TO: Committee of the Whole – City Services 3/2

FROM: Timothy Grimm, P.E., Civil Engineer

DATE: February 24, 2021

RE: Resolution 21-025-R, Authorizing Execution of a Contract for the 2021 Crackfilling Program with Denler, Inc. for $193,316.75

Summary This project will include crackfilling City and will also include sealcoating, striping, and crackfilling. The fiberized crackfilling consists of cleaning and sealing of any cracks, voids or joints two inches in width or less with asphalt cement reinforced by polypropylene fibers. Map exhibits are provided in the contract showing the and parking lot locations to be addressed this year.

Crackfilling is a very cost-effective preventative maintenance technique and is performed routinely to keep water and debris from getting into the pavement. In addition, crackfill helps keep the roadway in safe condition by interrupting the propagation of cracking, and other distresses in the roadway.

The project is expected to start in early May and will be completed by June 25, 2021.

Background

The total budget for the annual crackfill program is $200,000. Estimated quantities are based on the number of streets areas that are currently in need of crackfilling maintenance and the severity of asphalt cracking. The sole funding source for the project is:

• Street Maintenance MFT, 18-47-6471 ($200,000)

Proposals Bids were opened on February 18, 2021 with the following results:

1. Denler, Inc. Bid: $175,742.50 2. SKC Construction, Inc Bid: $185,716.50

The lowest bidder for the 2021 Crackfilling Program was Denler, Inc. of Joliet, Illinois. The Engineer’s estimate for the work was $195,600. The unit pricing for the bituminous crackfill material came in about 1% lower than last year’s contract at $1.19/lb, most likely due to lower oil prices. The overall prices came are very favorable compared to the last five years of bid prices for this work.

Denler has completed the crackfilling work for the past two years and we found their workmanship to be satisfactory. Construction is expected to begin in early May when the weather is more moderate and suitable for this type of work. Memo to: City Services Committee February 24, 2021 Page Two

Staff Recommendation Every year there are several streets which could use crackfill maintenance but may not be addressed due to limited budget and this year will be no exception. So far the winter of 2021 has been unusually harsh on our streets and we expect to see a lot of this Spring. Staff typically awards projects up to 10% over bid amount to allow for fluctuations in constructed quantities.

For this project, staff recommends increasing the contingency amount to 10% over the bid amount to account for field changes in quantities. If extra material is available the contingency amount will be used to address streets that require crackfill but were not included in the 2021 list due to budget limitations.

Denler Bid MFT Budget for Total Award Contingency Price Street Amount Including % Maintenance Contingency (18-47-6471) 2021 Crackfilling $175,743 $200,000 $193,317 10% Program

Recommended Committee/Council Action

1. The approval of Resolution 21-025-R authorizing execution of a contract for the 2021 Crackfilling Program with Denler, Inc. of Joliet, Illinois, for an amount not to exceed $193,316.75 (Bid price of $175,742.50 plus 10% contingency amount). 2. Adopt the IDOT Resolution (BLR 14220 form) to appropriate $193,316.75 from the Motor Fuel Tax (MFT) Fund. CITY OF BATAVIA, ILLINOIS RESOLUTION 21-025-R

A RESOLUTION AUTHORIZING EXECUTION OF A CONTRACT WITH DENLER, INC., OF JOLIET, ILLINOIS, FOR THE 2021 CRACKFILLING PROGRAM IN THE AMOUNT OF $193,316.75

WHEREAS, the City of Batavia has identified the need for crackfill for various city streets; and

WHEREAS, the City of Batavia requested bids on the project and reviewed the submitted bids; and

WHEREAS, Denler, Inc. has submitted a bid and is the lowest responsible bidder for the project; and

WHEREAS, the construction company of Denler, Inc has the appropriate expertise and experience necessary to provide construction services; and

WHEREAS, the total cost of said construction services is in the amount not to exceed $193,716.75; and

NOW, THEREFORE, BE IT RESOLVED, by the Mayor and City Council of the City of Batavia, Kane and DuPage Counties, Illinois, as follows:

SECTION 1. That the Mayor and City Clerk are hereby authorized to execute the Contract with Denler, Inc of Joliet, Illinois, attached hereto as Exhibit 1, for construction services in the amount not to exceed $193,716.75.

SECTION 2. That the City Clerk is hereby authorized to execute the IDOT Resolution (BLR14220 form) to appropriate $193,716.75 from the Motor Fuel Tax (MFT) Fund.

1 of 2 page excluding Exhibit 1 CITY OF BATAVIA, ILLINOIS RESOLUTION 21-025-R

PRESENTED to and PASSED by the City Council of the City of Batavia, Illinois, this 15th day of March, 2021.

APPROVED by me as Mayor of said City of Batavia, Illinois, this 15th day of March, 2021.

Jeffery D. Schielke, Mayor

Ward Aldermen Ayes Nays Absent Abstain Aldermen Ayes Nays Absent Abstain 1 O’Brien Baerren 2 Callahan Wolff 3 Meitzler Chanzit 4 Malay Knopp 5 Uher Beck 6 Cerone Russotto 7 McFadden Miller Mayor Schielke VOTE: Ayes Nays Absent Abstentions Total holding office: Mayor and 14 aldermen

ATTEST:

______Ellen Posledni, City Clerk

2 of 2 pages excluding Exhibits 1 EXHIBIT 1 Resolution for Maintenance Under the Illinois Code

Resolution Number Resolution Type Section Number 21-025-R Original 21-00000-02-GM

BE IT RESOLVED, by the Council of the City of Governing Body Type Local Public Agency Type Batavia Illinois that there is hereby appropriated the sum of one hundred Name of Local Public Agency ninety-three thousand three hundred sixteen and seventy-five cents Dollars ( $193,316.75 ) of Motor Fuel Tax funds for the purpose of maintaining streets and highways under the applicable provisions of Illinois Highway Code from

03/16/21 to 03/15/21 . Beginning Date Ending Date

BE IT FURTHER RESOLVED, that only those operations as listed and described on the approved Estimate of Maintenance Costs, including supplemental or revised estimates approved in connection with this resolution, are eligible for maintenance with Motor Fuel Tax funds during the period as specified above.

BE IT FURTHER RESOLVED, that City of Batavia Local Public Agency Type Name of Local Public Agency shall submit within three months after the end of the maintenance period as stated above, to the Department of Transportation, on forms available from the Department, a certified statement showing expenditures and the balances remaining in the funds authorized for expenditure by the Department under this appropriation, and

BE IT FURTHER RESOLVED, that the Clerk is hereby directed to transmit four (4) ceritified originals of this resolution to the district office of the Department of Transportation.

I Ellen Posledni City Clerk in and for said City Name of Clerk Local Public Agency Type Local Public Agency Type of Batavia in the State of Illinois, and keeper of the records and files thereof, as Name of Local Public Agency provided by statute, do hereby certify the foregoing to be a true, perfect and complete copy of a resolution adopted by the

Council of Batavia at a meeting held on . Governing Body Type Name of Local Public Agency Date IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this day of . Day Month, Year

(SEAL) Clerk Signature

APPROVED Regional Engineer Department of Transportation Date

Printed 02/24/21 BLR 14220 (Rev. 02/08/19) EXHIBIT 2 RETURN WITH BID

County KANE Local Public Agency CITY OF BATAVIA NOTICE TO BIDDERS Section Number 21-00000-02-GM Route VARIOUS

Sealed proposals for the improvement described below will be received at the office of Department of Public Works, 200 N. Raddant , Batavia IL, 60510 until 2:00 PM on February 18, 2021 Address Time Date

Sealed proposals will be opened and read publicly at the office of Department of Public Works 200 N. Raddant Road, Batavia IL, 60510 at 2:00 PM on February 18, 2021 Address Time Date

DESCRIPTION OF WORK Name 2021 Crackfilling Program Length: 105286.0 feet ( 19.94 miles) 0 Location Various Locations (Refer to the Location Maps) Proposed Improvement The proposed improvement will include the application of fiberized crackfilling material at various locations within the City of Batavia.

1. Plans and proposal forms will be available in the office of City of Batavia - Department of Public Works 200 North Raddant Road, Batavia, Illinois 60510 (Contact Timothy Grimm, [email protected]) Address 2. Prequalification If checked, the 2 low bidders must file within 24 hours after the letting an “Affidavit of Availability” (Form BC 57), in duplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. One original shall be filed with the Awarding Authority and one original with the IDOT District Office. 3. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals. 4. The following BLR Forms shall be returned by the bidder to the Awarding Authority: a. BLR 12200: Local Public Agency Formal Contract Proposal b. BLR 12200a Schedule of Prices c. BLR 12230: Proposal Bid Bond (if applicable) d. BLR 12325: Apprenticeship or Training Program Certification (do not use for federally funded projects) e. BLR 12326: Affidavit of Illinois Business Office 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.

Printed 2/1/2021 Page 2 of 6 BLR 12200 (01/08/14) RETURN WITH BID

County KANE Local Public Agency CITY OF BATAVIA PROPOSAL Section Number 21-00000-02-GM Route VARIOUS

1. Proposal of

for the improvement of the above section by the construction of The proposed improvement will include the application of fiberized crackfilling material at various locations within the City of Batavia.

105286.0 105286.0 a total distance of 0 feet, of which a distance of 0 feet, ( 19.94 miles) are to be improved. 2. The plans for the proposed work are those prepared by City of Batavia and approved by the Department of Transportation on 3. The specifications referred to herein are those prepared by the Department of Transportation and designated as “Standard Specifications for Road and Construction” and the “Supplemental Specifications and Recurring Special Provisions” thereto, adopted and in effect on the date of invitation for bids. 4. The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the “Check Sheet for Recurring Special Provisions” contained in this proposal. 5. The undersigned agrees to complete the work within working days or by 06/25/2021 unless additional time is granted in accordance with the specifications. 6. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals, will be required. Bid Bonds will be allowed as a proposal guaranty. Accompanying this proposal is either a bid bond if allowed, on Department form BLR 12230 or a proposal guaranty check, complying with the specifications, made payable to:

City of Batavia Treasurer of The amount of the check is 5% Bid Bond ( ).

7. In the event that one proposal guaranty check is intended to cover two or more proposals, the amount must be equal to the sum of the proposal guaranties, which would be required for each individual proposal. If the proposal guaranty check is placed in another proposal, it will be found in the proposal for: Section Number . 8. The successful bidder at the time of execution of the contract will be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu thereof. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the Bid Bond or check shall be forfeited to the Awarding Authority. 9. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. 10. A bid will be declared unacceptable if neither a unit price nor a total price is shown. 11. The undersigned submits herewith the schedule of prices on BLR 12200a covering the work to be performed under this contract. 12. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on BLR 12200a, the work shall be in accordance with the requirements of each individual proposal for the multiple bid specified in the Schedule for Multiple Bids below.

Printed 2/1/2021 Page 3 of 6 BLR 12200 (01/08/14)

RETURN WITH BID

County KANE Local Public Agency CITY OF BATAVIA CONTRACTOR CERTIFICATIONS Section Number 21-00000-02-GM Route VARIOUS

The certifications hereinafter made by the bidder are each a material representation of fact upon which reliance is placed should the Department enter into the contract with the bidder. 1. Debt Deliquency. The bidder or contractor or subcontractor, respectively, certifies that it is not delinquent in the payment of any tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance with the procedures established by the appropriate revenue Act, its liability for the tax or the amount of tax. Making a false statement voids the contract and allows the Department to recover all amounts paid to the individual or entity under the contract in a civil action. 2. Bid-Rigging or Bid Rotating. The bidder or contractor or subcontractor, respectively, certifies that it is not barred from contracting with the Department by reason of a violation of either 720 ILCS 5/33E-3 or 720 ILCS 5/33E-4. A violation of Section 33E-3 would be represented by a conviction of the crime of bid-rigging which, in addition to Class 3 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be barred for 5 years from the date of conviction from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation. A violation of Section 33E-4 would be represented by a conviction of the crime of bid-rotating which, in addition to Class 2 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be permanently barred from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation. 3. Bribery. The bidder or contractor or subcontractor, respectively, certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois or any unit of local government, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. 4. Interim Suspension or Suspension. The bidder or contractor or subcontractor, respectively, certifies that it is not currently under a suspension as defined in Subpart I of Title 44 Subtitle A Chapter III Part 6 of the Illinois Administrative Code. Furthermore, if suspended prior to completion of this work, the contract or contracts executed for the completion of this work may be cancelled.

Printed 2/1/2021 Page 5 of 6 BLR 12200 (01/08/14)

CITY OF BATAVIA SPECIAL PROVISIONS 2021 CRACKFILLING PROGRAM

SPECIAL PROVISIONS TABLE OF CONTENTS

LOCATION OF IMPROVEMENT……………………………………………………………………………………………………………. 1

MAINTENANCE …………………………………………………………………………………………………………………………………. 1

DESCRIPTION OF PROJECT …………………………………………………………….……………………………………………………. 1

BID SUBMITTAL REQUIREMENTS…………………………………………………….……………………………………………………. 2

PRE-CONSTRUCTION MEETING ……………………………………………………………………………………………………………. 2

CONSTRUCTION COMPLETION TIME….…………………………………………………………………………………………………. 2

PUNCHLIST ITEMS ………………………………………………………………………………………………………………………………. 2

WARRANTIES ………………………………………………………………………………………………………………………………………. 3

PAYMENT FOR COMPLETED WORK ………………………………………………………………………………………………………. 3

LICENSES AND PERMITS ……………………………………………………………………………………..……………………………. 3

MATERIAL INSPECTION AND TESTING………………………………………………………………………………………………. 4

DISPOSAL OF DEBRIS, EXCESS MATERIALS AND EXCAVATED OR REMOVED MATERIALS ……………….… 4

MATERIAL AND EQUIPMENT STORAGE………………………………………………………………………………………………. 4

NOTICE………………………………………………………………………………………………………………………………………………. 4

PROGRESS SCHEDULE AND WEEKLY REPORTING …………..…………………………………………………………………. 5

DAILY PROJECT SCHEDULING ……………………………………………………………………………………………………………. 5

TIME OF DAY WORK RESTRICTIONS…………………………………………………………………………………………………. 5

SOLID WASTE COLLECTION DAYS ………………………………………………………………………………………………………. 5

WATER FOR CONSTRUCTION PURPOSES ………………………………………………………………………………………………. 5

STREET SWEEPING ……………….……………………………………………………………………………………………………………. 5

JOINT & CRACKFILL - (FIBERIZED SEALANT)……………………………………………………………………………………… 6

ROUTING FOR FIBERIZED CRACKFILLING …………………………………………………………………………………………… 7

1

CITY OF BATAVIA SPECIAL PROVISIONS 2021 CRACKFILLING PROGRAM

FINE AGGREGATE (FA-6)……………………………………………………………………………………………………………………. 8

ASPHALT PARKING LOT SEAL COATING ………………………………………………………………………………………………. 8

PAINT PAVEMENT MARKING ……………………………………………………………………………………………………………..…. 10

TRAFFIC CONTROL AND PROTECTION ………………………………………………………………………………………………. 11

2

Special Provisions

Local Public Agency County Section Number City of Batavia Kane 21-00000-01-GM The following Special Provision supplement the "Standard Specifications for Road and Bridge Construction", adopted

April 1, 2016 , the latest edition of the "Manual on Uniform 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 Specification and Recurring Special Provisions indicated on the Check Sheet included here in which apply to and govern the construction of the above named section, and in case of conflict with any parts, or parts of said Specifications, the said Special Provisions shall take precedence and shall govern.

Printed 02/01/21 Page 1 of 1 BLR 11310 (Rev. 10/04/17) INDEX FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS

Adopted January 1, 2021

This index contains a listing of SUPPLEMENTAL SPECIFICATIONS, frequently used RECURRING SPECIAL PROVISIONS, and LOCAL AND STREETS RECURRING SPECIAL PROVISIONS.

ERRATA Standard Specifications for Road and Bridge Construction (Adopted 4-1-16) (Revised 1-1-21)

SUPPLEMENTAL SPECIFICATIONS

Std. Spec. Sec. Page No. 106 Control of Materials ...... 1 107 Legal Regulations and Responsibility to Public ...... 2 109 Measurement and Payment ...... 3 205 Embankment ...... 4 403 Bituminous Surface Treatment (Class A-1, A-2, A-3) ...... 5 404 Micro-Surfacing and Slurry Sealing ...... 6 405 Cape Seal ...... 17 406 Hot-Mix Asphalt Binder and Surface Course ...... 27 420 Portland Cement Pavement ...... 28 424 Portland Cement Concrete ...... 30 442 Pavement Patching ...... 31 502 Excavation for Structures ...... 32 503 Concrete Structures ...... 35 504 Precast Concrete Structures ...... 38 505 Steel Structures ...... 40 506 Cleaning and Painting New Steel Structures ...... 41 511 Slope Wall ……… ...... 42 522 Retaining Walls ...... 44 542 Pipe Culverts ...... 45 586 Sand Backfill for Vaulted Abutments ...... 46 602 Catch Basin, Manhole, Inlet, Drainage Structure, and Valve Vault Construction, Adjustment, and Reconstruction ...... 48 603 Adjusting Frames and Grates of Drainage and Utility Structures ...... 49 630 Steel Plate Beam Guardrail ...... 50 631 Terminals ...... 53 670 Engineer’s Field Office and Laboratory ...... 54 701 Work Zone Traffic Control and Protection ...... 55 704 Temporary Concrete Barrier ...... 58 780 Pavement Striping ...... 60 781 Raised Reflective Pavement Markers ...... 61 783 Pavement Marking and Marker Removal ...... 62 888 Pedestrian Push-Button ...... 64 1001 Cement ...... 65 1003 Fine Aggregates ...... 66 1004 Coarse Aggregates ...... 67 ii 1006 Metals ...... 70 1008 Structural Steel Coatings ...... 73 1020 Portland Cement Concrete ...... 77 1043 Adjusting Rings ...... 79 1050 Poured Joint Sealers ...... 81 1069 Pole and Tower ...... 83 1077 Post and Foundation ...... 84 1083 Elastomeric Bearings ...... 85 1095 Pavement Markings ...... 86 1096 Pavement Markers ...... 87 1101 General Equipment ...... 88 1102 Hot-Mix Asphalt Equipment ...... 89 1103 Portland Cement Concrete Equipment ...... 91 1105 Pavement Marking Equipment ...... 93 1106 Work Zone Traffic Control Devices ...... 95

iii RECURRING SPECIAL PROVISIONS

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

CHECK SHEET # PAGE NO. 1 Additional State Requirements for Federal-Aid Construction Contracts ...... 97 2 Subletting of Contracts (Federal-Aid Contracts) ...... 100 3 EEO ...... 101 4 Specific EEO Responsibilities Non Federal-Aid Contracts ...... 111 5 Required Provisions - State Contracts ...... 116 6 Asbestos Bearing Pad Removal ...... 122 7 Asbestos Waterproofing Membrane and Asbestos HMA Surface Removal ...... 123 8 Temporary Stream Crossings and In-Stream Work Pads ...... 124 9 Construction Layout Stakes Except for ...... 125 10 Construction Layout Stakes ...... 128 11 Use of Geotextile Fabric for Railroad Crossing ...... 131 12 Subsealing of Concrete Pavements ...... 133 13 Hot-Mix Asphalt Surface Correction ...... 137 14 Pavement and Resurfacing ...... 139 15 Patching with Hot-Mix Asphalt Overlay Removal ...... 140 16 Polymer Concrete ...... 142 17 PVC Pipeliner ...... 144 18 Bicycle Racks ...... 145 19 Temporary Portable Bridge Traffic Signals ...... 147 20 Reserved ...... 149 21 Nighttime Inspection of Roadway Lighting ...... 150 22 English Substitution of Metric Bolts ...... 151 23 Calcium Chloride Accelerator for Portland Cement Concrete ...... 152 24 Quality Control of Concrete Mixtures at the Plant ...... 153 25 Quality Control/Quality Assurance of Concrete Mixtures ...... 161 26 Digital Terrain Modeling for Earthwork Calculations ...... 177 27 Reserved ...... 179 28 Preventive Maintenance – Bituminous Surface Treatment (A-1) ...... 180 29 Reserved ...... 186 30 Reserved ...... 187 31 Reserved ...... 188 32 Temporary Raised Pavement Markers ...... 189 33 Restoring Bridge Approach Pavements Using High-Density Foam ...... 190 34 Portland Cement Concrete Inlay or Overlay ...... 193 35 Portland Cement Concrete Partial Depth Hot-Mix Asphalt Patching ...... 197 36 Longitudinal Joint and Crack Patching ...... 200 37 Concrete Mix Design – Department Provided ...... 202

iv LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS

Table of Contents

CHECK SHEET # PAGE NO. LRS1 Reserved ...... 204 LRS2 Furnished Excavation ...... 205 LRS3 Work Zone Traffic Control Surveillance ...... 206 LRS4 Flaggers in Work Zones ...... 207 LRS5 Contract Claims ...... 208 LRS6 Bidding Requirements and Conditions for Contract Proposals ...... 209 LRS7 Bidding Requirements and Conditions for Material Proposals ...... 215 LRS8 Reserved ...... 221 LRS9 Bituminous Surface Treatments ...... 222 LRS10 Reserved ...... 223 LRS11 Employment Practices ...... 224 LRS12 Wages of Employees on Public Works ...... 226 LRS13 Selection of Labor ...... 228 LRS14 Paving and Concrete Paver Pavements and ...... 229 LRS15 Partial Payments ...... 232 LRS16 Protests on Local Lettings ...... 233 LRS17 Substance Abuse Prevention Program ...... 234 LRS18 Multigrade Cold Mix Asphalt ...... 235

v 2021 Crackfilling Program

SPECIAL PROVISIONS FOR 2021 CRACKFILLING PROGRAM

The following SPECIAL PROVISIONS supplement the "Standard Specifications for Road and Bridge Construction" adopted April 1, 2016, the "Supplemental Specifications and Recurring Special Provisions", adopted January 1, 2021, and the latest edition of the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" in effect on the date of invitation for bids. These Special Provisions included herein apply to and govern the proposed improvement and in case of conflict with any part or parts of said specifications, said Special Provisions shall take precedent and shall govern.

2021 CRACKFILLING PROGRAM SECTION #21-00000-02-GM IN BATAVIA, KANE COUNTY

The City of Batavia Standard Specifications shall also be included in these Special Provisions and any questions or conflict will be resolved by the City Engineer.

LOCATION OF IMPROVEMENT This project is located at various locations in the City of Batavia, Illinois. See location map for specific locations and limits.

MAINTENANCE OF ROADWAYS Effective: September 30, 1985 Revised: November 1, 1996

Beginning on the date that work begins on this project, the Contractor shall assume responsibility for normal maintenance of all existing roadways within the limits of the improvement. This normal maintenance shall include all repair work deemed necessary by the Engineer but shall not include snow removal operations. Traffic control and protection for maintenance of roadways will be provided by the Contractor as required by the Engineer.

If items of work have not been provided in the contract, or otherwise specified for payment, such items, including the accompanying traffic control and protection required by the Engineer, will be paid for in accordance with Article 109.04 of the Standard Specifications.

DESCRIPTION OF PROJECT The proposed improvement is officially known as the 2021 Crackfilling Program and will include the application of fiberized crackfilling material.

The fiberized crackfilling consists of cleaning and sealing of any cracks, voids or joints 2” (50 mm) in width or less with asphalt cement reinforced by polypropylene fibers. The work will be performed on various City streets as indicated in these specifications and as directed by the Engineer. Some of the street locations will require cleaning and sealing the -line joint and other locations will have the curb-line joint omitted from the scope of this work. The location list included with this specification will indicate which street locations will require curb-line sealing.

This contract shall include all of the necessary labor, equipment, materials and traffic control required

SS - 1 of 12 Standard Specifications 2021 Crackfilling Program

to complete this fiberized crackfilling work.

BID SUBMITTAL REQUIREMENTS The following documents must be included with the submitted bid:

a. BLR 12200 – Local Public Agency Formal Contract Proposal b. BLR 12200a – Schedule of Prices c. BLR 12325 – Apprenticeship or Training Program Certification d. BLR 12326 – Affidavit of Illinois Business Office e. BC 57 – Affidavit of Availability f. BLR 12230 – Proposal Bid Bond

PRE-CONSTRUCTION MEETING: Upon execution of the contract with the successful bidder, the City will schedule a meeting with the Contractor. The Contractor shall submit his progress schedule at or before this meeting. In attendance shall be the Contractor's representative on the job, i.e., Construction Superintendent or Foreman.

1. Purpose - To discuss and resolve any problems regarding the work prior to the Contractor starting work. This includes the schedule of construction operations and interpretation of the Special Provisions and/or plans.

2. Attendance - City Engineer, representatives of other city departments, Contractor, Utility Company representatives, if utility work or adjustments are required. Also, any other person as may be deemed necessary.

3. Specification information regarding source of materials, who is responsible for testing of materials, what, if any, work will be sublet, responsibility for maintaining traffic or detours and any other problems relating to the work are to be discussed.

4. A roster will be prepared which will list the names, addresses and telephone numbers of all parties concerned. Emergency contact persons and 24 hour-a-day phone numbers shall be listed.

CONSTRUCTION COMPLETION TIME: The work under this contract must be completed by June 25, 2021. The work shall not commence until after May 1, 2021 without prior approval of the City Engineer. The City Engineer may consider at his discretion an earlier start date if forecasted weather conditions are considered to be favorable for the work. The contractor shall request in writing an early work start date no later than 72 hours prior to starting work.

All contract work shall be one hundred percent (100%) complete by June 25, 2021. The contractor will be assessed liquidated damages for failure to meet the required completion dates. Other provisions of these specifications pertaining to weather conditions and ambient air temperatures are also applicable to work performed in these timeframes.

PUNCH LIST ITEMS: Throughout the duration of the project the Engineer shall submit periodic punch list items to the Contractor. These items must be complete within 5 calendar days after the Engineer notifies the Contractor of these items. Liquidated damages will be assessed if these items are not complete to the

SS - 2 of 12 Standard Specifications 2021 Crackfilling Program

satisfaction of the Engineer within the 5 calendar days. Punch list items and dates will be strictly enforced and documented with the Contractor via the “Weekly Report of Resident”- BC 239.

WARRANTIES: Unless otherwise specified, the Contractor shall unconditionally guarantee the materials and workmanship on all materials, items and work furnished under this contract, including contract changes and additions FOR A PERIOD OF ONE YEAR from date of final acceptance and final payment unless otherwise specified in these special provisions. If within the guarantee period, any defects or signs of deterioration are noted which, in the opinion of the City, are due to faulty design and installation, workmanship, or materials, the City shall notify the Contractor. At the Contractor's expense, the Contractor shall replace, repair or adjust the material, item or work to correct the condition to the complete satisfaction of the City.

PAYMENT FOR COMPLETED WORK: Payments shall be subject to retainage by the City as follows:

There shall be deducted from the amount so determined for the first fifty (50) percent of the completed work a sum of ten (10) percent to be retained until after the completion of the entire work to the satisfaction of the Engineer. After fifty (50) percent or more of the work is completed, the Engineer may, at his discretion, certify the remaining partial payments without any further retention, provided that satisfactory progress is being made, and provided that the amount retained is not less than five (5) percent of the total adjusted contract price.

In addition, the City may keep any money which would otherwise be payable at any time hereunder and apply the same, or so much as may be necessary thereof, to the payment of any expenses, losses, or damages, as determined by the City Manager, incurred by the City; and may retain, until all claims shall have been settled so much of the moneys as the City Manager shall be of the opinion will be required to settle all claims against the City and its officers and agents as herein elsewhere specified, and all claims for labor on the work, and also all those claims for materials for the work notice of which signed and sworn to be the claimants, shall have been properly filed.

Payment requests must be accompanied with:

• Affidavit of Payment Obligations from the general contractor detailing the amounts due for the specific portions of the progress payment.

• Waiver of Lien to Date from the general contractor in the amount of the progress payment.

• Waiver of Lien to Date from each subcontractor, suppliers and materialmen listed in the general contractor's affidavit current to the extent and value of the work reported in the previous payment request.

Prior to the Final Payment, the Contractor shall also provide Final Waiver of Lien for his Company, all subcontractors, suppliers and material men.

Illinois law also requires contractors to supply certified payroll records to the City of Batavia. These records should also be provided to the City on a monthly basis.

LICENSES AND PERMITS: The contractor shall be responsible for obtaining applicable licenses and permits. No person shall

SS - 3 of 12 Standard Specifications 2021 Crackfilling Program

construct, install, or repair any concrete items within the City limits unless such person has first obtained:

All permits required for detour signage and construction within County or State Right-of-Way.

The Contractor is responsible for the cost of all permits and requirements. This work is included as part of the pay item, “TRAFFIC CONTROL AND PROTECTION.”

MATERIAL INSPECTION AND TESTING: No material of any kind shall be used until it has been approved by the City Engineer, City of Batavia. All material used shall meet the requirements of IDOT and as outlined in these specifications.

Samples of material will be collected in the field at random for laboratory analysis of asphalt and fiber.

Hot poured sealer shall be an elastic type and shall comply with the requirements of ASTM D 3405. No material of any other kind shall be used. All material used shall meet the requirements of IDOT and as outlined in these Specifications.

Samples of material will be collected in the field at random for laboratory analysis.

The sampling and testing will be in accordance with the Provisions of Article 106.03 and 106.04 of the Standard Specifications.

The Contractor shall provide the City of Batavia with letters of certification from each supplier that all materials used in the project comply with the Standard Specifications and Special Provisions indicated. Final payment will not be made until all letters of certification have been received.

DISPOSAL OF DEBRIS, EXCESS MATERIALS AND EXCAVATED OR REMOVED MATERIALS: The Contractor shall be responsible for satisfactory removal and disposal of all waste material, asphalt, concrete, stone, dirt, or debris generated in the course of the work. Removal and disposal of surplus, unstable, and unsuitable materials and organic waste shall follow Section 202 of the Standard Specifications. All removal or excavation items being disposed of at a landfill or clean construction and demolition debris (CCDD) fill site shall meet the requirements of Public Act 96-1416 and Section 107 of the Standard Specifications. All costs associated with meeting these requirements shall be included in the unit price cost for the associated removal or excavation items in the contract. These costs shall include but are not limited to all required testing, lab analysis, certification by a licensed professional engineer, and State or Local tipping fees.

The contractor shall load the removed pieces of curb and gutter, sidewalk, and street pavements, etc., directly onto trucks, haul it away, and dispose of it. The temporary storing of excavated materials on the parkways, and rehandling them later for disposal will not be allowed due to additional damage caused to tree root systems, parkways, existing equipment, and conditions. It shall be the contractor’s responsibility to find an approved dumpsite for debris and any excavated materials. The City will not provide for one. The stockpiling of excavated or backfill material within the roadway overnight shall not be permitted.

MATERIAL AND EQUIPMENT STORAGE: The Contractor shall be solely responsible for securing a material and equipment storage site or location. The City will not provide for one. Material and equipment storage on City of Batavia property (owned or leased) will not be provided and is strictly prohibited. Material and

SS - 4 of 12 Standard Specifications 2021 Crackfilling Program

equipment may not be stored within the public right-of-way during any period when the Contractor is not actively working.

NOTICE: A minimum of 48 hours notice shall be given to the Engineer of the City of Batavia, prior to starting work, or re-starting work after some absence of work for any reason.

Notify: City of Batavia – Engineering Department (630) 454-2750

PROGRESS SCHEDULE AND WEEKLY REPORTING: In addition to the progress schedule submitted and approved prior to construction (Article 108.02), the contractor will be required to submit a weekly plan of what daily work operations he intends to perform for each upcoming week. The report form will be provided at the preconstruction meeting and is entitled “Contractor’s Plan for Upcoming Week’s Operations.” This report will be a continuation of the Engineer’s “Weekly Report of Resident” BC 239 which will be submitted to the contractor promptly following each week of work. The contractor’s plan should show his operations including those of all subcontractors for the 7 upcoming days of the week. It may be handwritten in the field by the project superintendent, faxed in to the City’s Department of Transportation and Engineering office, fax No. (630) 305-5986, or attached to an email sent to the Inspector and the Project Engineer. This weekly communication will be to everyone’s benefit in assuring timely project completion.

DAILY PROJECT SCHEDULING: The Contractor shall telephone the Engineer/Inspector every morning to inform the City of daily and weekly progress and schedules.

TIME OF DAY WORK RESTRICTIONS: All work within the defined limits the project shall be performed between the hours of 7:00 AM and 9:00 PM, Monday through Saturday, unless authorized at the sole discretion of the City Engineer. This project involves work on or adjacent to arterial roadways carrying high traffic volumes. Weekday construction activity must be limited to only the hours between 9:00 am and 3:00 pm on these facilities in order to avoid the peak rush hours. No work is to be performed on Sunday or the holidays of New Year’s Day, Memorial Day, 4th of July, Labor Day, Thanksgiving or Christmas Day.

SOLID WASTE COLLECTION DAYS: The Contractor must also coordinate with/around the City’s garbage and recycling collection times.

WATER FOR CONSTRUCTION PURPOSES: City water for construction purposes will be available to the Contractor at his cost according to the rates in effect at the time of usage. The Contractor will use water only from a location approved by the Public Works Department.

The Contractor shall apply to the Water Service Center for usage of a meter in accordance with Department regulations. The contractor shall pay all required deposits, fees and rentals as determined by the Water Department.

STREET SWEEPING: The Contractor shall be responsible for sweeping and cleaning streets to make sure the street surface is in an acceptable condition before and after crack filling. The Contractor shall clean the residents’ driveway pavement, apron and lawn of all loose materials and debris at the end of each

SS - 5 of 12 Standard Specifications 2021 Crackfilling Program

day's operation and as required at other times. All loose material and debris evacuated from the cracks shall be removed from the pavement surface by means of mechanical sweepers or hand brooms within 72 hours. This work is included in the payment for CRACKFILLING-FIBERIZED.

JOINT & CRACKFILL - (FIBERIZED SEALANT): This item of work shall consist of furnishing all labor, equipment, and materials for cleaning and waterproofing miscellaneous cracks and transverse, longitudinal, and edge joints using asphalt reinforced with polypropylene fiber.

Materials:

The joint/crack sealant shall consist of a mixture of 8.0% minimum by weight polypropylene fibers with liquid asphalt cement. The use of ready-mixed fiberized asphalt blocks shall not be permitted. The asphalt cement shall be PG 64-22 conforming to AASHTO MP1 with a penetration range of 60 to 100.

Fibers shall be short cut polypropylene fibers, and a certificate from the supplier showing that the fibers meet the physical properties listed below shall be required.

Length 8-12 mm Denier 13-16 Crimps: None Tensile Strength: 275 MPa (40,000 psi), minimum Specific Gravity: 0.91 (typical) Moisture Regain @ 70oF and 65% RH: 0.1% (typical)

Preparation of Mixture:

The sealant materials shall be combined in an oil jacketed double wall kettle (minimum 1350L (350 Gal.) capacity) equipped with an agitator (reversing rotary auger action), separate thermometers for the oil bath and mixing chamber. The unit shall also be equipped with a reversible hydraulic 50mm (2") hot asphalt pump and a recirculating pump to circulate the oil bath. Operating temperature in the kettle should be 124-141oC (255-285oF), and should never exceed 143oC (290oF). At the time of placement of the mixture, the surfaces to be sealed shall be dry, and the ambient temperature shall be above 4oC (40oF), and less than 29oC (85oF). If work is in progress and the ambient temperature reaches 29oC (85oF), the work must stop.

Construction Methods:

Any cracks, voids or joints less than 2” (50 mm) in width shall be filled and sealed as described hereafter. Any cracks and joints greater than 2” (50 mm) shall not be sealed without the approval of the Engineer. Curbline joints may or may not be sealed in contract work.

The crackfill membrane shall be applied only when the joints and cracks and adjacent pavement surfaces are dry and free of dirt, vegetation, debris and loose sealant. Physical routing of cracks to provide a square cut reservoir will generally not be required. If so ordered by the Engineer, there is a separate pay item for this work. All cracks and joints to be sealed shall be cleaned by air blasting, hand tools, wire wheel, and/or by other methods approved by the Engineer to remove all foreign material for proper bonding of the sealant. The sealing material shall be applied to form a water- proofing, stress absorbing membrane centered within 1’ (25 mm) of the crack or joint. The contractor

SS - 6 of 12 Standard Specifications 2021 Crackfilling Program

shall be prepared to complete each section started having all tools on location. This will facilitate punch list items and daily total calculations.

The mixture shall be installed under high pressure 100o PSI (689 kPa) directly into and over the crack or joint. The crack shall be completely filled to its full depth and a membrane 1/8 ± 1/16 inch (3.18mm ± 1.59 mm) thick by 3" (76 mm) wide (nominal measurements) shall be formed on the surface of the pavement.

The Contractor is strongly cautioned against the excessive use of crackfill material in either thickness or location. If the Engineer determines that sealant is being improperly applied or wasted, then a quantity of 2 pounds of Fiberized joint sealer, per foot of errant sealant applied, shall be deducted from payments due the Contractor. In addition, the Contractor shall be responsible and will not be paid for any material placed in excess of 103% of the historic application rates of 0.18 pounds per square yard for streets designated as a Light application, 0.25 pounds per square yard for Medium application and 0.35 pounds per square yard for Heavy application, and 0.33 pounds per linear foot of curb line crackfilling.

The sealant material shall be placed with special care such that the material does not come into contact with any manhole, appurtenance frame, lid or any thermoplastic pavement markings. The Contractor shall immediately remove any misplaced sealant and clean the frame or replace any pavement markings damaged at the Contractor’s sole expense. Repairs shall be to the complete satisfaction of the Engineer. Should the Contractor choose not to repair the damage, then the Engineer may order the work to be done by others, the cost of such work to be deducted from payments due the Contractor.

Traffic shall not be allowed on the sealant until properly cured. The sealant shall be dusted with fine aggregate (FA-6) if the ambient temperature is greater than 24oC (75oF), and it is necessary to open the road immediately. Fine aggregate (FA-6) is a separate pay item.

When the sealant is applied to a parking area, fine aggregate (FA-6) is to be immediately spread over seals, and completed with water wetted steel roller.

When the crackfill asphalt cement materials are delivered by tank truck, the Contractor shall provide to the City Inspector a weight ticket for each truck load that is being furnished for this work. Each ticket shall show the weight of the empty truck (tare weight), the weight of the fully loaded truck, and the net weight of the asphalt cement materials. No payment will be made to the contractor for asphalt cement material weights not included on the tickets. The contractor shall also provide to the City Inspector a weight certification each day and shall submit the documentation to the Engineer by the end of each day. The Contractor shall perform a yield check each day, comparing the results to the estimated amount of sealant provided in these specifications. The Contractor shall submit the results of the yield check to the Engineer at the end of each day. Work shall not begin each day until all weight certifications and the yield check for the previous day’s work have been submitted to the Engineer.

Payment for this item of work shall constitute full compensation for furnishing, hauling, preparing, and placing materials, for preparation of cracks and joints, clean up for disposal of surplus materials, and for labor, equipment, and tools necessary to complete this work as specified.

Joint Sealant will be paid for at the contract unit price per POUND applied for "CRACKFILLING - FIBERIZED."

SS - 7 of 12 Standard Specifications 2021 Crackfilling Program

ROUTING FOR FIBERIZED CRACKFILLING: This item of work shall consist of the routing and cleaning of cracks less than 9.5 mm (3/8") as directed by the Engineer. A joint cutting machine with carbide cutters should be used to rout the crack to a depth of 19mm (3/4") and width of 13mm (1/2") to provide a place for a reservoir of sealant in the crack, and to allow for movement along the crack. After routing, cracks should be cleaned with compressed air or a combination of air and a brush.

Payment for this item of work shall be made for the work as specified. No combination of other treatments such as cleaning with hand tools, wire brushes or cleaning teeth will be paid for separately, but shall be included as CRACKFILLING - FIBERIZED. Routing and cleaning of cracks, as specified above, will be paid for at the contract unit price per FOOT for "CRACK ROUTING (FIBERIZED)"

FINE AGGREGATE (FA-6): This item of work shall consist of providing and applying to the freshly laid sealant a dusting coat of Fine Aggregate (FA-6) or limestone screening where directed by the Engineer. No payment will be made to the contractor for fine aggregate material weights not included on tickets. The Contractor is cautioned on the excessive use of sand.

The Contractor shall be responsible for sweeping and cleaning streets to make sure the street surface is in an acceptable condition after crack filling. All loose fine aggregates shall be removed from the pavement surface by means of mechanical sweepers or hand brooms within 72 hours. The Mechanical sweeping, hand brooming or other methods as required to clean-up fine aggregates will be included in the payment for this item.

Sanding of the sealant will be paid for at the contract unit price per TON applied for "FINE AGGREGATE (FA-6)."

ASPHALT PARKING LOT SEALCOATING:

This work shall include seal coating of public parking lots and access driveways at various locations throughout the City. Pavement crack filling and patching shall not be considered part of the work in this specification. Surface preparation of the pavement shall be considered as included in the contract unit price. Materials used for this pay item shall be SealMaster Polymer Modified MasterSeal Ultra Blend Pavement Sealer (SMT-154).

Referenced Standards

A. American Society for Testing Materials (ASTM) 1. D 2939-03 Standard Test Methods for Emulsified Bitumens Used as Protective Coatings 2. The following ASTM test methods: D140, D466, D529, D244, C88, C131, C117, C127, C123, D1310, D2170, D95, D402, D2171, D5, D113, D2042, D711, D969, D1475, D3960, D2486, E70, D562, D3583, D3236, D5249, D6690, B117, D977 3. Polymer Modified MasterSeal meets ASTM D8099/D8099M-17 Standard Specification for Asphalt Emulsion Pavement Sealer.

B. South Coast Air Quality Management District 1. SCAQMD Method 304 – Determination of Volatile Organic Compounds (VOC) In Various Materials.

C. Federal Specifications for Waterborne Traffic and Airfield Marking Paints

SS - 8 of 12 Standard Specifications 2021 Crackfilling Program

1. TT-P-1952E Types I, II, and III 2. TT-P-1952D 3. TT-P-1952B

Submittals

A. Product Data 1. Submit manufacturer’s Product Data Sheet.

Site Conditions

A. Ambient Conditions 1. Both surface and ambient temperature must be a minimum of 50°F and rising before applying oil spot primers, pavement sealers or traffic paints (materials). Ambient and surface temperature shall not drop below 50°F for a 24 hour period following application of materials. 2. Apply materials during dry conditions when rain is not imminent or forecast for at least 24 hours after application.

B. Pavement/Surface Conditions 1. New pavement surfaces shall be free of residual oils or chemicals associated with the placement of new asphalt pavement. 2. Aged pavement surfaces shall be cleaned and prepared as recommended in this specification.

Materials

A. SealMaster Polymer Modified MasterSeal Ultra Blend Pavement Sealer (SMT-154)

Examination

A. Examine pavement surface prior to performing work B. Notify project engineer of any adverse or unacceptable conditions that would affect successful repair efforts or application of materials C. Do not commence work until unacceptable conditions are corrected

Crackfilling

A. Crackfilling shall be applied a minimum of 48 hours prior to sealcoating the parking lot areas. Crackfilling shall be paid for separately per the contract unit prices as bid.

Surface Preparation

A. Surface must be clean and free from all loose material and dirt. Remove grass along edge of pavement to find true edge of pavement. Power blowers, mechanical sweeping devices and push brooms are acceptable cleaning methods. Surface preparation of the pavement shall be considered as included in the contract unit price.

SS - 9 of 12 Standard Specifications 2021 Crackfilling Program

Oil Spot Priming

A. Prime Oil Spots with Prep Seal or Petro Seal or approved equal: 1. Wipe or scrape excessive build-up of oil, grease, and gasoline spots. A torch may be used to burn away any residual. 2. Apply oil spot primer with brush, roller or sprayer. 3. Allow to dry before sealcoating. 4. Oil spot priming of the pavement shall be considered as included in the contract unit price.

Sealcoat Applications

A. Applying sealcoat: 1. Remove all loose material and dirt from pavement surface. Remove grass along edge of pavement to find true edge of pavement. Power blowers, mechanical sweeping devices and push brooms are acceptable cleaning methods. 2. Equipment used to apply sealcoat shall have continuous agitation or mixing capabilities to maintain homogeneous consistency of pavement sealer mixture throughout the application process. Spray equipment shall be capable of mixing and spraying pavement sealer with sand added. Self-propelled squeegee equipment with mixing capability shall have at least 2 squeegee or brush devices (one behind the other) to assure adequate distribution and penetration of sealer into pavement surface. Hand squeegees and brushes shall be acceptable in areas where practicality prohibits the use of mechanized equipment. 3. Apply two coats at a rate of .11 to .13 gallon per square yard per coat to entire pavement area. Allow first coat to dry thoroughly before applying second coat. 4. Allow final coat of pavement sealer to dry 24 hours prior to applying paint.

Traffic Markings/Line Striping

1. Allow paint to dry thoroughly prior to opening to traffic. 2. Painted markings shall be repainted in the existing pattern unless otherwise directed by the Engineer. 3. Pavement Markings shall be paid for separately at the contract unit price.

Time Restrictions: Certain areas will require special time restrictions or other limitations on the area of pavement that can be seal coated simultaneously. Some parking lots can only be seal coated half at a time, for example. Refer to the map exhibits for details.

Method of Measurement: This work will be measured for payment in place and the area computed in square yards.

Basis of Payment: This work will be paid for at the contract unit price per square yard for:

PARKING LOT SEAL (SEALMASTER SMT-154)

SS - 10 of 12 Standard Specifications 2021 Crackfilling Program

PAINT PAVEMENT MARKING: The work shall consist of furnishing and applying pavement marking in accordance with Section 780 of the Standard Specifications and in accordance with the Special Provision for Asphalt Parking Lot Sealcoating. Painted lines and symbols shall be repainted in the existing pattern and colors unless otherwise directed by the Engineer.

Method of Measurement: Lines will be measured for payment in place in feet. Words and symbols shall conform to the sizes and dimensions specified in the MUTCD and Standard 780001 and will be measured based on the total areas indicated in Table 1 of the Standard Specifications.

Basis of Payment: This work will be paid for at the contract unit prices per linear foot for PAINT PAVEMENT MARKING – LINE and per square foot for PAINT PAVEMENT MARKING – LETTERS AND SYMBOLS.

TRAFFIC CONTROL AND PROTECTION: The Contractor shall obtain, erect, maintain and remove all signs, barricades, flagmen and other traffic control devices as may be necessary for the purpose of regulating, warning or guiding traffic. Placement and maintenance of all traffic control devices shall be as directed by the Engineer, and in accordance with the applicable parts of Article 107.14 of Standard Specifications, the City of Batavia Work Zone Guide for Construction and Maintenance Projects and the Illinois Manual on Uniform Traffic Control Devices for Streets and Highways.

All of the Contractor’s workers must wear high visibility apparel (with highly reflective material for night operation) at all times during work operations within the right-of-way as required by the MUTCD 6D.03.

When requested by the City, on streets where crackfiller will be applied, the Contractor shall distribute by hand a typed notice furnished by the City to residences and businesses abutting the project. The notice shall be delivered two (2) to five (5) days before beginning the crackfill application on that street. The Contractor shall also distribute by hand a typed notice furnished by the City to be placed on the windshields of all cars parked on the project the evening before treatment.

When temporary prohibition of on-street parking will be necessary to accomplish this work, the Contractor shall place "No Parking" portables, "No Parking" signs (cardboard) or meter bags, whichever is applicable for the particular street. In addition, the Contractor shall also post said streets at least twenty-four (24) hours prior to beginning work with "No Parking" signs legibly marked with the date and time of restricted parking. Parking restriction notices will not be furnished by the City. Distribution of the notices shall be included in cost for the traffic control and protection item of work.

When “No Parking” signs have been posted, the Contractor shall provide written notice to the Police Department Traffic Bureau during regular hours or the Police Dispatcher after regular hours stating the Construction Company name, the contract number, the street or streets posted, the time and date posted, and shall request that Police Department personnel check the posting.

The streets under restoration may not be closed to through traffic during construction. The Contractor will provide access for through traffic. Construction operations will be confined to one traffic with one or more open to traffic. When work on arterial or collector streets is performed, the Contractor shall schedule the work with the Engineer to minimize disruption to the flow of traffic. The Contractor shall provide a list of three (3) persons who can be called on a 24 hour basis to handle

SS - 11 of 12 Standard Specifications 2021 Crackfilling Program

barricading or other problems relating to the construction activity.

This project may involve work on or adjacent to arterial roadways carrying high traffic volumes. Weekday construction activity must be limited to only the hours between 9:00 am and 3:00 pm on this facility in order to avoid the peak rush hours. During the work operation, a minimum of one lane of traffic must be maintained in each direction at all times. All lane closures must be approved by the Engineer in advance. Appropriate lane closures with arrow boards and signs are required regardless of duration of the lane reduction.

The emergency response persons shall be capable of responding within one (1) hour after notification by the City. If there has been no response within one hour after notification, the City will respond at a cost of $400.00 per hour (two men plus truck) with a minimum charge for two hours, plus materials. This charge will be deducted from payments to the Contractor.

The Contractor shall also furnish, place and maintain traffic cones, one (1) for every 15 m (50') for each lane being worked on; barricades with arrows, four (4) for each being worked on; signs, if applicable, approximately 910 mm X 910 mm (36” x 36”) stating in bold letters, "KEEP OFF - CRACKFILLING," to be placed strategically to keep traffic off the newly placed crackfiller, flag trees, one (1) for each end of the street being worked on; and adequate signs, barricades and cones to direct and control traffic to the proper travel lanes, one (1) set at each end of the street being worked on. The Contractor shall maintain two (2) directions of traffic during the performance of work covered by the contract.

The Contractor shall be responsible for all signing, traffic control, and protection of this project in accordance with applicable parts of Section 701 of the Standard Specifications, the supplemental specifications, and the latest edition of the State of “Illinois Manual on Uniform Traffic Control Devices for Streets and Highways”, any special details and Highway Standards contained in the plans, and the special provisions contained herein. Highway standards that are applicable to this project but not limited to include Standard 701301, Standard 701311, Standard 701501, Standard 701502, Standard 701602, Standard 701606, Standard 701701, Standard 701801, Standard 701901.

Traffic control shall include furnishing, setting up, performing, maintaining, and removing traffic control and for all equipment, tools and labor necessary to complete the work in accordance with this contract and will be paid for at the contract unit price per LUMP SUM for "TRAFFIC CONTROL AND PROTECTION."

SS - 12 of 12 Standard Specifications BDE SPECIAL PROVISIONS For the April 23 and June 11, 2021 Lettings

The following special provisions indicated by a “check mark” are applicable to this contract and will be included by the Project Coordination 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 April 1, 2020 80274 2 Aggregate Subgrade Improvement April 1, 2012 April 1, 2016 80192 3 Automated Flagger Assistance Device Jan. 1, 2008 80173 4 Bituminous Materials Cost Adjustments Nov. 2, 2006 Aug. 1, 2017 80426 5 Bituminous Surface Treatment with Fog Seal Jan. 1, 2020 80436 6 Blended Finely Divided Minerals April 1, 2021 80241 7 Bridge Demolition Debris July 1, 2009 5026I 8 Building Removal-Case I (Non-Friable and Friable Asbestos) Sept. 1, 1990 April 1, 2010 5048I 9 Building Removal-Case II (Non-Friable Asbestos) Sept. 1, 1990 April 1, 2010 5049I 10 Building Removal-Case III (Friable Asbestos) Sept. 1, 1990 April 1, 2010 5053I 11 Building Removal-Case IV (No Asbestos) Sept. 1, 1990 April 1, 2010 80425 12 Cape Seal Jan. 1, 2020 Jan. 1, 2021 80384 13 Compensable Delay Costs June 2, 2017 April 1, 2019 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 April 1, 2012 July 1, 2016 Design Fills ≤ 5 Feet 80311 17 Concrete End Sections for Pipe Culverts Jan. 1, 2013 April 1, 2016 80261 18 Construction Air Quality – Diesel Retrofit June 1, 2010 Nov. 1, 2014 80387 19 Contrast Preformed Plastic Pavement Marking Nov. 1, 2017 80434 20 Corrugated Plastic Pipe (Culvert and Storm Sewer) Jan. 1, 2021 80029 21 Disadvantaged Business Enterprise Participation Sept. 1, 2000 March 2, 2019 80402 22 Disposal Fees Nov. 1, 2018 80378 23 Dowel Bar Inserter Jan. 1, 2017 Jan. 1, 2018 80421 24 Electric Service Installation Jan. 1, 2020 80415 25 Emulsified Asphalts Aug. 1, 2019 80423 26 Engineer’s Field Office and Laboratory Jan. 1, 2020 80229 27 Fuel Cost Adjustment April 1, 2009 Aug. 1, 2017 80417 28 Geotechnical Fabric for Pipe Underdrains and French Drains Nov. 1, 2019 80420 29 Geotextile Retaining Walls Nov. 1, 2019 80433 30 Green Preformed Thermoplastic Pavement Markings Jan. 1, 2021 80304 31 Grooving for Recessed Pavement Markings Nov. 1, 2012 Nov. 1, 2020 80422 32 High Tension Cable Median Barrier Jan. 1, 2020 Nov. 1, 2020 80416 33 Hot-Mix Asphalt – Binder and Surface Course July 2, 2019 Nov. 1, 2019 80398 34 Hot-Mix Asphalt – Longitudinal Joint Sealant Aug. 1, 2018 Nov. 1, 2019 80406 35 Hot-Mix Asphalt – Mixture Design Verification and Production Jan. 1, 2019 Jan. 2, 2021 (Modified for I-FIT) 80347 36 Hot-Mix Asphalt – Pay for Performance Using Percent Nov. 1, 2014 July 2, 2019 Within Limits – Jobsite Sampling 80383 37 Hot-Mix Asphalt – Quality Control for Performance April 1, 2017 July 2, 2019 80411 38 Luminaires, LED April 1, 2019 80393 39 Manholes, Valve Vaults, and Flat Slab Tops Jan. 1, 2018 March 1, 2019 80045 40 Material Transfer Device June 15, 1999 Aug. 1, 2014 80418 41 Mechanically Stabilized Earth Retaining Walls Nov. 1, 2019 Nov. 1, 2020 80424 42 Micro-Surfacing and Slurry Sealing Jan. 1, 2020 Jan. 1, 2021 80428 43 Mobilization April 1, 2020 80412 44 Obstruction Warning Luminaires, LED Aug. 1, 2019 80430 45 Portland Cement Concrete – Haul Time July 1, 2020 80359 46 Portland Cement Concrete Bridge Deck Curing April 1, 2015 Nov. 1, 2019 80431 47 Portland Cement Concrete Pavement Patching July 1, 2020 80432 48 Portland Cement Concrete Pavement Placement July 1, 2020 80300 49 Preformed Plastic Pavement Marking Type D - Inlaid April 1, 2012 April 1, 2016 3426I 50 Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, 2006 80157 51 Railroad Protective Liability Insurance (5 and 10) Jan. 1, 2006 80306 52 Reclaimed Asphalt Pavement (RAP) and Reclaimed Nov. 1, 2012 Jan. 2, 2021 Asphalt Shingles (RAS) 80407 53 Removal and Disposal of Regulated Substances Jan. 1, 2019 Jan. 1, 2020 80419 54 Silt Fence, Inlet Filters, Ground Stabilization and Riprap Filter Fabric Nov. 1, 2019 April 1, 2020 80395 55 Sloped Metal End Section for Pipe Culverts Jan. 1, 2018 80340 56 Speed Display Trailer April 2, 2014 Jan. 1, 2017 80127 57 Steel Cost Adjustment April 2, 2004 Aug. 1, 2017 80408 58 Steel Plate Beam Guardrail Manufacturing Jan. 1, 2019 80413 59 Structural Timber Aug. 1, 2019 80397 60 Subcontractor and DBE Payment Reporting April 2, 2018 80391 61 Subcontractor Mobilization Payments Nov. 2, 2017 April 1, 2019 * 80437 62 Submission of Payroll Records April 1, 2021 * 80435 63 Surface Testing of Pavements – IRI Jan. 1, 2021 April 1, 2021 80298 64 Temporary Pavement Marking April 1, 2012 April 1, 2017 80409 65 Traffic Control Devices - Cones Jan. 1, 2019 80410 66 Traffic Spotters Jan. 1, 2019 20338 67 Training Special Provisions Oct. 15, 1975 80318 68 Traversable Pipe Grate for Concrete End Sections Jan. 1, 2013 Jan. 1, 2018 80429 69 Ultra-Thin Bonded Wearing Course April 1, 2020 80288 70 Warm Mix Asphalt Jan. 1, 2012 April 1, 2016 80302 71 Weekly DBE Trucking Reports June 2, 2012 April 2, 2015 80414 72 Wood Fence Sight Screen Aug. 1, 2019 April 1, 2020 80427 73 Work Zone Traffic Control Devices Mar. 2, 2020 80071 74 Working Days Jan. 1, 2002

The following special provisions are in the 2021 Supplemental Specifications and Recurring Special Provisions.

File Name Special Provision Title New Location(s) Effective Revised 80277 Concrete Mix Design – Department Provided Check Sheet #37 Jan. 1, 2012 April 1, 2016 80405 Elastomeric Bearings Article 1083.01 Jan. 1, 2019 80388 Equipment Parking and Storage Article 701.11 Nov. 1, 2017 80165 Moisture Cured Urethane Paint System Article 1008.06 Nov. 1, 2006 Jan. 1, 2010 80349 Pavement Marking Blackout Tape Articles 701.04, 701.19(f), Nov. 1, 2014 April 1, 2016 701.20(j) and 1095.06 80371 Pavement Marking Removal Articles 783.02-783.04, 783.06 July 1, 2016 and 1101.13 80389 Portland Cement Concrete Article 1020.04 Table 1 and Note 4 Nov. 1, 2017 80403 Traffic Barrier Terminal, Type 1 Special Articles 631.04 and 631.12 Nov. 1, 2018

The following special provisions have been deleted from use.

File Name Special Provision Title Effective Revised 80317 Surface Testing of Hot-Mix Asphalt Overlays Jan. 1, 2013 Aug. 1, 2019

The following special provisions require additional information from the designer. The additional information needs to be submitted as a separate document. The Project Coordination and Implementation section will then include the information in the applicable special provision.

• 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

COMPLETION DATE (VIA CALENDAR DAYS) (BDE)

Effective: April 1, 2008

The Contractor shall complete all work on or before the completion date of this contract which will be based upon calendar days.

The completion date will be determined by adding the specified number of calendar days to the date the Contractor begins work, or to the date ten days after execution of the contract, whichever is the earlier, unless a delayed start is granted by the Engineer.

80198

WORK ZONE TRAFFIC CONTROL DEVICES (BDE)

Effective: March 2, 2020

Add the following to Article 701.03 of the Standard Specifications:

“ (q) Temporary Sign Supports ...... 1106.02”

Revise the third paragraph of Article 701.14 of the Standard Specifications to read:

“ For temporary sign supports, the Contractor shall provide a FHWA eligibility letter for each device used on the contract. The letter shall provide information for the set-up and use of the device as well as a detailed drawing of the device. The signs shall be supported within 20 degrees of vertical. Weights used to stabilize signs shall be attached to the sign support per the manufacturer’s specifications.”

Revise the first paragraph of Article 701.15 of the Standard Specifications to read:

“ 701.15 Traffic Control Devices. For devices that must meet crashworthiness standards, the Contractor shall provide a manufacturer’s self-certification or a FHWA eligibility letter for each Category 1 device and a FHWA eligibility letter for each Category 2 and Category 3 device used on the contract. The self-certification or letter shall provide information for the set-up and use of the device as well as a detailed drawing of the device.”

Revise the first six paragraphs of Article 1106.02 of the Standard Specifications to read:

“ 1106.02 Devices. Work zone traffic control devices and combinations of devices shall meet crashworthiness standards for their respective categories. The categories are as follows.

Category 1 includes small, lightweight, channelizing and delineating devices that have been in common use for many years and are known to be crashworthy by crash testing of similar devices or years of demonstrable safe performance. These include cones, tubular markers, plastic drums, and delineators, with no attachments (e.g. lights). Category 1 devices manufactured after December 31, 2019 shall be MASH-16 compliant. Category 1 devices manufactured on or before December 31, 2019, and compliant with NCHRP 350 or MASH 2009, may be used on contracts let before December 31, 2024.

Category 2 includes devices that are not expected to produce significant vehicular velocity change but may otherwise be hazardous. These include vertical panels with lights, barricades, temporary sign supports, and Category 1 devices with attachments (e.g. drums with lights). Category 2 devices manufactured after December 31, 2019 shall be MASH-16 compliant. Category 2 devices manufactured on or before December 31, 2019, and compliant with NCHRP 350 or MASH 2009, may be used on contracts let before December 31, 2024.

Category 3 includes devices that are expected to cause significant velocity changes or other potentially harmful reactions to impacting vehicles. These include crash cushions (impact

attenuators), truck mounted attenuators, and other devices not meeting the definitions of Category 1 or 2. Category 3 devices manufactured after December 31, 2019 shall be MASH-16 compliant. Category 3 devices manufactured on or before December 31, 2019, and compliant with NCHRP 350 or MASH 2009, may be used on contracts let before December 31, 2029. Category 3 devices shall be crash tested for Test Level 3 or the test level specified.

Category 4 includes portable or trailer-mounted devices such as arrow boards, changeable message signs, temporary traffic signals, and area lighting supports. It is preferable for Category 4 devices manufactured after December 31, 2019 to be MASH-16 compliant; however, there are currently no crash tested devices in this category, so it remains exempt from the NCHRP 350 or MASH compliance requirement.

For each type of device, when no more than one MASH-16 compliant is available, an NCHRP 350 or MASH-2009 compliant device may be used, even if manufactured after December 31, 2019.”

Revise Articles 1106.02(g), 1106.02(k), and 1106.02(l) to read:

“ (g) Truck Mounted/Trailer Mounted Attenuators. The attenuator shall be approved for use at Test Level 3. Test Level 2 may be used for normal posted speeds less than or equal to 45 mph.

(k) Temporary Water Filled Barrier. The water filled barrier shall be a lightweight plastic shell designed to accept water ballast and be on the Department’s qualified product list.

Shop drawings shall be furnished by the manufacturer and shall indicate the deflection of the barrier as determined by acceptance testing; the configuration of the barrier in that test; and the vehicle weight, velocity, and angle of impact of the deflection test. The Engineer shall be provided one copy of the shop drawings.

(l) Movable Traffic Barrier. The movable traffic barrier shall be on the Department’s qualified product list.

Shop drawings shall be furnished by the manufacturer and shall indicate the deflection of the barrier as determined by acceptance testing; the configuration of the barrier in that test; and the vehicle weight, velocity, and angle of impact of the deflection test. The Engineer shall be provided one copy of the shop drawings. The barrier shall be capable of being moved on and off the roadway on a daily basis.”

80427 Kane County Prevailing Wage Rates posted on 1/13/2021

Overtime

Trade Title Rg Type C Base Foreman M-F Sa Su Hol H/W Pension Vac Trng Other Ins ASBESTOS ABT-GEN All ALL 44.40 45.40 1.5 1.5 2.0 2.0 14.26 16.05 0.00 0.90

ASBESTOS ABT-MEC All BLD 38.44 41.51 1.5 1.5 2.0 2.0 14.07 12.51 0.00 0.77

BOILERMAKER All BLD 51.56 56.20 2.0 2.0 2.0 2.0 6.97 21.58 0.00 1.20

BRICK MASON All BLD 47.56 52.32 1.5 1.5 2.0 2.0 11.20 20.51 0.00 0.97

CARPENTER All ALL 49.76 51.76 1.5 1.5 2.0 2.0 11.79 23.35 0.00 0.73

CEMENT MASON All ALL 48.20 50.20 2.0 1.5 2.0 2.0 10.90 23.86 0.00 0.50

CERAMIC TILE FINISHER All BLD 41.80 41.80 1.5 1.5 2.0 2.0 11.25 13.41 0.00 0.88

COMMUNICATION TECHNICIAN N BLD 42.41 44.81 1.5 1.5 2.0 2.0 13.79 15.42 0.00 0.85

COMMUNICATION TECHNICIAN S BLD 41.41 43.81 1.5 1.5 2.0 2.0 18.30 11.59 0.00 1.45

ELECTRIC PWR EQMT OP All ALL 44.61 60.87 1.5 1.5 2.0 2.0 6.50 12.49 0.00 1.01 1.34

ELECTRIC PWR GRNDMAN All ALL 34.27 60.87 1.5 1.5 2.0 2.0 6.50 9.60 0.00 0.77 1.03

ELECTRIC PWR LINEMAN All ALL 53.63 60.87 1.5 1.5 2.0 2.0 6.50 15.02 0.00 1.21 1.61

ELECTRIC PWR TRK DRV All ALL 35.52 60.87 1.5 1.5 2.0 2.0 6.50 9.95 0.00 0.80 1.07

ELECTRICIAN N ALL 51.16 55.56 1.5 2.0 2.0 2.0 15.66 18.52 0.00 1.15

ELECTRICIAN S BLD 49.94 54.19 1.5 1.5 2.0 2.0 19.55 13.98 0.00 1.75

ELEVATOR CONSTRUCTOR All BLD 58.47 65.78 2.0 2.0 2.0 2.0 15.73 18.41 4.68 0.63

FENCE ERECTOR All ALL 47.99 51.83 2.0 2.0 2.0 2.0 13.06 24.15 0.00 1.03

GLAZIER All BLD 46.35 47.85 1.5 2.0 2.0 2.0 14.79 22.67 0.00 1.26

HEAT/FROST INSULATOR All BLD 51.25 54.33 1.5 1.5 2.0 2.0 14.07 14.26 0.00 0.77

IRON WORKER All ALL 47.99 51.83 2.0 2.0 2.0 2.0 13.06 24.15 0.00 1.03

LABORER All ALL 44.40 45.15 1.5 1.5 2.0 2.0 14.26 16.05 0.00 0.90

LATHER All ALL 49.76 51.76 1.5 1.5 2.0 2.0 11.79 23.35 0.00 0.73

MACHINIST All BLD 49.68 52.18 1.5 1.5 2.0 2.0 7.93 8.95 1.85 1.47

MARBLE FINISHER All ALL 35.73 49.05 1.5 1.5 2.0 2.0 11.20 18.71 0.00 0.87

MARBLE MASON All BLD 46.71 51.38 1.5 1.5 2.0 2.0 11.20 19.98 0.00 0.95

MATERIAL TESTER I All ALL 34.40 1.5 1.5 2.0 2.0 14.26 16.05 0.00 0.90

MATERIALS TESTER II All ALL 39.40 1.5 1.5 2.0 2.0 14.26 16.05 0.00 0.90

MILLWRIGHT All ALL 49.76 51.76 1.5 1.5 2.0 2.0 11.79 23.35 0.00 0.73

OPERATING ENGINEER All BLD 1 52.10 56.10 2.0 2.0 2.0 2.0 20.90 17.85 2.00 2.15

OPERATING ENGINEER All BLD 2 50.80 56.10 2.0 2.0 2.0 2.0 20.90 17.85 2.00 2.15

OPERATING ENGINEER All BLD 3 48.25 56.10 2.0 2.0 2.0 2.0 20.90 17.85 2.00 2.15 OPERATING ENGINEER All BLD 4 46.50 56.10 2.0 2.0 2.0 2.0 20.90 17.85 2.00 2.15

OPERATING ENGINEER All BLD 5 55.85 56.10 2.0 2.0 2.0 2.0 20.90 17.85 2.00 2.15

OPERATING ENGINEER All BLD 6 53.10 56.10 2.0 2.0 2.0 2.0 20.90 17.85 2.00 2.15

OPERATING ENGINEER All BLD 7 55.10 56.10 2.0 2.0 2.0 2.0 20.90 17.85 2.00 2.15

OPERATING ENGINEER All FLT 40.00 40.00 1.5 1.5 2.0 2.0 20.50 16.85 2.00 1.65

OPERATING ENGINEER All HWY 1 50.30 54.30 1.5 1.5 2.0 2.0 20.90 17.85 2.00 2.15

OPERATING ENGINEER All HWY 2 49.75 54.30 1.5 1.5 2.0 2.0 20.90 17.85 2.00 2.15

OPERATING ENGINEER All HWY 3 47.70 54.30 1.5 1.5 2.0 2.0 20.90 17.85 2.00 2.15

OPERATING ENGINEER All HWY 4 46.30 54.30 1.5 1.5 2.0 2.0 20.90 17.85 2.00 2.15

OPERATING ENGINEER All HWY 5 45.10 54.30 1.5 1.5 2.0 2.0 20.90 17.85 2.00 2.15

OPERATING ENGINEER All HWY 6 53.30 54.30 1.5 1.5 2.0 2.0 20.90 17.85 2.00 2.15

OPERATING ENGINEER All HWY 7 51.30 54.30 1.5 1.5 2.0 2.0 20.90 17.85 2.00 2.15

ORNAMENTAL IRON WORKER All ALL 47.99 51.83 2.0 2.0 2.0 2.0 13.06 24.15 0.00 1.03

PAINTER All ALL 48.30 50.30 1.5 1.5 1.5 2.0 18.23 3.65 0.00 1.45

PAINTER - SIGNS All BLD 39.84 44.74 1.5 1.5 2.0 2.0 2.73 3.39 0.00 0.00

PILEDRIVER All ALL 49.76 51.76 1.5 1.5 2.0 2.0 11.79 23.35 0.00 0.73

PIPEFITTER All BLD 50.75 53.75 1.5 1.5 2.0 2.0 10.85 20.85 0.00 2.92

PLASTERER All BLD 45.00 47.70 1.5 1.5 2.0 2.0 15.75 18.14 0.00 1.25

PLUMBER All BLD 52.00 55.10 1.5 1.5 2.0 2.0 16.22 15.60 0.00 1.40

ROOFER All BLD 45.75 49.75 1.5 1.5 2.0 2.0 11.23 13.61 0.00 0.91

SHEETMETAL WORKER All BLD 50.33 52.85 1.5 1.5 2.0 2.0 11.00 18.46 0.00 1.29 2.39

SIGN HANGER All BLD 26.07 27.57 1.5 1.5 2.0 2.0 3.80 3.55 0.00 0.00

SPRINKLER FITTER All BLD 50.95 53.45 1.5 1.5 2.0 2.0 13.50 16.80 0.00 0.75

STEEL ERECTOR All ALL 47.99 51.83 2.0 2.0 2.0 2.0 13.06 24.15 0.00 1.03

STONE MASON All BLD 47.56 52.32 1.5 1.5 2.0 2.0 11.20 20.51 0.00 0.97

TERRAZZO FINISHER All BLD 43.54 43.54 1.5 1.5 2.0 2.0 11.25 15.61 0.00 0.90

TERRAZZO MASON All BLD 47.38 50.88 1.5 1.5 2.0 2.0 11.25 17.07 0.00 0.94

TILE MASON All BLD 48.75 52.75 1.5 1.5 2.0 2.0 11.25 16.90 0.00 0.95

TRAFFIC SAFETY WORKER All HWY 36.75 38.35 1.5 1.5 2.0 2.0 7.95 8.20 0.00 0.75

TRUCK DRIVER All ALL 1 39.27 39.82 1.5 1.5 2.0 2.0 9.88 12.80 0.00 0.15

TRUCK DRIVER All ALL 2 39.42 39.82 1.5 1.5 2.0 2.0 9.88 12.80 0.00 0.15

TRUCK DRIVER All ALL 3 39.62 39.82 1.5 1.5 2.0 2.0 9.88 12.80 0.00 0.15

TRUCK DRIVER All ALL 4 39.82 39.82 1.5 1.5 2.0 2.0 9.88 12.80 0.00 0.15

TUCKPOINTER All BLD 47.25 48.25 1.5 1.5 2.0 2.0 8.59 19.48 0.00 0.94 Legend Rg Region Type Trade Type - All,Highway,Building,Floating,Oil & Chip,Rivers C Class Base Base Wage Rate OT M-F Unless otherwise noted, OT pay is required for any hour greater than 8 worked each day, Mon through Fri. The number listed is the multiple of the base wage. OT Sa Overtime pay required for every hour worked on Saturdays OT Su Overtime pay required for every hour worked on Sundays OT Hol Overtime pay required for every hour worked on Holidays H/W Health/Welfare benefit Vac Vacation Trng Training Other Ins Employer hourly cost for any other type(s) of insurance provided for benefit of worker.

Explanations KANE COUNTY

ELECTRICIANS AND COMMUNICATIONS TECHNICIAN (NORTH) - Townships of Burlington, Campton, Dundee, Elgin, Hampshire, Plato, Rutland, St. Charles (except the West half of Sec. 26, all of Secs. 27, 33, and 34, South half of Sec. 28, West half of Sec. 35), Virgil and Valley View CCC and Elgin Mental Health Center.

The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL.

EXPLANATION OF CLASSES

ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date.

ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain.

CERAMIC TILE FINISHER

The grouting, cleaning, and polishing of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for tile made in tile-like units; all mixtures in tile like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where tile is to form a finished interior or exterior. The mixing of all setting mortars including but not limited to thin-set mortars, epoxies, wall mud, and any other sand and cement mixtures or adhesives when used in the preparation, installation, repair, or maintenance of tile and/or similar materials. The handling and unloading of all sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in the preparation, installation, repair, or maintenance of tile and/or similar materials. Ceramic Tile Finishers shall fill all joints and voids regardless of method on all tile work, particularly and especially after installation of said tile work. Application of any and all protective coverings to all types of tile installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect tile installations, Blastrac equipment, and all floor scarifying equipment used in preparing floors to receive tile. The clean up and removal of all waste and materials. All demolition of existing tile floors and walls to be re-tiled.

COMMUNICATIONS TECHNICIAN

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

MARBLE FINISHER

Loading and unloading trucks, distribution of all materials (all stone, sand, etc.), stocking of floors with material, performing all rigging for heavy work, the handling of all material that may be needed for the installation of such materials, building of scaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble, holding water on diamond or Carborundum blade or saw for setters cutting, use of tub saw or any other saw needed for preparation of material, drilling of holes for wires that anchor material set by setters, mixing up of molding plaster for installation of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone any foreign or domestic materials as are specified and used in building interiors and exteriors and customarily known as stone in the trade), carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate tile and precast tile, steps, risers treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner.

MATERIAL TESTER I: Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt.

MATERIAL TESTER II: Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures.

OPERATING ENGINEER - BUILDING

Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachment; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End-loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Conveyor (Truck Mounted); Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar Type); Creter Crane; Spider Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Heavy Duty Self-Propelled Transporter or Prime Mover; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment); Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre-Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops - Tractor Drawn; Slip- Form Paver; Straddle Buggies; Operation of Tie Back Machine; Tournapull; Tractor with Boom and Side Boom; Trenching Machines.

Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Laser Screed; Rock Drill (Self-Propelled); Rock Drill (Truck Mounted); Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame.

Class 3. Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators (remodeling or renovation work); Hydraulic Power Units (Pile Driving, Extracting, and Drilling); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Low Boys; Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches.

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

Class 5. Assistant Craft Foreman.

Class 6. Gradall.

Class 7. Mechanics; Welders.

OPERATING ENGINEERS - HIGHWAY CONSTRUCTION

Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments); Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Spider Crane; Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks, Traveling; Dredges; Elevators, Outside type Rack & Pinion and Similar Machines; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Heavy Duty Self-Propelled Transporter or Prime Mover; Hydraulic Backhoes; Backhoes with shear attachments up to 40' of boom reach; Lubrication Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig; Pre-Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip-Form Paver; Snow Melters; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping Form (); Operation of Tieback Machine; Tractor Drawn Belt Loader; Tractor Drawn Belt Loader (with attached pusher - two engineers); Tractor with Boom; Tractaire with Attachments; Traffic Barrier Transfer Machine; Trenching; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft); Underground Boring and/or Mining Machines 5 ft. in diameter and over tunnel, etc; Underground Boring and/or Mining Machines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO).

Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type); Drills, All; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro-Blaster; Hydro Excavating (excluding hose work); Laser Screed; All Locomotives, Dinky; Off-Road Hauling Units (including articulating) Non Self- Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc., self-propelled; Self-Propelled Compactor; Spreader - Chip - Stone, etc.; Scraper - Single/Twin Engine/Push and Pull; Scraper - Prime Mover in Tandem (Regardless of Size); Tractors pulling attachments, Sheeps Foot, Disc, Compactor, etc.; Tug Boats.

Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over); Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc.; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post-Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper-Form-Motor Driven.

Class 4. Air Compressor; Combination - Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Light Plants, All (1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Vacuum Trucks (excluding hose work); Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches.

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

Class 6. Field Mechanics and Field Welders

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

OPERATING ENGINEERS - FLOATING

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

TRAFFIC SAFETY - Effective November 30, 2018, the description of the traffic safety worker trade in this County is as follows: Work associated with barricades, horses and drums used to reduce lane usage on highway work, the installation and removal of temporary, non-temporary or permanent lane, pavement or roadway markings, and the installation and removal of temporary road signs.

TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION Class 1. Two or three Axle Trucks. A-frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry-alls; Fork Lifts and Hoisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2-man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2-man operation; Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters; Unskilled Dumpman; and Truck Drivers hauling warning lights, barricades, and portable toilets on the job site.

Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self-loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yards; Ready-mix Plant Hopper Operator, and Winch Trucks, 2 Axles.

Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self-loading equipment or similar equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1-man operation; Winch trucks, 3 axles or more; Mechanic--Truck Welder and Truck Painter.

Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self-loading equipment like P.B. and trucks with scoops on the front.

TERRAZZO FINISHER

The handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics.

Other Classifications of Work:

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

LANDSCAPING

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

MATERIAL TESTER & MATERIAL TESTER/INSPECTOR I AND II

Notwithstanding the difference in the classification title, the classification entitled "Material Tester I" involves the same job duties as the classification entitled "Material Tester/Inspector I". Likewise, the classification entitled "Material Tester II" involves the same job duties as the classification entitled "Material Tester/Inspector II". CITY OF BATAVIA 2021 CRACKFILLING PROGRAM LOCATIONS LIST Estimated Estimated Estimated Weight of Weight of Weight of Sealant Sealant Sealant (*includes curbline Application Application Street Areas application) Location Rate Length Width Area CURB SEALANT Rate (Area) (Including C.L.) Curb Line Only No. Street Name From To (L, M, H, C) (ft) (ft) (Sq Yd) (Y/N) LOCATION (LB/SQ YD) (LB) (LB) Total 1 ADAMS ST VAN BUREN ST RIVER ST M 744 25 2067 Y F 0.25 517 491 1008 2 ADAMS ST RIVER ST WEST END M 131 24 349 N P 0.25 87 0 87 4 ALDRIN AVE HAINES CT KENNEDY DR M 1063 29.3 3461 Y F 0.25 865 702 1567 5 ALEXANDER DR MOORHEAD DR WIND ENERGY PAS L 790 28 2458 Y F 0.18 442 521 964 11 ASTER CT BLUEBELL LN SOUTH END L 423 27 1269 Y F 0.18 228 279 508 28 BIRCH ST MAPLE LN NORTH AVE H 312 28 971 Y F 0.35 340 206 546 33 BLAINE ST HARRISON ST JACKSON ST L 407 28 1266 Y F 0.18 228 269 497 36 BLUEBELL LN EAST END WOODLAND HILLS L 623 27 1869 Y F 0.18 336 411 748 45 BRANFORD AVE CLEVELAND AVE CENTER AVE H 335 27 1005 N P 0.35 352 0 352 46 BRANFORD AVE CENTER AVE WILSON ST H 367 27 1101 N P 0.35 385 0 385 63 CARR CT FOX TRAIL DR EAST END L 174 78 1508 Y F 0.18 271 115 386 64 CARRIAGE DR FABYAN PKY MAPLE LN H 2637 27.5 8058 Y F 0.35 2820 1740 4561 76 CHURCH ST WASHINGTON AV RIVER ST M 348 26 1005 Y F 0.25 251 230 481 74 CHURCH ST HAMLET ST PRAIRIE ST L 1230 27 3690 Y F 0.18 664 812 1476 79 CLEVELAND AVE VIOLET LN JOHNSON WOODS D M 984 29 3171 Y F 0.25 793 649 1442 334 COLLEGE ST SPRING ST STATE ST M 380 26 1098 Y F 0.25 274 251 525 332 COLLEGE ST CHURCH ST FRANKLIN ST L 928 26 2681 Y F 0.18 483 612 1095 333 COLLEGE ST FRANKLIN ST SPRING ST L 351 26 1014 Y F 0.18 183 232 414 87 COLUMBIA ST WASHINGTON AV RIVER ST M 348 29 1121 Y F 0.25 280 230 510 107 DEERPATH RD MAIN ST LIMESTONE DR M 961 24.1 2573 N P 0.25 643 0 643 103 DEERPATH RD CITY LIMIT LIMESTONE DR M 2765 23.9 7343 N P 0.25 1836 0 1836 105 DEERPATH RD WILSON ST DS@1000S W WILSON L 1000 23.5 2611 Y F 0.18 470 660 1130 106 DEERPATH RD DS@1000S W WILSON MAIN ST L 207 25.1 577 N P 0.18 104 0 104 110 DELIA ST STATE ST WILSON ST M 341 27 1023 Y F 0.25 256 225 481 618 DELIA ST WILSON ST DELIA ST H 276 12 368 Y F 0.35 129 182 311 117 DOUGLAS RD KIRK RD DS@1000W N KIRK RD M 1000 27 3000 Y F 0.25 750 660 1410 133 ELLEN LN MILLVIEW DR MAIN ST L 1574 28 4897 Y F 0.18 881 1039 1920 145 FIRST ST MALLORY AVE SHUMWAY AVE M 3351 28.3 10537 Y F 0.25 2634 2212 4846 148 FLINN ST WEST END SHUMWAY AVE L 238 28 740 Y F 0.18 133 157 290 337 FOREST AVE NORTH END OZIER DR M 479 27 1437 Y F 0.25 359 316 675 155 FRANKLIN ST PRAIRIE ST RIVER ST M 1306 28 4063 Y F 0.25 1016 862 1878 167 GORE ST RIVER ST CITY LIMITS M 246 21 574 N P 0.25 144 0 144 165 GORE ST PARK ST WASHINGTON AV M 400 18 800 N P 0.25 200 0 200 166 GORE ST WASHINGTON AV RIVER ST L 384 21 896 Y F 0.18 161 253 415 174 HAINES CT ALDRIN AVE NORTH END M 262 85 2474 Y F 0.25 619 173 792 175 HAINES DR MILL ST HAINES CT M 1338 28 4163 Y F 0.25 1041 883 1924 179 HAMILTON WAY HANSFORD AVE SENNETT ST M 1427 27 4281 Y F 0.25 1070 942 2012 184 HANOVER DR LARKSPUR LN THRUN DR M 623 27 1869 Y F 0.25 467 411 878

LL-1 CITY OF BATAVIA 2021 CRACKFILLING PROGRAM LOCATIONS LIST Estimated Estimated Estimated Weight of Weight of Weight of Sealant Sealant Sealant (*includes curbline Application Application Street Areas application) Location Rate Length Width Area CURB SEALANT Rate (Area) (Including C.L.) Curb Line Only No. Street Name From To (L, M, H, C) (ft) (ft) (Sq Yd) (Y/N) LOCATION (LB/SQ YD) (LB) (LB) Total 185 HANSFORD AVE SKYLINE DR HAMILTON WAY H 1135 27 3405 Y F 0.35 1192 749 1941 341 HARRISON ST MCKEE ST WILSON ST M 820 28 2551 Y F 0.25 638 541 1179 340 HARRISON ST ILLINOIS AVE MCKEE ST M 630 26 1820 Y F 0.25 455 416 871 HARRISON ST WALNUT ST MAIN ST L 1100 29.4 3593 Y F 0.18 647 726 1373 204 HOLTER AVE KENNEDY DR MCKEE ST M 190 27 570 Y F 0.25 143 125 268 208 HOUSTON ST BATAVIA AVE ISLAND AVE L 1016 39.8 4493 Y F 0.18 809 671 1479 215 ILLINOIS AVE REPUBLIC RD JACKSON ST L 662 33 2427 Y F 0.18 437 437 874 218 IROQUOIS DR WEST END CREEK LN M 1043 28 3245 Y F 0.25 811 688 1500 JACKSON ST 1ST AVE WILSON ST L 750 26 2167 Y F 0.18 390 495 885 346 JEFFERSON ST ILLINOIS AVE WILSON ST L 1449 27 4347 Y F 0.18 782 956 1739 232 KENNEDY DR TAUBERT AVE ALDRIN AVE M 656 29.3 2136 Y F 0.25 534 433 967 234 KIELION DR EAST END WIESBROCK LN M 285 28 887 Y F 0.25 222 188 410 241 KRAMER CT CLEVELAND AVE NORTH END M 269 27 807 Y F 0.25 202 178 379 243 LAKE CT LAKE ST NORTH END L 167 31 575 Y F 0.18 104 110 214 245 LAKE ST WASHINGTON AV RIVER ST L 380 26 1098 Y F 0.18 198 251 448 249 LARKSPUR LN WAGNER RD GIESE RD M 1394 29 4492 Y F 0.25 1123 920 2043 348 LINCOLN ST MCKEE ST WILSON ST M 817 31 2814 Y F 0.25 704 539 1243 265 LOCUST ST PRAIRIE ST VAN BUREN ST M 449 26 1297 Y F 0.25 324 296 621 264 LOCUST ST EAST END PRAIRIE ST M 312 26 901 Y F 0.25 225 206 431 267 LOOTENS CT FIRST ST SOUTH END L 184 45 920 Y F 0.18 166 121 287 350 MALLORY AVE HOUSTON ST WILSON ST M 403 28 1254 Y F 0.25 313 266 579 466 MALLORY AVE MAIN ST WILSON ST M 1072 27 3216 Y F 0.25 804 708 1512 349 MALLORY AVE MCKEE ST HOUSTON ST L 417 28 1297 Y F 0.18 234 275 509 285 MANDRAKE DR PINE ST VIOLET LN L 1348 31 4643 Y F 0.18 836 890 1725 290 MARSH LN NORTH END POOLE CT H 836 26 2415 Y F 0.35 845 552 1397 308 MCKEE ST HARRISON ST BATAVIA AVE L 1718 28 5345 Y F 0.18 962 1134 2096 307 MCKEE ST REPUBLIC RD HARRISON ST L 482 28 1500 Y F 0.18 270 318 588 306 MCKEE ST VAN NORTWICK REPUBLIC RD L 354 28 1101 Y F 0.18 198 234 432 303 MCKEE ST MILL ST WESTERN AVE L 1329 41.3 6099 Y F 0.18 1098 877 1975 312 MERLO ST BATAVIA AVE WOODLAND AVE H 587 28 1826 N P 0.35 639 0 639 315 MILL ST PEEBLES CT MCKEE ST M 1892 28.9 6075 Y F 0.25 1519 1249 2768 322 MOORHEAD DR RADDANT RD ALEXANDER DR L 777 28 2417 Y F 0.18 435 513 948 323 MORRIS CT ALEXANDER DR EAST END L 272 28 846 Y F 0.18 152 180 332 374 NAGEL BLVD FABYAN PKY SOUTH END M 1633 32.2 5843 Y F 0.25 1461 1078 2538 377 NAVAJO DR WESTERN AVE BLACKHAWK DR H 820 28 2551 Y F 0.35 893 541 1434 379 NEWTON AVE MILLVIEW DR LOCKWOOD LN M 2430 28 7560 Y F 0.25 1890 1604 3494 380 NEWTON CT NEWTON AVE NORTH END M 184 28 572 N P 0.25 143 0 143 390 OLSON DR HAINES DR PATCH AVE M 732 28 2277 Y F 0.25 569 483 1052

LL-2 CITY OF BATAVIA 2021 CRACKFILLING PROGRAM LOCATIONS LIST Estimated Estimated Estimated Weight of Weight of Weight of Sealant Sealant Sealant (*includes curbline Application Application Street Areas application) Location Rate Length Width Area CURB SEALANT Rate (Area) (Including C.L.) Curb Line Only No. Street Name From To (L, M, H, C) (ft) (ft) (Sq Yd) (Y/N) LOCATION (LB/SQ YD) (LB) (LB) Total 391 OLYMPIC DR KINGSLAND DR WEST END M 745 29 2401 Y F 0.25 600 492 1092 397 OZIER DR PRAIRIE ST ANN ST M 613 28 1907 Y F 0.25 477 405 881 404 PATCH AVE OLSON DR ALDRIN AVE M 417 28 1297 Y F 0.25 324 275 600 406 PEEBLES CT MILL ST NORTH END M 279 28 868 Y F 0.25 217 184 401 415 PITZ LN MAIN ST FIRST ST M 633 28 1969 Y F 0.25 492 418 910 420 POOLE CT MARSH LN SOUTH END H 413 24 1101 Y F 0.35 385 273 658 627 PRAIRIE ST ALLEY PRAIRIE ST END H 256 12 341 N P 0.35 119 0 119 423 QUARK CT SAUK DR NORTH END M 308 28 958 Y F 0.25 240 203 443 471 RADDANT RD WIND ENERGY PAS MARK TWAIN TRL L 735 29 2368 Y F 0.18 426 485 911 469 RADDANT RD CITY LIMIT MOORHEAD DR L 184 29 593 Y F 0.18 107 121 228 470 RADDANT RD MOORHEAD DR WIND ENERGY PAS L 1640 29 5284 N P 0.18 951 0 951 361 RIVER ST SPRING ST STATE ST L 387 28 1204 Y F 0.18 217 255 472 360 RIVER ST FAYETTE ST SPRING ST L 1380 28 4293 Y F 0.18 773 911 1684 359 RIVER ST LOGAN ST FAYETTE ST L 1338 25.1 3732 N P 0.18 672 0 672 358 RIVER ST GORE ST LOGAN ST L 246 24 656 Y F 0.18 118 162 280 432 ROBERTS CT ROBERTS CT EAST END M 210 28 653 Y F 0.25 163 139 302 431 ROBERTS CT DANFORTH DR SOUTH END M 312 34.5 1196 Y F 0.25 299 206 505 493 SAUK DR FOX TRAIL DR QUARK CT M 1919 28 5970 Y F 0.25 1493 1267 2759 494 SAUK DR QUARK CT BANBURY RD M 1092 28 3397 Y F 0.25 849 721 1570 500 SHABBONA TRL BLACKHAWK DR REPUBLIC RD H 2007 28 6244 Y F 0.35 2185 1325 3510 502 SHABBONA TRL WAUBONSEE TRL WAUBONSEE TRL H 912 26 2635 N P 0.35 922 0 922 501 SHABBONA TRL REPUBLIC RD WAUBONSEE TRL M 348 28 1083 Y F 0.25 271 230 500 513 SPRING ST HAMLET ST PRAIRIE ST L 1239 27 3717 Y F 0.18 669 818 1487 520 STATE ST COLLEGE ST RIVER ST L 2105 30.1 7040 Y F 0.18 1267 1389 2657 529 SWANSON DR KINGSLAND DR RADDANT RD L 1118 29 3602 Y F 0.18 648 738 1386 533 TAUBERT AVE HAINES DR KENNEDY DR M 1298 28 4038 Y F 0.25 1010 857 1866 539 THRUN DR LARKSPUR LN HANOVER DR M 551 27 1653 Y F 0.25 413 364 777 541 TIMBER TRL WAUBONSEE TRL BATAVIA AVE L 712 26 2057 N P 0.18 370 0 370 549 TUGGLES LN BAILEY DR SOUTH END H 154 28 479 Y F 0.35 168 102 269 481 VAN BUREN ST MANCHESTER AVE DS@1000N MANCHEST M 1000 24 2667 Y F 0.25 667 660 1327 482 VAN BUREN ST DS@1000N MANCHESTPINE ST M 230 24 613 N P 0.25 153 0 153 363 VAN BUREN ST OZIER DR MADISON ST M 1415 26 4088 Y F 0.25 1022 934 1956 364 VAN BUREN ST MADISON ST WILSON ST M 2430 26 7020 Y F 0.25 1755 1604 3359 490 WATER ST FIRST ST WILSON ST M 508 36.1 2038 Y F 0.25 509 335 845 581 WAUBONSEE TRL WINDSOR LN SHABBONA TRL L 177 23 452 N P 0.18 81 0 81 580 WAUBONSEE TRL SHABBONA TRL WINDSOR LN L 954 23 2438 N P 0.18 439 0 439 586 WEST CT WEST END NORTH END M 373 42.1 1745 Y F 0.25 436 246 682 587 WESTERN AVE FABYAN PKY MCKEE ST M 3630 40 16133 Y F 0.25 4033 2396 6429

LL-3 CITY OF BATAVIA 2021 CRACKFILLING PROGRAM LOCATIONS LIST Estimated Estimated Estimated Weight of Weight of Weight of Sealant Sealant Sealant (*includes curbline Application Application Street Areas application) Location Rate Length Width Area CURB SEALANT Rate (Area) (Including C.L.) Curb Line Only No. Street Name From To (L, M, H, C) (ft) (ft) (Sq Yd) (Y/N) LOCATION (LB/SQ YD) (LB) (LB) Total 590 WHIPPLE AVE WALNUT ST MAIN ST M 1115 27 3345 Y F 0.25 836 736 1572 592 WIESBROCK LN WAGNER RD KIELION DR M 380 28 1182 Y F 0.25 296 251 546 595 WILLIAMS RD WEST END BIG WOODS DR L 466 27 1398 Y F 0.18 252 308 559 124 WILSON ST RADDANT RD WASHINGTON AV M 3837 39.1 16670 Y F 0.25 4167 2532 6700 123 WILSON ST KIRK RD RADDANT RD L 3289 37.9 13850 Y F 0.18 2493 2171 4664 603 WINTERGREEN CT WINTERGREEN TER SOUTH END L 184 27 552 Y F 0.18 99 121 221

NOTE: F=Full Pavement and Curblines; C=Curbline Only; P=Pavement Cracks Only TOTAL 145712

LL-4

B E

D

N V

R E

V V T A

A L IK L N END

L T L Y A City of Batavia R FABY AN PK I L E A N N R

R R I T A E N D A G E V D KIN T 2021 Crackfill Program R

R G A E S T R

N G

E Y D T LLERR H E

I S E R A A R D D C A V K M I O S L T E D

U R

R W P B

R H D R B D T N R R MPIC DR T S OLY S IO X I L R A A E R A

R

V N O

B O E N E V

D C D BY AN PKY U R W FA F H A Y T LY ON RD T N

A O

E

R N S N K F S N

S RD M G VI DA K D T

Y O T O S O BRITTA LN G F A I D A EB T I L R

N R X O O

I T R N G R A D R K HAWKS DR H IN R C DOUGLAS R K R A O D V R E N I O

B K N I

R R

P W L I N R E DOUGLAS RD R V

M DR R D H D W ES MAV D D ER S S E A

A R D S R N T R

E H

C DR A OZIER

N S D K L T A

IR T V N W

R OQ C SHA

BB RL T D ONA T E N U A HUBBARD AVE

L A

N S O

R

L

L

LL ST A I H N M I I E P

N S L E

S R L E B N WINDSO N I

L A V

B G

L S

T

R D

A D A

R I A

DR LATHEM ST N LATHEM ST

S

T I R R E N

D K E L A N W MAPL T E K A T Y K A

T N

R N R NG C MADISON ST

I I O G U T V S

R E S A E NORTHAV P

P

O N

N I T

R R

R W D S C A ON R E NS T E A R R L D N RCH ST

O B I CHU T

W L RA

W T W T U A

N V

N S

O F

R

R

S B

T V S

A

E C H

C A T

VE R LORLY N I O

T E S O T

O A

V N L T

T R I C L ST EE N

CK L N N M R T

A E E A

S L E W D D ILSON ST

R A

C L

S O

W R R V E N E T

N T S I R I M

A

R D R R E N N

S V N

L R D

D A

R V D N R E N R E T O

O E ICHTE

E L T N A

N R R V I A H E R T L F

R S M A

N S D

I S

B

S I V

D N

S

S 9

E H

O E A N

R E S A

2

S I E ST D

N N ST TATE E H O R N ST S C T HOU

R T L W

D O

T

T O E E V H W V O

A D E

A O

R L R S

OF G T

X

A N

OX I

L

I T W

M

D H

D N R

W WILSON ST

L O N

S

T

Y

S D

D S R A E

N ND L

R LA V S D R E E N

N G V

D N

N T

E E

O S WEBSTER L R

L O C

H N T

E L

D E

O S T

B T

C E FIRS

L T

O

Z

R

H

V O

S

S L

H L T

C S

N S J

V D

T I

A A

T S

U

R

A T

I E

S T N I

A L R

I O K

R

E

P

T E P

N

R E P M

MAIN ST O

N

S

F S

S V C S F E L

A

S

N

R S S

E

A

F L

A E

I T

E D B L

L

J

E R E E A I

E R

E

R LM R ST D HA UPP J

D U T

L

N

N H A S L

D R A T O A P S W N

A L

R B

P

S E

D M F A

D Y Y R N

L A S L

P

H S N N E I

W S

D L R I

G I L S

T

W G T B A A

B L H S

R W V E R

R

E S L

V D

R A O I O O O E W K

D E E V S W I D

R A Y

N N C S S D T I T

R E B

K V O Y I W R E

D V

H S O E M A O ORTO A K N O I ST R L S

A C L N

R N R R L L

R D Y R S KER D W R O R E A E

B U T D N T R ST E PINE

R S

W T G R F P T

L R T E S

I K S N

MANCHE D EXIN PI N L F G

S

IRD E R T B C E A N O LL D FO H E O

I R A

L T E V R N LN

H A J I

D V C H N L R D L H J R

K A D M U A N S H NE L A M C S D X R S V AR N E S R OWN L T F L T IS O I T CH L E L A R I

ED N HUNTL E A E L LL H R E

N A O D L V

D B L F N M

L E D DR R E R NR A AB G D

C DE A

T N I TT A G A E N L G L L O L N D

A E W

R L K C N N O N L D

W U W O

L A H D GIESE RD L D W A D N O D GIESE RD D E

C R R L Y P

O R E O A R R A R

C D

E A A W D RK O Y C E T D L S R H K T P

D DR M O N W L Y H D R T R M T

E N R A

A R IN B E D A

L ELL C

HARV R D V E P S E SS DR

H L Y I O R E C R S P R RD ON E A C L Y C P K T HO L DR A L R L NOR RAIR EE A E E D D D R L G M E IE PA R E E ORE R A T C R N E U H W DR E G O L T I VIEW LN S H A N N R N H I H

S R E R IA IT R IR E P SCHIEDLER DR E T ATH S D S D D C V C S S I I N H O S H I S R R E O E IN IE

S A X R OX TRAIL DR E D

L R L

E K F K E

M O E O D V F I R

R L R E R R H W N A A V S R

R D F A D B D A K R IA L S ELAW L K TWAIN TR G H R K G N TR R N INTE V A A ID A E DR R A G B SAU R M R AG N T NER IT R D N RITTER D

ER A A H D

L T

R B

I

O D ENERGY PAS Y

M S H IN S J N

AM A

R E

R S OAK J D A W

AVIS C R O R R A D DR L ES EKMAN P

K DOR T R F D A T D FI D DR

C L DR EL A LegeI nd R L R E CHI N I LDRE D R H NS DREAM ST

Y I IN O R HOWE ST E

R WINGF B T CHANCE T ENTZ WAY P N LLOR AVE O A I U PROJECT VOL R R T DR T

B

A H

D

N V H VAN S 2021 CRACKFILL PROGRAM A A N PATTERSON T S AHD

A B V PINEHURS INEY ARD LN R E MOOSEHEART RD RIDGE RD

Maps an d data provided by the City of Batavia are n ot in ten ded to have, n or do they have, the accuracy of surveys or legal description s of lan d areas. GIS data obtain ed from the City of Batavia is in ten ded for represen tation al use on ly. Relian ce on such maps an d data is at the risk of the recipien t. This in formation , in either electron ic or map form, is provided “as is”. No warran ty expressed or implied is made regardin g the accuracy, timelin ess, or completen ess of the data, n or shall the act of distribution con stitute an y such warran ty. This disclaimer applies both to in dividual use of the data an d aggregate use with other data. SOURCE: BATGIS, K ANEGIS ± CIT Y OF BAT AVIA 2021 CRACKFILL PROGRAM NORT HWEST QUADRANT

Legend 2021 CRACKFILL PROGRAM Corporate Limits T ownship

W S BAT AVIA AV FAB City of Batavia YAN WEST ERN AV PK R Y

D R

E I

G BRIT T A LN V D

T RL E I HOLBROOK LN O

G R R D BA B OR BURT ON DR E SF NN R M HA I AN WKS DR W O

A H E ROBIN DR C AV LUNDBER A R C G K ANDREWS AVE P V D A E C R A D T I D Y T D N A H O O O P C C W RE R S T K T V

R PARK R

S L IEW D VIEW DR VAN NORT WICK CT S N E N D N T O

E T T L N E L S G S I HABBONA I TRL N W E R AU A BO M N I S N E E L E O TIMBER TRL A E T R B V N E TR AVA Q L S H J

OD V C A E H R

U A A

PINE NEEDLES CT R E D A IN N R O

PONCA DR S P E C

R R

S S I S S D E D E WINDSOR LN R E

T R N X D N I N R

L S P U VAN NORT WICK CIR R A T

D

E Y B T C H O

L E N I

C A T K

L W V S R O T

O

A W R T A A

D T PLE LN S MA

C D A S V P E S D

R S I L T L N E

G N G H I RE V A

E O N R A O N H W L K I A A Y A

R OLSON CT L L U C W

C

I V N A Y P B

R N A D T I C E L M H I K VE R U NORT H A R B S T A B T V A E

S D D

U T

T

L

E R R B T MORNINGSIDE LN O KENNEDY N A R

E S

R C

R A I N

T DR N R

D L

O T F

B O H T E

E L O S

T NARY CT U T

D A R LORLYN CIR

V

L

N P R R D D

A ILLINOIS

E T F E O I C

E F S R

I

H L R AVE F D N

D N

MART IN DR R W E L

L W J

N

Y DR A O R LE L D R A A H N

O

T CRANE CT D C

R T

R S N

T E

I

D I

N T

R

SPERRY CT L

E R

N

S S MCKEE

I S SPENCER LN N R R O N R ER D E LN HT T T T C

R I R R

I D A ST S

H

S R

E D

T

H L S

V A

N A

L N

A N

B T

Y N

O

E O

E I

O C S D L R S N CHARLEST ON ST YBO X U

R T N I N E S H I

S T

W ON S E O ST U A

R O

A N H

S D

R T

V

L V

R

D L

R N

E N

S E

L A

A O

L N

A F A SARAT OGA DR H

C F

M M

N N DUNCAN LN RGET OWN DR E

GEO I J N MALLORY AVE L W WILSON ST

Maps and data provided by the City of Batavia are not intended to have, nor do they have, the accuracy of surveys or leg al descriptions of land areas. GIS data obtained from the City of Batavia is intended for representational use only. Reliance on such m aps and data is at the risk of the recipient. T his inform ation, in either electronic or m ap form , is provided “as is”. No warranty expressed or im plied is m ade reg arding the accuracy, tim eliness, or com pleteness of the data, nor shall the act of 0 437.5 875 1,750 2,625 3,500 distribution constitute any such warranty. T his disclaim er applies both to individual use of the data and ag g reg ate use with other data. Feet SOURCE: BATGIS, KANEGIS SHEET LM 2 ± CITY OF BATAVIA 2021 CRACKFILL PROGRAM SOUTHW EST QUADRANT

W

A

T

E

E W W ILSON ST E

R E T L

R

T

V V

S

T D S

O A

S

R

A

T R

C D

L T N

O E Y N

B

Y

R A D

P C R L

C

O

T R

E R

N

O

W

E E S

N N T

S

E

L O

O C

C M

L

O K

D N N

L H

N

T E U

C

I C

N Z ST

E FIRST

L U E

R H

T L

E T

A

F T P

A

S

I A S

P J

S B

O

P M E

O

S D T

L R MAIN ST N

I N S IN E L

D F

T

V S

N R ST

A

E E N

T

E

E N

O EL

M ST A

R

L L

D S P R I W

P G

AU P N

S R R

P S

H I

R E

A W E

A

V H P I L UNION A

N LLI VE

E H

E A L

M R

R S W

E S W AY D

B D R IG T D O R W A W S LNUT ST

L O C

I O E M Y

AL DS R C B E E BLAIN E S DR E ST A

L

R U

O T T M

N S O R

I K S Y N A W P E K P

N

A D S Y BIRD L C

R N O

M

S

GROVE HILL CT R GARFIELD ST E

F R

D F D

E R N

L J L T L I H S

S

S

T H S

T N

A E M

O P R

V L

T

S

R HILLL E E O N C K E

B R

N PA C E I YN G E A O VE A D W J R ME KANE LN T RLO S ST EEN PHEASANT LN CA GR RLISL CT E RD HU N E NT LN F V H TOW NEE A T E A I A W M T O V G BER V NA S L D A A T S ETTE C A D L K A O N N A T GLE R E S R A T W C D D N O O R OD C K D T R N L H I N R L R W A L O A L L D A R T C O L ECIR C D D D C L D T O N N O A R N D I N T G E O O A D A R W W N L C N A N W L R Y T U T O Y C L D D R O P S D A O C N E D N R O A K C R W T T A M PL E H R ID L R M H V G E E B W AN E A L AY T H L I D L N R VELL DR A CT Legend HAR D E A V K Y A LA I C K N S A OND E S N T YCA I EAT R H E M V H O OR A 2021 CRACKFILL PROGRAM R T C E L T E C T N A DR N B O N S N Corporate Limits HUN W A TIN H C R G T IT I RL E C O GOSSELIN JURISDICTION A R K

D D D

R E L R

N O

M

H E Batavia Town ship R T

S A A

E V D F I

S N R R

L

R P City of Batavia

V

O W P S I

O H E D

I H L N

V S I E N R W W T A I O O N

Maps an d data provided by the City of Batavia are n ot in ten ded to have, n or do they have, the accuracy of surDveys or legal L S E

L E description s of lan d areas. GIS data obtain ed from the City of Batavia is in ten ded for represen tation al use on lyA . Relian ce on L E such maps an d data is at the risk of the recipien t. This in formation , in Feither electron ic or map form, is provideE d “as is”. No A F M warran ty expressed or implied is made regardin g the accuracy, timelin eR ss, or completen ess of the data, n or shall the act of Feet N distribution con stitute an y such warran ty. This disclaimer applies both toM in dividual use of the data

an d aggregate use with other data. R 0 500 1,000 2,000 3,000 4,000 SOURCE: BATGIS, KANEGIS D SHEET LM 3 ± CITY OF BATAVIA 2021 CRACKFILL PROGRAM NORTHEAST QUADRANT

BY AN PKWY E FA

R

D

K

R

O

BY AN PKY B E FA

N S

I

A

U

G

O

L N RD E ORIO L

B

S Y RD L

N K IO U V R R

O P R

D

D E R T V N E N A

Y O ON RD U LY S N

S O

R O

T M

T DAVIS RD E

I

N A G

P R

K N I A

I R P H DOUGLAS RD K

S F OUGLAS RD A D O R

D

W R

E N S

T R T RE ST R DR D GO ZIE A S O

T

V

D N

S

E

N HUBBARD AVE

E

T T

R A

S E

T L

LAKE ST U

S L

B

S

R

E M

E I

G N

A

A

R V N M ST I THE I LATHEM ST LA

I V

H

A R

K

N R Legend P T S P

E TT A

N E N FAY R CHURCH ST K R

S A ANSON DR 2021 CRACKFILL PROGRAM T D SW D A ELIZABETH ST N ST E T T IA V

B R A M S Corporate Limits D E WILSON ST LU

O T

C E S FRANKLIN ST D

G E R

Batavia To w nship E

R S L

SPRING ST O L L F L WILSON ST CT I O

R M H STATE ST N TRILLIU C

City o f Batavia D

D

N

C Y

A PRAIRIE ST A O E LLEY N L

N

T L

L D

F

S L R

D ND O

A T E EL A E EV O I CL

T

G E

R W

S L L I E L

D E

A B O E

S R I U N R BL L

T V T

P A

N

ADAMS ST S S A V T

T T ST E R D I MILLER CT

A K E

S

V D W I

A R A

N

N E T

T R

E G C D

S S

R R

S T

D E

U R K

R VIO B ON

L LS CT M R I O R E

N A T

F C A K

LN A

N

S S

V

D S

R

MATHER LN A

K

T E PINE S

D

R

Maps and data pro vided by the City o f Batavia are no t intended to have, no r do they have, the accuracy o f surveys o r legal descriptio ns o f land areas. GIS data o btained fro m the City o f Batavia is intended fo r representatio nal use o nly. Reliance o n such m aps and data is at the risk o f the recipient. This info rm atio n, in either electro nic o r m ap fo rm , is pro vided “as is”. No w arranty expressed o r im plied is m ade regarding the accuracy, tim eliness, o r co m pleteness o f the data, no r shall the act o f Feet distributio n co nstitute any such w arranty. This disclaim er applies bo th to individual use o f the data and aggregate use w ith o ther data. 0 5001,000 2,000 3,000 4,000 SOURCE: BATGIS, KANEGIS SHEET LM 4 ± CITY OF BATAVIA

2021 CRACKFILL PROGRAM SOUTHEAST QUADRANT

T S

N

E

R

U K

B N VE N O NG A L N YOU X

E

A

L

G V

N

D S O LN H M E N T L

S W E

U O

L L

B

L I

N W

L

S HILLEM DR E C

L

G R D SUNSET D

A

G

V

U E

T Y GIESE RD

D

R DR VER NO N C A L H H

E R

R U OS R WA P LT AVE NORCROSS DR TH Y RU S

B D D N K RD E D K REE

R L R R C L BO R AN E N T I D DR A D V N N IEW L I LN A

D

D

A R SCHIE

R D D L

I E

S R E D R K

FOX TRAIL DR D T R R R S H A

R D A E B K V R I K R I R C U T A K S R R C A R S T S D WATERFIELD DR KIELION DR R R

D D

N K I ARK TWAIN TRL R DG N TRL M L R Y ELAW

A B B K G T R S C HA C E T K D R SAU O D RITTER DR T V

C G R

S O

I B

K D

Legend E N L L S

R W R

H

E

E

A

I

O

T N

U

F W N

W D

F

2021 CRACKFILL PROGRAM Q

A A N D R

A R

D M T

EK D

R E

R

R D

E

R D A N

Corporate Limits

S R

G R

T A E W

Batavia Town ship D MORRIS CT H

N OWE ST A

City of Batavia X

E L

A MOOREHEAD DR

Maps an d data provided by the City of Batavia are n ot in ten ded to have, n or do they have, the accuracy of surveys or legal description s of lan d areas. GIS data obtain ed from the City of Batavia is in ten ded for represen tation al use on ly. Relian ce on such maps an d data is at the risk of the recipien t. This in formation , in either electron ic or map form, is provided “as is”. No warran ty expressed or implied is made regardin g the accuracy, timelin ess, or completen ess of the data, n or shall the act of Feet distribution con stitute an y such warran ty. This disclaimer applies both to in dividual use of the data an d aggregate use with other data. 0 375 750 1,500 2,250 3,000 SOURCE: BATGIS, KANEGIS SHEET LM 5 ± 100' (30 m) min. ) 0

For any operation that encroaches in the area between 0 4 6

100' (30 m) 2 ( the centerline and a line 24 (600) outside the edge of the min. pavement for a period of less than 15 minutes. Vehicle with dual flashers or flashing amber dome light operating. )

For any operation that is more than 24 (600) outside the 0 0 4 6

edge of the pavement for a period of less than 60 minutes. 2 (

Vehicle with dual flashers or flashing amber dome light operating.

ONE LANE ROAD AHEAD

W20-7(O)-48 W20-4(0)-48 1 1 For any operation that encroaches in the area between 100' (30 m) the centerline and a line 24 (600) outside the edge of the min. pavement for a period in excess of 15 minutes but less than 60 minutes. ) 0

1 1 0 4

6 SIGN SPACING

100' (30 m) 2 ( Posted Speed Sign Spacing min. 55 500' (150 m)

50-45 350' (100 m) ONE LANE <45 200' (60 m) ROAD AHEAD 1 = Refer to SIGN SPACING table for distances. W20-4(0)-48 W20-7(O)-48

All dimensions are in inches (millimeters) unless otherwise shown. TYPICAL APPLICATIONS SYMBOLS Marking patches DATE REVISIONS Work area Field survey Illinois Department of Transportation 1-1-11 Revised flagger sign. LANE CLOSURE, 2L, 2W, String line Sign on portable or permanent support I

S Utility operations APPROVED January 1, 2011 S

U Cleaning up debris on pavement SHORT TIME OPERATIONS E

Flagger with traffic control sign D

ENGINEER OF SAFETY ENGINEERING

1-1-09 Switched units to 1 -

APPROVED January 1, 2011 1 -

9 English (metric).

7 STANDARD 701301-04

ENGINEER OF DESIGN AND ENVIRONMENT WET WET

G20-I101-2430 PAINT G20-I101-2430 PAINT (appropriate arrow) (appropriate arrow)

KEEP 200' (60 m) min. * RIGHT * Distance varies depending on terrain R4-7a-2430 and susceptibility of pavement marking or crack sealant to wheel tracking.

SYMBOLS TYPICAL APPLICATIONS

Landscaping work Arrow board (Hazard Mode only) Utility work Pavement marking Truck with headlights, emergency Weed spraying flashers and flashing amber light. Roadometer measurements (visible from all directions) Debris cleanup 18x18 (450x450) min. orange flag Crack pouring (use when guide wheel is used)

Truck mounted attenuator

GENERAL NOTES

This Standard is used where any vehicle, equipment, workers or their activities will require a continuous moving operation where the average speed is greater than 3 mph (5 km/h).

For shoulder operations not encroaching on the pavement, use DETAIL A, Standard 701426.

All dimensions are in inches (millimeters) unless otherwise shown. DATE REVISIONS LANE CLOSURE 2L, 2W Illinois Department of Transportation 1-1-09 Switched units to MOVING OPERATIONS-

I English (metric). Omitted S APPROVED January 1, 2009 S

U Pass With Care sign. E

D

DAY ONLY

ENGINEER OF OPERATIONS

1-1-00 Elim. speed restrictions 1 -

APPROVED January 1, 2009 1 -

9 in Standard title.

7 STANDARD 701311-03

ENGINEER OF DESIGN AND ENVIRONMENT ROAD

W20-1(0)-48 WORK AHEAD

Or

ROAD ONE LANE ROAD CONSTRUCTION AHEAD AHEAD W20-7(O)-48 W20-4(0)-48 4 3 W20-I103(0)-48 1 1 1

100' (30 m) One way / one lane operation min. Type l or Type ll Barricades I I Type l or Type ll barricades I I

1 1 1 100' (30 m) ROAD Type lll barricades 2 max. CLOSED

) 2 ' m

0 ROAD R11-2 0 0 CLOSED 2 6

ONE LANE ( ROAD AHEAD ROAD W20-1(0)-48 WORK W20-3(0)-48 AHEAD For AHEAD W20-4(0)-48 maintenance Or and utility projects W20-7(O)-48 ROAD ROAD CONSTRUCTION W20-I103(0)-48 CONSTRUCTION AHEAD For AHEAD W20-I103(0)-48 Or contract ROAD construction WORK W20-1(0)-48

projects AHEAD

SIGN SPACING

Posted Speed Sign Spacing SYMBOLS

55 500' (150 m) Work area 1 Refer to SIGN SPACING TABLE 50-45 350' (100 m) for distances. <45 200' (60 m) Cone, drum or barricade (not required for moving operations) 2 For approved sideroad closures. GENERAL NOTES

3 Cones at 25' (8 m) centers for 250' This Standard is used where at any time, day or Sign on portable or permanent support (75 m). Additional cones may be placed night, any vehicle, equipment, workers or their at 50' (15 m) centers. When drums or activities Flagger with traffic control sign Type I or Type II barricades are encroach on the pavement requiring the closure used. the interval between devices of one traffic lane in an urban area. may be doubled. I Barricade or drum with flashing light All dimensions are in inches (millimeters) 4 Cones, drums or barricades at unless otherwise shown. Type III barricade with flashing lights 20' (6 m) centers.

DATE REVISIONS

Illinois Department of Transportation 1-1-11 Revised flagger sign. URBAN LANE CLOSURE, I

January 1, S APPROVED 2011 S

U

2L, 2W, UNDIVIDED E

D

ENGINEER OF SAFETY ENGINEERING 1-1-09 Switched units to 1 -

APPROVED January 1, 2011 1 -

9 English (metric).

7 STANDARD 701501-06

Corrected sign No.'s. ENGINEER OF DESIGN AND ENVIRONMENT 10' (3 m) min.

6 10' (3 m) min. 4

1 1 100' (30 m)

ROAD ROAD CONSTRUCTION CENTER Or WORK AHEAD LANE AHEAD CLOSED

W20-I103(O)-48 W20-1(O)-48 For For W20-5c(0)-48 Construction Maintenance

CASE I GENERAL NOTES (Signs required for both directions)

1 Refer to SIGN SPACING TABLE This Standard is used to close one lane of an for distances. urban, two lane, two way roadway with a bidirectional turn lane. 2 Required for speeds > 40 mph (70 km/h). Case I applies when no workers are present. 3 Required if work exceeds When workers are present, two lanes shall be 500' (164 m) or 1 block. closed and traffic control shall be according to SIGN SPACING Standard 701501. Posted Speed Sign Spacing 4 Cones at 25' (8 m) centers for 250' (75 m) 55 500' (150 m) on approach. Additional cones may be Calculate L as follows: 50-45 350' (100 m) placed at 50' (15 m) centers. When drums <45 200' (60 m) or type I or II barricades are used, the SPEED LIMIT FORMULAS interval between devices may be doubled. English (Metric)

5 For approved sideroad closures. 40 mph (70 km/h) WS² WS² L= L= or less: 60 150 6 Cones, drums or barricades at 20' (6 m) centers in taper. 45 mph (80 km/h) L=(W)(S) L=0.65(W)(S) or greater: 7 Use flagger sign only when flagger is SYMBOLS Width of offset present. W = in feet (meters). Work area

Normal posted speed S = Barricade or drum mph (km/h). I with flashing light

All dimensions are in inches (millimeters) Flagger with traffic control sign unless otherwise shown. Cone, drum or barricade DATE REVISIONS URBAN LANE CLOSURE, Illinois Department of Transportation 1-1-19 Revised to allow cones at night. 2L, 2W, WITH BIDIRECTIONAL I

S Sign on portable or permanent support January 1, 2019 APPROVED S U

E LEFT TURN LANE D Type III barricade with flashing lights ENGINEER OF SAFETY PROG. AND ENGINEERING 1 1-1-18 Corrected sign number for (Sheet 1 of 2) - 1

APPROVED January 1, 2019 - 0

1 TWO WAY TRAFFIC sign for STANDARD 701502-09 ENGINEER OF DESIGN AND ENVIRONMENT CASE II. W20-1(0)-48

W20-5c(0)-48 ROAD W20-1(0)-48 W6-3(0)-48 W21-1(0)-48 WORK AHEAD CENTER 3 LANE ROAD W1-4L(0) W21-1(0)-48 CLOSED Or WORK 7 W20-I103(0)-48 AHEAD ROAD Or CONSTRUCTION Or ROAD AHEAD CONSTRUCTION AHEAD W20-7(O)-48 W20-I103(0)-48 4 L 1 1

6 2

1 2 L

1 2 L

I I I I I I

1 1 1 4 2 L ) ) ' ' m 0 m W20-1(0)-48 W-1-6R(0)-6030 0 ROAD

0 0 0 (Above barricade) 0 2 2 6 CLOSED 6 ( ( ROAD R11-2 WORK 5 3 W20-1(0)-48 AHEAD W1-4R(0)-48 For W6-3(0)-48 ROAD Or maintenance WORK and utility AHEAD ROAD projects ROAD CONSTRUCTION CLOSED

AHEAD Or AHEAD

5 For ROAD W20-I103(0)-48 contract CONSTRUCTION W20-3(0)-48 construction AHEAD projects

W20-I103(0)-48

CASE II

URBAN LANE CLOSURE, Illinois Department of Transportation 2L, 2W, WITH BIDIRECTIONAL I January 1, 2019 S APPROVED S U

E LEFT TURN LANE D

ENGINEER OF SAFETY PROG. AND ENGINEERING 1 (Sheet 2 of 2) - 1

APPROVED January 1, 2019 - 0 1 STANDARD 701502-09 ENGINEER OF DESIGN AND ENVIRONMENT W20-1(0)-48

W20-7(O)-48 7 ROAD W20-5L(0)-48 WORK

AHEAD

Or LEFT LANE Or CLOSED W20-I103(0)-48 AHEAD ROAD CONSTRUCTION W21-1(0)-48 4 AHEAD

100' (30 m) L L 1 1

10' (3 m) 6 min. 2 6

10' (3 m) 100' (30 m) 1 1 min. 2 6 6 4 ) ) ' ' m m 0 0

0 0 0 0 2 2 6 6 ( W20-1(0)-48 7 ( W20-1(0)-48 ROAD WORK W20-1(0)-48 ROAD AHEAD W21-1(0)-48 ROAD For WORK Or Or WORK maintenance AHEAD ROAD AHEAD W20-7(O)-48 CONSTRUCTION Or Or AHEAD ROAD GENERAL NOTES LEFT LANE ROAD CONSTRUCTION W20-I103(O)-48 CLOSED CONSTRUCTION AHEAD For W20-I103(0)-48 AHEAD AHEAD construction This Standard is used where at any time, day or night, any vehicle, equipment, workers or their

W20-5L(0)-48 W20-I103(0)-48 CASE I activities encroach on the pavement requiring the closure of one traffic lane in an Urban area.

1 Refer to SIGN SPACING TABLE If the work operation is performed between for distances. 9:00 a.m. and 3:00 p.m. and does not exceed 15 min. Traffic protection shall be as shown for 2 Required for speeds > 40 mph (70 km/h). Standard 701426. SIGN SPACING 3 Required if work exceeds 500' (164 m) Posted Speed Sign Spacing Calculate L as follows: SYMBOLS or 1 block, repeat every 1 mile (1.6 km). 55 500' (150 m) 50-45 350' (100 m) SPEED LIMIT Arrow board 4 Cones at 25' (8 m) centers for 250' (75 m) FORMULAS <45 200' (60 m) on approach. Additional cones may be English (Metric)

placed at 50' (15 m) centers. When drums Work area 40 mph (70 km/h) WS² WS² or type I or II barricades are used, the L= L= or less: 60 150 interval between devices may be doubled. I Barricade or drum with steady burning mondirectional light 45 mph (80 km/h) L=(W)(S) L=0.65(W)(S) 5 For approved sideroad closures. or greater: Flagger with traffic control sign 6 Cones, drums or barricades at Width of offset W = 20' (6 m) centers in taper. in feet (meters). Cone, drum or barricade

7 Use flagger sign only when flagger is Normal posted speed S = present. mph (km/h). Sign on portable or permanent support

Type III barricade with flashing lights All dimensions are in inches (millimeters) unless otherwise shown. DATE REVISIONS URBAN LANE CLOSURE, Illinois Department of Transportation 1-1-19 Revised to allow cones at night. MULTILANE, 2W WITH I January 1, 2019 S APPROVED S U

E BIDIRECTIONAL LEFT TURN LANE D

ENGINEER OF SAFETY PROG. AND ENGINEERING 1 1-1-18 Moved arrow boards into (Sheet 1 of 4) - 1

APPROVED January 1, 2019 - 1

3 closed lanes for CASE I. STANDARD 701602-10 ENGINEER OF DESIGN AND ENVIRONMENT W1-3L(0)-48 W1-3R(0)-48 Speeds 30 mph Speeds 30 mph (50 km/h) or less. (50 km/h) or less.

X X 8 W13-1(0)-2424 X X MPH W13-1(0)-2424 MPH

W20-7(O)-48 W20-1(0)-48 Or Or

ROAD WORK Or W1-4L(0)-48 W1-4R(0)-48 W20-5C(0)-48 AHEAD Or ROAD

CENTER CONSTRUCTION W21-1(0)-48 LANE AHEAD X X X X W13-1(0)-2424 W13-1(0)-2424 CLOSED MPH MPH W20-I103(0)-48

4 1

1 2 L L

6

I I I 1 1 2 L 2 L 2 1 2 L

W20-1(0)-48 4 1 1 L Type III Barricade with )

ROAD ' m

0 6

WORK 0 Type III 0 2 6 Barricade 5 AHEAD ( 3 W-1-6R(0)-6030 ROAD (Above barricade Or CLOSED on both sides) ROAD CONSTRUCTION R11-2

AHEAD For 5 RIGHT LANE ROAD CLOSED maintenance 5 WORK and utility W20-I103(0)-48 AHEAD ROAD AHEAD projects W6-3(0)-48 CLOSED

W20-1(0)-48 AHEAD W20-5R(0)-48 Or

For ROAD W20-3(0)-48 contract CONSTRUCTION construction AHEAD projects

W20-I103(0)-48 CASE II

URBAN LANE CLOSURE, Illinois Department of Transportation MULTILANE, 2W WITH I January 1, 2019 S APPROVED S U

E BIDIRECTIONAL LEFT TURN LANE D

ENGINEER OF SAFETY PROG. AND ENGINEERING 1 (Sheet 2 of 4) - 1

APPROVED January 1, 2019 - 1 3 STANDARD 701602-10 ENGINEER OF DESIGN AND ENVIRONMENT W20-1(0)-48

7

ROAD WORK

W21-1(0)-48 W21-1(0)-48 AHEAD W20-5C(0)-48 Or W20-7(O)-48 Or

CENTER ROAD LANE CONSTRUCTION CLOSED AHEAD W20-I103(0)-48 4

100' (30 m) 1 1 100' (30 m)

6

1 1 L 4 ) ) ' ' m 0 m 0

0 6 0 0 2 0 2 2 6 6 ( ( W20-1(0)-48 W20-1(0)-48

ROAD ROAD LEFT LANE WORK WORK CLOSED AHEAD AHEAD AHEAD Or Or ROAD W20-1(0)-48 W20-5L(0)-48 ROAD CONSTRUCTION CONSTRUCTION AHEAD AHEAD ROAD WORK

W20-I103(0)-48 AHEAD W20-I103(0)-48 Or

ROAD CONSTRUCTION

AHEAD

W20-I103(0)-48 CASE III

URBAN LANE CLOSURE, Illinois Department of Transportation MULTILANE, 2W WITH I January 1, 2019 S APPROVED S U

E BIDIRECTIONAL LEFT TURN LANE D

ENGINEER OF SAFETY PROG. AND ENGINEERING 1 (Sheet 3 of 4) - 1

APPROVED January 1, 2019 - 1 3 STANDARD 701602-10 ENGINEER OF DESIGN AND ENVIRONMENT 7

W21-1(0)-48 W20-5R(0)-48 Or

W20-7(O)-48 RIGHT LANE CLOSED AHEAD

6

Type I or Type II barricades

I

1 1 L Type III

) 5

' Barricade m 0

0 2 0 ROAD 2 W20-1(0)-48 6 5 5 ( W20-1(0)-48 CLOSED ROAD R11-2 CLOSED ROAD ROAD AHEAD WORK WORK AHEAD AHEAD Or W20-3(0)-48 ROAD Or CONSTRUCTION

AHEAD ROAD CONSTRUCTION

AHEAD

W20-I103(0)-48

W20-I103(0)-48

CASE IV

URBAN LANE CLOSURE, Illinois Department of Transportation MULTILANE, 2W WITH I January 1, 2019 S APPROVED S U

E BIDIRECTIONAL LEFT TURN LANE D

ENGINEER OF SAFETY PROG. AND ENGINEERING 1 (Sheet 4 of 4) - 1

APPROVED January 1, 2019 - 1 3 STANDARD 701602-10 ENGINEER OF DESIGN AND ENVIRONMENT 5

4

I Type l or Type ll barricades ROAD I WORK 2 AHEAD 1 1 1 L Or W20-1(0)-48 ROAD For CONSTRUCTION maintenance AHEAD RIGHT LANE W20-I103(0)-48 CLOSED For AHEAD W20-5(0)-48 W21-1(0)-48 construction Or

3

W20-7(O)-48

GENERAL NOTES This Standard is used where at any time, day or 1 Refer to SIGN SPACING night, any vehicle, equipment, workers or their TABLE for distances. activities encroach on the pavement requiring the closure of one traffic lane in an 2 Required for speeds > 40 mph. Urban area. SIGN SPACING SYMBOLS Calculate L as follows: Posted Speed Sign Spacing 3 Use flagger sign only when flagger is

55 500' (150 m) present. Arrow board SPEED LIMIT FORMULAS 50-45 350' (100 m) 4 Cones at 25' (8 m) centers for 250' <45 200' (60 m) English (Metric) Cone, drum or barricade (75 m). Additional cones may be placed 2 2 at 50' (15 m) centers. When drums or 40 mph (70 km/h) WS WS Sign on portable or permanent support L= L= Type I or Type II barricades are used, or less: 60 150 the interval between devices may Work area be doubled. 45 mph (80 km/h) L=(W)(S) L=0.65(W)(S) or greater: Barricade or drum with flashing light I 5 Cones, drums or barricades at 20' (6 m) centers in taper. W = Width of offset Flagger with traffic control sign. in feet (meters).

S = Normal posted speed mph (km/h).

All dimensions are in inches (millimeters) unless otherwise shown.

DATE REVISIONS URBAN SINGLE LANE CLOSURE, Illinois Department of Transportation 1-1-15 Renamed standard. Moved

case on Sheet 2 to new I MULTILANE, 2W WITH January 1, S APPROVED 2015 S

U Highway Standard. E

D

MOUNTABLE MEDIAN ENGINEER OF SAFETY ENGINEERING

1-1-14 Revised workers sign 1 -

APPROVED January 1, 2015 1 -

9 number to agree with 7

STANDARD 701606-10 current MUTCD. ENGINEER OF DESIGN AND ENVIRONMENT ROAD CONSTRUCTION

4 AHEAD 4

W20-I103(0)-48 ROAD Or CONSTRUCTION SHOULDER Or AHEAD W20-7(O)-48 OPERATIONS ROAD W20-I103(0)-48 Or W20-7(O)-48 WORK Or AHEAD

LEFT ROAD Type I or TURN LANE W21-1(0)-48 WORK CLOSED Type II barricade 1 1 W20-1(0)-48 AHEAD AHEAD

2 W20-1(0)-48 W20-I106(0)-48 W21-1(0)-48 I

3 3

5 5 5 5 5

2

1 1 1

LEFT TURN LANE OR CENTER CORNER ISLAND MEDIAN OPERATIONS OPERATIONS

1 Refer to SIGN SPACING TABLE 2 for distance.

2 Required for speed > 40 mph. L

6 3 Cones at 25' (8 m) centers for 250' (75 m). Additional cones may be placed at 50' (15 m) centers. When drums or SIGN SPACING Type I or Type II barricades are used, Posted Speed Sign Spacing the interval between devices may GENERAL NOTES 55 500' (150 m) This Standard is used where at any time, day or be doubled. 4 50-45 350' (100 m) night, any vehicle, equipment, workers or their

<45 200' (60 m) 1 4 Use flagger sign only when flagger is activities encroach on the pavement during Or present. shoulder operations or where construction requires lane closures in an urban area.

5 Omit this sign when median is less than 10' (3 m) or for bi-directional turn lanes. 5 W20-7(O)-48 W21-1(0)-48 Calculate L as follows:

7 6 Cones, drums or barricades at 20' (6 m) SPEED LIMIT FORMULAS ) centers in taper. RIGHT LANE I '

m English (Metric) 0 1

) CLOSED 5 '

8 5 I m

1 2 2 4 0 AHEAD 40 mph (70 km/h) WS WS

7 Advanced arrow board required for ( W20-5(0)-48

0 L= L= I 0

2 or less: 60 150

speeds > 45 mph. 6 ( 45 mph (80 km/h) L=(W)(S) L=0.65(W)(S) 8 Three Type II barricades, drums or 5 vertical barricades at 50' (15 m) centers. or greater: ROAD ROAD CONSTRUCTION Or WORK W = Width of offset AHEAD AHEAD

1 in feet (meters).

SYMBOLS S = Normal posted speed W20-I103(0)-48 W20-1(0)-48 for mph (km/h). Work area for contract maintenance

5 construction and utility All dimensions are in inches (millimeters) Cone, drum or barricade projects projects unless otherwise shown.

Sign on portable or permanent support DATE REVISIONS

Illinois Department of Transportation Arrow board 4-1-16 Corrected sign number for URBAN LANE CLOSURE,

I LEFT TURN LANE CLOSED

April 1, S APPROVED 2016 Barricade or drum with flashing light S

I U AHEAD. MULTILANE INTERSECTION E

D

ENGINEER OF SAFETY ENGINEERING Flagger with traffic control sign 1-1-14 Added devices at arrow 1 -

APPROVED April 1, 2016 1 -

9 board upstream from taper.

7 STANDARD 701701-10

Rev. workers sign number. ENGINEER OF DESIGN AND ENVIRONMENT 1 Omit whenever duplicated by Parking space, road work traffic control. typical . 25' (8 m) Spacing ) n i m

m 2

. ' 1 4 (

1 ROAD W20-I103(0)-48 for CONSTRUCTION contract AHEAD construction projects

Or

ROAD 1 WORK W20-1(0)-48 for

AHEAD maintenance and utility projects SIDEWALK DIVERSION GENERAL NOTES

This Standard is used where, at any time, pedestrian traffic must be rerouted due to work being performed. SYMBOLS This Standard must be used in conjunction with Work area other Traffic Control & Protection Standards when roadway traffic is affected.

Sign on portable or Temporary facilities shall be detectable and permanent support accessible.

Barricade or drum The temporary pedestrian facilities shall be 10' (3 m) Spacing provided on the same side of the closed facilities whenever possible. Cone, drum or

barricade The SIDEWALK CLOSED / USE OTHER SIDE sign shall be placed at the nearest crosswalk or intersection Type lll barricade to each end of the closure. Where the closure occurs at a corner, the signs shall be erected on Detectable pedestrian the corners across the street from the closure. channelizing barricade The SIDEWALK CLOSED signs shall be used at the W20-I103(0)-48 for ends of the actual closures. ROAD 1 contract CONSTRUCTION construction SIDEWALK Type lll barricades and R11-2-4830 signs shall be AHEAD projects positioned as shown in "ROAD CLOSED TO ALL TRAFFIC" CLOSED detail on Standard 701901. SIDEWALK SIDEWALK Or CLOSED R11-I101-2418 CLOSED All dimensions are in inches (millimeters) unless otherwise shown. USE OTHER USE OTHER ROAD W20-1(0)-48 for SIDE SIDE 1 REVISIONS WORK DATE maintenance AHEAD R11-I102-2430 R11-I102-2430 Illinois Department of Transportation and utility 4-1-16 Omitted orange safety fence SIDEWALK, CORNER OR projects

I from standard as this is

April 1, S APPROVED 2016 S CROSSWALK CLOSURE U SIDEWALK CLOSURE covered in the std. spec. E

D

ENGINEER OF SAFETY ENGINEERING 1-1-12 Added SIDEWALK DIVERSION. (Sheet 1 of 2) 1 -

APPROVED April 1, 2016 1 -

9 Modified appearance of 7

STANDARD 701801-06 plan views. Renamed Std. ENGINEER OF DESIGN AND EVIRONMENT SIDEWALK CLOSED

USE OTHER W20-I103(0)-48 for SIDE 1 contract ROAD construction R11-I102-2430 CONSTRUCTION projects AHEAD

Or

1 ROAD W20-1(0)-48 for WORK maintenance AHEAD and utility projects

10' (3 m) Spacing

SIDEWALK W20-I103(0)-48 for CLOSED 1 ROAD contract SIDEWALK CONSTRUCTION construction CLOSED USE OTHER AHEAD projects SIDE

SIDEWALK R11-I101-2418 R11-I102-2430 Or CLOSED SIDEWALK CLOSED USE OTHER 1 ROAD W20-1(0)-48 for SIDE R11-I101-2418 WORK maintenance R11-I102-2430 AHEAD and utility projects

CORNER CLOSURE

SIDEWALK CLOSED

USE OTHER SIDE

SIDEWALK R11-I102-2430 CLOSED 1

USE OTHER SIDE R3-1-2424

R11-I102-2430

1

R3-2-2424 1

ROAD CLOSED

AHEAD Illinois Department of Transportation SIDEWALK, CORNER OR I

April 1, S APPROVED 2016 R20-3(O)-48 S CROSSWALK CLOSURE U

E

D

ENGINEER OF SAFETY ENGINEERING

CROSSWALK CLOSURE (Sheet 2 of 2) 1 -

APPROVED April 1, 2016 1 - 9 7

STANDARD 701801-06 ENGINEER OF DESIGN AND EVIRONMENT ) 0 0 4 1

8-12 - - 18 (450) (200-300) 3 5 min. ) 7 ( 0 5 6

1 ( 4 ( 1 4-6 0 ) 0 )

0 (100-150) ) 2

0 * 5

3 (75) . 0 ( ( 4 1 n 6 ) 4-6 min. i 0 ( 0 0 ) )

m )

0 (100-150) 0 0 4 9 0 0 6 6 2 ( ) 9 9 3 3 )

0

6 - - - - ) 0 4 m

) 3 .

0 1 0 0 8 8 0 ( n 2 ) > 0 4 i . 0 0 2 2 0 4 0 1 1 7 7 1 ( ) m 4-6 (100-150) 0 6 ( ( ( ( 0

9 3 ' 6 - - ) 0 4 3 0 8 0 9 8 ( 5 1

0 4-6 (100-150) 2 4 7 ( (

Orange Orange Orange Orange Posted speed < 45 mph Any posted speed Any posted speed Any posted speed

DAYTIME USE DAY OR NIGHTTIME USE

CONES TUBULAR MARKER VERTICAL PANEL DRUM POST MOUNTED

( 6 ( 6 1 1 5 5 0 0 ) ) * * ) 0 0 2 3 1 - -

0 24 12 ) 8 ( 4 ( 4 ) 1 4 1 0 ( 4 0 ( 1 0 1 0 0 2 (600) (300)

0 0 0 0 0 0 ( 2 0 ) 0 ) 2 3 3 1

- )

) 1 - - - 0 0 8

* * 8 0 0 * * 2 2 ( ( ) m ) .

0 ( 6 n 5

2 1 i . 0 5 1 1

3 0 m (

( )

' 5

) 24 (600) )

0 0 ( 6 ) ) . min. . 1 0 0 5 0 0 n n ) 9 9 6 i i

6 0 0 ( ( 0 ) 0 3 3

9 m m 9 0 8 ( ( 6 6

4' (1.2 m) 2 3 3 ( min.

24 (600) 4 min. ( 4 ( 1 1 0 0 0 0 ) )

TYPE I BARRICADE TYPE II BARRICADE TYPE III BARRICADE DIRECTION INDICATOR VERTICAL BARRICADE BARRICADE

( 6 ( 6 ) 1 1

5 5 0 0

0 0

) ) 2 3 1 - - 0 8

* 0 2 ( *Warning lights (if required) GENERAL NOTES ) 0

. All heights shown shall be measured above the 0 n 9 i

( pavement surface.

m 4' (1.2 m) 6

3 min. All dimensions are in inches (millimeters) ) .

0 unless otherwise shown. x 5 a (

m 2 DATE REVISIONS TRAFFIC CONTROL Illinois Department of Transportation 1-1-19 Revised cone usage and

I added cones >36" (900 m) height. January 1, 2019 S DEVICES APPROVED S U E D (Sheet 1 of 3) ENGINEER OF SAFETY PROG. AND ENGINEERING DETECTABLE PEDESTRIAN 1 1-1-18 Revised END WORK ZONE - 1

APPROVED January 1, 2019 - 1 3 CHANNELIZING BARRICADE SPEED LIMIT sign from STANDARD 701901-08 ENGINEER OF DESIGN AND ENVIRONMENT orange to white background. Warning light 18x18 (450x450) (if required) ROAD Orange flags CONSTRUCTION END NEXT X MILES 6' - 12' ** CONSTRUCTION (1.8 m - 3.6 m) G20-I104(0)-6036 G20-I105(0)-6024 t n e m

e This signing is required for all projects

v Metal or 2 miles (3200 m) or more in length. a wood post p 24 - 10'

) f *

(600 - 3 m) 0 * o Edge of ROAD CONSTRUCTION NEXT X MILES sign shall 0 * 5' (1.5 m) min. rural

3 be placed 500' (150 m) in advance of pro- e pavement SIGN . (

g 7' (2.1 m) min. urban

n ject limits. or face i d 4' (1.2 m) rural 2 (IF SPECIFIED) E of curb 1 m

6' (1.8 m) urban ) END CONSTRUCTION sign shall be erected at m . the end of the job unless another job is n 4 i . within 2 miles (3200 m). 2 m (

'

8 Dual sign displays shall be utilized on multi- Elevation of edge Elevation of edge lane highways. of pavement of pavement

5' (1.5 m) min. WORK LIMIT SIGNING embedment SIGNS ON TEMPORARY SUPPORTS

*** When work operations exceed four days, this dimension shall POST MOUNTED SIGNS be 5' (1.5 m) min. If located HIGH LEVEL WARNING DEVICE behind other devices, the height WORK ** When curb or paved shoulder are present shall be sufficient to be seen W21-Ill5(0)-3618 this dimension shall be 24 (600) to the completely above the devices. ZONE face of curb or 6' (1.8 m) to the outside edge of the paved shoulder. SPEED LIMIT 24 R2-1-3648 (600)

5 7 XX (125) (175) PHOTO R10-I108p-3618 **** ENFORCED

)

0 )

4 5

( . 7 7

R

2

1

1 ( $XXX FINE

1 R2-I106p-3618 8 (200) Federal series C MINIMUM 7 (180) Federal series B

MAX WIDTH ) ) 5 0 2 5 Sign assembly as shown on Standards 0 4 1 ) ( 1

( or as allowed by District Operations. 0 4 0 2 ) 6 ) ( 2 0 5 1 9 2 5 ( XX'-XX" 3

1

( END SLOW STOP1 20 2 WORK ZONE G20-I103-6036 (513) 16 X MILES (400) SPEED LIMIT

This sign shall be used when the 19 32 above sign assembly is used. AHEAD (15)

) HIGHWAY CONSTRUCTION m

SPEED ZONE SIGNS

W12-I103-4848 1 ' . 7 2

- - **** R10-I108p shall only be used along roadways

' under the juristiction of the State.

WIDTH RESTRICTION SIGN 6 m

8 XX'-XX" width and X miles are variable. . 1 (

FRONT SIDE REVERSE SIDE

Illinois Department of Transportation TRAFFIC CONTROL I January 1, 2019 S DEVICES APPROVED S U E D (Sheet 2 of 3) ENGINEER OF SAFETY PROG. AND ENGINEERING FLAGGER TRAFFIC CONTROL SIGN 1 - 1

APPROVED January 1, 2019 - 1 3 STANDARD 701901-08 ENGINEER OF DESIGN AND ENVIRONMENT 24 (600) ± A

8' (2.4 m) min. ±

5' (1.5 m) )

min. 0

4' (1.2 m) 9 ( )

min. 2

m .

1 ) n 3 2 Weep holes 0 i . . 5 1 n m ) ( . 7 i (

0

n 25' 25' 25' ' 4

i m 0 Construction 4 2 0 (8 m) (8 m) (8 m) 6 m ( 3 advance 200 200 200 warning signs (60 m) ± (60 m) ± (60 m) ± ) ) ) m m m . . . c

A i n n n f 8 1 1 i i i . . . f a 1 2 2 m m m ( ( ( r

T ' ' ' 6 7 7 PLAN 25' (8 m) 5' 3 (1.5 m) 1 4 (45) ± Face may be stepped or smooth TYPE A TYPE B TYPE C Traffic ROOF ROOF OR TRAILER TRAILER ±

) 2 3 MOUNTED MOUNTED MOUNTED 1 1 (

Epoxy channels

1 ARROW BOARDS 3 2 (90) ±

SECTION A-A TYPICAL INSTALLATION

TEMPORARY RUMBLE STRIPS . . x 12 (300) n a i min. m m

) 6 (150) ) Type A 6 (150) 6 (150) m max. max. max. m

flasher R11-2 0 1 . 3 9 ( (

'

ROA '

D 0 0 0 3

CLOSED 1 Edge of shoulder

12 (300) Pavement min.

Type A R11-4 ROAD CLOSED TO ALL TRAFFIC flasher

Reflectorized striping may be omitted ROAD CLOSED ROAD CLOSED on the back side of the barricades. TO TO If a Type III barricade with an attached THRU TRAFFIC THRU TRAFFIC sign panel which meets NCHRP 350 is not available, the sign may be mounted on an NCHRP 350 temporary sign support directly in front of the barricade. Pavement

ROAD CLOSED TO THRU TRAFFIC

Reflectorized striping shall appear on TRAFFIC CONTROL Illinois Department of Transportation TYPICAL APPLICATIONS OF both sides of the barricades. If a

I Type III barricade with an attached January 1, 2019 S TYPE III BARRICADES CLOSING A ROAD DEVICES APPROVED S

U sign panel which meets NCHRP 350 is E D not available, the signs may be mounted (Sheet 3 of 3) ENGINEER OF SAFETY PROG. AND ENGINEERING 1 on NCHRP 350 temporary sign supports - 1

APPROVED January 1, 2019 - 1 directly in front of the barricade. 3 STANDARD 701901-08 ENGINEER OF DESIGN AND ENVIRONMENT

Contract Bond

Route VARIOUS

County KANE

Local Agency CITY OF BATAVIA

Section 21-00000-02-GM

We ,

a/an) Individual Co-partnership Corporation organized under the laws of the State of ,

as PRINCIPAL, and

as SURETY,

are held and firmly bound unto the above Local Agency (hereafter referred to as “LA”) in the penal sum of one hundred seventy-five thousand seven hundred forty-two and fifty cents

Dollars ( $175,742.50 ), lawful money of the United States, well and truly to be paid unto said LA, for the payment of which we bind ourselves, our heirs, executors, administrators, successors, jointly to 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 has entered into a written contract with the LA acting through its awarding authority for the construction of work on the above section, which contract is hereby referred to and made a part hereof, as if written herein at length, and whereby the said Principal has promised and agreed to perform said work in accordance with the terms of said contract, and has promised to pay all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished to such Principal for the purpose of performing such work and has further agreed to pay all direct and indirect damages to any person, firm, company or corporation suffered or sustained on account of the performance of such work during the time thereof and until such work is completed and accepted; and has further agreed that this bond shall inure to the benefit of any person, firm, company or corporation to whom any money may be due from the Principal, subcontractor or otherwise for any such labor, materials, apparatus, fixtures or machinery so furnished and that suit may be maintained on such bond by any such person, firm, company or corporation for the recovery of any such money.

NOW THEREFORE, if the said Principal shall well and truly perform said work in accordance with the terms of said contract, and shall pay all sums of money due or to become due for any labor, materials, apparatus, fixtures or machinery furnished to him for the purpose of constructing such work, and shall commence and complete the work within the time prescribed in said contract, and shall pay and discharge all damages, direct and indirect, that may be suffered or sustained on account of such work during the time of the performance thereof and until the said work shall have been accepted, and shall hold the LA and its awarding authority harmless on account of any such damages and shall in all respects fully and faithfully comply with all the provisions, conditions and requirements of said contract, then this obligation to be void; otherwise to remain in full force and effect.

Page 1 of 2 IL 494-0372 BLR 12321 (Rev. 7/05) Printed on 2/24/2021 11:25:27 AM

IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this day of A.D.

PRINCIPAL

(Company Name) (Company Name)

By: By: (Signature & Title) (Signature & Title)

Attest: Attest: (Signature & Title) (Signature & Title) (If PRINCIPAL is a joint venture of two or more contractors, the company names and authorized signature of each contractor must be affixed.)

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 or PRINCIPAL)

who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instrument as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of A.D.

My commission expires (SEAL) Notary Public

SURETY

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

STATE OF ILLINOIS, (SEAL) COUNTY OF

I, , a Notary Public in and for said county, do hereby certify that

(Insert names of individuals signing on behalf or SURETY)

who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instrument as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of A.D.

My commission expires (SEAL) Notary Public

Approved this day of , A.D.

Attest:

(Awarding Authority)

Clerk (Chairman/Mayor/President)

Page 2 of 2 IL 494-0372 BLR 12321 (Rev. 7/05) Printed on 2/24/2021 11:25:27 AM

City of Batavia 2021 Crackfilling Program Section 21-00000-02-GM

CONTRACT

1. THIS AGREEMENT, made and concluded this ___th day of ______, 2021 between the City of Batavia acting by and through the City Council of the City of Batavia, known as the party of the first part, and Denler Inc., of Joliet, Illinois, their executors, administrators, successors, or assigns, known as the party of the second part.

2. WITNESSETH: That for and in consideration of the payments and agreements mentioned in the Proposal, attached hereto, to be made and performed by the part of the first part and, according to the terms expressed in the Contract Bond referring to these presents, the party of the second part agrees with said party of the first part, at their own proper cost and expense, to do all the work, furnish all materials, and all labor necessary to construct the 2021 Crackfilling Program in accordance with the plans, specifications, and special provisions hereinafter described and in full compliance with all of the parts of this agreement and the requirements of the Engineer under it.

3. And it is also understood and agreed to that the Contract Documents for the 2021 Crackfilling Program attached hereto, constitute all essential documents of this contract and are a part thereof.

4. IN WITNESS WHEREOF, the said parties have executed these presents on the date above mentioned.

For the Owner, Party of the First Part City of Batavia

By:______Attest: Ellen Posledni, City Clerk Jeffery D. Schielke, Mayor (Corporate Seal)

For the Contractor, Party of the Second Part ______

Printed Name:______

Signature:______President, Party of Second Part

______Attest: Secretary

C - 1 of 1 Contract