private property throughout the limits of the improvement in
NOT FOR BID
Special Provisions
Page 3 of 5 GRUN 11310
accordance with the applicable portions of Article 107.09 and Article 107.14 of the “Standard Specifications”, and as directed by the Engineer. CONSTRUCTION SIGNS AND BARRICADES All temporary signs and barricades as specified in Article 107.14 and in the standards listed in the plans shall be furnished, erected and maintained by the contractor. CONSTRUCTION LAYOUT The contractor shall be responsible for laying out all needed points and grades required to complete the project as shown in the plans. This item will be paid for at the Contract Unit Price Lump Sum for CONSTRUCTION LAYOUT which shall include all materials, labor and equipment required. MOBILIZATION The provisions of Section 671 of the Standard Specifications are not applicable to this Proposal. PIPE CULVERT REMOVAL The existing culvert will remain the property of Vienna Township. The Contractor shall contact the Vienna Township Road Commissioner, Mr. Jim Gonnam, at (815) 287-9831 at least 2 business days before the pipes are removed. The Road Commissioner will decide what is to be done with the culvert. Should the pipes require transport offsite, the Road Commissioner will be responsible to make the proper arrangements. CONSTRUCTION DEBRIS Add the following to the third paragraph of Article 202.03 of the Standard Specifications: “ The contractor shall not conduct any generation, transportation or recycling of construction or demolition debris, clean or general or uncontaminated soil during construction, remodeling, repair or demolition of utilities, structures and roads that is not commingled with any waste, without the maintenance of documentation identifying the hauler, generator or place of origin of the debris or soil, the weight or volume of the debris or soil, and the location, owner and operator of the facility where debris or soil was transferred, disposed, recycled or treated, This documentation must be maintained by the Contractor for a minimum of three years after final acceptance of the project by the Department. “
NOT FOR BID
Special Provisions
Page 4 of 5 GRUN 11310
NON-SPECIAL WASTE DISPOSAL This work shall be performed in accordance with Section 669 of the Standard Specifications, except as modified herein. 669.01 Description. Add the following to the end of the first paragraph: “Any cost associated with the testing of material for classification as NON-SPECIAL WASTE will be paid for by the contractor. PID meter results will not be allowed to classify material as NON-SPECIAL WASTE.” 669.16 Basis of payment. Add the following to the end of the second paragraph: “A quantity has been added to the contract in the event that excavated soil tests positive for contamination and for that reason is not accepted by the contractor’s landfill. In the event that no contaminated soil is detected, the quantity will be deducted from the contract and no additional compensation will be due the Contractor.” PRECAST CONCRETE BOX CULVERT Precast option is allowed per Article 540.08 of the Standard Specifications. BOX CULVERT BACKFILL The structure excavation area behind the culvert along the length of the box culvert shall be backfilled with Granular Embankment in accordance with Section 206 of the Standard Specifications for Road and Bridge Construction. This material shall be placed to within 10” of the finished grade elevation and shall be placed and compacted in accordance with the applicable portions of the Standard Specifications for Road and Bridge Construction and to the satisfaction of the Engineer. The material shall be placed in lifts of 6” and shall be compacted with vibrating plate compactor, vibrating roller or other vibrating means approved by the Engineer. Compaction with a backhoe bucket is not acceptable. Placement of the material will be paid for at the contract unit price per cubic yard for POROUS GRANULAR EMBANKMENT, which price shall be payment in full for furnishing all material, labor, and equipment required for this item as specified and to the satisfaction of the Engineer.
NOT FOR BID
Special Provisions
Page 5 of 5 GRUN 11310
TOPSOIL FURNISH AND PLACE Topsoil shall be furnished and placed in accordance with Articles 211.03 and 211.04 of the Standard Specifications. This work is considered to be incidental to the project and will not be paid for separately. TRAFFIC CONTROL SURVEILLANCE Shall not be paid for separately, but shall be included in the costs for other TRAFFIC CONTROL AND PROTECTION, (SPECIAL) pay items. TRAFFIC CONTROL PLAN Traffic control shall be in accordance with the applicable sections of the Standard Specification for Road and Bridge Construction, the applicable guidelines contained in the Illinois Manual on Uniform Traffic Control Devices for Street and Highways, these Special Provisions, and any special details and Highway standards contained herein and in the plans. Signing standards applicable to this contract shall include the following:
701901 BLR 21-9 BLR 22-7
All costs for this item will be paid for at the contract unit price per lump sum for TRAFFIC CONTROL & PROTECTION, (SPECIAL).
NOT FOR BID
Check Sheet for Recurring Special Provisions
Adopted January 1, 2017
The following RECURRING SPECIAL PROVISIONS indicated by an “X” are applicable to this contract and are included by reference:
Recurring Special Provisions
Check Sheet # Page No.
1 Additional State Requirements for Federal-Aid Construction Contracts 262 Subletting of Contracts (Federal-Aid Contracts) 293 EEO 304 Specific EEO Responsibilities Non Federal-Aid Contracts 405 Required Provisions - State Contracts 456 Asbestos Bearing Pad Removal 517 Asbestos Waterproofing Membrane and Asbestos Hot-Mix Asphalt Surface Removal 528 Temporary Stream Crossings and In-Stream Work Pads 539 Construction Layout Stakes Except for Bridges 5410 Construction Layout Stakes 5711 Use of Geotextile Fabric for Railroad Crossing 6012 Subsealing of Concrete Pavements 6213 Hot-Mix Asphalt Surface Correction 6614 Pavement and Shoulder Resurfacing 6815 Patching with Hot-Mix Asphalt Overlay Removal 6916 Polymer Concrete 7017 PVC Pipeliner 7218 Bicycle Racks 7319 Temporary Portable Bridge Traffic Signals 7520 Work Zone Public Information Signs 7721 Nighttime Inspection of Roadway Lighting 7822 English Substitution of Metric Bolts 7923 Calcium Chloride Accelerator for Portland Cement Concrete 8024 Quality Control of Concrete Mixtures at the Plant 8125 Quality Control/Quality Assurance of Concrete Mixtures 8926 Digital Terrain Modeling for Earthwork Calculations 10527 Reserved 10728 Preventive Maintenance - Bituminous Surface Treatment 10829 Preventive Maintenance - Cape Seal 11430 Preventive Maintenance - Micro-Surfacing 12931 Preventive Maintenance - Slurry Seal 14032 Temporary Raised Pavement Markers 14933 Restoring Bridge Approach Pavements Using High-Density Foam 15034 Portland Cement Concrete Inlay or Overlay 153
NOT FOR BID
Check Sheet for Local Roads and Streets Recurring Special Provisions
Adopted January 1, 2017
The following LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS indicated by an “X” are applicable to this contract and are included by reference:
Local Roads And Streets Recurring Special Provisions
Check Sheet # Page No.
LRS 1 Reserved 158LRS 2 Furnished Excavation 159LRS 3 Work Zone Traffic Control Surveillance 160LRS 4 Flaggers in Work Zones 161LRS 5 Contract Claims 162
LRS 6 Bidding Requirements and Conditions for Contract Proposals 163
LRS 7 Bidding Requirements and Conditions for Material Proposals 169LRS 8 Reserved 175LRS 9 Bituminous Surface Treatments 176LRS 10 Reserved 177LRS 11 Employment Practices 150LRS 12 Wages of Employees on Public Works 152LRS 13 Selection of Labor 154LRS 14 Paving Brick and Concrete Paver Pavements and Sidewalks 155LRS 15 Partial Payments 158LRS 16 Protests on Local Lettings 159
LRS 17 Substance Abuse Prevention Program 160LRS 18 Multigrade Cold Mix Asphalt 161
NOT FOR BID
BDE SPECIAL PROVISIONS For the November 17, 2017 Letting
The following special provisions indicated by an “x” are applicable to this contract and will be included by the Project Development and Implementation Section of the BD&E. An * indicates a new or revised special provision for the letting.
File Name
# Special Provision Title Effective Revised
80099 1 Accessible Pedestrian Signals (APS) April 1, 2003 Jan. 1, 2014 80382 2 Adjusting Frames and Grates April 1, 2017 80274 3 Aggregate Subgrade Improvement April 1, 2012 April 1, 2016 80192 4 Automated Flagger Assistance Device Jan. 1, 2008 80173 5 Bituminous Materials Cost Adjustments Nov. 2, 2006 Aug. 1, 2017 80241 6 Bridge Demolition Debris July 1, 2009 5026I 7 Building Removal-Case I (Non-Friable and Friable Asbestos) Sept. 1, 1990 April 1, 2010 5048I 8 Building Removal-Case II (Non-Friable Asbestos) Sept. 1, 1990 April 1, 2010 5049I 9 Building Removal-Case III (Friable Asbestos) Sept. 1, 1990 April 1, 2010 5053I 10 Building Removal-Case IV (No Asbestos) Sept. 1, 1990 April 1, 2010 80366 11 Butt Joints July 1, 2016 * 80386 12 Calcium Aluminate Cement for Class PP-5 Concrete Patching Nov. 1, 2017 80384 13 Compensable Delay Costs June 2, 2017 80198 14 Completion Date (via calendar days) April 1, 2008 80199 15 Completion Date (via calendar days) Plus Working Days April 1, 2008 80293 16 Concrete Box Culverts with Skews > 30 Degrees and Design Fills ≤ 5
Feet April 1, 2012 July 1, 2016
80311 17 Concrete End Sections for Pipe Culverts Jan. 1, 2013 April 1, 2016 80277 18 Concrete Mix Design – Department Provided Jan. 1, 2012 April 1, 2016 80261 19 Construction Air Quality – Diesel Retrofit June 1, 2010 Nov. 1, 2014 * 80387 20 Contrast Preformed Plastic Pavement Marking Nov. 1, 2017 80029 21 Disadvantaged Business Enterprise Participation Sept. 1, 2000 July 2, 2016 80378 22 Dowel Bar Inserter Jan. 1, 2017 * 80388 23 Equipment Parking and Storage Nov. 1, 2017 80229 24 Fuel Cost Adjustment April 1, 2009 Aug. 1, 2017 * 80304 25 Grooving for Recessed Pavement Markings Nov. 1, 2012 Nov. 1, 2017 80246 26 Hot-Mix Asphalt – Density Testing of Longitudinal Joints Jan. 1, 2010 April 1, 2016 * 80347 27 Hot-Mix Asphalt – Pay for Performance Using Percent Within Limits
– Jobsite Sampling Nov. 1, 2014 Nov. 1, 2017
* 80383 28 Hot-Mix Asphalt – Quality Control for Performance April 1, 2017 Nov. 1, 2017 80376 29 Hot-Mix Asphalt – Tack Coat Nov. 1, 2016 80368 30 Light Tower July 1, 2016 80336 31 Longitudinal Joint and Crack Patching April 1, 2014 April 1, 2016 80369 32 Mast Arm Assembly and Pole July 1, 2016 80045 33 Material Transfer Device June 15, 1999 Aug. 1, 2014 80165 34 Moisture Cured Urethane Paint System Nov. 1, 2006 Jan. 1, 2010 80349 35 Pavement Marking Blackout Tape Nov. 1, 2014 April 1, 2016 80371 36 Pavement Marking Removal July 1, 2016 80377 37 Portable Changeable Message Signs Nov. 1, 2016 April 1, 2017 * 80389 38 Portland Cement Concrete Nov. 1, 2017 * 80359 39 Portland Cement Concrete Bridge Deck Curing April 1, 2015 Nov. 1, 2017 80338 40 Portland Cement Concrete Partial Depth Hot-Mix Asphalt Patching April 1, 2014 April 1, 2016 80385 41 Portland Cement Concrete Sidewalk Aug. 1, 2017 80300 42 Preformed Plastic Pavement Marking Type D - Inlaid April 1, 2012 April 1, 2016 80328 43 Progress Payments Nov. 2, 2013 3426I 44 Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, 2006
NOT FOR BID
File Name
# Special Provision Title Effective Revised
80157 45 Railroad Protective Liability Insurance (5 and 10) Jan. 1, 2006 80306 46 Reclaimed Asphalt Pavement (RAP) and Reclaimed Asphalt
Shingles (RAS) Nov. 1, 2012 April 1, 2016
80340 47 Speed Display Trailer April 2, 2014 Jan. 1, 2017 80127 48 Steel Cost Adjustment April 2, 2004 Aug. 1, 2017 80379 49 Steel Plate Beam Guardrail Jan. 1, 2017 80317 50 Surface Testing of Hot-Mix Asphalt Overlays Jan. 1, 2013 April 1, 2016 80298 51 Temporary Pavement Marking (NOTE: This special provision was
previously named “Pavement Marking Tape Type IV”.) April 1, 2012 April 1, 2017
20338 52 Training Special Provisions Oct. 15, 1975 80318 53 Traversable Pipe Grate Jan. 1, 2013 April 1, 2014 80381 54 Traffic Barrier Terminal, Type 1 Special Jan. 1, 2017 80380 55 Tubular Markers Jan. 1, 2017 80288 56 Warm Mix Asphalt Jan. 1, 2012 April 1, 2016 80302 57 Weekly DBE Trucking Reports June 2, 2012 April 2, 2015 80071 58 Working Days Jan. 1, 2002 The following special provisions have been deleted from use: 80289 Wet Reflective Thermoplastic Pavement Marking 80367 Light Poles The following special provisions are in the 2017 Supplemental Specifications and Recurring Special Provisions.
File Name
Special Provision Title New Location Effective Revised
80360 Coarse Aggregate Quality Article 1004.01 July 1, 2015 80363 Engineer’s Field Office Article 670.07 April 1, 2016 80358 Equal Employment Opportunity Recurring CS #1 and #5 April 1, 2015 80364 Errata for the 2016 Standard Specifications Supplemental April 1, 2016 80342 Mechanical Side Tie Bar Inserter Articles 420.03, 420.05, and
1103.19 Aug. 1, 2014 April 1, 2016
80370 Mechanical Splicers Article 1006.10 July 1, 2016 80361 Overhead Sign Structures Certification of Metal
Fabricator Article 106.08 Nov. 1, 2015 April 1, 2016
80365 Pedestrian Push-Button Article 888.03 April 1, 2016 80353 Portland Cement Concrete Inlay or Overlay Recurring CS #34 Jan. 1, 2015 April 1, 2016 80372 Preventive Maintenance – Bituminous Surface
Treatment (A-1) Recurring CS #28 Jan. 1, 2009 July 1, 2016
80373 Preventive Maintenance – Cape Seal Recurring CS #29 Jan. 1, 2009 July 1, 2016 80374 Preventive Maintenance – Micro-Surfacing Recurring CS #30 Jan. 1, 2009 July 1, 2016 80375 Preventive Maintenance – Slurry Seal Recurring CS #31 Jan. 1, 2009 July 1, 2016 80362 Steel Slag in Trench Backfill Articles 1003.01 and 1003.04 Jan. 1, 2016 80355 Temporary Concrete Barrier Articles 704.02, 704.04,
704.05, and 704.06 Jan. 1, 2015 July 1, 2015
The following special provisions require additional information from the designer. The additional information needs to be submitted as a separate document. The Project Development and Implementation section will then include the information in the applicable special provision. The Special Provisions are: • Bridge Demolition Debris • Building Removal-Case IV • Material Transfer Device • Building Removal - Case I • Completion Date • Railroad Protective Liability Insurance • Building Removal – Case II • Completion Date Plus Working Days • Training Special Provisions • Building Removal - Case III • DBE Participation • Working Days
NOT FOR BID
WORKING DAYS (BDE)
Effective: January 1, 2002
The Contractor shall complete the work within 20 working days.
80071
NOT FOR BID
LR107-4 Page 1 of 1
State of Illinois Department of Transportation
Bureau of Local Roads and Streets
SPECIAL PROVISION FOR
INSURANCE
Effective: February 1, 2007 Revised: August 1, 2007
All references to Sections or Articles in this specification shall be construed to mean specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation.
The Contractor shall name the following entities as additional insured under the Contractor’s
general liability insurance policy in accordance with Article 107.27:
The entities listed above and their officers, employees, and agents shall be indemnified and held harmless in accordance with Article 107.26.
NOT FOR BID
LR 702 Page 1 of 1
State of Illinois Department of Transportation
Bureau of Local Roads and Streets
SPECIAL PROVISION FOR
CONSTRUCTION AND MAINTENANCE SIGNS
Effective: January 1, 2004 Revised: June 1, 2007
All references to Sections or Articles in this specification shall be construed to mean a specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation. 701.14. Signs. Add the following paragraph to Article 701.14:
All warning signs shall have minimum dimensions of 1200 mm x 1200 mm (48" x 48") and have a black legend on a fluorescent orange reflectorized background, meeting, as a minimum, Type AP reflectivity requirements of Table 1091-2 in Article 1091.02.
NOT FOR BID
Pre
vaili
ng
Wag
e ra
tes
for
Gru
nd
y C
ou
nty
Ef
fect
ive
Sep
t. 1
, 20
17
Trad
e Ti
tle
Re
gio
n
Typ
e C
lass
B
ase
W
age
Fo
re-
man
W
age
M-F
O
T O
SA
OSH
H
/W
Pe
nsi
on
V
acat
ion
Tr
ain
ing
ASB
ESTO
S A
BT-
GEN
A
ll A
LL
$
41
.20
$
42
.20
1
.5
1.5
2
$
14
.65
$
12
.32
$
0.0
0
$0
.50
ASB
ESTO
S A
BT-
MEC
A
ll B
LD
$
37
.46
$
39
.96
1
.5
1.5
2
$
11
.62
$
11
.06
$
0.0
0
$0
.72
BO
ILER
MA
KER
A
ll B
LD
$
48
.49
$
52
.86
2
2 2
$
6.9
7
$1
9.6
1
$0
.00
$
0.9
0
BR
ICK
MA
SON
A
ll B
LD
$
45
.38
$
49
.92
1
.5
1.5
2
$
10
.45
$
16
.68
$
0.0
0
$0
.90
CA
RP
ENTE
R
All
All
$
45
.35
$
49
.88
1
.5
1.5
2
$
11
.79
$
17
.61
$
0.0
0
$0
.63
CEM
ENT
MA
SON
A
ll A
LL
$
42
.00
$
44
.00
2
1.5
2
$
10
.00
$
23
.97
$
0.0
0
$0
.50
CER
AM
IC T
ILE
FNSH
ER
All
BLD
$3
7.8
1
$3
7.8
1
1.5
1
.5
2
$1
0.5
5
$1
0.1
2
$0
.00
$
0.6
5
CO
MM
UN
ICA
TIO
N T
ECH
A
ll B
LD
$
34
.50
$
36
.00
1
.5
1.5
2
$
14
.62
$
12
.69
$
1.5
0
$0
.72
ELEC
TRIC
PW
R E
QM
T O
P
All
ALL
$5
0.5
0
$5
5.5
0
1.5
1
.5
2
$1
1.6
9
$1
6.6
9
$0
.00
$
3.1
2
ELEC
TRIC
PW
R G
RN
DM
AN
A
ll A
LL
$
39
.39
$
55
.50
1
.5
1.5
2
$
9.1
2
$1
3.0
2
$0
.00
$
2.4
3
ELEC
TRIC
PW
R L
INEM
AN
A
ll A
LL
$
50
.50
$
55
.50
1
.5
1.5
2
$
11
.69
$
16
.69
$
0.0
0
$3
.12
ELEC
TRIC
IAN
A
ll B
LD
$
42
.50
$
46
.33
1
.5
1.5
2
$
15
.47
$
17
.44
$
3.5
0
$1
.20
ELEV
ATO
R C
ON
STR
UC
TOR
A
ll B
LD
$
43
.43
$
48
.86
2
2 2
$
15
.28
$
15
.71
$
3.4
7
$0
.60
GLA
ZIER
A
ll B
LD
$
42
.45
$
43
.95
1
.5
1.5
2
$
14
.04
$
20
.14
$
0.0
0
$0
.94
HT/
FRO
ST IN
SULA
TOR
A
ll B
LD
$
50
.50
$
53
.00
1
.5
1.5
2
$
12
.12
$
12
.96
$
0.0
0
$0
.72
IRO
N W
OR
KER
A
ll A
LL
$
42
.50
$
46
.75
2
2 2
$
11
.26
$
24
.59
$
0.0
0
$0
.85
LAB
OR
ER
All
ALL
$4
1.2
0
$4
1.9
5
1.5
1
.5
2
$1
4.6
5
$1
2.3
2
$0
.00
$
0.5
0
LATH
ER
All
All
$
42
.52
$
46
.77
1
.5
1.5
2
$
13
.29
$
12
.76
$
0.0
0
$0
.63
MA
CH
INIS
T A
ll B
LD
$
45
.35
$
47
.85
1
.5
1.5
2
$
7.2
6
$8
.95
$
1.8
5
$0
.00
MA
RB
LE F
INIS
HER
S A
ll A
LL
$
33
.95
$
33
.95
1
.5
1.5
2
$
10
.45
$
15
.52
$
0.0
0
$0
.47
MA
RB
LE M
ASO
N
All
BLD
$4
4.6
3
$4
9.0
9
1.5
1
.5
2
$1
0.4
5
$1
6.2
8
$0
.00
$
0.5
9
MA
TER
IAL
TEST
ER I
All
ALL
$3
1.2
0
$3
1.2
0
1.5
1
.5
2
$1
4.6
5
$1
2.3
2
$0
.00
$
0.5
0
MA
TER
IALS
TES
TER
II
All
ALL
$3
6.2
0
$3
6.2
0
1.5
1
.5
2
$1
4.6
5
$1
2.3
2
$0
.00
$
0.5
0
MIL
LWR
IGH
T A
ll A
ll
$4
5.3
5
$4
9.8
8
1.5
1
.5
2
$1
1.7
9
$1
7.6
1
$0
.00
$
0.6
3
OP
ERA
TIN
G E
NG
INEE
R
All
BLD
1
$5
0.1
0
$5
4.1
0
2 2
2
$1
8.8
0
$1
4.3
5
$2
.00
$
1.3
0
NOT FOR BID
OP
ERA
TIN
G E
NG
INEE
R
All
BLD
2
$4
8.8
0
$5
4.1
0
2 2
2
$1
8.8
0
$1
4.3
5
$2
.00
$
1.3
0
OP
ERA
TIN
G E
NG
INEE
R
All
BLD
3
$4
6.2
5
$5
4.1
0
2 2
2
$1
8.8
0
$1
4.3
5
$2
.00
$
1.3
0
OP
ERA
TIN
G E
NG
INEE
R
All
BLD
4
$4
4.5
0
$5
4.1
0
2 2
2
$1
8.8
0
$1
4.3
5
$2
.00
$
1.3
0
OP
ERA
TIN
G E
NG
INEE
R
All
BLD
5
$5
3.8
5
$5
4.1
0
2 2
2
$1
8.8
0
$1
4.3
5
$2
.00
$
1.3
0
OP
ERA
TIN
G E
NG
INEE
R
All
BLD
6
$5
1.1
0
$5
4.1
0
2 2
2
$1
8.8
0
$1
4.3
5
$2
.00
$
1.3
0
OP
ERA
TIN
G E
NG
INEE
R
All
BLD
7
$5
3.1
0
$5
4.1
0
2 2
2
$1
8.8
0
$1
4.3
5
$2
.00
$
1.3
0
OP
ERA
TIN
G E
NG
INEE
R
All
FLT
$
38
.00
$
38
.00
1
.5
1.5
2
$
18
.05
$
13
.60
$
1.9
0
$1
.30
OP
ERA
TIN
G E
NG
INEE
R
All
HW
Y 1
$4
8.3
0
$5
2.3
0
1.5
1
.5
2
$1
8.8
0
$1
4.3
5
$2
.00
$
1.3
0
OP
ERA
TIN
G E
NG
INEE
R
All
HW
Y 2
$4
7.7
5
$5
2.3
0
1.5
1
.5
2
$1
8.8
0
$1
4.3
5
$2
.00
$
1.3
0
OP
ERA
TIN
G E
NG
INEE
R
All
HW
Y 3
$4
5.7
0
$5
2.3
0
1.5
1
.5
2
$1
8.8
0
$1
4.3
5
$2
.00
$
1.3
0
OP
ERA
TIN
G E
NG
INEE
R
All
HW
Y 4
$4
4.3
0
$5
2.3
0
1.5
1
.5
2
$1
8.8
0
$1
4.3
5
$2
.00
$
1.3
0
OP
ERA
TIN
G E
NG
INEE
R
All
HW
Y 5
$4
3.1
0
$5
2.3
0
1.5
1
.5
2
$1
8.8
0
$1
4.3
5
$2
.00
$
1.3
0
OP
ERA
TIN
G E
NG
INEE
R
All
HW
Y 6
$5
1.3
0
$5
2.3
0
1.5
1
.5
2
$1
8.8
0
$1
4.3
5
$2
.00
$
1.3
0
OP
ERA
TIN
G E
NG
INEE
R
All
HW
Y 7
$4
9.3
0
$5
2.3
0
1.5
1
.5
2
$1
8.8
0
$1
4.3
5
$2
.00
$
1.3
0
PA
INTE
R
All
ALL
$4
5.5
5
$5
1.2
4
1.5
1
.5
1.5
$
11
.56
$
11
.44
$
0.0
0
$1
.87
PA
INTE
R S
IGN
S A
ll B
LD
$
37
.45
$
42
.05
1
.5
1.5
2
$
2.6
0
$3
.18
$
0.0
0
$0
.00
PIL
EDR
IVER
A
ll A
ll
$4
5.3
5
$4
7.3
5
1.5
1
.5
2
$1
1.7
9
$1
7.6
1
$0
.00
$
0.6
3
PIP
EFIT
TER
A
ll B
LD
$
47
.50
$
50
.50
1
.5
1.5
2
$
9.5
5
$1
7.8
5
$0
.00
$
2.0
7
PLA
STER
ER
All
BLD
$4
2.7
5
$4
5.3
1
1.5
1
.5
2
$1
4.0
0
$1
5.7
1
$0
.00
$
0.8
9
PLU
MB
ER
All
BLD
$4
9.2
5
$5
2.2
0
1.5
1
.5
2
$1
4.3
4
$1
3.3
5
$0
.00
$
1.2
8
RO
OFE
R
All
BLD
$3
3.2
6
$3
5.2
6
1.5
1
.5
2
$9
.08
$
11
.44
$
0.0
0
$0
.58
SHEE
TMET
AL
WO
RK
ER
All
BLD
$4
5.7
7
$4
7.7
7
1.5
1
.5
2
$1
0.6
5
$1
4.1
0
$0
.00
$
0.8
2
SIG
N H
AN
GER
A
ll A
ll
$2
2.9
9
$2
5.2
9
1.5
1
.5
2
$3
.79
$
2.5
0
$0
.00
$
0.0
0
SPR
INK
LER
FIT
TER
A
ll B
LD
$
47
.20
$
49
.20
1
.5
1.5
2
$
12
.25
$
11
.55
$
0.0
0
$0
.55
STO
NE
MA
SON
A
ll B
LD
$
45
.38
$
49
.92
1
.5
1.5
2
$
10
.45
$
16
.68
$
0.0
0
$0
.90
TER
RA
ZZO
FIN
ISH
ER
All
BLD
$4
0.5
4
$4
0.5
4
1.5
1
.5
2
$1
0.6
5
$1
2.7
6
$0
.00
$
0.7
3
TER
RA
ZZO
MA
SON
A
ll B
LD
$
44
.38
$
47
.88
1
.5
1.5
2
$
10
.65
$
14
.15
$
0.0
0
$0
.82
TILE
MA
SON
A
ll B
LD
$
38
.56
$
38
.56
1
.5
1.5
2
$
10
.65
$
11
.18
$
0.0
0
$0
.68
TRU
CK
DR
IVER
A
ll A
ll 1
$3
7.9
1
$3
8.4
6
1.5
1
.5
2
$8
.10
$
7.9
7
$0
.00
$
0.1
5
TRU
CK
DR
IVER
A
ll A
ll 2
$3
8.0
6
$3
8.4
6
1.5
1
.5
2
$8
.10
$
7.9
7
$0
.00
$
0.1
5
TRU
CK
DR
IVER
A
ll A
ll 3
$3
8.2
6
$3
8.4
6
1.5
1
.5
2
$8
.10
$
7.9
7
$0
.00
$
0.1
5
NOT FOR BID
TRU
CK
DR
IVER
A
ll A
ll 4
$3
8.4
6
$3
8.4
6
1.5
1
.5
2
$8
.10
$
7.9
7
$0
.00
$
0.1
5
TUC
KP
OIN
TER
A
ll B
LD
$
45
.42
$
46
.42
1
.5
1.5
2
$
8.3
2
$1
5.4
2
$0
.00
$
0.8
0
Lege
nd
M
-F O
T U
nle
ss o
ther
wis
e n
ote
d, O
T p
ay is
req
uir
ed f
or
any
ho
ur
grea
ter
than
8 w
ork
ed e
ach
day
, Mo
n t
hro
ugh
Fri
. Th
e n
um
ber
list
ed is
th
e m
ult
iple
of
the
bas
e w
age.
O
SA O
vert
ime
pay
req
uir
ed f
or
ever
y h
ou
r w
ork
ed o
n S
atu
rday
s O
SH O
vert
ime
pay
req
uir
ed f
or
ever
y h
ou
r w
ork
ed o
n S
un
day
s an
d H
olid
ays
H/W
Hea
lth
/Wel
fare
ben
efit
Ex
pla
nat
ion
s G
RU
ND
Y C
OU
NTY
PLU
MB
ERS
& P
IPEF
ITTE
RS
(WES
T) -
Th
at p
art
of
the
cou
nty
Wes
t o
f R
t. 4
7 e
xclu
din
g th
e C
ity
of
Mo
rris
.
The
follo
win
g lis
t is
co
nsi
der
ed a
s th
ose
day
s fo
r w
hic
h h
olid
ay r
ate
s o
f w
ages
fo
r w
ork
per
form
ed a
pp
ly: N
ew Y
ears
Day
, Mem
ori
al D
ay, F
ou
rth
of
July
, Lab
or
Day
, Th
anks
givi
ng
Day
, Ch
rist
mas
Day
an
d V
ete
ran
s D
ay in
so
me
clas
sifi
cati
on
s/co
un
ties
. G
ener
ally
, an
y o
f th
ese
ho
liday
s w
hic
h
fall
on
a S
un
day
is c
eleb
rate
d o
n t
he
follo
win
g M
on
day
. Th
is t
hen
mak
es w
ork
per
form
ed o
n t
hat
Mo
nd
ay p
ayab
le a
t th
e a
pp
rop
riat
e o
vert
ime
rate
fo
r h
olid
ay p
ay. C
om
mo
n p
ract
ice
in a
giv
en lo
cal m
ay a
lte
r ce
rtai
n d
ays
of
cele
bra
tio
n.
If in
do
ub
t, p
leas
e c
hec
k w
ith
IDO
L.
EXP
LAN
ATI
ON
OF
CLA
SSES
ASB
ESTO
S -
GEN
ERA
L -
rem
ova
l of
asb
esto
s m
ate
rial
/mo
ld a
nd
haz
ard
ou
s m
ater
ials
fro
m a
ny
pla
ce in
a b
uild
ing,
incl
ud
ing
mec
han
ical
sys
tem
s
wh
ere
tho
se m
ech
anic
al s
yste
ms
are
to b
e re
mo
ved
. Th
is in
clu
des
th
e r
emo
val o
f as
bes
tos
mat
eria
ls/m
old
an
d h
azar
do
us
mat
eria
ls f
rom
du
ctw
ork
or
pip
es in
a b
uild
ing
wh
en t
he
bu
ildin
g is
to
be
dem
olis
hed
at
the
tim
e o
r at
so
me
clo
se f
utu
re d
ate
.
ASB
ESTO
S -
MEC
HA
NIC
AL
- re
mo
val o
f as
bes
tos
mat
eri
al f
rom
mec
han
ical
sys
tem
s, s
uch
as
pip
es, d
uct
s, a
nd
bo
ilers
, wh
ere
the
mec
han
ical
syst
ems
are
to r
emai
n.
CER
AM
IC T
ILE
FIN
ISH
ER
The
gro
uti
ng,
cle
anin
g, a
nd
po
lish
ing
of
all c
lass
es o
f ti
le, w
het
her
fo
r in
teri
or
or
exte
rio
r p
urp
ose
s, a
ll b
urn
ed, g
laze
d o
r u
ngl
azed
pro
du
cts;
all
com
po
siti
on
mat
eria
ls, g
ran
ite
tile
s, w
arn
ing
det
ect
able
tile
s, c
emen
t ti
les,
ep
oxy
co
mp
osi
te m
ate
rial
s, p
aver
s, g
lass
, mo
saic
s, f
iber
glas
s, a
nd
all
sub
stit
ute
mat
eria
ls, f
or
tile
mad
e in
tile
-lik
e u
nit
s; a
ll m
ixtu
res
in t
ile li
ke f
orm
of
cem
ent,
met
als,
an
d o
ther
mat
eria
ls t
hat
are
fo
r an
d in
ten
ded
for
use
as
a fi
nis
hed
flo
or
surf
ace,
sta
ir t
read
s, p
rom
enad
e ro
ofs
, wal
ks, w
alls
, cei
lings
, sw
imm
ing
po
ols
, an
d a
ll o
ther
pla
ces
wh
ere
tile
is t
o f
orm
NOT FOR BID
a fi
nis
hed
inte
rio
r o
r ex
teri
or.
Th
e m
ixin
g o
f al
l set
tin
g m
ort
ars
incl
ud
ing
bu
t n
ot
limit
ed t
o t
hin
-set
mo
rtar
s, e
po
xies
, wal
l mu
d, a
nd
an
y o
ther
san
d a
nd
cem
ent
mix
ture
s o
r ad
hes
ives
wh
en u
sed
in t
he
pre
par
atio
n, i
nst
alla
tio
n, r
ep
air,
or
mai
nte
nan
ce o
f ti
le a
nd
/or
sim
ilar
mat
eri
als.
Th
e
han
dlin
g an
d u
nlo
adin
g o
f al
l san
d, c
emen
t, li
me,
tile
, fix
ture
s, e
qu
ipm
ent,
ad
hes
ives
, or
any
oth
er m
ate
rial
s to
be
use
d in
th
e p
rep
arat
ion
,
inst
alla
tio
n, r
epai
r, o
r m
ain
ten
ance
of
tile
an
d/o
r si
mila
r m
ate
rial
s. C
era
mic
Tile
Fin
ish
ers
shal
l fill
all
join
ts a
nd
vo
ids
rega
rdle
ss o
f m
eth
od
on
all
tile
wo
rk, p
arti
cula
rly
and
esp
ecia
lly a
fter
inst
alla
tio
n o
f sa
id t
ile w
ork
. A
pp
licat
ion
of
any
and
all
pro
tect
ive
cove
rin
gs t
o a
ll ty
pes
of
tile
inst
alla
tio
ns
incl
ud
ing,
bu
t n
ot
be
limit
ed
to
, all
soap
co
mp
ou
nd
s, p
aper
pro
du
cts,
tap
es, a
nd
all
po
lyet
hyl
ene
cove
rin
gs, p
lyw
oo
d, m
aso
nit
e,
card
bo
ard
, an
d a
ny
new
typ
e o
f p
rod
uct
s th
at m
ay b
e u
sed
to
pro
tect
tile
inst
alla
tio
ns,
Bla
stra
c e
qu
ipm
ent,
an
d a
ll fl
oo
r sc
arif
yin
g e
qu
ipm
ent
use
d in
pre
par
ing
flo
ors
to
rec
eiv
e ti
le.
The
clea
n u
p a
nd
re
mo
val o
f al
l was
te a
nd
mat
eria
ls.
All
dem
olit
ion
of
exis
tin
g ti
le f
loo
rs a
nd
wal
ls t
o b
e
re-t
iled
.
CO
MM
UN
ICA
TIO
NS
TEC
HN
ICIA
N
Inst
alla
tio
n, o
per
atio
n, i
nsp
ecti
on
, mai
nte
nan
ce, r
ep
air
and
se
rvic
e o
f ra
dio
, te
levi
sio
n, r
eco
rdin
g, v
oic
e, s
ou
nd
an
d v
isio
n p
rod
uct
ion
an
d
rep
rod
uct
ion
, te
lep
ho
ne
and
tel
eph
on
e in
terc
on
nec
t, f
acsi
mile
, eq
uip
men
t an
d a
pp
lian
ces
use
d f
or
do
mes
tic,
co
mm
erci
al, e
du
cati
on
al a
nd
ente
rtai
nm
ent
pu
rpo
ses,
pu
llin
g o
f w
ire
thro
ugh
co
nd
uit
bu
t n
ot
the
inst
alla
tio
n o
f co
nd
uit
.
MA
RB
LE F
INIS
HER
Load
ing
and
un
load
ing
tru
cks,
dis
trib
uti
on
of
all m
ater
ials
(al
l sto
ne,
san
d, e
tc.)
, sto
ckin
g o
f fl
oo
rs w
ith
mat
eria
l, p
erfo
rmin
g al
l rig
gin
g fo
r h
eavy
wo
rk, t
he
han
dlin
g o
f al
l mat
eria
l th
at m
ay b
e n
eed
ed f
or
the
inst
alla
tio
n o
f su
ch m
ater
ials
, bu
ildin
g o
f sc
affo
ldin
g, p
olis
hin
g if
nee
ded
, pat
chin
g,
wax
ing
of
mat
eria
l if
dam
aged
, po
inti
ng
up
, cau
lkin
g, g
rou
tin
g an
d c
lean
ing
of
mar
ble
, ho
ldin
g w
ate
r o
n d
iam
on
d o
r C
arb
oru
nd
um
bla
de
or
saw
for
sett
ers
cutt
ing,
use
of
tub
saw
or
any
oth
er s
aw n
eed
ed f
or
pre
par
atio
n o
f m
ate
rial
, dri
llin
g o
f h
ole
s fo
r w
ires
th
at a
nch
or
mat
eria
l set
by
sett
ers,
mix
ing
up
of
mo
ldin
g p
last
er
for
inst
alla
tio
n o
f m
ater
ial,
mix
ing
up
th
in s
et f
or
the
inst
alla
tio
n o
f m
ate
rial
, mix
ing
up
of
san
d t
o c
emen
t
for
the
inst
alla
tio
n o
f m
ater
ial a
nd
su
ch o
ther
wo
rk a
s m
ay b
e re
qu
ired
in h
elp
ing
a M
arb
le S
ette
r in
th
e h
and
ling
of
all m
ater
ial i
n t
he
erec
tio
n
or
inst
alla
tio
n o
f in
teri
or
mar
ble
, sla
te, t
rave
rtin
e, a
rt m
arb
le, s
erp
enti
ne,
alb
eren
e st
on
e, b
lue
sto
ne,
gra
nit
e an
d o
ther
sto
nes
(m
ean
ing
as t
o
sto
ne
any
fore
ign
or
do
mes
tic
mat
eria
ls a
s ar
e s
pec
ifie
d a
nd
use
d in
bu
ildin
g in
teri
ors
an
d e
xter
iors
an
d c
ust
om
arily
kn
ow
n a
s st
on
e in
th
e
trad
e), c
arra
ra, s
anio
nyx
, vit
rolit
e an
d s
imila
r o
paq
ue
glas
s an
d t
he
layi
ng
of
all m
arb
le t
ile, t
erra
zzo
tile
, sla
te t
ile a
nd
pre
cast
tile
, ste
ps,
ris
ers
trea
ds,
bas
e, o
r an
y o
ther
mat
eria
ls t
hat
may
be
use
d a
s su
bst
itu
tes
for
any
of
the
afo
rem
enti
on
ed m
ater
ials
an
d w
hic
h a
re u
sed
on
inte
rio
r an
d
exte
rio
r w
hic
h a
re in
stal
led
in a
sim
ilar
man
ner
.
MA
TER
IAL
TEST
ER I:
Han
d c
ori
ng
and
dri
llin
g fo
r te
stin
g o
f m
ate
rial
s; f
ield
insp
ecti
on
of
un
cure
d c
on
cret
e an
d a
sph
alt.
MA
TER
IAL
TEST
ER II
: Fi
eld
insp
ecti
on
of
we
lds,
str
uct
ura
l ste
el,
fire
pro
ofi
ng,
mas
on
ry, s
oil,
fac
ade,
re
info
rcin
g st
eel,
form
wo
rk, c
ure
d c
on
cret
e,
and
co
ncr
ete
an
d a
sph
alt
bat
ch p
lan
ts; a
dju
stin
g p
rop
ort
ion
s o
f b
itu
min
ou
s m
ixtu
res.
NOT FOR BID
OP
ERA
TIN
G E
NG
INEE
R -
BU
ILD
ING
Cla
ss 1
. Asp
hal
t P
lan
t; A
sph
alt
Spre
ader
; Au
togr
ade;
Bac
kho
es w
ith
Cai
sso
n A
ttac
hm
ent;
Bat
ch P
lan
t; B
eno
to (
req
uir
es T
wo
En
gin
eers
); B
oile
r
and
Th
rott
le V
alve
; Cai
sso
n R
igs;
Cen
tral
Red
i-M
ix P
lan
t; C
om
bin
atio
n B
ack
Ho
e Fr
on
t En
d-l
oad
er M
ach
ine;
Co
mp
ress
or
and
Th
rott
le V
alve
;
Co
ncr
ete
Bre
aker
(Tr
uck
Mo
un
ted
); C
on
cret
e C
on
veyo
r; C
on
cret
e C
on
veyo
r (T
ruck
Mo
un
ted
); C
on
cret
e P
aver
Ove
r 2
7E
cu. f
t; C
on
cret
e P
aver
27
E cu
. ft.
an
d U
nd
er: C
on
cret
e P
lace
r; C
on
cret
e P
laci
ng
Bo
om
; C
on
cret
e P
um
p (
Tru
ck M
ou
nte
d);
Co
ncr
ete
Tow
er; C
ran
es, A
ll; C
ran
es,
Ham
mer
hea
d; C
ran
es, (
GC
I an
d s
imila
r Ty
pe)
; Cre
ter
Cra
ne;
Sp
ider
Cra
ne;
Cru
sher
, Sto
ne,
etc
.; D
erri
cks,
All;
Der
rick
s, T
rave
ling;
Fo
rmle
ss C
urb
and
Gu
tte
r M
ach
ine;
Gra
der
, Ele
vati
ng;
Gro
uti
ng
Mac
hin
es; H
eavy
Du
ty S
elf-
Pro
pel
led
Tra
nsp
ort
er o
r P
rim
e M
ove
r; H
igh
lift
Sho
vels
or
Fro
nt
End
load
er 2
-1/4
yd
. an
d o
ver;
Ho
ists
, Ele
vato
rs, o
uts
ide
typ
e ra
ck a
nd
pin
ion
an
d s
imila
r m
ach
ines
; Ho
ists
, On
e, T
wo
an
d T
hre
e D
rum
; Ho
ists
,
Two
Tu
gger
On
e Fl
oo
r; H
ydra
ulic
Bac
kho
es; H
ydra
ulic
Bo
om
Tru
cks;
Hyd
ro V
ac (
and
sim
ilar
equ
ipm
ent)
; Lo
com
oti
ves,
All;
Mo
tor
Pat
rol;
Lub
rica
tio
n T
ech
nic
ian
; Man
ipu
lato
rs; P
ile D
rive
rs a
nd
Ski
d R
ig; P
ost
Ho
le D
igge
r; P
re-S
tres
s M
ach
ine;
Pu
mp
Cre
tes
Du
al R
am; P
um
p C
rete
s:
Squ
eeze
Cre
tes-
Scre
w T
ype
Pu
mp
s; G
ypsu
m B
ulk
er a
nd
Pu
mp
; Rai
sed
an
d B
lind
Ho
le D
rill;
Ro
to M
ill G
rin
der
; Sc
oo
ps
- Tr
acto
r D
raw
n; S
lip-F
orm
Pav
er; S
trad
dle
Bu
ggie
s; O
per
atio
n o
f Ti
e B
ack
Mac
hin
e; T
ou
rnap
ull;
Tra
cto
r w
ith
Bo
om
an
d S
ide
Bo
om
; Tr
ench
ing
Mac
hin
es.
Cla
ss 2
. Bo
ilers
; Bro
om
, All
Po
we
r P
rop
elle
d; B
ulld
oze
rs; C
on
cret
e M
ixer
(Tw
o B
ag a
nd
Ove
r); C
on
veyo
r, P
ort
able
; Fo
rklif
t Tr
uck
s; H
igh
lift
Sho
vels
or
Fro
nt
End
load
ers
un
der
2-1
/4 y
d.;
Ho
ists
, Au
tom
atic
; Ho
ists
, In
sid
e El
evat
ors
; Ho
ists
, Sew
er D
ragg
ing
Mac
hin
e; H
ois
ts, T
ugg
er S
ingl
e D
rum
;
Lase
r Sc
ree
d; R
ock
Dri
ll (S
elf-
Pro
pel
led
); R
ock
Dri
ll (T
ruck
Mo
un
ted
); R
olle
rs, A
ll; S
team
Ge
ner
ato
rs; T
ract
ors
, All;
Tra
cto
r D
raw
n V
ibra
tory
Ro
ller;
Win
ch T
ruck
s w
ith
"A
" Fr
ame.
Cla
ss 3
. Air
Co
mp
ress
or;
Co
mb
inat
ion
Sm
all E
qu
ipm
ent
Op
erat
or;
Gen
erat
ors
; Hea
ters
, Mec
han
ical
; Ho
ists
, In
sid
e El
evat
ors
(re
mo
del
ing
or
ren
ova
tio
n w
ork
); H
ydra
ulic
Po
wer
Un
its
(Pile
Dri
vin
g, E
xtra
ctin
g, a
nd
Dri
llin
g); P
um
ps,
ove
r 3
" (1
to
3 n
ot
to e
xcee
d a
to
tal o
f 3
00
ft.
); L
ow
Bo
ys;
Pu
mp
s, W
ell P
oin
ts; W
eld
ing
Mac
hin
es (
2 t
hro
ugh
5);
Win
ches
, 4 S
mal
l Ele
ctri
c D
rill
Win
ches
.
Cla
ss 4
. Bo
bca
ts a
nd
/or
oth
er S
kid
Ste
er
Load
ers;
Oile
rs; a
nd
Bri
ck F
ork
lift.
Cla
ss 5
. Ass
ista
nt
Cra
ft F
ore
man
.
Cla
ss 6
. Gra
dal
l.
Cla
ss 7
. Mec
han
ics;
Wel
der
s.
OP
ERA
TIN
G E
NG
INEE
RS
- H
IGH
WA
Y C
ON
STR
UC
TIO
N
Cla
ss 1
. Asp
hal
t P
lan
t; A
sph
alt
Hea
ter
and
Pla
ner
Co
mb
inat
ion
; Asp
hal
t H
eate
r Sc
arfi
re; A
sph
alt
Spre
ader
; Au
togr
ader
/GO
MA
CO
or
oth
er s
imila
r
typ
e m
ach
ines
: AB
G P
aver
; Bac
kho
es w
ith
Cai
sso
n A
ttac
hm
ent;
Bal
last
Reg
ula
tor;
Be
lt L
oad
er; C
aiss
on
Rig
s; C
ar D
um
per
; Ce
ntr
al R
ed
i-M
ix P
lan
t;
Co
mb
inat
ion
Bac
kho
e Fr
on
t En
dlo
ader
Mac
hin
e, (
1 c
u. y
d. B
ackh
oe
Bu
cket
or
ove
r o
r w
ith
att
ach
men
ts);
Co
ncr
ete
Bre
aker
(Tr
uck
Mo
un
ted
);
NOT FOR BID
Co
ncr
ete
Co
nve
yor;
Co
ncr
ete
Pav
er o
ver
27E
cu. f
t.; C
on
cret
e P
lace
r; C
on
cret
e T
ub
e Fl
oat
; Cra
nes
, all
atta
chm
ents
; Cra
nes
, To
wer
Cra
nes
of
all
typ
es: C
rete
r C
ran
e: S
pid
er C
ran
e; C
rush
er, S
ton
e, e
tc.;
Der
rick
s, A
ll; D
erri
ck B
oat
s; D
erri
cks,
Tra
velin
g; D
red
ges;
Ele
vato
rs, O
uts
ide
typ
e R
ack
&
Pin
ion
an
d S
imila
r M
ach
ines
; Fo
rmle
ss C
urb
an
d G
utt
er M
ach
ine;
Gra
der
, Ele
vati
ng;
Gra
der
, Mo
tor
Gra
der
, Mo
tor
Pat
rol,
Au
to P
atro
l, Fo
rm
Gra
der
, Pu
ll G
rad
er, S
ub
grad
er; G
uar
d R
ail P
ost
Dri
ver
Tru
ck M
ou
nte
d; H
ois
ts, O
ne,
Tw
o a
nd
Th
ree
Dru
m; H
eavy
Du
ty S
elf-
Pro
pel
led
Tra
nsp
ort
er
or
Pri
me
Mo
ver;
Hyd
rau
lic B
ackh
oes
; Bac
kho
es w
ith
sh
ear
atta
chm
ents
up
to
40
' of
bo
om
rea
ch; L
ub
rica
tio
n T
ech
nic
ian
; Man
ipu
lato
rs; M
uck
ing
Mac
hin
e; P
ile D
rive
rs a
nd
Ski
d R
ig; P
re-S
tres
s M
ach
ine;
Pu
mp
Cre
tes
Du
al R
am; R
ock
Dri
ll -
Cra
wle
r o
r Sk
id R
ig; R
ock
Dri
ll -
Tru
ck M
ou
nte
d;
Ro
ck/T
rack
Tam
per
; Ro
to M
ill G
rin
der
; Slip
-Fo
rm P
aver
; Sn
ow
Mel
ters
; So
il Te
st D
rill
Rig
(Tr
uck
Mo
un
ted
); S
trad
dle
Bu
ggie
s; H
ydra
ulic
Tele
sco
pin
g Fo
rm (
Tun
nel
); O
per
atio
n o
f Ti
ebac
k M
ach
ine;
Tra
cto
r D
raw
n B
elt
Load
er; T
ract
or
Dra
wn
Bel
t Lo
ader
(w
ith
att
ach
ed p
ush
er -
tw
o
engi
nee
rs);
Tra
cto
r w
ith
Bo
om
; Tra
ctai
re w
ith
Att
ach
men
ts; T
raff
ic B
arri
er T
ran
sfer
Mac
hin
e; T
ren
chin
g; T
ruck
Mo
un
ted
Co
ncr
ete
Pu
mp
wit
h
Bo
om
; Rai
sed
or
Blin
d H
ole
Dri
lls (
Tun
nel
Sh
aft)
; Un
der
gro
un
d B
ori
ng
and
/or
Min
ing
Mac
hin
es 5
ft.
in d
iam
ete
r an
d o
ver
tun
nel
, etc
;
Un
der
gro
un
d B
ori
ng
and
/or
Min
ing
Mac
hin
es u
nd
er 5
ft.
in d
iam
eter
; Wh
eel E
xcav
ato
r; W
iden
er (
AP
SCO
).
Cla
ss 2
. Bat
ch P
lan
t; B
itu
min
ou
s M
ixe
r; B
oile
r an
d T
hro
ttle
Val
ve;
Bu
lldo
zers
; Car
Lo
ader
Tra
ilin
g C
on
veyo
rs; C
om
bin
atio
n B
ackh
oe
Fro
nt
End
load
er M
ach
ine
(Les
s th
an 1
cu
. yd
. Bac
kho
e B
uck
et o
r o
ver
or
wit
h a
ttac
hm
ents
); C
om
pre
sso
r an
d T
hro
ttle
Val
ve; C
om
pre
sso
r, C
om
mo
n
Rec
eive
r (3
); C
on
cret
e B
reak
er
or
Hyd
ro H
amm
er; C
on
cret
e G
rin
din
g M
ach
ine;
Co
ncr
ete
Mix
er o
r P
aver
7S
Seri
es t
o a
nd
incl
ud
ing
27
cu
. ft.
;
Co
ncr
ete
Sp
read
er; C
on
cret
e C
uri
ng
Mac
hin
e, B
url
ap M
ach
ine,
Bel
tin
g M
ach
ine
and
Sea
ling
Mac
hin
e; C
on
cret
e W
hee
l Saw
; Co
nve
yor
Mu
ck C
ars
(Hag
lun
d o
r Si
mila
r Ty
pe)
; Dri
lls, A
ll; F
inis
hin
g M
ach
ine
- C
on
cret
e; H
igh
lift
Sho
vels
or
Fro
nt
End
load
er; H
ois
t -
Sew
er D
ragg
ing
Mac
hin
e;
Hyd
rau
lic B
oo
m T
ruck
s (A
ll A
ttac
hm
ents
); H
ydro
-Bla
ster
; Hyd
ro E
xcav
atin
g (e
xclu
din
g h
ose
wo
rk);
Las
er S
cree
d; A
ll Lo
com
oti
ves,
Din
ky; O
ff-R
oad
Hau
ling
Un
its
(in
clu
din
g ar
ticu
lati
ng)
No
n S
elf-
Load
ing
Eje
ctio
n D
um
p; P
um
p C
rete
s: S
qu
eeze
Cre
tes
- Sc
rew
Typ
e P
um
ps,
Gyp
sum
Bu
lker
an
d
Pu
mp
; Ro
ller,
Asp
hal
t; R
ota
ry S
no
w P
low
s; R
oto
tille
r, S
eam
an, e
tc.,
self
-pro
pel
led
; Sel
f-P
rop
elle
d C
om
pac
tor;
Sp
read
er -
Ch
ip -
Sto
ne,
etc
.;
Scra
per
- S
ingl
e/Tw
in E
ngi
ne/
Pu
sh a
nd
Pu
ll; S
crap
er -
Pri
me
Mo
ver
in T
and
em (
Reg
ard
less
of
Size
); T
ract
ors
pu
llin
g at
tach
men
ts, S
hee
ps
Foo
t,
Dis
c, C
om
pac
tor,
etc
.; T
ug
Bo
ats.
Cla
ss 3
. Bo
ilers
; Bro
om
s, A
ll P
ow
er
Pro
pel
led
; Cem
ent
Sup
ply
Te
nd
er;
Co
mp
ress
or,
Co
mm
on
Re
ceiv
er (
2);
Co
ncr
ete
Mix
er (
Two
Bag
an
d O
ver)
;
Co
nve
yor,
Po
rtab
le; F
arm
-Typ
e Tr
acto
rs U
sed
fo
r M
ow
ing,
See
din
g, e
tc.;
Fo
rklif
t Tr
uck
s; G
rou
tin
g M
ach
ine;
Ho
ists
, Au
tom
atic
; Ho
ists
, All
Elev
ato
rs; H
ois
ts, T
ugg
er S
ingl
e D
rum
; Jee
p D
igge
rs; L
ow
Bo
ys; P
ipe
Jac
kin
g M
ach
ines
; Po
st-H
ole
Dig
ger;
Po
we
r Sa
w, C
on
cret
e P
ow
er
Dri
ven
; Pu
g
Mill
s; R
olle
rs, o
ther
th
an A
sph
alt;
See
d a
nd
Str
aw B
low
er;
Ste
am G
ener
ato
rs; S
tum
p M
ach
ine;
Win
ch T
ruck
s w
ith
"A
" Fr
ame;
Wo
rk B
oat
s;
Tam
per
-Fo
rm-M
oto
r D
rive
n.
Cla
ss 4
. Air
Co
mp
ress
or;
Co
mb
inat
ion
- S
mal
l Eq
uip
men
t O
per
ato
r; D
irec
tio
nal
Bo
rin
g M
ach
ine;
Ge
ner
ato
rs; H
eate
rs, M
ech
anic
al; H
ydra
ulic
Po
we
r U
nit
(P
ile D
rivi
ng,
Ext
ract
ing,
or
Dri
llin
g); L
igh
t P
lan
ts, A
ll (1
th
rou
gh 5
); P
um
ps,
ove
r 3
" (1
to
3 n
ot
to e
xcee
d a
to
tal o
f 3
00
ft.
); P
um
ps,
Wel
l Po
ints
; Vac
uu
m T
ruck
s (e
xclu
din
g h
ose
wo
rk);
Wel
din
g M
ach
ines
(2
th
rou
gh 5
); W
inch
es, 4
Sm
all E
lect
ric
Dri
ll W
inch
es.
Cla
ss 5
. Ski
dSt
eer
Load
er (
all)
; Bri
ck F
ork
lifts
; Oile
rs.
NOT FOR BID
Cla
ss 6
. Fie
ld M
ech
anic
s an
d F
ield
Wel
der
s
Cla
ss 7
. Do
wel
l Mac
hin
e w
ith
Air
Co
mp
ress
or;
Gra
dal
l an
d m
ach
ines
of
like
nat
ure
.
OP
ERA
TIN
G E
NG
INEE
RS
- FL
OA
TIN
G
Div
er. D
iver
Wet
Ten
der
, Div
er T
en
der
, RO
V P
ilot,
RO
V T
end
er
TRU
CK
DR
IVER
- B
UIL
DIN
G, H
EAV
Y A
ND
HIG
HW
AY
CO
NST
RU
CTI
ON
Cla
ss 1
. Tw
o o
r th
ree
Axl
e Tr
uck
s. A
-fra
me
Tru
ck w
hen
use
d f
or
tran
spo
rtat
ion
pu
rpo
ses;
Air
Co
mp
ress
ors
an
d W
eld
ing
Mac
hin
es, i
ncl
ud
ing
tho
se p
ulle
d b
y c
ars,
pic
k-u
p t
ruck
s an
d t
ract
ors
; A
mb
ula
nce
s; B
atch
Gat
e Lo
cke
rs; B
atch
Ho
pp
erm
an; C
ar a
nd
Tru
ck W
ash
ers;
Car
ry-a
lls; F
ork
Lif
ts a
nd
Ho
iste
rs; H
elp
ers;
Mec
han
ics
Hel
per
s an
d G
reas
ers;
Oil
Dis
trib
uto
rs 2
-man
op
erat
ion
; Pav
emen
t B
reak
ers;
Po
le T
raile
r, u
p t
o 4
0 f
eet;
Po
we
r M
ow
er
Trac
tors
; Se
lf-p
rop
elle
d C
hip
Sp
read
er; S
kip
man
;
Slu
rry
Tru
cks,
2-m
an o
per
atio
n; S
lurr
y Tr
uck
Co
nve
yor
Op
erat
ion
, 2 o
r 3
man
; Tea
mst
ers
Un
skill
ed d
um
pm
an; a
nd
Tru
ck D
rive
rs h
aulin
g w
arn
ing
ligh
ts, b
arri
cad
es, a
nd
po
rtab
le t
oile
ts o
n t
he
job
sit
e.
Cla
ss 2
. Fo
ur
axle
tru
cks;
Du
mp
Cre
ts a
nd
Ad
geto
rs u
nd
er 7
yar
ds;
Du
mp
ster
s, T
rack
Tru
cks,
Eu
clid
s, H
ug
Bo
tto
m D
um
p T
urn
apu
lls o
r
Turn
atra
ilers
wh
en p
ulli
ng
oth
er t
han
se
lf-l
oad
ing
eq
uip
men
t o
r si
mila
r e
qu
ipm
ent
un
der
16
cu
bic
yar
ds;
Mix
er
Tru
cks
un
der
7 y
ard
s; R
ead
y-m
ix
Pla
nt
Ho
pp
er O
per
ato
r, a
nd
Win
ch T
ruck
s, 2
Axl
es.
Cla
ss 3
. Fi
ve a
xle
tru
cks;
Du
mp
Cre
ts a
nd
Ad
geto
rs 7
yar
ds
and
ove
r; D
um
pst
ers
, Tra
ck T
ruck
s, E
ucl
ids,
Hu
g B
ott
om
Du
mp
Tu
rnat
raile
rs o
r
turn
apu
lls w
hen
pu
llin
g o
ther
th
an s
elf
-lo
adin
g e
qu
ipm
ent
or
sim
ilar
equ
ipm
ent
ove
r 1
6 c
ub
ic y
ard
s; E
xplo
sive
s an
d/o
r Fi
ssio
n M
ate
rial
Tru
cks;
Mix
er T
ruck
s 7
yar
ds
or
ove
r; M
ob
ile C
ran
es w
hile
in t
ran
sit;
Oil
Dis
trib
uto
rs, 1
-man
op
erat
ion
; Po
le T
raile
r, o
ver
40
fe
et; P
ole
an
d E
xpan
dab
le
Trai
lers
hau
ling
mat
eria
l ove
r 50
fee
t lo
ng;
Slu
rry
tru
cks,
1-m
an o
per
atio
n; W
inch
tru
cks,
3 a
xles
or
mo
re;
Mec
han
ic--
Tru
ck W
eld
er a
nd
Tru
ck
Pai
nte
r.
Cla
ss 4
. Si
x ax
le t
ruck
s; D
ual
-pu
rpo
se v
ehic
les,
su
ch a
s m
ou
nte
d c
ran
e tr
uck
s w
ith
ho
ist
and
acc
ess
ori
es; F
ore
man
; Mas
ter
Mec
han
ic; S
elf-
load
ing
eq
uip
men
t li
ke P
.B. a
nd
tru
cks
wit
h s
coo
ps
on
th
e fr
on
t.
TER
RA
ZZO
FIN
ISH
ER
The
han
dlin
g o
f sa
nd
, cem
ent,
mar
ble
ch
ips,
an
d a
ll o
ther
mat
eri
als
that
may
be
use
d b
y th
e M
osa
ic T
erra
zzo
Mec
han
ic, a
nd
th
e m
ixin
g,
grin
din
g, g
rou
tin
g, c
lean
ing
and
se
alin
g o
f al
l Mar
ble
, Mo
saic
, an
d T
erra
zzo
wo
rk, f
loo
rs, b
ase,
sta
irs,
an
d w
ain
sco
tin
g b
y h
and
or
mac
hin
e, a
nd
in
add
itio
n, a
ssis
tin
g an
d a
idin
g M
arb
le, M
aso
nic
, an
d T
erra
zzo
Mec
han
ics.
Oth
er C
lass
ific
atio
ns
of
Wo
rk: NOT FOR B
ID
For
def
init
ion
s o
f cl
assi
fica
tio
ns
no
t o
ther
wis
e se
t o
ut,
th
e D
epar
tmen
t ge
ner
ally
has
on
file
su
ch d
efin
itio
ns
wh
ich
are
ava
ilab
le. I
f a
task
to
be
per
form
ed is
no
t su
bje
ct t
o o
ne
of
the
cla
ssif
icat
ion
s o
f p
ay s
et o
ut,
th
e D
epar
tmen
t w
ill u
po
n b
ein
g co
nta
cte
d s
tate
wh
ich
nei
ghb
ori
ng
cou
nty
has
su
ch a
cla
ssif
icat
ion
an
d p
rovi
de
such
rat
e, s
uch
rat
e b
ein
g d
eem
ed t
o e
xist
by
refe
ren
ce in
th
is d
ocu
men
t. I
f n
o n
eigh
bo
rin
g co
un
ty r
ate
app
lies
to t
he
task
, th
e D
epar
tmen
t sh
all u
nd
erta
ke a
sp
ecia
l det
erm
inat
ion
, su
ch s
pec
ial d
eter
min
atio
n b
ein
g th
en d
eem
ed t
o h
ave
exis
ted
un
der
th
is d
eter
min
atio
n.
If a
pro
ject
req
uir
es t
hes
e, o
r an
y cl
assi
fica
tio
n n
ot
liste
d, p
leas
e co
nta
ct ID
OL
at 2
17
-78
2-1
71
0 f
or
wag
e ra
tes
or
clar
ific
atio
ns.
LA
ND
SCA
PIN
G
Lan
dsc
apin
g w
ork
fal
ls u
nd
er t
he
exis
tin
g cl
assi
fica
tio
ns
for
lab
ore
r, o
per
atin
g en
gin
eer
and
tru
ck d
rive
r. T
he
wo
rk p
erfo
rmed
by
lan
dsc
ape
pla
nts
man
an
d l
and
scap
e la
bo
rer
is c
ove
red
by
the
exi
stin
g cl
assi
fica
tio
n o
f la
bo
rer.
Th
e w
ork
per
form
ed b
y la
nd
scap
e o
per
ato
rs (
rega
rdle
ss o
f
equ
ipm
ent
use
d o
r it
s si
ze)
is c
ove
red
by
the
clas
sifi
cati
on
s o
f o
per
atin
g en
gin
eer.
Th
e w
ork
per
form
ed b
y la
nd
scap
e tr
uck
dri
vers
(re
gard
less
of
size
of
tru
ck d
rive
n)
is c
ove
red
by
the
cla
ssif
icat
ion
s o
f tr
uck
dri
ver.
MA
TER
IAL
TEST
ER &
MA
TER
IAL
TEST
ER/I
NSP
ECTO
R I
AN
D II
No
twit
hst
and
ing
the
dif
fere
nce
in t
he
clas
sifi
cati
on
tit
le, t
he
cla
ssif
icat
ion
en
titl
ed "
Mat
eria
l Tes
ter
I" in
volv
es
the
sam
e jo
b d
uti
es a
s th
e
clas
sifi
cati
on
en
titl
ed "
Mat
eria
l Tes
ter/
Insp
ecto
r I"
. Lik
ew
ise,
th
e cl
assi
fica
tio
n e
nti
tled
"M
ater
ial T
este
r II
" in
volv
es t
he
sam
e jo
b d
uti
es a
s th
e
clas
sifi
cati
on
en
titl
ed "
Mat
eria
l Tes
ter/
Insp
ecto
r II"
.
NOT FOR BID
NOT FOR BID
NOT FOR BID
NOT FOR BID
NOT FOR BID
NOT FOR BID