Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
KANE COUNTY DIVISION of TRANSPORTATION
Carl Schoedel, P.E. Director of Transportation County Engineer
41W011 Burlington Road St. Charles, IL 60175
Phone: (630) 584-1170 Fax: (630) 584-5265
INVITATION TO BID
ROUTE AND LIMITS: Bliss Road Advance Tree Removal
SCOPE: Work to be performed under this contract consists of the removal of existing trees and removal of chain link fencing. Plans and proposal forms are available on CD only for $20 at the Kane County Division of Transportation at 41W011 Burlington Road, St. Charles, IL 60175. Not-for-bid plans attached. LOCAL BID OPENING DATE & LOCATION: Sealed bids will be received only at the Kane County Division of Transportation until the public bid opening on Tuesday, December 6, 2016 at 9 A.M. at the Kane County Division of Transportation at 41W011 Burlington Road, St. Charles, IL 60175. GENERAL REQUIREMENTS: This project is also advertised through the Illinois Department of Transportation, Bureau of Local Roads and Streets’ current Contractors Bulletin. Visit IDOT's Notice to Contractors Bulletin for Local Public Agencies for additional project information.
CONTACT INFORMATION: Jennifer O’Connell Senior Project Manager [email protected] (630) 584-1170
County KaneNOTICE TO BIDDERS Local Public Agency Division on Transportation
Section Number 16-00058-03-BRRoute Bliss Road (FAP 520)
Sealed proposals for the improvement described below will be received at the office of
until 9:00 AM on
at 9:00 AM on
Name Length: feet ( 0.3438 miles)
Location
Proposed Improvement
1. Plans and proposal forms will be available in the office of
41W011 Burlington Road, St. Charles, IL 60175 Contacts are Jennifer O'Connell(630)584-1170 [email protected]
2. PrequalificationIf checked , the 2 low bidders must file within 24 hours after the letting an "Affidavit of Availability" (Form BC 57), induplicate, 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 DistrictOffice.
3. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRSSpecial 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 Proposalb. BLR 12200a Schedule of Prices No Proposals issued after 12 NOONc. 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 tothe Contractor will be made only for the actual quantities of work performed and accepted or materials furnishedaccording 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 allrequirements for the performance of work. The bidder will be responsible for all errors in the proposal resulting fromfailure or neglect to conduct an in depth examination. The Awarding Authority will, in no case be responsible for anycosts, 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 furnishedby 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 clearlyindicate its contents. When sent by mail, the sealed proposal shall be addressed to the Awarding Authority at the addressand in care of the official in whose office the bids are to be received. All proposals shall be filled prior to the time and atthe place specified in the Notice to Bidders. Proposals received after the time specified will be returned to the bidderunopened.
9. Permission will be given to a bidder to withdraw a proposal if the bidder makes the request in writing or in person beforethe time for opening proposals.
Printed Page 2 of 6 BLR 12200 (01/08/14)
Friday Dec 2, 2016
$20 Charge for ProposalNon-refundable*
Proposal Available on CD Only
11/3/2016
Sealed proposals will be opened and read publicly at the office of
Bliss Road Advance Tree Removal
Address
removal of chain link fencing.
Capitol Drive to North of Bliss Woods Forest Preserve Entrance
Kane County Division of Transportation
Kane County Division of Transportation
The work to be performed under this contract consists of the removal of existing trees and
41W011 Burlington Road, St. Charles, IL 60175
DESCRIPTION OF WORK
1815.00
December 6, 2016Address Time Date
RETURN WITH BID
41W011 Burlington Road, St. Charles, IL 60175Address Time
December 6, 2016Date
the County Engineer
Not for
Bid
INDEX FOR
SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS
Adopted January 1, 2017
This index contains a listing of SUPPLEMENTAL SPECIFICATIONS, frequently used RECURRING SPECIAL PROVISIONS, and LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS.
ERRATA Standard Specifications for Road and Bridge Construction (Adopted 4-1-16) (Revised 1-1-17)
SUPPLEMENTAL SPECIFICATIONS
Std. Spec. Sec. Page No. 106 Control of Materials ........................................................................... 1 403 Bituminous Surface Treatment (Class A-1, A-2, A-3) .......................... 2 420 Portland Cement Concrete Pavement ................................................ 3 502 Excavation for Structures .................................................................. 5 503 Concrete Structures .......................................................................... 7 504 Precast Concrete Structures .............................................................. 10 542 Pipe Culverts .................................................................................... 11 586 Sand Backfill for Vaulted Abutments .................................................. 12 670 Engineer’s Field Office and Laboratory .............................................. 14 704 Temporary Concrete Barrier .............................................................. 15 888 Pedestrian Push-Button ..................................................................... 17
1003 Fine Aggregates ............................................................................... 18 1004 Coarse Aggregates ........................................................................... 19 1006 Metals .............................................................................................. 21 1020 Portland Cement Concrete ................................................................ 22 1103 Portland Cement Concrete Equipment ............................................... 24 Not
for B
id
Not for
Bid
Not for
Bid
Bliss Road Advanced Tree Removal FAP 520 Kane County Sec. 16-00058-03-BR
SPECIAL PROVISIONS - TABLE OF CONTENTS
DESCRIPTION PAGE
LOCATION OF PROJECT ....................................................................................................................... 1
DESCRIPTION OF PROJECT ................................................................................................................. 1
AUTOMATIC CLEARING HOUSE (ACH) ................................................................................................ 2
BIDDING PROCESS AND AWARD OF CONTRACT ............................................................................. 2
KANE COUNTY SPECIAL PROVISION FOR PREQUALIFICATION OF BIDDERS .............................. 2
COMPLETION DATE (VIA CALENDAR DAYS) ...................................................................................... 2
PROGRESS SCHEDULE ........................................................................................................................ 2
WORK HOURS ........................................................................................................................................ 3
CONTRACTORS STAGING AREA ......................................................................................................... 3
CERTIFICATE OF INSURANCE REQUIRED BY KANE COUNTY ........................................................ 3
LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC ............................................................... 4
CONTRACTOR DISCLOSURE ACKNOWLEDGEMENT ....................................................................... 5
DEFINITION OF TERMS ......................................................................................................................... 7
INDEMNIFICATION ................................................................................................................................. 8
PREVAILING WAGE RATES................................................................................................................... 8
COMMITMENT – SALVAGING TREE LOGS .......................................................................................... 8
WORK SCHEDULE PRIORITY ............................................................................................................... 9
PERMITS ................................................................................................................................................. 9
WINTER CONDITIONS ........................................................................................................................... 9
KEEPING PAVEMENT CLEAN ............................................................................................................... 9
LOCATION OF EXISTING UTILITIES ..................................................................................................... 9
MOBILIZATION/DEMOBILIZATION ........................................................................................................ 9
DAMAGE TO PROPERTY ..................................................................................................................... 10
CHANGEABLE MESSAGE SIGN .......................................................................................................... 10
Not for
Bid
Bliss Road Advanced Tree Removal FAP 520 Kane County Sec. 16-00058-03-BR
TREE REMOVAL ................................................................................................................................... 10
CLEARING ............................................................................................................................................. 10
CHAIN LINK FENCE REMOVAL ........................................................................................................... 11
REMOVE EXISTING GATE ................................................................................................................... 11
RESTORATION ..................................................................................................................................... 11
MAINTENANCE OF ROADWAYS ......................................................................................................... 12
TRAFFIC CONTROL PLAN ................................................................................................................... 12
TEMPORARY FENCE ........................................................................................................................... 13
ITEMS ORDERED BY THE ENGINEER ............................................................................................... 13
COOPERATION WITH UTILITIES (LR 105) IDOT STANDARD DRAWINGS 701001-02 OFF-RD OPERATION 2L, 2W, MORE THAN 15' (4.5 m) AWAY 701006-05 OFF-RD OPERATION 2L, 2W, 15' (4.5 m) TO 24" (600 mm) FROM PAVEMENT
EDGE 701011-04 OFF-ROAD MOVING OPERATIONS, 2L, 2W, DAY ONLY 701201-04 LANE CLOSURE, 2L, 2W, DAY ONLY, FOR SPEEDS >= 45 MPH 701336-06 LANE CLOSURE, 2L, 2W, WORK AREAS IN SERIES, FOR SPEEDS >= 45 MPH 701901-06 TRAFFIC CONTROL DEVICES
Not for
Bid
Bliss Road Advanced Tree Removal FAP 520 Kane County Sec. 16-00058-03-BR
Page 1
SPECIAL PROVISIONS The following Special Provisions supplement the "Standard Specifications for Road and Bridge Construction", adopted April 1, 2016, the latest edition of the "Manual on Uniform Traffic Control Devices for Streets and Highways" and the "Manual of Test Procedures for Materials" in effect on the date of invitation for bids, and the "Supplemental Specifications and Recurring Special Provisions" indicated on the Check Sheet included herein which apply to and govern the construction of Section 16-00058-03-BR and in case of conflict with any part, or parts, of said Specifications, the said Special Provisions shall take precedence and shall govern. LOCATION OF PROJECT The project is located along the centerline of Bliss Road approximately 0.21 mile northeast of the intersection of Bliss Road and Illinois Route 47 and extends in the northerly direction in Sugar Grove Township, Kane County. The net and gross length of the improvement is 1,815 feet (0.344 mile). DESCRIPTION OF PROJECT The work consists of advanced tree removal and the removal of chain link fencing and all incidental and collateral work necessary to complete the project as shown on plans and as described herein.
Not for
Bid
Bliss Road Advanced Tree Removal FAP 520 Kane County Sec. 16-00058-03-BR
Page 2
AUTOMATIC CLEARING HOUSE (ACH) The CONTRACTOR shall use the COUNTY’S Automatic Clearing House (ACH) payment program. The following internet link shall be used to complete the vendor (CONTRACTOR) agreement: http://www.countyofkane.org/Documents/Finance%20Department/Vendor%20Information/New_Vendor_Packet_REQUIRED.pdf BIDDING PROCESS AND AWARD OF CONTRACT
The bidding documents for this project are available at the Kane County Division of Transportation offices for a fee of $20. They are available on CD only. All Contractors that purchase bidding documents must provide the following contact information: Company Name, Contact Person, Phone Number, Fax Number, and E-mail.
If addendums are necessary, they will be e-mailed to the Contractor or Subcontractor. The Contractor or Subcontractor shall acknowledge receipt of the e-mail addendum by responding to the contact listed on page one of the Notice to Bidders. The Contractor’s representative shall sign a form to acknowledge receipt of the Addendum. KANE COUNTY SPECIAL PROVISION FOR PREQUALIFICATION OF BIDDERS PREQUALIFICATION OF BIDDERS in accordance with Section 102.01 of the Standard Specifications will be required of all bidders on this proposal. The Prime Contractor will be required to meet the following prequalification code for the discipline of work to be completed: 21 – Tree Trimming and Selective Tree removal The Subcontractor will be required to meet the prequalification code for the discipline of work they will be responsible for completing. COMPLETION DATE (VIA CALENDAR DAYS) The Contractor shall complete all work on or before the completion date of this contract which will be based upon 17 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. Article 108.09 or the Special Provision for “Failure to Complete the Work on Time”, if included in this contract, shall apply to both the interim and completion date and the number of working days. PROGRESS SCHEDULE Time is of the essence in this Contract. It may be necessary for the Contractor to work longer hours or use additional crews in order to complete the work within the required time limits. The Contractor shall submit a bar graph progress schedule for the Engineer’s approval before the work can be started.
Not for
Bid
Bliss Road Advanced Tree Removal FAP 520 Kane County Sec. 16-00058-03-BR
Page 3
The schedule shall be based on an anticipated start date and for the project completion date as identified in the special provision for “START AND COMPLETION DATE”.
WORK HOURS The normal work hours for this project will be from sunup to sunset, generally considered to be 7:15 AM to 4:30 PM, Monday through Saturday during the winter months. Work hours outside this specified time frame will need to be approved by the Engineer. All work affecting traffic lane operations will need to be approved by the Engineer prior to starting the work.
CONTRACTORS STAGING AREA Due to environmentally sensitive areas, flood plain and limited right-of-way, the Contractor should be aware that the project site has limited space for stock piling and storage of materials, worker and equipment parking. The Contractor will not be allowed to stock pile or storage materials within the flood plain. Prior to starting any site activities the Contractor will be responsible to visit the site to familiarize himself with these site conditions. The Contractor will be required to coordinate with the Engineer his plan for handling of materials to be stored on site and his worker and equipment parking. It may be necessary to arrange for this space outside the project limits. There will be no additional compensations for this coordination or if space is required for storage and/or parking outside the project limits.
Environmentally sensitive areas for this project are those areas within the existing right-of-way and temporary construction easements designated as wetland and flood plain. These boundaries are shown on the Removal Plans.
The Contractor may utilize the properties labeled as Parcel 0004 and Parcel 0005 on the Plat of Highways included in the plans for his staging area, equipment storage and worker parking. The property is owned by Kane County. The Contractor should coordinate with the Engineer prior to starting work his plan for equipment and worker parking and storage areas.
CERTIFICATE OF INSURANCE REQUIRED BY KANE COUNTY Contractor to furnish and deliver prior to commencement of work, a completed Certificate of Insurance satisfactory to the requirements of County of Kane containing:
a) The Contractor and all Subcontractors shall provide a Certificate of Insurance namingthe Owner (Kane County) as certificate holder and as additional insured. The certificateshall contain a 30-day notification provision to the owner (Kane County) prior tocancellation or modification of the policy.
b) Commercial General Liability insurance including Products/Completed Operations,Owners and Contractor Protective Liability and Broad Form Contractual Liability. Theexclusion pertaining to Explosion, Collapse and Underground Property Damage hazardseliminated. The limit of liability shall not be less than the following:
General Aggregate $2,000,000 Products and Completed Operations $2,000,000 Personal and Advertising Injury $1,000,000 Each Occurrence $1,000,000 Or - Combined Single Limit $1,000,000
Not for
Bid
Bliss Road Advanced Tree Removal FAP 520 Kane County Sec. 16-00058-03-BR
Page 4
i) Products and Completed Operation coverage is to remain in force for a period of two years after the completion of project.
c) Business Automotive Liability Insurance including owned, hired and non-owned
automobiles, and/or trailer and other equipment required to be licensed, with limits of not less than the following:
Each Person for Bodily Injury $1,000,000 Each Occurrence for Bodily Injury $1,000,000 Each Occurrence for Property Damage $1,000,000 Or - Combined Single Limit $1,000,000
d) Statutory Worker's Compensation insurance shall be in accordance with the provisions
of the laws of the State of Illinois, including Occupational Disease Act provisions, for employees at the site of the project, and in case work is sublet, the Contractor shall require each Subcontractor similarly to provide this insurance. In case employees are engaged in work under this contract and are not protected under the Workers Compensation and Occupational Disease Act, the Contractor shall provide, and shall cause Subcontractor to provide, adequate and suitable insurance for the protection of employees not otherwise provided.
e) Umbrella Liability:
Aggregate Limits $2,000,000 f) Professional Liability policy to cover all claims arising out of the Consultant’s operations
or premises, Sub-consultant’s operation or premises, anyone directly employed by the Consultant or Sub-consultant, and the Consultant’s obligation of indemnification under this Contract.
Limits: Aggregate $1,000,000 Vendor to furnish a copy of the Endorsement showing Kane County; and WBK Engineering, LLC.; as an additional named insured on the General Liability, Auto, and Excess policies.
The Contractor shall cease operations on the project if the insurance is cancelled or reduced below the required amount of coverage.
LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 107.27 Insurance. Delete paragraph (b)(3). Add the following after paragraph (d):
“Regardless whether or not an Owners’ and Contractors’ Protective (OCP) policy or Project Management Protective Liability (PMPL) policy is furnished, insurance certificates for commercial, general, automobile, umbrella, and builders risk shall specifically indicate by name the additional insured’s, which are to include the County of Kane and Wills Burke Kelsey Associates, as well as other persons or entities so identified. Certificates shall be Acord 25-S or equivalent.
Not for
Bid
Bliss Road Advanced Tree Removal FAP 520 Kane County Sec. 16-00058-03-BR
Page 5
Additional Insured Endorsement/OCP Policy/Project Management Protective Liability Policy 1. CONTRACTOR shall purchase and maintain liability insurance, as required in Article
107.27 of the Standard Specifications, specifically naming as additional insured the County of Kane and WBK Engineering, LLC, using Additional Insurance Endorsement Form CG 20 26 07 04, CG 81 11 05 06, CG 20 10 07 04, or equivalent form. General liability policies shall also be endorsed with Form CG 20 37 07 04 to include the “products-completed operations hazard.
2. As an alternative to providing Form CG 20 26 07 04, CG 81 11 05 06, or CG 20 10 07
04, CONTRACTOR may furnish to the County of Kane an OCP policy or a PMPL policy with the County of Kane as the named insured and WBK Engineering, LLC as either an additional insured or a named insured. OCP policy or PMPL policy shall provide for bodily injury and property plus the amount specified for the umbrella coverage. OCP policy or PMPL policy shall provide coverage arising out of:
i. Operations performed by CONTRACTOR at the project location. ii. Acts or omissions in connection with the general supervision, inspection and/or
coordination of such operations.
If an OCP or PMPL policy is provided, CONTRACTOR shall provide originals of the Final OCP or PMPL to all insured and additional insured parties. Endorsements, OCP policy, PMPL policy, or General Liability policy shall not exclude supervisory or inspection services. CONTRACTOR shall also provide an Additional Insured Endorsement for the automobile policy. The endorsement form shall be CA 2048, or equal.”
CONTRACTOR DISCLOSURE ACKNOWLEDGEMENT KANE COUNTY CODE, ARTICLE III, DIVISION 3, SECTION 2-211 1. Prior to award, every Contractor or vendor who is seeking or who has obtained contracts or
change orders to contracts or two (2) or more individual contracts with Kane County resulting in an amount greater than Fifteen Thousand Dollars ($15,000) shall disclose to the Kane County Purchasing Department, in writing all cumulative campaign contributions, (which includes multiple candidates) made within the previous twelve (12) months of awarding of the contract made by that Contractor, union, or vendor to any current officer or countywide elected officer whose office the contract to be awarded will benefit. Disclosure shall be updated annually during the term of a multi-year contract and prior to any change order or renewal requiring Board level approval. For purposes of this disclosure requirement, “Contractor or vendor” shall include owners, officers, managers, insurance brokers, lobbyists, agents, consultants, bond counsel and underwriters counsel, subcontractors, corporations, partnerships, associations, business trusts, estates, trustees, and/or beneficiaries under the control of the contracting person, and political action committees to which the contracting person has made contributions.
2. All Contractors and vendors who have obtained or are seeking contracts with Kane County
must disclose the following information which shall be certified and attached to the application or document. Penalties for knowingly violating disclosure requirements will
Not for
Bid
Bliss Road Advanced Tree Removal FAP 520 Kane County Sec. 16-00058-03-BR
Page 6
potentially result in immediate cancellation of the contract, and possible disbarment from future County contracts:
A. Name, address and percentage of ownership interest of each individual or entity
having a legal or a beneficial interest of more than five percent (5%) in the applicant. Any entity required by law to file a statement providing substantially the information required by this paragraph with any other government agency may file a duplicate of such statement;
B. Names and contact information of their lobbyists, agents and representatives and all
individuals who are or will be having contact with County employees or officials in relation to the contract or bid. This information disclosure must be updated when any changes to the information occurs.
C. Whenever any interest required to be disclosed in paragraph (a) above is held by an
agent or agents, or a nominee or nominees, the principals for whom such agents or nominees hold such interest shall also be disclosed. The application of a spouse or any other party, if constructively controlled by another person, or legal entity as set forth above, shall state the name and address and percentage of beneficial interest of such person or entity possessing such constructive control and the relationship under which such control is being or may be exercised. Whenever a stock or beneficial interest is held by a corporation or other legal entity, such shareholder or beneficiary shall also make disclosure as required by paragraph (a) above.
D. A statement under oath that the applicant has withheld no disclosures as to
economic interests in the undertaking nor reserved any information, data or plan as to the intended use or purpose for which it seeks County Board or other county agency action.
3. All disclosures and information shall be current as of the date upon which the application is
presented and shall be maintained current until such time as Kane County shall take action on the application. Furthermore, this information shall be maintained in a database by the Purchasing Department, and made available for public viewing.
4. Notwithstanding any of the above provisions, the County Purchasing Department with
respect to contracts awarded may require any such additional information from any applicant which is reasonably intended to achieve full disclosure relevant to the application for action by the County Board or any other County agency.
5. Any failure to comply with the provisions of this section shall render any ordinance,
ordinance amendment, County Board approval or other County action in behalf of the applicant failing to comply voidable at the option of the County Board or other County agency involved upon the recommendation of the County Board Chairman or the majority of the County Board.
6. Contractor Disclosure information shall be sent to the Kane County Purchasing Department
and the Kane County Division of Transportation at the following address, or via email, prior to Transportation Committee of the Kane County Board:
Kane County Government Center Purchasing Department, Bldg. A 719 S. Batavia Ave. Geneva, IL 60134 [email protected]
Not for
Bid
Bliss Road Advanced Tree Removal FAP 520 Kane County Sec. 16-00058-03-BR
Page 7
Company Name:
Contact Person:
Address:
City:
State:
Zip Code:
Phone:
Signature of Officer
Print Name
Title
Date
Kane County Division of Transportation 41W011 Burlington Road St. Charles, IL 60175 [email protected]
_____________________________
_____________________________
_____________________________
_____________________________
______________
______________
_______________________
_____________________________
_____________________________
_____________________________
_____________________________
DEFINITION OF TERMS This special provision amends the provisions of Section 101 of the Standard Specifications for Road and Bridge Construction, adopted January 1, 2012, and shall be construed to be a part thereof, superseding any conflicting provisions thereof applicable to the work under the contract.
101.16 Engineer. Revise the third paragraph to read:
“The term Engineer shall apply to the awarding authority. In this case, the term Engineer applies to Kane County’s Authorized Representative.”
101.19 Inspector. Add the following paragraph after the first paragraph:
“The term Inspector shall apply to the person or persons assigned by the Engineer to make detailed observations of any or all portions of the work or material.”
101.34 Resident Engineer/Resident Technician. Replace this paragraph with the following:
“The term Resident Engineer/Resident Technician shall apply to Kane County’s Authorized Representative. The term Resident Engineer shall not mean Engineer.”
Add the following paragraph:
“101.56 Design Consultant. The Design Consultant provided design services to Kane County. The Consultant for this project is WBK Engineering, LLC. The term Consultant shall not also mean the Engineer.”
Not for
Bid
Bliss Road Advanced Tree Removal FAP 520 Kane County Sec. 16-00058-03-BR
Page 8
INDEMNIFICATION In the first paragraph of Article 107.26 of the Standard Specifications, the words “the Department, its officers, employees and agents” shall be replaced with “Kane County, and WBK Engineering, their officers, employees and agents.” PREVAILING WAGE RATES It is the policy of the State of Illinois as declared in the Illinois Prevailing Wage Act (820 ILCS 130/1 et seq.) “that a wage of no less than the general prevailing hourly rate as paid for work of a similar character in the locality in which the work is performed, shall be paid to all laborers, workers and mechanics employed by or on behalf of any and all public bodies engaged in public works”. The CONTRACTOR agrees to pay, when applicable, the current Illinois Department of Labor Prevailing Wage Rates for all County of Kane projects. Current prevailing wage rates are available from the Illinois Department of Labor at their website: http://www.state.il.us/agency/idol/rates/rates.HTM. Prevailing wage rates are subject to revision monthly. The CONTRACTOR acknowledges its responsibility, for payment of any applicable future adjustment thereof. The CONTRACTOR further acknowledges its responsibility to notify any sub-consultant of the applicability of the Prevailing Wage Act. When applicable, the CONTRACTOR agrees to provide the Kane County Division of Transportation “certified payrolls” as required by the Prevailing Wage Act.
______________________________ Company Name
______________________________ Signature of Officer of Company
______________________________
Title:
_____________________________ Date: COMMITMENT – SALVAGING TREE LOGS The Contractor shall salvage all logs (6" dia. and greater) from felled trees on and adjacent to the Bliss Woods Forest Preserve property. The logs will remain the property of the Forest Preserve District of Kane County. The logs shall be cut to 8-foot minimum lengths. The logs shall be delivered to and stockpiled on forest preserve property adjacent to the project site at a location to be determined by the Engineer.
Not for
Bid
Bliss Road Advanced Tree Removal FAP 520 Kane County Sec. 16-00058-03-BR
Page 9
WORK SCHEDULE PRIORITY Unless otherwise agreed to with the Engineer, the Contractor will be required to complete all tree and stump removal and fence removal work adjacent to the Aurora Sportsman Club , approximately Sta. 16+50 to Sta. 28+50, right of centerline, before progressing the rest of the project. PERMITS No permits are required for this project. However, the Contractor is prohibited from doing any work within Blackberry Creek. The Contractor shall exercise caution when working adjacent to the creek to assure that no debris from the tree removal operations enter into the creek. The Contractor will limit is work operation to the areas designated by right-of-way and easements. In areas where the project limit is adjacent to a wetland, the Contractor shall erect Temporary Fence along the easement or right-of-way line to protect against accidental encroachment during construction. WINTER CONDITIONS Because the work is anticipated to be completed in January 2017, The Contractor should take into consideration and anticipate the winter conditions when preparing their bid. The Contractor shall have equipment of sufficient size and power to navigate in the potential winter conditions. The Contractor will be responsible for any handling of snow materials required to access the site in order to perform the work as shown on the plans. The snow does not need to be removed from the site. There will no additional compensation for this requirement. KEEPING PAVEMENT CLEAN Because the work is anticipated to be completed in January 2017, The Contractor should take into consideration and anticipate winter conditions that could result in dirt, mud or debris tracking onto the existing pavements. Where the Contractor’s equipment or vehicles are operated on any portion of the pavement or structures used by traffic on or adjacent to the section under construction, the Contractor shall clean the pavement of all dirt, mud and debris at the end of each day’s operations, and at other times as directed by the Engineer. There will no additional compensation for this requirement. LOCATION OF EXISTING UTILITIES Locations of all utilities shown on the plans are approximate only, and are not necessarily complete. The Contractor shall make his own investigations as to the locations of all existing underground structures, cables, and pipe lines. The Contractor shall have the responsibility to determine from the public utilities the locations of underground pipes, conduits or cables adjoining or crossing the construction area during all phases of the construction project. The Contractor shall call J.U.L.I.E. at 1-800-892-0123 for utility location. MOBILIZATION/DEMOBILIZATION The Contractor shall be responsible for mobilizing all of the proper and necessary equipment necessary to complete the contract work and for demobilizing and removing all equipment from the work site upon completion of the contract work. Mobilization/Demobilization shall be not be measured separately for payment but shall be considered INCLUDED in the contract.
Not for
Bid
Bliss Road Advanced Tree Removal FAP 520 Kane County Sec. 16-00058-03-BR
Page 10
DAMAGE TO PROPERTY The Contractor shall be responsible for any damage to properties caused by the acts of his work in the course of performance of this contract and shall replace or restore to its original condition any such damaged property at no cost to the County. The County shall be held harmless for all liability under the Scope of Work of this contract. CHANGEABLE MESSAGE SIGN Description: The project will require that electronic changeable message signs be placed on the east and west side of the project to warn the public of the pending tree removal and related work. The message boards will need to be placed and set out for seven (7) days in advance of the anticipated first day of construction. The message signs will remain in place for the duration of the calendar day(s) specified to warn of the construction activities. The contractor will coordinate with the Engineer on the exact placement of the message boards and the message that is to be displayed. Method of Measurement: Message board(s) will be paid for per Calendar Day for each message sign utilized (two are anticipated for this project). Basis of Payment: The signs shall be removed after the specified number of days. The contractor will coordinate with the Engineer on the exact placement of the message boards and the message that is to be displayed. The message boards will be paid for as CHANGEABLE MESSAGE SIGN per Calendar Day for each message sign utilized. There will be no additional compensation for periodically changing the message. TREE REMOVAL The Contractor shall remove all tree and stumps marked in the plans for removal. The work shall be done in accordance with Section 201 of the Standard Specifications. Basis of Payment: The tree removal will be paid for at the contract unit price per Unit Diameter for TREE REMOVAL (6 TO 15 UNITS DIAMETER) and TREE REMOVAL ((OVER 15 UNITS DIAMETER, which price shall be full compensation for all removal of tree, stump removal, cleanup, labor, equipment and materials required for performing the work as herein specified and detailed on the plans. CLEARING Description. The Contractor shall clear and grub those areas designated in the plans. The clearing and grubbing will be as defined in section 201.01(a) except it will only require the clearing of woody vegetation such as logs, shrubs, bushes, saplings, stumps and other woody vegetation that is less than 6" in diameter. The ground cover consisting of grasses, weeds and other ground cover will remain in place as an erosion control measure. Basis of Payment. This work will not be measured separately for payment but shall be INCLUDED in the cost of the Tree Removal.
Not for
Bid
Bliss Road Advanced Tree Removal FAP 520 Kane County Sec. 16-00058-03-BR
Page 11
CHAIN LINK FENCE REMOVAL Description: This work shall consist of the removal of the existing chain link fence (6 foot) adjacent to the property previously operated as the Aurora Sportsman Club. The location is shown on the plans. The resulting void from the removal of the post or foundation holes shall be backfilled with compacted (hand tamped as a minimum) course aggregate material (CA-6, CA-10 or CA-12). If the holes are in turf, areas at finished grade they shall be capped with four (4) inches of topsoil graded to match existing ground. Any ruts resulting from these operations shall be graded smooth to the satisfaction of the Engineer. No additional compensation shall be made for the materials and for filling of foundation holes or ruts. Basis of Payment: Removal of the existing chain link fence will be paid for at the contract unit price per Foot for CHAIN LINK FENCE REMOVAL regardless of size and height, which price shall be full compensation for all removal of fencing, posts, foundation and hardware, backfilling holes, labor, equipment and materials required for performing the work as herein specified and detailed on the plans. REMOVE EXISTING GATE Description: This work shall consist of the removal of the two (2) existing steel frame motorizes gates at the entrance of the former Aurora Sportsman Club at those locations shown on the plans. The work shall include disconnecting of the electrical service at the source, the motorized gate opener, key card reader, and any conduit that interferes with the proposed improvements. The equipment shall become the property the Contractor and be disposed off-site. The resulting void from the removal of the post or foundation holes shall be backfilled with compacted (hand tamped as a minimum) course aggregate material (CA-6, CA-10 or CA-12) or other materials approved by the Engineer. If the holes are in turf they shall be graded to match existing ground. Any ruts resulting from these operations shall be graded smooth or to the satisfaction of the Engineer. No additional compensation shall be made for the materials and for filling of foundation holes or ruts. Basis of Payment: Payment shall be at the contract unit price per Each for REMOVE EXISTING GATE which shall include the removal of two (2) gates, measured as one, regardless of size, length, and materials of each gate, which price shall be full compensation for removal of two gates, posts, key card reader, conduit removal (if necessary), motorized gate opener, foundations and hardware, backfilling holes, labor, equipment and materials required for performing the work as herein specified and detailed on the plans. RESTORATION No restoration is required for this project. However, the Contractor will be responsible for smoothing the site to eliminate and rutting caused by the removal operations. Basis of Payment. This work will not be measured separately for payment but shall be INCLUDED in the cost of the Tree Removal.
Not for
Bid
Bliss Road Advanced Tree Removal FAP 520 Kane County Sec. 16-00058-03-BR
Page 12
MAINTENANCE OF ROADWAYS 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. TRAFFIC CONTROL PLAN Traffic Control shall be according to the applicable sections of the Standard Specifications, the Supplemental Specifications, the "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. Special attention is called to Article 107.09 of the Standard Specifications and the following Highway Standards, Details, Quality Standard for Work Zone Traffic Control Devices, Recurring Special Provisions and Special Provisions contained herein, relating to traffic control. The Contractor shall contact the County Division of Transportation at least forty-eight (48) hours in advance of beginning work. STANDARDS:
701001-02
701006-05
701011-04 701201-04 701336-06 701901-06
RELATED SPECIAL PROVISIONS:
a. Maintenance of Roadways b. Changeable Message Sign c. Work Zone Traffic Control Surveillance (LRS 3)
Specific traffic control standard details have been referenced to be utilized in this contract. It is the Contractors responsibility to apply the appropriate traffic control standard to his specific work operations. Multiple standards may be required. This work shall include all labor, materials, transportation, handling and incidental work necessary to furnish, install, maintain and remove all traffic control devices required as indicated in the traffic control standards and as approved by the Engineer. Method of Measurement: All traffic control indicated on the traffic control standard drawings and specified in the Special Provisions will be measured for payment on a lump sum basis. Basis of Payment: All traffic control and protection will be paid for at the contract Lump Sum price for TRAFFIC CONTROL AND PROTECTION (SPECIAL)., regardless of the number of standard drawings that are utilized to complete the work as specified or as directed by the Engineer.
Not for
Bid
Bliss Road Advanced Tree Removal FAP 520 Kane County Sec. 16-00058-03-BR
Page 13
TEMPORARY FENCE Description: This item shall be performed in accordance with Article 201.05 of the Standard Specifications with the following additions. The fence shall be colored orange. This item has been included to prevent accidental encroachment by construction operations onto sensitive wetland areas that are not to be disturbed or other areas deemed necessary at the direction of the Engineer. The anticipated wetland locations are shown in the plans. No extra compensation shall be allowed due to a reduction in quantity. Fencing installation at designated locations will only be paid for once. Any fencing requiring removal and reinstallation due to the Contractor’s operations or vandalism shall be done his own cost. If the temporary fencing conflicts with the completion of the tree removal operations, the fence may be removed with the permission of the Engineer. Removal of the temporary construction fencing is part of this item. Basis of Payment: This work will be paid for at the Contract unit price per linear Foot of TEMPORARY FENCE, which will be payment in full for supplying fencing and posts, miscellaneous materials to install, maintaining and removing the fencing and all other required work to complete the work as set forth above. ITEMS ORDERED BY THE ENGINEER When additional work not indicated on the Contract drawings is requested in writing by the Engineer during construction, this additional work shall be measured and paid for as described in Articles 104.02 and 109.04. Basis of Payment: Payment for all additional work shall be made from the ITEMS ORDERED BY THE ENGINEER pay item, which shall be in units of One Dollar ($1.00).
Not for
Bid
LR 105 Page 1 of 3
State of Illinois Department of Transportation
Bureau of Local Roads and Streets
SPECIAL PROVISION FOR
COOPERATION WITH UTILITIES
Effective: January 1, 1999 Revised: January 1, 2007
All references to Sections or Articles in this specification shall be construed to mean specific
Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation.
Replace Article 105.07 of the Standard Specifications with the following: “105.07 Cooperation with Utilities. The adjustment of utilities consists of the relocation, removal, replacement, rearrangements, reconstruction, improvement, disconnection, connection, shifting, new installation or altering of an existing utility facility in any manner. When the plans or special provisions include information pertaining to the location of underground utility facilities, such information represents only the opinion of the Department as to the location of such utilities and is only included for the convenience of the bidder. The Department assumes no responsibility in respect to the sufficiency or the accuracy of the information shown on the plans relative to the location of the underground utility facilities. Utilities which are to be adjusted shall be adjusted by the utility owner or the owner’s representative or by the Contractor as a contract item. Generally, arrangements for adjusting existing utilities will be made by the Department prior to project construction; however, utilities will not necessarily be adjusted in advance of project construction and, in some cases, utilities will not be removed from the proposed construction limits. When utility adjustments must be performed in conjunction with construction, the utility adjustment work will be shown on the plans and/or covered by Special Provisions. When the Contractor discovers a utility has not been adjusted by the owner or the owner’s representative as indicated in the contract documents, or the utility is not shown on the plans or described in the Special Provisions as to be adjusted in conjunction with construction, the Contractor shall not interfere with said utility, and shall take proper precautions to prevent damage or interruption of the utility and shall promptly notify the Engineer of the nature and location of said utility.
All necessary adjustments, as determined by the Engineer, of utilities not shown on the plans or not identified by markers, will be made at no cost to the Contractor except traffic structures, light poles, etc., that are normally located within the proposed construction limits as hereinafter defined will not be adjusted unless required by the proposed improvement.
Not for
Bid
LR 105 Page 2 of 3
(a) Limits of Proposed Construction for Utilities Paralleling the Roadway. For the purpose of this Article, limits of proposed construction for utilities extending in the same longitudinal direction as the roadway, shall be defined as follows:
(1) The horizontal limits shall be a vertical plane, outside of, parallel to, and 600 mm (2
ft) distant at right angles from the plan or revised slope limits. In cases where the limits of excavation for structures are not shown on the plans, the
horizontal limits shall be a vertical plane 1.2 m (4 ft) outside the edges of structure footings or the structure where no footings are required.
(2) The upper vertical limits shall be the regulations governing the roadbed clearance for
the specific utility involved. (3) The lower vertical limits shall be the top of the utility at the depth below the proposed
grade as prescribed by the governing agency or the limits of excavation, whichever is less.
(b) Limits of Proposed Construction for Utilities Crossing the Roadway. For the purpose of
this Article, limits of proposed construction for utilities crossing the roadway in a generally transverse direction shall be defined as follows:
(1) Utilities crossing excavations for structures that are normally made by trenching such
as sewers, underdrains, etc. and all minor structures such as manholes, inlets, foundations for signs, foundations for traffic signals, etc., the limits shall be the space to be occupied by the proposed permanent construction unless otherwise required by the regulations governing the specific utility involved.
(2) For utilities crossing the proposed site of major structures such as bridges, sign
trusses, etc., the limits shall be as defined above for utilities extending in the same general direction as the roadway.
The Contractor may make arrangements for adjustment of utilities outside of the limits of proposed construction provided the Contractor furnishes the Department with a signed agreement with the utility owner covering the adjustments to be made. The cost of any adjustments made outside the limits of proposed construction shall be the responsibility of the Contractor unless otherwise provided.
The Contractor shall request all utility owners to field locate their facilities according to Article 107.31. The Engineer may make the request for location from the utility after receipt of notice from the Contractor. On request, the Engineer will make an inspection to verify that the utility company has field located its facilities, but will not assume responsibility for the accuracy of such work. The Contractor shall be responsible for maintaining the excavations or markers provided by the utility owners. This field location procedure may be waived if the utility owner has stated in writing to the Department it is satisfied the construction plans are sufficiently accurate. If the utility owner does not submit such statement to the Department, and they do not field locate their facilities in both horizontal and vertical alignment, the Engineer will authorize the Contractor in writing to proceed to locate the facilities in the most economical and reasonable manner, subject to the approval of the Engineer, and be paid according to Article 109.04.
Not for
Bid
LR 105 Page 3 of 3
The Contractor shall coordinate with any planned utility adjustment or new installation and the Contractor shall take all precautions to prevent disturbance or damage to utility facilities. Any failure on the part of the utility owner, or their representative, to proceed with any planned utility adjustment or new installation shall be reported promptly by the Contractor to the Engineer orally and in writing. The Contractor shall take all necessary precautions for the protection of the utility facilities. The Contractor shall be responsible for any damage or destruction of utility facilities resulting from neglect, misconduct, or omission in the Contractor’s manner or method of execution or nonexecution of the work, or caused by defective work or the use of unsatisfactory materials. Whenever any damage or destruction of a utility facility occurs as a result of work performed by the Contractor, the utility company will be immediately notified. The utility company will make arrangements to restore such facility to a condition equal to that existing before any such damage or destruction was done. It is understood and agreed that the Contractor has considered in the bid all of the permanent and temporary utilities in their present and/or adjusted positions.
No additional compensation will be allowed for any delays, inconvenience, or damage sustained by the Contractor due to any interference from the said utility facilities or the operation of relocating the said utility facilities.
Not for
Bid
AHEAD
CONSTRUCTION
ROAD
AHEAD
WORK
ROAD
DATE REVISIONS
Illinois Department of Transportation
ENGINEER OF DESIGN AND ENVIRONMENT
APPROVED
IS
SU
ED
1-1-97
January 1,
January 1,
APPROVED
ENGINEER OF SAFETY ENGINEERING
1
L/3 min.
projects
construction
For contract
W20-I103(0)-48
W20-1(0)-48
projects
and utility
For maintenance
1000’ (300 m) max.
500’ (150 m) min.
(150 m)
500’
(4.5
m)
15’
min.
24 (6
00)
Sign installation and maintenance
Shoulder repair
Landscaping operations
Delineator installation
Guardrail installation and maintenance
Side slope changes
Culvert extensions
Utility operations
Work area
Sign
Cone, drum or barricade
the work area.
50’ (15 m) centers through the remainder of
at 25’ (8 m) centers for L/3 distance, and at
cones, drums or barricades shall be placed
When the work operation exceeds one hour,1
English (Metric)
L=60
WS 2L=
2
150
WS
L=(W)(S) L=0.65(W)(S)
in feet (meters).
Width of offset
mph (km/h).
Normal posted speed
unless otherwise shown.
All dimensions are in inches (millimeters)
S =
W =
or greater:
45 mph (80 km/h)
or less:
40 mph (70 km/h)
SPEED LIMIT
Calculate L as follows:
from the edge of pavement.
encroach in the area 15’ (4.5 m) to 24 (600)
equipment, workers or their activities will
This Standard is used where any vehicles,
FORMULAS
1-1-14
FROM PAVEMENT EDGE
15’ (4.5 m) TO 24" (600 mm)
OFF-RD OPERATIONS, 2L, 2W,
STANDARD 701006-05
TYPICAL APPLICATIONS
SYMBOLS
GENERAL NOTES
2014
2014
W21-1(0)-48
1-1-13
sign.
Omitted text ’WORKERS’
current MUTCD.
number to agree with
Revised workers sign
Not for
Bid
AHEAD
CONSTRUCTION
ROAD
AHEAD
WORK
ROAD
AHEAD
CONSTRUCTION
ROAD
AHEAD
WORK
ROAD
AHEAD
MOWING
AHEAD
MOWING
DATE REVISIONS
Illinois Department of Transportation
ENGINEER OF DESIGN AND ENVIRONMENT
APPROVED
IS
SU
ED
1-1-97
January 1,
January 1,
APPROVED
ENGINEER OF SAFETY ENGINEERING
projects
construction
For contract
projects
and utility
maintenance
For
W20-I103(0)-48
Or
W20-1(0)-48 W21-I101(0)-48
1000’ (300 m) max.
500’ (150 m) min. Varies 1
Utility operations
Shoulder work
Varies 1
(4.5
m)
15’
W21-1(0)-48 W20-I103(0)-48
W20-1(0)-48 W21-I101(0)-48
Or
1000’ (300 m) max.
500’ (150 m) min.
Work area
Sign
Flagger with traffic control sign when required
is less.
operation, or 4 miles (6.4 km) whichever
required for one normal working day’s
but should not exceed � the length
distance to be determined by the Engineer
Minimum distance is 200’ (60 m). Maximum1
unless otherwise shown.
All dimensions are in inches (millimeters)
Standard 701301.
minutes, traffic control may be according to
When the work operation does not exceed 60
speed is 1 mph (2 km/h) or less.
operation on the shoulder, where the average
require an intermittent or continuous moving
vehicle, equipment. workers or their activities
This Standard is used where at any time, any
1-1-14
2L, 2W, DAY ONLY
OFF-RD MOVING OPERATIONS,
STANDARD 701011-04
TYPICAL APPLICATIONS
SYMBOLS
GENERAL NOTES
2014
2014
W21-1(0)-48
1-1-13
sign.
Omitted text ’WORKERS’
current MUTCD.
number to agree with
Revised workers sign
Not for
Bid
AHEAD
CONSTRUCTION
ROAD
AHEAD
WORK
ROAD
AHEAD
ROAD
ONE LANE
AHEAD
CONSTRUCTION
ROAD
AHEAD
WORK
ROAD
AHEAD
ROAD
ONE LANE
AHEAD
CONSTRUCTION
ROAD
AHEAD
CONSTRUCTION
ROAD
DATE REVISIONS
Illinois Department of Transportation
ENGINEER OF DESIGN AND ENVIRONMENT
APPROVED
IS
SU
ED
1-1-97
January 1,
January 1,
APPROVED
I
II
I
2011
2011
the interval between devices may be doubled.
centers. When drums or barricades are used,
Additional cones may be placed at 50’ (15 m)
Cones at 25’ (8 m) centers for 250’ (75 m).1
1000’ (300 m) max.
500’ (150 m) min.
(150 m)
500’
(150 m)
500’
(30 m)
100’
projects
construction
For contract
projects
and utility
For maintenance
W20-I103(0)-48 W20-4(0)-48
W20-1(0)-48
W20-I103(0)-48
max.
1 mile (1600 m)
500’ (1
50
m) |
min.
100’ (30 m)
(150 m)
500’
(150 m)
500’
1000’ (300 m) max.
500’ (150 m) min.
W20-4(0)-48 W20-I103(0)-48
W20-1(0)-48
Patch
(600)
24
Sid
eroad
500’ (1
50
m) |
1
W20-I103(0)-48
Cable placement
Culverts
Storm sewer
Utility operations
Isolated patching
Work area
Sign
Barricade or drum
Cone, drum or barricade
Flagger with traffic control sign
unless otherwise shown.
All dimensions are in inches (millimeters)
shown.
signs, flaggers, and taper shall be placed as
areas exceeds 2000’ (600 m), additional warning
When the distance between successive work
pavement for daylight operation.
line and a line 24 (600) outside the edge of
will encroach in the area between the center
vehicles, equipment, workers or their activities
This Standard is used where at any time, any
1-1-11
FOR SPEEDS > 45 MPH
DAY ONLY,
LANE CLOSURE, 2L, 2W,
STANDARD 701201-04
TYPICAL APPLICATIONS
SYMBOLSGENERAL NOTES
W20-7(O)-48
W20-7(O)-48
ENGINEER OF SAFETY ENGINEERING 1-1-09
Corrected sign No.’s.
English (metric).
Switched units to
Revised flagger sign.
Not for
Bid
AHEAD
ROAD
ONE LANE
AHEAD
ROAD
ONE LANE
DATE REVISIONS
Illinois Department of Transportation
ENGINEER OF DESIGN AND ENVIRONMENT
APPROVED
IS
SU
ED
1-1-97
January 1,
January 1,
APPROVED 2011
2011
pavement for a period of less than 15 minutes.
the centerline and a line 24 (600) outside the edge of the
For any operation that encroaches in the area between
edge of the pavement for a period of less than 60 minutes.
For any operation that is more than 24 (600) outside the
than 60 minutes.
pavement for a period in excess of 15 minutes but less
the centerline and a line 24 (600) outside the edge of the
For any operation that encroaches in the area between
amber dome light operating.
Vehicle with dual flashers or flashing
min.
100’ (30 m)
min.
100’ (30 m) (600)
24
amber dome light operating.
Vehicle with dual flashers or flashing
(600)
24
W20-4(0)-48
1 1
min.
100’ (30 m)
min.
100’ (30 m)1 1
W20-4(0)-48
(600)
24 SIGN SPACING
Posted Speed Sign Spacing
55
50-45
<45
500’ (150 m)
350’ (100 m)
200’ (60 m)
1 =
table for distances.
Refer to SIGN SPACING
Cleaning up debris on pavement
Utility operations
String line
Field survey
Marking patchesWork area
Sign on portable or permanent support
Flagger with traffic control sign
unless otherwise shown.
All dimensions are in inches (millimeters)
1-1-11
STANDARD 701301-04
TYPICAL APPLICATIONS SYMBOLS
SHORT TIME OPERATIONS
LANE CLOSURE, 2L, 2W,
W20-7(O)-48
W20-7(O)-48
ENGINEER OF SAFETY ENGINEERING 1-1-09
English (metric).
Switched units to
Revised flagger sign.
Not for
Bid
AHEAD
CONSTRUCTION
ROAD
AHEAD
WORK
ROAD
AHEAD
ROAD
ONE LANE
AHEAD
CONSTRUCTION
ROAD
AHEAD
WORK
ROAD
AHEAD
ROAD
ONE LANE
AHEAD
CONSTRUCTION
ROAD
AHEAD
CONSTRUCTION
ROAD
DATE REVISIONS
Illinois Department of Transportation
ENGINEER OF DESIGN AND ENVIRONMENT
APPROVED
IS
SU
ED
1-1-97
January 1,
January 1,
APPROVED 2011
2011
1000’ (300 m) max.
500’ (150 m) min.
(150 m)
500’ Variable 1
min.
100’ (30 m)
W20-I103(0)-48
W20-1(0)-48
W20-4(0)-48
projects
construction
For contract
projects
and utility
For maintenance
W20-I103(0)-48
500’ (1
50
m) |
min.
100’ (30 m) Variable 1
(150 m)
500’
1000’ (300 m) max.
500’ (150 m) min.
W20-1(0)-48
W20-I103(0)-48W20-4(0)-48
W20-I103(0)-48
500’ (1
50
m) |
Shoulder operations
Utility operations
Milling operations
Bituminous resurfacing
Work area
Sign on portable or permanent support
Flagger with traffic control sign
is less.
operation or 2 miles (3200 m), whichever
required for one normal working day’s
but should not exceed � the length
distance to be determined by the Engineer
Minimum distance is 200’ (60 m). Maximum1
unless otherwise shown.
All dimensions are in inches (millimeters)
Standard 701301.
traffic control may be according to
When the operation does not exceed 60 minutes,
(2 km/h) and less than 4 mph (6 km/h).
speed of movement is greater than 1 mph
operation on the pavement where the average
require an intermittent or continuous moving
vehicle, equipment, workers or their activities
This Standard is used where at any time, any
1-1-11
FOR SPEEDS > 45 MPH
MOVING OPERATIONS DAY ONLY,
LANE CLOSURE, 2L, 2W, SLOW
STANDARD 701306-03
TYPICAL APPLICATIONS
SYMBOLS
GENERAL NOTES
ENGINEER OF SAFETY ENGINEERING 1-1-09
Corrected sign No.’s.
English (metric).
Switched units to
Revised flagger sign.
W20-7(O)-48
W20-7(O)-48
Not for
Bid
Illinois Department of Transportation
ENGINEER OF DESIGN AND ENVIRONMENT
APPROVED
APPROVED
IS
SU
ED 1-1-97
January 1,
January 1,
(Far loop)
(Near loops)
(300)
12
(300)
12
24 (600)
Stop bar45°
(1.5 m)
5’
(3 m)
10’
(85 m)
275’
(1.5
m)
5’
(1.5
m)
5’ (1.5
m)
5’
Stage lane width
(300)
12
(300)
12
pavement marking
White temporary(Post mounted, one each side)
min.
12 (300)
min.
4’ (1.2
m)
(Sheet 2 of 2)
BRIDGE REPAIR WITH BARRIER
LANE CLOSURE, 2L, 2W,
STANDARD 701321-13
TRAFFIC SIGNAL SEQUENCE
PHASE
INTERVAL
EASTBOUND
NORTHBOUND OR
WESTBOUND
SOUTHBOUND OR
A B
1 2 3 4 5 6
G Y R R R R
R R R G Y R
TEMPORARY CONCRETE BARRIER
POSTED SPEED
NORMAL
RATIO
TAPER
40 mph AND ABOVE 12:1
BELOW 40 mph 8:1
ADVISORY SPEED LIMIT
POSTED SPEED
NORMAL
SPEED
ADVISORY
55 - 45 mph
40 mph
35 - 30 mph
40 mph
35 mph
30 mph
DETECTOR LOOPS
TEMPORARY PAVEMENT MARKING
VERTICAL PANELS
GENERAL NOTES
ENGINEER OF SAFETY ENGINEERING
unless otherwise shown.
All dimensions are in inches (millimeters)
to stop bar.
be on both sides of open lane from stop bar
Existing or temporary pavement markings shall
to Standard 704001.
Temporary concrete barrier shall be according
Standard 701201 or 701206.
used and traffic control shall conform to
signals are not in operation, flaggers shall be
traffic controls are in place. When traffic
Traffic signals shall be operational only when all
signals and a positive barrier are required.
will encroach on one lane of a bridge. Traffic
vehicle, equipment, workers, or their activities
This Standard is used where, at any time, any
2013
2013
Not for
Bid
DATE REVISIONS
Illinois Department of Transportation
ENGINEER OF DESIGN AND ENVIRONMENT
APPROVED
APPROVED
ENGINEER OF OPERATIONS
IS
SU
ED 1-1-97
*
January 1,
January 1,
OrangeOrange
(100)
4
(50)
2
(150)
6
(75-100)
3-4
(450-900)
18-36
(700-900)
28-36 (700)
28
min.
4’ (1.2
m)
min.
24 (6
00)
(900)
36
min.
18 (450)
min.
24 (600)
min.
24 (600)
min.
36 (9
00)
min.
5’ (1.5
m)
min.
4’ (1.2 m)
(600)
24
(900)
36
(300)
12
(200)
8
(900)
36
min.
3 (75)
(100)
4
(100)
4
(100)
4
(100)
4
(200-300)
8-12
(100)
4
(100)
4
POST MOUNTED
4-6 (100-150)
4-6 (100-150)
(200-300)
8-12
min.
36 (9
00)
(200-300)
8-12
(200-300)
8-12
(300)
12
(150)
6
(150)
6
unless otherwise shown.
All dimensions are in inches (millimeters)
pavement surface.
All heights shown shall be measured above the
CONE REFLECTORIZED CONE FLEXIBLE DELINEATOR VERTICAL PANEL DRUM
TYPE I BARRICADE TYPE II BARRICADE TYPE III BARRICADE
BARRICADE
DIRECTION INDICATOR VERTICAL BARRICADE
GENERAL NOTES
1-1-14
(Sheet 1 of 3)
DEVICES
TRAFFIC CONTROL
STANDARD 701901-03
CHANNELIZING BARRICADE
DETECTABLE PEDESTRIAN
max.
2 (5
0)
2014
2014
min.
4’ (1.2 m)
min.
36 (9
00)
(200-300)
8-12
*
* *
* *
*
*
Warning lights (if required)*
1-1-12
CHANNELIZING BARRICADE.
Added DETECTABLE PEDESTRIAN
speed zone signs.
Added highway construction
Modified flagger sign height.
Not for
Bid
NEXT X MILES
CONSTRUCTION
ROAD
CONSTRUCTION
END
(IF SPECIFIED)
SIGN
STOP SLOW
Illinois Department of Transportation
ENGINEER OF DESIGN AND ENVIRONMENT
APPROVED
APPROVED
ENGINEER OF OPERATIONS
IS
SU
ED 1-1-97
January 1,
January 1,
**
flashing light
Type B monodirectional
wood post
Metal or
6’ (1.8 m) urban
4’ (1.2 m) rural7’ (2.1 m) min. urban
5’ (1.5 m) min. rural
of pavement
Elevation of edge
Edge of pave
me
nt
embedment
5’ (1.5 m) min.
of curb
or face
pavement
Edge of
of pavement
Elevation of edge
min.
***
12 (3
00)
***
Orange flags
18x18 (450x450)
lane highways.
Dual sign displays shall be utilized on multi-
within 2 miles (3200 m).
the end of the job unless another job is
END CONSTRUCTION sign shall be erected at
ject limits.
be placed 500’ (150 m) in advance of pro-
ROAD CONSTRUCTION NEXT X MILES sign shall
2 miles (3200 m) or more in length.
This signing is required for all projects
G20-1(0)-6036 G20-2a(0)-6024
(1.8 m - 3.6 m)
6’ - 12’
edge of the paved shoulder.
face of curb or 6’ (1.8 m) to the outside
this dimension shall be 24 (600) to the
When curb or paved shoulder are present**
8 (200) Federal series C
(15)
�
FRONT SIDE REVERSE SIDE
(513)
20�
(100)
4
(125)
5 (90)
3�
(600)
24
(125)
5
(175)
7
(400)
16
(175)
7
(125)
5
(600)
24
(600 - 3 m)
24 - 10’
min.
8’ (2.4
m)
7 (180) Federal series B
R.
1� (4
0)
POST MOUNTED SIGNS
SIGNS ON TEMPORARY SUPPORTS
HIGH LEVEL WARNING DEVICE
WORK LIMIT SIGNING
FLAGGER TRAFFIC CONTROL SIGN (Sheet 2 of 3)
DEVICES
TRAFFIC CONTROL
STANDARD 701901-03
2014
2014
(1.8
m - 2.1
m)
6’ - 7’
completely above the devices.
shall be sufficient to be seen
behind other devices, the height
be 5’ (1.5 m) min. If located
four days, this dimension shall
When work operations exceed
W21-Ill5(0)-3618
R2-1-3648
R10-I108p-3618
END
WORK ZONE
SPEED LIMIT
G20-I103(0)-3660
MINIMUM
$XXX FINE
LIMIT
SPEED
XX
ZONE
WORK
ENFORCED
PHOTO
SPEED ZONE SIGNS
HIGHWAY CONSTRUCTION
above sign assembly is used.
This sign shall be used when the
R2-I106p-3618
or as allowed by District Operations.
Sign assembly as shown on Standards
Not for
Bid
ROAD
CLOSED
ROAD CLOSED
TO
THRU TRAFFIC
ROAD CLOSED
TO
THRU TRAFFIC
Illinois Department of Transportation
ENGINEER OF DESIGN AND ENVIRONMENT
APPROVED
APPROVED
ENGINEER OF OPERATIONS
IS
SU
ED 1-1-97
January 1,
January 1,
min.
4’ (1.2 m)min.
5’ (1.5 m)min.
(600)
24
min.
6’ (1.8
m)
min.
7’ (2.1
m)
min.
30 (7
50)
min.
4’ (1.2
m)
min.
7’ (2.1
m)
min.
8’ (2.4 m)
24 (600) |
3� (9
0) |
Weep holes
Traffic
(8 m)
25’
(8 m)
25’
(8 m)
25’
(60 m) |
200
(60 m) |
200
(60 m) |
200warning signs
advance
Construction
flasher
Type Amax.
6 (150)max.
6 (150)
Pavement
R11-2max.
6 (150)
shoulder
Edge of
ROAD CLOSED TO ALL TRAFFIC
in front of the barricade.
NCHRP 350 temporary sign support directly
available, the sign may be mounted on an
sign panel which meets NCHRP 350 is not
If a Type III barricade with an attached
on the back side of the barricades.
Reflectorized striping may be omitted
stepped or smooth
Face may be
Traffic
Epoxy channels
1� (45) |
3� (90) |
(8 m)
25’
(1.5 m)
5’
min.
12 (300)
min.
12 (300)
100’ (3
0
m)
max.
30’ (9.1
m)
min.
flasher
Type AR11-4
Pavement
ROAD CLOSED TO THRU TRAFFIC
directly in front of the barricade.
on NCHRP 350 temporary sign supports
not available, the signs may be mounted
sign panel which meets NCHRP 350 is
Type III barricade with an attached
both sides of the barricades. If a
Reflectorized striping shall appear on
MOUNTED
ROOF
TYPE A
MOUNTED
ROOF OR TRAILER
TYPE B
MOUNTED
TRAILER
TYPE C
ARROW BOARDS
PLAN
SECTION A-A TYPICAL INSTALLATION
TEMPORARY RUMBLE STRIPS
TYPE III BARRICADES CLOSING A ROAD
TYPICAL APPLICATIONS OF
(Sheet 3 of 3)
DEVICES
TRAFFIC CONTROL
STANDARD 701901-03
(13) |
�
A
A
2014
2014
Not for
Bid
CountyLocal Public Agency
Section NumberRoute
1. Proposal of
for the improvement of the above section by the construction ofThe work to be performed under this contract consists of the removal of existing trees andremoval of chain link fencing.
a total distance of feet, ( 0.34 miles) are to be improved.
2. The plans for the proposed work are those prepared by WBK Engineering, Llcand approved by the Department of Transportation on
3. The specifications referred to herein are those prepared by the Department of Transportation and designated as "Standard Specifications for Road and Bridge Construction" and the "Supplemental Specifications and Recurring Special Provisions" thereto, adopted and in effect on the date of invitation for bids.
4. The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the "Check Sheet for Recurring Special Provisions" contained in this proposal.
5. The undersigned agrees to complete the work within 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 be allowed as proposal guaranty. Accompanying this proposal is either a bid bond if allowed, on Department form BLR12230 or a proposal guaranty check, complying with the specifications, made payable to: County Kane
The amount of the check is ( ) .
7. In the event that one proposal guaranty check is intended to cover two or more proposals, the amount must be equal to the sum of the proposal guaranties, which would be required for each individual proposal. If the proposal guaranty check is placed in another proposal, it will be found in the proposal for: Section Number 16-00058-03-BR .
8. The successful bidder at the time of execution of the contract 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 therefore. 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 Page 3 of 6 BLR 12200 (01/08/14)
RETURN WITH BID
17 Calendar Days
11/3/2016
will
will
18151815
working days or by
Treasurer of
N/A
feet, of which a distance of
PROPOSALKane
Division on Transportation
16-00058-03-BR
Bliss Road (FAP 520)
Not for
Bid
RETURN WITH BID
CountyLocal Public Agency
SectionRoute
Total
Item No. Items Unit Quantity Total
1 TREE REMOVAL (6 TO 15 UNITS DIAMETER) UNIT 1,765 2 TREE REMOVAL (OVER 15 UNITS DIAMETER) UNIT 1,333 3 CHAIN LINK FENCE REMOVAL FOOT 1,126 4 REMOVE EXISTING GATE EACH 1 5 CONSTRUCTION LAYOUT L SUM 1 6 TRAFFIC CONTROL AND PROTECTION (SPEC L SUM 1 7 TEMPORARY FENCE FOOT 314 8 CHANGEABLE MESSAGE SIGN CAL DAY 34 9 ITEMS ORDERED BY THE ENGINEER UNIT 10,000 $10,000.00
Printed 11/3/2016 Page 5-1 BLR 12200a (01/08/14)
$1.00
Schedule for Single Bid(For complete information covering these items, see plans and specifications)
Bidder's Proposal for making Entire Improvements
Unit Price
Combination Letter Sections Included in Combinations
SCHEDULE OF PRICES
KaneDivision on Transportation16-00058-03-BRBliss Road (FAP 520)
Schedule for Multiple Bids
Not for
Bid
CountyLocal Public Agency
Section NumberRoute
The certifications herinafter made by the bidder are each a material representation of fact upon which reliance is placed shouldthe 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 ofany tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance withthe procedures established by the appropriate revenue Act, its liability for the tax or the amount of tax. Making a falsestatement voids the contract and allows the Department to recover all amounts paid to the idividual 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 fromcontracting 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 3felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United Stateswhich contains the same elements as this offense shall be barred for 5 years from the date of conviction from contractingwith any unit of State or local government. No corporation shall be barred from contracting with any unit of State or localgovernment as a result of a conviction under this Section of any employee or agent of such corporation if the employee soconvicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstratesto the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neitherauthorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of thecorporation.
A violation of Section 33E-4 would be represented by a conviction of the crime of bid-rotating which, in addition to Class 2felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United Stateswhich contains the same elements as this offense shall be permanently barred from contracting with any unit of State orlocal government. No corporation shall be barred from contracting with any unit of State or local government as a result of aconviction under this Section of any employee or agent of such corporaton if the employee so convicted is no longeremployed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmentalentity 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 orattempting to bribe an officer or employee of the State of Illinois or any unit of local government, nor has the firm made anadmission of guilt of such conduct which is a matter of record, nor has an official, agent, or employee of the firm committedbribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible offical of thefirm.
4. Interim Suspension or Suspension. The bidder or contractor or subcontractor, respectively, certifies that it is not currentlyunder 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 workmay be cancelled.
Printed Page 5 of 6 BLR 12200 (01/08/14)11/3/2016
CONTRACTOR CERTIFICATIONS
RETURN WITH BID
Kane
Division on Transportation
16-00058-03-BR
Bliss Road (FAP 520)
Not for
Bid
RETURN WITH BID
Printed 10/31/2016 BLR 12326 (01/08/14)
Affidavit of Illinois Business Office
County KANE Local Public Agency Division of Transportation
Section Number 16-00058-03-BRRoute Bliss Road (FAP 520)
State of ) ) ss.
County of )
I, of , , (Name of Affiant) (City of Affiant) (State of Affiant
being first duly sworn upon oath, states as follows:
1. That I am the of . officer or position bidder
2. That I have personal knowledge of the facts herein stated.
3. That, if selected under this proposal, , will maintain a (bidder)
business office in the State of Illinois which will be located in County, Illinois.
4. That this business office will serve as the primary place of employment for any persons employed in theconstruction contemplated by this proposal.
5. That this Affidavit is given as a requirement of state law as provided in Section 30-22(8) of the IllinoisProcurement Code.
(Signature)
(Print Name of Affiant)
This instrument was acknowledged before me on
day of , .
(SEAL)
(Signature of Notary Public)
Not for
Bid
CountyLocal Pulic Agency
Section NumberRoute
(If an individual)
Signature of Bidder
Business Address
(If a partnership)Firm Name
Signed By
Business Address
Insert Names and Addressed of All Partners
(If a corporation)Corporate Name
Signed By
Business Address
President
Insert Names of Officers Secretary
Treasurer
Attest:
Printed 11/3/2016 Page 6 of 6 BLR 12200 (01/08/2014)
RETURN WITH BID
SIGNATURES
President
Secretary
Kane
16-00058-03-BRBliss Road (FAP 520)
Division on Transportation
{
{
Not for
Bid
Page 1 of 1 BLR 12230 (Rev. 7/05 Printed on 11/3/2016 11:05:11 AM
Local Agency Proposal Bid Bond
RETURN WITH BID
Route County
Local Agency Section
Bliss Road (FAP 520)
Kane
Division of Transportation
16-00058-03-BRPAPER BID BOND
WE as PRINCIPAL,
and as SURETY, are held jointly, severally and firmly bound unto the above Local Agency (hereafter referred to as “LA”) in the penal sum of 5% of the total bid price, or for the amount specified in the proposal documents in effect on the date of invitation for bids whichever is the lesser sum. We bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly pay to the LA this sum under the conditions of this instrument.
WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LA acting through its awarding authority for the construction of the work designated as the above section.
THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above designated section and the PRINCIPAL shall within fifteen (15) days after award enter into a formal contract, furnish surety guaranteeing the faithful performance of the work, and furnish evidence of the required insurance coverage, all as provided in the “Standard Specifications for Road and Bridge Construction” and applicable Supplemental Specifications, then this obligation shall become void; otherwise it shall remain in full force and effect.
IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph, then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above, together with all court costs, all attorney fees, and any other expense of recovery.
IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this day of
Principal
(Company Name) (Company Name)
By: By: (Signature and Title) (Signature and Title)
(If PRINCIPLE is a joint venture of two or more contractors, the company names, and authorized signatures of each contractor must be affixed.)
Surety By:
(Name of Surety) (Signature of Attorney-in-Fact)
STATE OF ILLINOIS, COUNTY OF
I, , a Notary Public in and for said county, do hereby certify that
( Insert names of individuals signing on behalf of PRINCIPAL & SURETY) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instruments as their free and voluntary act for the uses and purposes therein set forth.
Given under my hand and notarial seal this day of
My commission expires (Notary Public)
ELECTRONIC BID BOND Electronic bid bond is allowed (box must be checked by LA if electronic bid bond is allowed)
The Principal may submit an electronic bid bond, in lieu of completing the above section of the Proposal Bid Bond Form. By providing an electronic bid bond ID code and signing below, the Principal is ensuring the identified electronic bid bond has been executed and the Principal and Surety are firmly bound unto the LA under the conditions of the bid bond as shown above. (If PRINCIPAL is a joint venture of two or more contractors, an electronic bid bond ID code, company/Bidder name title and date must be affixed for each contractor in the venture.)
Electronic Bid Bond ID Code (Company/Bidder Name)
(Signature and Title) Date
Not for
Bid
Printed 11/3/2016 Page 1 of 2 BLR 12325 (Rev. 4/07)
Apprenticeship or Training Program Certification
Route Bliss Road (FAP 520)
Return with Bid County Kane Local Agency Division of Transportation Section 16-00058-03-BR
All contractors are required to complete the following certification:
For this contract proposal or for all groups in this deliver and install proposal.
For the following deliver and install groups in this material proposal:
Illinois Department of Transportation policy, adopted in accordance with the provisions of the Illinois Highway Code, requires this contract to be awarded to the lowest responsive and responsible bidder. The award decision is subject to approval by the Department. In addition to all other responsibility factors, this contract or deliver and install proposal requires all bidders and all bidders’ subcontractors to disclose participation in apprenticeship or training programs that are (1) approved by and registered with the United States Department of Labor’s Bureau of Apprenticeship and Training, and (2) applicable to the work of the above indicated proposals or groups. Therefore, all bidders are required to complete the following certification: I. Except as provided in paragraph IV below, the undersigned bidder certifies that it is a participant, either as an
individual or as part of a group program, in an approved apprenticeship or training program applicable to each type of work or craft that the bidder will perform with its own employees.
II. The undersigned bidder further certifies for work to be performed by subcontract that each of its subcontractors
submitted for approval either (A) is, at the time of such bid, participating in an approved, applicable apprenticeship or training program; or (B) will, prior to commencement of performance of work pursuant to this contract, establish participation in an approved apprenticeship or training program applicable to the work of the subcontract.
III. The undersigned bidder, by inclusion in the list in the space below, certifies the official name of each program
sponsor holding the Certificate of Registration for all of the types of work or crafts in which the bidder is a participant and that will be performed with the bidder’s employees. Types of work or craft that will be subcontracted shall be included and listed as subcontract work. The list shall also indicate any type of work or craft job category for which there is no applicable apprenticeship or training program available.
Not for
Bid
Printed 11/3/2016 Page 2 of 2 BLR 12325 (Rev. 4/07)
IV. Except for any work identified above, any bidder or subcontractor that shall perform all or part of the work of the contract or deliver and install proposal solely by individual owners, partners or members and not by employees to whom the payment of prevailing rates of wages would be required, check the following box, and identify the owner/operator workforce and positions of ownership.
The requirements of this certification and disclosure are a material part of the contract, and the contractor shall require this certification provision to be included in all approved subcontracts. The bidder is responsible for making a complete report and shall make certain that each type of work or craft job category that will be utilized on the project is accounted for and listed. The Department at any time before or after award may require the production of a copy of each applicable Certificate of Registration issued by the United States Department of Labor evidencing such participation by the contractor and any or all of its subcontractors. In order to fulfill the participation requirement, it shall not be necessary that any applicable program sponsor be currently taking or that it will take applications for apprenticeship, training or employment during the performance of the work of this contract or deliver and install proposal.
Bidder: By: (Signature) Address: Title:
Not for
Bid
Printed 11/3/2016 Page 1 of 2 BLR 12325 (Rev. 4/07)
Apprenticeship or Training Program Certification
Route Bliss Road (FAP 520)
Return with Bid County Kane Local Agency Division of Transportation Section 16-00058-03-BR
All contractors are required to complete the following certification:
For this contract proposal or for all groups in this deliver and install proposal.
For the following deliver and install groups in this material proposal:
Illinois Department of Transportation policy, adopted in accordance with the provisions of the Illinois Highway Code, requires this contract to be awarded to the lowest responsive and responsible bidder. The award decision is subject to approval by the Department. In addition to all other responsibility factors, this contract or deliver and install proposal requires all bidders and all bidders’ subcontractors to disclose participation in apprenticeship or training programs that are (1) approved by and registered with the United States Department of Labor’s Bureau of Apprenticeship and Training, and (2) applicable to the work of the above indicated proposals or groups. Therefore, all bidders are required to complete the following certification: I. Except as provided in paragraph IV below, the undersigned bidder certifies that it is a participant, either as an
individual or as part of a group program, in an approved apprenticeship or training program applicable to each type of work or craft that the bidder will perform with its own employees.
II. The undersigned bidder further certifies for work to be performed by subcontract that each of its subcontractors
submitted for approval either (A) is, at the time of such bid, participating in an approved, applicable apprenticeship or training program; or (B) will, prior to commencement of performance of work pursuant to this contract, establish participation in an approved apprenticeship or training program applicable to the work of the subcontract.
III. The undersigned bidder, by inclusion in the list in the space below, certifies the official name of each program
sponsor holding the Certificate of Registration for all of the types of work or crafts in which the bidder is a participant and that will be performed with the bidder’s employees. Types of work or craft that will be subcontracted shall be included and listed as subcontract work. The list shall also indicate any type of work or craft job category for which there is no applicable apprenticeship or training program available.
Not for
Bid
Printed 11/3/2016 Page 2 of 2 BLR 12325 (Rev. 4/07)
IV. Except for any work identified above, any bidder or subcontractor that shall perform all or part of the work of the contract or deliver and install proposal solely by individual owners, partners or members and not by employees to whom the payment of prevailing rates of wages would be required, check the following box, and identify the owner/operator workforce and positions of ownership.
The requirements of this certification and disclosure are a material part of the contract, and the contractor shall require this certification provision to be included in all approved subcontracts. The bidder is responsible for making a complete report and shall make certain that each type of work or craft job category that will be utilized on the project is accounted for and listed. The Department at any time before or after award may require the production of a copy of each applicable Certificate of Registration issued by the United States Department of Labor evidencing such participation by the contractor and any or all of its subcontractors. In order to fulfill the participation requirement, it shall not be necessary that any applicable program sponsor be currently taking or that it will take applications for apprenticeship, training or employment during the performance of the work of this contract or deliver and install proposal.
Bidder: By: (Signature) Address: Title:
Not for
Bid
RETURN WITH BID
Printed 11/3/2016 BLR 12326 (01/08/14)
Affidavit of Illinois Business Office
County KANE
Local Public Agency Division of Transportation Section Number 16-00058-03-BR
Route Bliss Road (FAP 520)
State of ) ) ss. County of ) I, of , ,
(Name of Affiant) (City of Affiant) (State of Affiant
being first duly sworn upon oath, states as follows:
1. That I am the of . officer or position bidder
2. That I have personal knowledge of the facts herein stated.
3. That, if selected under this proposal, , will maintain a (bidder) business office in the State of Illinois which will be located in County, Illinois.
4. That this business office will serve as the primary place of employment for any persons employed in the construction contemplated by this proposal.
5. That this Affidavit is given as a requirement of state law as provided in Section 30-22(8) of the Illinois Procurement Code.
(Signature)
(Print Name of Affiant)
This instrument was acknowledged before me on
day of , .
(SEAL)
(Signature of Notary Public)
Not for
Bid
Printed 7/26/2012 Page 1 of 2 BC 57 (Rev. 08/17/10)
Affidavit of Availability For the Letting of
Instructions: Complete this form by either typing or using black ink. "Authorization to Bid" will not be issued
unless both sides of this form are completed in detail. Use additional forms as needed to list all work.
Part I. Work Under Contract
List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture, list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate, and must include work subcontracted to others. If no work is contracted, show NONE.
1 2 3 4 Awards Pending
Contract Number
Contract With
Estimated Completion Date
Total Contract Price Accumulated
Totals
Uncompleted Dollar Value if Firm is the Prime Contractor
Uncompleted Dollar Value if Firm is the Subcontractor
Total Value of All Work
Part II. Awards Pending and Uncompleted Work to be done with your own forces.
List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work subcontracted to others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your company. If no work is contracted, show NONE.
Accumulated Totals
Earthwork
Portland Cement Concrete Paving
HMA Plant Mix
HMA Paving
Clean & Seal Cracks/Joints
Aggregate Bases & Surfaces
Highway, R.R. and Waterway Structures
Drainage
Electrical
Cover and Seal Coats
Concrete Construction
Landscaping
Fencing
Guardrail
Painting
Signing
Cold Milling, Planning & Rotomilling
Demolition
Pavement Markings (Paint)
Other Construction (List)
$ 0.00
Totals
Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the “Illinois Procurement Code." Failure to comply will result in non-issuance of an "Authorization To Bid." This form has been approved by the State Forms Management Center.
Bureau of Construction 2300 South Dirksen Parkway/Room 322
Springfield, Illinois 62764
Not for
Bid
Printed 7/26/2012 Page 2 of 2 BC 57 (Rev. 08/17/10)
Part III. Work Subcontracted to Others.
For each contract described in Part I, list all the work you have subcontracted to others.
1 2 3 4 Awards Pending
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Total Uncompleted
I, being duly sworn, do hereby declare that this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates.
Subscribed and sworn to before me
this day of , Type or Print Name
Officer or Director Title
Signed
Notary Public
My commission expires
Company
(Notary Seal)
Address
Not for
Bid
JO DAVIESSWINNEBAGO
CARROLLOGLE
BOONE MC HENRY LAKE
DE KALBKANE
COOKDU PAGE
WHITESIDE LEE
WILL
KENDALL
GRUNDY
LA SALLE
KANKAKEE
HENRY BUREAU
PUTNAM
ROCK ISLAND
MERCER
KNOX
HE
ND
ER
SO
N
STARK
MARSHALL
PEORIA
LIVINGSTON
IROQUOIS
FORDMC LEANFULTONMC DONOUGH
WARREN
TAZEWELL
HANCOCK
ADAMS
SCHUYLER
BROWNCASS
MASON
LOGANDE WITT
MENARD
CHAMPAIGN VERMILION
DOUGLAS
PIATT
MACON
SANGAMONMORGAN
SCOTT
CHRISTIAN
PIKE
GREENE
JERSEY
MACOUPIN
CA
LH
OU
N
SHELBY
MOULTRIE
MONTGOMERY
COLES
EDGAR
CLARK
CUMBERLAND
JASPER CRAWFORDEFFINGHAM
CLAYRICHLAND LAWRENCE
WAYNE
ED
WA
RD
S
WA
BA
SH
BOND
FAYETTE
MARIONCLINTON
WASHINGTONJEFFERSON
MADISON
ST. CLAIR
MONROE
RANDOLPHPERRY
FRANKLIN
HAMILTON WHITE
SALINE GALLATINJACKSON
WILLIAMSON
JOHNSON POPE
HARDIN
MASSACPULASKI
ALE
XA
NDER
UNION
WOODFORD
LOCATION OF SECTION INDICATED THUS: -
J.U.L.I.E.
JOINT UTILITY LOCATION INFORMATION FOR EXCAVATION
0
0
0
0
0
50'
50'
50'
50'
10' 20' 30'
100'
100'
100'
100'
100' 200' 300'
1''= 20'
1''= 30'
1''= 40'
1''= 50'
1''= 10'
1''= 100'
FULL SIZE PLANS HAVE BEEN PREPARED USING STANDARD
ON REDUCED PLANS, THE ABOVE SCALES MAY BE USED.
ENGINEERING SCALES. REDUCED SIZED PLANS WILL NOT
CONFORM TO STANDARD SCALES. IN MAKING MEASUREMENTS
STEPHENSON
OR 811
1-800-892-0123
20
1
SECTION COUNTY
ILLINOIS
TOTAL
SHEETS
SHEET
NO.RTE.
KANE16-00058-03-BR
ADVANCED TREE REMOVAL
FOR INDEX OF SHEETS, SEE SHEET NO. 2
T42N
R6E 3rd P.M.
TRAFFIC DATASECTION 16-00058-03-BR
PROJECT NET AND GROSS LENGTH = 1,815 FT (0.344 MILE)
APPROVED
COUNTY OF KANE, COUNTY ENGINEER
STA 10+35.00
PROJECT BEGINS
STA 28+50.00
PROJECT ENDS
1"=0.5 MI
SCALE
SUGAR GROVE TOWNSHIP
PROJECT LOCATED IN SUGAR GROVE TOWNSHIP
RANGE 7E, OF THE THRID PRINCIPAL MERIDIAN, KANE COUNTY, ILLIONIS
THE NORTHWEST QUARTER OF SECTION 9 & 16, TOWNSHIP 38N,
PROJECT LOCATED IN:
2040 ADT = 12,000
2011 ADT = 10,900
DESIGN SPEED: 45 MPH
POSTED SPEED: 40 MPH
DESIGN/POSTED SPEED
DESIGN DESIGNATION
F.A.P.
520
KCI
RTAPZTIF .J L
UA
P
SIO
NILLI FO ET
AT
S ENGINEER
PROFESSIONAL
LICENSED
062-047637
,ENGINEERING WBK LLC
(630) 443-7755
ST. CHARLES, ILLINOIS 60174
116 WEST MAIN STREET, SUITE 201
IL. RTE. 47
IL. R
TE. 4
7
BLISS RD
DESIGN DESIGNATION: OTHER PRINCIPAL ARTERIAL (OPA)
KANE COUNTY, ILLINOIS
DIVISION OF TRANSPORTATION
PROPOSED
NON-MFT
FAP 520 (BLISS ROAD)
IMPROVEMENT PLANS
PR
OJEST
MA
NA
GER: JEN
NIF
ER
O'C
ON
NELL, P.E. (8
47) 705-4406
DIVISION OF TRANSPORTATION
KANE COUNTY
SHEETS 1-15
EXPIRATION DATE 11-30-2017
ILLINOIS REG. PROFESSIONAL ENGINEER NO. 062-047637
PAUL J. FITZPATRICK
15
Not for
Bid
9
8
7
6
5
4
3
2
1
ITEMS ORDERED BY THE ENGINEER
CHANGEABLE MESSAGE SIGN
TEMPORARY FENCE
TRAFFIC CONTROL AND PROTECTION (SPECIAL)
CONSTRUCTION LAYOUT
REMOVE EXISTING GATE
CHAIN LINK FENCE REMOVAL
TREE REMOVAL (OVER 15 UNITS DIAMETER)
TREE REMOVAL (6 TO 15 UNITS DIAMETER)
UNIT
CAL DA
FOOT
L SUM
L SUM
EACH
FOOT
UNIT
UNIT
10,000
34
314
1
1
1
1,217
1,333
1,764
SHEET NO.
INDEX OF SHEETS
FIL
E
NA
ME
W:\
Projects\2013\130282
Bliss PhII\cadd\
Civil\
Dgn\
Advanced
Contract\
Sheet\
AC-
GE
NN
OT
ES.d
gn
USER NAME =
PLOT SCALE =
PLOT DATE = 11/3/2016
=
DATE
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED SHEET NO. OF SHEETSSCALE: STA. TO STA.
SECTION COUNTY
ILLINOIS FED. AID PROJECT
TOTAL
SHEETS
SHEET
NO.RTE.
CONTRACT NO.
nparris
1:20
DESIGNED
KANE
1 1
STANDARD NO. DESCRIPTION
DESCRIPTION
11/1/16
F.A.P.
520INDEX OF SHEETS & STANDARDS
GENERAL NOTES
DRAINAGE NOTES
THE CONTRACTOR SHALL COORDINATE CONSTRUCTION ACTIVITIES WITH UTILITY COMPANIES.
1.
2.
3.
4.
5.
6.
7.
1.
1.
SBP
NDP,ENGINEERING WBK LLC
(630) 443-7755
ST. CHARLES, ILLINOIS 60174
116 WEST MAIN STREET, SUITE 201
DPB
2.
1.
1.
KANE COUNTY
DIVISION OF TRANSPORTATION2
STOCK PILES
WORKING HOURS
TREE REMOVAL / CLEARING AND GRUBBING
SPECIAL PROJECT COMMITMENTS
1.
1.
ITEM UNITQUANTITY
TOTAL
ITEM
BID
PERMITS
8-15
4-7
3
2
1
15
HIGHWAY STANDARDS
GENERAL NOTES, SUMMARY OF QUANTITIES,
SUMMARY OF QUANTITIES
DOCUMENTS; AND THE DETAILS AND STANDARDS CONTAINED IN THESE PLANS.
RECURRING SPECIAL PROVISIONS" LATEST EDITION; INTERIM SPECIAL PROVISIONS AS INCLUDED IN THE CONTRACT
STREETS AND HIGHWAYS" IN EFFECT ON THE DATE OF INVITATION FOR BIDS; THE "SUPPLEMENTAL SPECIFICATIONS AND
SPECIFICATIONS, THE LATEST EDITION OF THE "ILLINOIS MANUAL ON UNIFORM MANUAL TRAFFIC CONTROL DEVICES FOR
SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION" ADOPTED APRIL 1, 2016 THEREINAFTER REFERRED TO AS STANDARD
ALL CONSTRUCTION SHALL BE IN CONFORMANCE WITH THE APPLICABLE REQUIREMENTS SET FORTH IN "THE STANDARD
OF BURIED ELECTRIC, TELEPHONE AND GAS FACILITIES. (48 HOUR NOTIFICATION IS REQUIRED).
BEFORE STARTING ANY WORK OPERATIONS, THE CONTRACTOR SHALL CALL "JULIE" AT 1-800-892-0123 FOR FIELD LOCATIONS
NO ADDITIONAL COST IN ACCORDANCE WITH ARTICLE 105.07.
FULLY PROTECTED BY THE CONTRACTOR AND ANY DAMAGE CAUSED BY THE CONSTRUCTION SHALL BE IMMEDIATELY REPAIRED AT
INTERFERE WITH THE WORK UNDER THIS CONTRACT. ANY EXISTING UTILITIES WHICH ARE TO REMAIN IN SERVICE SHALL BE
INVESTIGATIONS INTO THE LOCATION, SIZE, DEPTH, AND NATURE OF ANY AND ALL EXISTING UTILITIES WHICH MAY
SOURCES, IT IS NOT GUARANTEED TO BE CORRECT OR ALL INCLUSIVE. THE CONTRACTOR SHALL CONDUCT HIS OWN
THE LOCATIONS OF THE EXISTING UTILITIES, AS SHOWN ON THE DRAWINGS, REPRESENT DATA RECEIVED FROM VARIOUS
OFFICE SHALL BE SET UP OR STORED ON COUNTY OR PRIVATE PROPERTY WITHOUT WRITTEN PERMISSION OF THE ENGINEER.
ALL WORK SHALL BE COMPLETED WITHIN THE LIMITS OF THE PROJECT SHOWN. NO EQUIPMENT, MATERIAL YARD OR FIELD
TRAFFIC CONTROL DEVICES.
CONTRACTOR SHALL RESPOND WITHIN 30 MINUTES OF THE TIME OF NOTIFICATION BY THE ENGINEER FOR THE MAINTENANCE OF
REQUIRE THE ENGINEER TO RESTRICT, MODIFY OR REMOVE LANE CLOSURES OR CHANNELIZATION SHOWN IN THE PLANS. THE
MAINTENANCE OF TRAFFIC - GENERAL: TRAFFIC CONDITIONS, ACCIDENTS AND OTHER UNFORESEEN EMERGENCY CONDITIONS MAY
INCLUDED THE APPLICABLE TRAFFIC CONTROL PAY ITEM.
OF TRAFFIC CONTROL DEVICES, INCLUDING SIGNS, WILL NOT BE MEASURED SEPARATELY FOR PAYMENT BUT SHALL BE
AS NECESSARY THROUGHOUT THE DURATION OF THE CONTRACT OR AS DIRECTED BY THE ENGINEER. CLEANING AN MAINTENANCE
PLANS OR REPRESENTED BY THE TRAFFIC CONTROL STANDARD SHALL BE REFLECTORIZED PRIOR TO INSTALLATION AND CLEANED
TRAFFIC CONTROL DEVICES: ALL TRAFFIC CONTROL DEVICES USED FOR THE MAINTENANCE OF TRAFFIC AS DETAILED ON THE
REMOVAL AND SHALL REPLACE IN-KIND ANY DAMAGED PLANTS AT HIS OWN EXPENSE.
EXERCISE EXTREME CARE WHEN WORKING NEAR EXISTING TREES AND SHRUBS TO AVOID DAMAGING THOSE NOT SCHEDULED FOR
OR THOSE, WHICH DIRECTLY INTERFERE WITH THE SAFETY OR QUALITY OF CONSTRUCTION PRACTICES. THE CONTRACTOR SHALL
THE CONTRACTOR SHALL REMOVE ONLY THOSE TREES AND SHRUBS AS SHOWN ON THE PLANS OR AS DIRECTED BY THE ENGINEER,
CONTRACTOR MAY REQUEST IN WRITING TO HAVE THE NORMAL HOURS EXTENDED.
MONDAY THROUGH SATURDAY. FOR CONSTRUCTION OPERATIONS OUTSIDE THE DESIGNATED NORMAL WORKING HOURS, THE
THE NORMAL WORKING HOURS FOR CONSTRUCTION OPERATIONS ARE CONSIDERED DAYTIME HOURS FROM 7:15 A.M. TO 4:30 P.M.
NO DEBRIS FROM THE TREE REMOVAL OPERATIONS ENTER INTO THE CREEK.
BLACKBERRY CREEK. THE CONTRACTOR SHALL EXERCISE CAUTION WHEN WORKING ADJACENT TO THE CREEK TO ASSURE THAT
NO PERMITS ARE REQUIRED FOR THIS PROJECT. HOWEVER, THE CONTRACTOR IS PROHIBITED FROM DOING ANY WORK WITHIN
PLAT OF HIGHWAYS - FOR REFERENCE ONLY
REMOVAL PLAN
ALIGNMENT, TIES & BENCHMARKS
GENERAL NOTES, SUMMARY OF QUANTITIES, INDEX OF SHEETS & STANDARDS
COVER SHEET
16-00058-03-BR
TREE REMOVAL ITEMS.
THIS WORK WILL NOT BE MEASURED SEPARATELY FOR PAYMENT, BUT SHALL BE CONSIDERED INCLUDED IN THE COST OF THE
NECESSARY TO INSURE THAT THEY ARE FREE FROM ALL DIRT AND DEBRIS PRIOR TO THE FINAL INSPECTION OF THE PROJECT.
THE CONCLUSION OF THE CONSTRUCTION OPERATIONS, ALL DRAINAGE STRUCTURES AND DITCHES SHALL BE CLEANED AS
AND DITCHES THAT OBSTRUCTS THE NATURAL FLOW OF WATER SHALL BE REMOVED AT THE CLOSE OF EACH WORKING DAY. AT
DURING CONSTRUCTION OPERATIONS ALL SNOW AND LOOSE MATERIAL DEPOSITED IN THE FLOW LINE OF DRAINAGE STRUCTURES
OPERATIONS WILL BE DONE AT NO ADDITIONAL COST TO THE CONTRACT.
SPECIFIED FOR REMOVAL. ANY DAMAGE REQUIRING REPAIR CAUSED BY THE CONTRACTORS STOCK PILING OR CONSTRUCTION
NOT PLACE STOCK PILES IN LOCATIONS WHERE THEY WILL OBSTRUCT DRAINAGE WAYS OR ON PAVEMENTS THAT ARE NOT
THE CONTRACTOR WILL NOT BE ALLOWED TO STOCK PILE MATERIAL(S) BEYOND THE PROJECT LIMITS. THE CONTRACTOR WILL
THE GROUND COVER CONSISTING OF GRASS AND WEEDS WILL REMAIN IN PLACE AS AN EROSION CONTROL MEASURE.
GRUBBING SHALL NOT BE MEASURED SEPARATELY FOR PAYMENT, BUT SHALL BE INCLUDED IN THE COST OF TREE REMOVAL.
SHRUBS, BUSHES, SAPLINGS, STUMPS AND OTHER WOODY VEGETATION THAT IS LESS THAN 6" IN DIAMETER. CLEARING AND
DEFINED IN SECTION 201.01(a) EXCEPT IT WILL ONLY REQUIRE THE CLEARING OF WOODY VEGETATION SUCH AS LOGS,
THE CONTRACTOR SHALL CLEAR AND GRUB THOSE AREAS DESIGNATED IN THE PLANS. THE CLEARING AND GRUBBING WILL BE AS
SHALL BE INCLUDED IN THE COST OF TREE REMOVAL.
PRESERVE PROPERTY ADJACENT TO THE PROJECT SITE AT A LOCATION TO BE DETERMINED BY THE ENGINEER. THIS OPERATION
THE LOGS SHALL BE CUT TO 8-FOOT MINIMUM LENGTHS. THE LOGS SHALL BE DELIVERED TO AND STOCKPILED ON FOREST
FOREST PRESERVE PROPERTY. THE LOGS WILL REMAIN THE PROPERTY OF THE FOREST PRESERVE DISTRICT OF KANE COUNTY.
THE CONTRACTOR SHALL SALVAGE LOGS (6" DIA. AND GREATER) FROM FELLED TREES ON AND ADJACENT TO THE BLISS WOODS
TRAFFIC CONTROL DEVICES
LANE CLOSURE, 2L, 2W, WORK AREAS IN SERIES, FOR SPEEDS >= 45 MPH
LANE CLOSURE, 2L, 2W, DAY ONLY, FOR SPEEDS >= 45 MPH
OFF-ROAD MOVING OPERATIONS, 2L, 2W, DAY ONLY
OFF-RD OPERATION 2L, 2W, 15' (4.5 m) TO 24" (600 mm) FROM PAVEMENT EDGE
OFF-RD OPERATION 2L, 2W, MORE THAN 15' (4.5 m) AWAY
701901-06
701336-06
701201-04
701011-04
701006-05
701001-02
Not for
Bid
10
15
20 25 30
POINT NORTH EAST ELEVATION CHAIN STATION OFFSET
POINT NORTH EAST ELEVATION CHAIN STATION OFFSET
DESCRIPTION
DESCRIPTION
34.192' LT
58.530' RT
24.274' LT
HORIZONTAL CONTROL POINTS (NAD 83)
11+61.00
11+39.27
17+97.83
1,862,203.064
1,862,111.491
1,862,629.168 955,292.562
954,877.275
954,851.122
POINT NO. 303
CONTROL
PROP. CURVE PR_BLISS-1
PI STA. = 14+21.35
R = 1,000.00'
T = 228.13'
L = 448.59'
E = 25.69'
e = _____
T.R. = _____
P.C. STA = 11+93.22
P.T. STA = 16+41.81
PROP. CURVE PR_BLISS-2
PI STA. = 19+85.50
R = 3,000.00'
T = 343.69'
L = 684.39'
E = 19.62'
e = _____
T.R. = _____
P.C. STA = 16+41.81
P.T. STA = 23+26.20
PROP. CURVE PR_BLISS-3
PI STA. = 30+99.47
R = 2,864.79'
T = 226.31'
L = 451.69'
E = 8.93'
e = _____
T.R. = _____
P.C. STA = 28+73.15
P.T. STA = 33+24.84
PROP. CURVE PR_BLISS-3
PI STA. = 30+99.47
R = 2,864.79'
T = 226.31'
L = 451.69'
E = 8.93'
e = _____
T.R. = _____
P.C. STA = 28+73.15
P.T. STA = 33+24.84
PROP. CURVE PR_BLISS-2
PI STA. = 19+85.50
R = 3,000.00'
T = 343.69'
L = 684.39'
E = 19.62'
e = _____
T.R. = _____
P.C. STA = 16+41.81
P.T. STA = 23+26.20
PROP. CURVE PR_BLISS-1
PI STA. = 14+21.35
R = 1,000.00'
T = 228.13'
L = 448.59'
E = 25.69'
e = _____
T.R. = _____
P.C. STA = 11+93.22
P.T. STA = 16+41.81
CURVE DATA
CAPIT
OL
DR
BLISS ROAD
BL
AC
KB
ER
RY
CR
EE
K
E 954,639.775
N 1,862,046.150
POT Sta 9+00.00
E 954,757.701
N 1,862,111.864
STA. 10+35.00
PROJECT BEGINS
E 954,895.909
N 1,862,188.879
PC Sta 11+93.22
E 955,095.192
N 1,862,299.928
PI Sta 14+17.51
E 955,226.595
N 1,862,486.419
PCC Sta 16+41.81
E 955,216.406
N 1,862,472.223
STA. 16+24.34
~ BRIDGE
E 955,424.557
N 1,862,767.369
PI Sta 19+84.01
E 955,553.850
N 1,863,085.811
PT Sta 23+26.20
E 955,759.608
N 1,863,592.582
PC Sta 28+73.15
E 955,750.915
N 1,863,571.172
STA. 28+50.00
PROJECT ENDS
E 955,844.746
N 1,863,802.271
PI Sta 30+99.00
E 955,961.752
N 1,863,995.991
PT Sta 33+24.84
= HORIZONTAL CONTROL POINT LOCATION
ELEVATION = 685.929
2.7 FT WEST OF AN ORANGE FIBERGLASS WITNESS POST.
OF CENTERLINE OF BLACKBERRY CREEK. MARK IS APPROX.
THE AURORA SPORTSMAN CLUB, AND APPROX. 180 FT NORTH
OF BLISS ROAD, APPROX. 275 FT SOUTH OF ENTRANCE TO
STATION LOCATED APPROX. 23.1 FT WEST OF CENTERLINE
(NAVD 88 DATUM)
IL KANE 9 38 7, PID AJ3002
POINT NO. 7
CONTROL
POINT NO. 11
CONTROL
7
11
PR_BLISS
PR_BLISS
704.604 IRON PIPE
704.986 REBAR
BENCH MARKS (NAVD 88)
AJ3002 685.929 PR_BLISS REFERENCE MARK IL KANE 9 38 7,
13.6'|
7.4'|
31.6'|
26.3'|
34.2'|
18.4'|
PPMH
MHMAILBOX
PP
BOC
BLISS R
D
BLISS R
D
CAPIT
OL
DR
PR BLISS-1
PR BLISS-2
PR BLISS-3
1,862,211.535 955,004.044 PR_BLISS 12+95.00 38.219' RT REBAR303 699.213
REBAR33.383' RT18+68.45PR_BLISS683.761955,378.6791,862,659.322307
REBAR29.749' RT22+40.26PR_BLISS689.617955,547.6131,862,994.675308
305 1,862,318.958 955,029.018 695.649 PR_BLISS 13+79.83 32.028' LT REBAR
POINT NO. 307
CONTROL
POINT NO. 308
CONTROL
POINT NO. 305
CONTROL
CONTROL POINT 7
CONTROL POINT 11
CONTROL POINT 308
CONTROL POINT 303
CONTROL POINT 307
LEGEND
= BENCH MARK/REFERENCE MARK LOCATION
22.4'|
23.3'|
44.8'|
41.7'|
45.7'|
16.0'| 17.1'|
19.9'|
32.1'|
27.6'|
17.2'|
BLISS R
D
BLIS
S
RD
BLISS
RD
BLIS
S RD
EOP
MH
PP
PP
PP
EOP
EOP
MH
FENCE
SIGN
EOP
POINT 305
CONTROL
E 954814.759
N 1862143.659
Sta 11+00.32
BLISS ROAD
CAPITOL DRIVE
PID AJ3002
EXISTING REFERENCE MARK
S.E. RUN = SEE PLANS S.E. RUN = SEE PLANS S.E. RUN = SEE PLANS
RIGHT-OF-WAY MONUMENTS
ARE LISTED AS POINTS 1 THRU 13.
COORDINATE TABLE. RIGHT-OF-WAY MONUMENTS
REFER TO PLAT OF HIGHWAY ON SHEET FOR 1.
PID AJ3002
IL KANE 9 38 7,
REFERENCE MARK
12
FIL
E
NA
ME
W:\
Projects\2013\130282
Bliss PhII\cadd\
Civil\
Dgn\
Advanced
Contract\
Sheet\
AC-
AT
B_01.d
gn
USER NAME =
PLOT SCALE =
PLOT DATE = 11/3/2016
=
DATE
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED SHEET NO. OF SHEETSSCALE: STA. TO STA.
SECTION COUNTY
ILLINOIS FED. AID PROJECT
TOTAL
SHEETS
SHEET
NO.RTE.
CONTRACT NO.
nparris
1:100
DESIGNED
KANE
1 1
ALIGNMENT, TIES & BENCHMARKS
11/1/16
F.A.P.
520
,ENGINEERING WBK LLC
(630) 443-7755
ST. CHARLES, ILLINOIS 60174
116 WEST MAIN STREET, SUITE 201
SBP
NDP
DPB
KANE COUNTY
DIVISION OF TRANSPORTATION3
1516-00058-03-BR
Not for
Bid
MA
TC
HLIN
E
ST
A.
14+00
FIL
E
NA
ME
W:\
Projects\2013\130282
Bliss PhII\cadd\
Civil\
Dgn\
Advanced
Contract\
Sheet\
AC-
RE
M_01.d
gn
USER NAME =
PLOT SCALE =
PLOT DATE = 11/3/2016
=
DATE
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED SHEET NO. OF SHEETSSCALE: STA. TO STA.
SECTION COUNTY
ILLINOIS FED. AID PROJECT
TOTAL
SHEETS
SHEET
NO.RTE.
CONTRACT NO.
nparris
1:20
DESIGNED
MA
TC
HLIN
E
ST
A.
8+00
MA
TC
HLIN
E
ST
A.
8+00
,ENGINEERING WBK LLC
(630) 443-7755
ST. CHARLES, ILLINOIS 60174
116 WEST MAIN STREET, SUITE 201
F.A.P.
520 KANE
11/1/16 7+15.40 14+00.001"=20' 1 4
SBP
NDP
DPB
REMOVAL PLANKANE COUNTY
DIVISION OF TRANSPORTATION41516-00058-03-BR
76
THE ESTIMATED AND ACTUAL FINAL MEASURED QUANTITY.
BE NO ADJUSTMENT TO THE UNIT COST FOR TREE REMOVAL DUE TO DIFFERENCES IN
A FIELD INVESTIGATION TO ESTIMATE QUANTITIES FOR TREE REMOVAL. THERE SHALL
HAVE BEEN ADJUSTED TO COMPENSATE FOR GROWTH. THE CONTRACTOR SHALL COMPLETE
SURVEYS FOR TREES WERE COMPLETED IN 2008. TREE DIAMETER SHOWN ON THE PLANS1.
TREE REMOVAL NOTES
CLEARING & GRUBBING
(SEE NOTE 1)
CLEARING & GRUBBING
LEGEND
LINEAR ITEM REMOVAL AS SPECIFIED
12"
BLISS ROAD
IL
RO
UT
E 47
WHEELER RD
GRAPHIC SCALE
20
FEET
0 20 40
PR BLISS RD ~
W/ SIZE (INCH-DIA.)
TREE & STUMP REMOVAL
BE INCLUDED IN THE COST OF TREE REMOVAL.
SHALL NOT BE MEASURED SEPARATELY FOR PAYMENT, BUT SHALL
CLEARING & GRUBBING, AS DEFINED IN THE SPECIAL PROVISIONS,1.
NOTES
12"
12"
2"
2"
2"
36" RCP
36" RCP
30" RCP
C-4
B-2
9 10+00 11 12
13
14
8
BLISS ROAD
EX ROW
EX ROW
EX ROW
TEMP EASE
TEMP EASE
EASE
PER
M
PR ROW
EX ROW
TEMP EASE
(TYP)
TREE REMOVAL
STA. 10+35.00
PROJECT BEGINS
PR BLISS RD ~
CA
PIT
OL
DR
24"
MS (9",6")
8"
EARTH EXCAVATION.
BE MEASURED SEPARATELY FOR PAYMENT, BUT SHALL BE INCLUDED IN THE COST OF
CLEARING & GRUBBING, PER SEC. 201 OF THE STANDARD SPECIFICATIONS, SHALL NOT2.
BUT SHALL BE INCLUDED IN THE COST OF GATE REMOVAL.
ALL GATE POSTS AND GATE HARDWARE SHALL NOT BE PAID FOR SEPARATELY,1.
NOTES
Not for
Bid
MA
TC
HLIN
E
ST
A.
14+00
MA
TC
HLIN
E
ST
A.
20
+00
MA
TC
HLIN
E
ST
A.
20
+00
MA
TC
HLIN
E
ST
A.
26
+00
FIL
E
NA
ME
W:\
Projects\2013\130282
Bliss PhII\cadd\
Civil\
Dgn\
Advanced
Contract\
Sheet\
AC-
RE
M_02.d
gn
USER NAME =
PLOT SCALE =
PLOT DATE = 11/3/2016
=
DATE
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED SHEET NO. OF SHEETSSCALE: STA. TO STA.
SECTION COUNTY
ILLINOIS FED. AID PROJECT
TOTAL
SHEETS
SHEET
NO.RTE.
CONTRACT NO.
nparris
1:20
DESIGNED,ENGINEERING WBK LLC
(630) 443-7755
ST. CHARLES, ILLINOIS 60174
116 WEST MAIN STREET, SUITE 201
F.A.P.
520 KANE
11/1/16 14+00.00 26+00.001"=20' 2 4
SBP
NDP
DPB
REMOVAL PLANKANE COUNTY
DIVISION OF TRANSPORTATION5
1516-00058-03-BR
12"
12"
12"
12"
2"
2"
2"
42" CMP
12" RCP
12" RCP
C-
3
S-
2
SC-
1
C-
101
S-
1
C-
2
C-
1
IE=
689.0
8
C-
102
B-
1
12"
14
15+00
16 17
18
19
20+00
CR
EE
KB
LA
CK
BE
RR
Y
BLISS ROAD
EX ROW
TE
MP
EA
SE
EX ROW
TEMP EASE
PE
RM
EA
SE
PR ROW
TEMP EASE
PR ROW
EX ROW
EX ROW
TEMP EASE
PR ROW
7"
6"
25"
10"
12"
8"
MS (12",18",24",20")
24"
20"
AGG SHDR
AGG SHDR
AGG SHDR
AGG SHDR
36"
8"
12"48"
18"
10"
362 LF
(6' CHAIN LINK)
FENCE REMOVAL
14"
PR BLISS RD ~
(TYP)
WETLAND BOUNDARY
(TYP)
WETLAND BOUNDARY
(TYP)
WATERS EDGE
18"
12"
12"18"
16"
11"12"
MS (10",6")
,8",6",6")
MS (12",10",8"
9"
15"
9"
9"
15"/15"
9"
15"
660 SQ YD
CLEARING & GRUBBING
16"
REMOVED (BY OTHERS)
BUILDING TO BE
(TYP)
TREE REMOVAL
233 LF
WETLANDS)
(TO PROTECT
TEMPORARY FENCE
69.0' RT
+50.4
69.0' RT
+78.4
12"
2"
2"
38"
12"
CM
P
9
12"
12"12"
20+00
21
22 23 24 25+00 26BLISS ROAD
EX ROW
TEMP EASE
PR ROW
EX ROW
TEMP EASE
PR ROW
EX ROW
TEMP EASE
PR ROW
PR ROW
EX ROW
TEMP EASE
10"
9"
8"
6"
12"
12"
12"
6"
8"
6"
9"36"
16"22"
36"
6"38"
10"
20"
12"18"
6"
36"
8"
18"16"
AGG SHDR
AGG SHDR
AGG SHDR
AGG SHDR
71 LF
(6' CHAIN LINK)
FENCE REMOVAL
532 LF
(6' CHAIN LINK)
FENCE REMOVAL
8"
ADJUSTED BY OTHERS
AT&T VAULT TO BE
170 SQ YD
GRUBBING
CLEARING &
PR BLISS RD ~
(TYP)
WETLAND BOUNDARY
(TYP)
WETLAND BOUNDARY
15"
6"
6"6"
6"
6"
8"
8"
8"
9"
6"
9"17"
26"
10"
20"
15"
12"
9"
6" 6"
8"
8"9"
6"
6" 6"
9"
9"
8"8"
9"9"
32" 32"
12"
22"12" 12"
6"
9"
9"
6"
9"12"8"6"
6"
38"
6"
9"
9"
9"
12" 17"6" 6"17" 10"10"
9" 10" 6"
10"
6"10"
10"6"
15"/20"
6"
6"
15"/12"
10"/6"
36"
10"
10"
9"/9"/9"
1,421 SQ YD
CLEARING & GRUBBING
13.7'
13.2'
(TYP)
TREE REMOVAL
81 LF
WETLANDS)
(TO PROTECT
TEMPORARY FENCE
70.0' RT
+71.5
70.0' RT
+90.5
REMOVAL)
(INCLUDED IN GATE
SIGN TO BE REMOVED
ELEC. CONTROL PANEL &
GATE
REMOVE EXISTING
FOR NOTES & LEGEND.
SEE PLAN SHEET 4 OF 151.
NOTES
Not for
Bid
MA
TC
HLIN
E
ST
A.
26
+00
FIL
E
NA
ME
W:\
Projects\2013\130282
Bliss PhII\cadd\
Civil\
Dgn\
Advanced
Contract\
Sheet\
AC-
RE
M_03.d
gn
USER NAME =
PLOT SCALE =
PLOT DATE = 11/3/2016
=
DATE
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED SHEET NO. OF SHEETSSCALE: STA. TO STA.
SECTION COUNTY
ILLINOIS FED. AID PROJECT
TOTAL
SHEETS
SHEET
NO.RTE.
CONTRACT NO.
nparris
1:20
DESIGNED,ENGINEERING WBK LLC
(630) 443-7755
ST. CHARLES, ILLINOIS 60174
116 WEST MAIN STREET, SUITE 201
F.A.P.
520 KANE
11/1/16 26+00.001"=20' 3 4
SBP
NDP
DPB
REMOVAL PLAN
28+50.00
KANE COUNTY
DIVISION OF TRANSPORTATION61516-00058-03-BR
12" 12"
12"
26 27 28 29 30+00
31
32
GRAPHIC SCALE
20
FEET
0 20 40
BLISS ROAD
EX ROW
TEMP EASE
PR ROW
EX ROW
TEMP EASE
PR ROW
EX ROW
EX ROW
TEMP EASE
TEMP EASE
PR ROW
PR ROW
6"
12"9"
12"10"
9"
9" 8" 12"
8"8"
STA. 28+50.00
PROJECT ENDS
AGG SHDR
AGG SHDR
765 SQ YD
GRUBBING
CLEARING &
42.6' RT
+51.0
PR BLISS RD ~
EX BLISS RD ~
252 LF
(6' CHAIN LINK)
FENCE REMOVAL
22" 24"
12"38"
8" 6"
8"8"
6" 8"
6"
8"
6"10"
10"
10"
11"
38"
8"
12"
11"
6"6"6"
9"
9" 8" 20"
18"/8"
10" 13"
10"
17"20"
9"
6"
15"
10"6"6"
10"
738 SQ YD
CLEARING & GRUBBING
(SEE NOTE 1)
CLEARING & GRUBBING
LEGEND
LINEAR ITEM REMOVAL AS SPECIFIED
12"
(TYP)
TREE REMOVAL
W/ SIZE (INCH-DIA.)
TREE & STUMP REMOVAL
BE INCLUDED IN THE COST OF TREE REMOVAL.
SHALL NOT BE MEASURED SEPARATELY FOR PAYMENT, BUT SHALL
CLEARING & GRUBBING, AS DEFINED IN THE SPECIAL PROVISIONS,1.
NOTES Not for
Bid
CR
EE
KB
LA
CK
BE
RR
Y
LEGEND
LINEAR ITEM REMOVAL AS SPECIFIED
12"
(TYP)
TREE REMOVAL
(TYP)
WETLAND BOUNDARY
PE
RM
EAS
E
PE
RM
EAS
E
BL
AC
KB
ER
RY
CR
EE
KMS (8",6",6")
16"
14"
16"
28"
9"
MS (9",6")
10"
6"
8"
18" 8"
MS (15",10")
10"
8" MS (9",7")
MS (10",12")
32"
30"
MS (18",10",6",6")
6"
7"
28"
32"
15"
14"
22"
24"
22"
8"
8"
20"
,8",6",6")
MS (12",10",8"10"
REMOVED (BY OTHERS)
BUILDING TO BE
(BY OTHERS)
BE REMOVED
BUILDING TO
(BY OTHERS)
CAPPED
WELL TO BE
CH
UR
CH
EN
TR
AN
CE
W/ SIZE (INCH-DIA.)
TREE & STUMP REMOVAL
CLEARING & GRUBBING
36"
362 LF
(6' CHAIN
LINK)FENCE REMOVAL
TE
MP
EAS
E
GRAPHIC SCALE
20
FEET
0 20 40
BL
AC
KB
ER
RY
CR
EE
K
233 LF
WETLANDS)(TO PROTECTTEMPORARY FENCE
GRAPHIC SCALE
20
FEET
0 20 40
MATCHLINE REMOVAL SHEET 5 OF 15
(BOTTOM PANEL)
MATCHLINE REMOVAL SHEET 5 OF 15
(BOTTOM PANEL)
MATCHLINE REMOVAL SHEET 4 OF 15 (BOTTOM PANEL)
FIL
E
NA
ME
W:\
Projects\2013\130282
Bliss PhII\cadd\
Civil\
Dgn\
Advanced
Contract\
Sheet\
AC-
RE
M_04.d
gn
USER NAME =
PLOT SCALE =
PLOT DATE = 11/3/2016
=
DATE
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED SHEET NO. OF SHEETSSCALE: STA. TO STA.
SECTION COUNTY
ILLINOIS FED. AID PROJECT
TOTAL
SHEETS
SHEET
NO.RTE.
CONTRACT NO.
nparris
1:20
DESIGNED,ENGINEERING WBK LLC
(630) 443-7755
ST. CHARLES, ILLINOIS 60174
116 WEST MAIN STREET, SUITE 201
F.A.P.
520 KANE
11/1/16 1"=20' 4 4
SBP
NDP
DPB
REMOVAL PLANKANE COUNTY
DIVISION OF TRANSPORTATION7
1516-00058-03-BR
Not for
Bid
FIL
E
NA
ME
W:\
Projects\2013\130282
Bliss PhII\cadd\
Civil\
Dgn\
Advanced
Contract\
Sheet\
AC-P
LA
T_01.d
gn
USER NAME =
PLOT SCALE =
PLOT DATE = 11/3/2016
=
DATE
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED SHEET NO. OF SHEETSSCALE: STA. TO STA.
SECTION COUNTY
ILLINOIS FED. AID PROJECT
TOTAL
SHEETS
SHEET
NO.RTE.
CONTRACT NO.
nparris
1:1
DESIGNED F.A.P.
520
11/1/16
,ENGINEERING WBK LLC
(630) 443-7755
ST. CHARLES, ILLINOIS 60174
116 WEST MAIN STREET, SUITE 201KANE
PLAT OF HIGHWAYS
FOR REFERENCE ONLY
1 8
KANE COUNTY
DIVISION OF TRANSPORTATION8
1516-00058-03-BR
10+00
15+00
9+00
OFFSET:3.29 L
STA:9+38.77
OFFSET:40.00 L
STA:11+52.11
OFFSET:45.00 L
STA:11+51.67
OFFSET:35.64 L
STA:10+10.48
OFFSET:45.00 L
STA:11+66.50
P.I.N. 14-09-400-038
OFFSET:45.00 L
STA:11+93.22
OFFSET:40.00 L
STA:11+93.22
OFFSET:57.70 RSTA:16+
26.25
OFFSET:227.87 L
STA:14+44.55
PARCEL 0006 PE
P.O.B.
S71°2
5'1
8"E 190.8
1'
CH=34.55' CB=S42°05
'53"WR=945.00
' A=34.55'OFFSET:42.8
0 LSTA:15+07.80
N55°58'22"E 38.25'
OFFSET:45.00 L
STA:12+70.53
OFFSET:60.00 L
STA:12+80.80
OFFSET:77.02 L
STA:12+72.67
OFFSET:77.55 L
STA:13+53.31
OFFSET:120.52 L
STA:13+25.31
OFFSET:179.26 L
STA:13+05.93
OFFSET:34.18 L
STA:11+71.88
PARCEL 0002
P.O.B.
OFFSET:0.00 R
STA:11+93.22 OFFSET:35.17 L
STA:12+92.10
OFFSET:40.00 L
STA:12+89.95
OFFSET:2.77 L
STA:14+13.96
OFFSET:77.63 L
STA:13+70.06
OFFSET:32.73 L
STA:13+97.70
OFFSET:238.18 L
STA:13+05.75
N55°58'22"E 68.62'
CB=S72°32'41"E
CH=33.32'
A=33.32'
CB=N72°28'29
"W
CH=25.2
8'
A=25.2
8'R=28
14.8
2'
CB=S50°56'06"W
CH=15.45'
A=15.45'
R=967.14'
N67°5
4'5
5"
W
49.8
2'
R=110.00'
A=61.81'
CH
=61.00'
CB
=N51°49'01"
W
58.9
3'
N35°4
3'0
8"
W
OFFSET:146.43 L
STA:13+18.59
N34°18'21
"E 2.72'
R=945.00' A=131.5
6'
CH=131.45' CB=N39°09
'26"E
CH=56.03' CB=N68°41'49"
WR=2914.82' A=56.03'
N34°18'21
"E 2.72'
R=3467.8
7' A=252.4
0
OFFSET:34.28 L
STA:11+60.88
PARCEL 0001
P.O.B.
S61°23'21"W 150.40'
N60°52'17"E 15.04'
S60°52'17"W
CB=N58°06'01"E
CH=92.83'
A=92.86'
R=960.00'
5.26'
S57°54'29"E
R=1009.14'A=116.80'CH=116.73'CB=S58°04'25"W
S61°23'21"W 4.00'
CH=16.36' C
B=N35°36'33
"E
R=1065.00'
A=16.36'
CH=40.67' C
B=N35°25'26
"E
R=1042.14'
A=40.67'
OFFSET:75.00 L
STA:17+50
PARCEL 0006 T
E1
20.00'
S56°53'50"E
R=2945.00' A=10
6.21'
CH=106.20'
CB=S34°08'
09"W
A=97.01' CH=96.9
7'
CB=S38°06'36"W
N71°25'18"W 21
.68'
CH=103.19' CB=N38°2
2'00"E
R=925.00' A=103.
25'
R=2925.00' A=10
5.49'
CH=105.48'
CB=N34°08'
09"E
CH=15.89' C
B=S35°35'4
0"W
R=1070.00'
A=15.89'
OFFSET:40.00 L
STA:11+67.14
PARCEL 0002 TE
P.O.B.
N34°09'36"W 5.02'
N60°52'17"E 8.06'
CH=73.81' CB=N58°39'24"E
R=955.00' A=73.83'
N00°52'47"W 17.88'
S57°54'29"E 21.81'
R=1070.00' A=98.3
7'
CH=98.34' CB=S38°39
'13"W
S64°1
2'4
8"E 103.4
4'
R=1195.00' A=95.89'
CH=95.86' CB=S41°55'27"W
R=2809.8
2'
A=60.6
5'
CH
=60.6
5'
CB
=N66°5
3'0
6"
W
55.7
6'
N64°1
5'4
2"
W
R=1107.14' A=257.62'
CH=257.04' CB=S53°23'56"W
6.17'
N65°44'38"W
R=1102.14' A=458.30'CH=455.00' CB=N48°20'25"E
PARCEL 0008 TE
OFFSET:233.25 L
STA:13+95.34
OFFSET:75.00 LSTA:15+
30.19
OFFSET:190.82 L
STA:14+26.95
PARCEL 0003 PE
P.O.B.
OFFSET:32.80 L
STA:15+11.92
PARCEL 0004
P.O.B.
OFFSET:2.77 LSTA:15+23.50PARCEL 0006
P.O.B.
OFFSET:55.00 L
STA:17+50
OFFSET:75.00
LSTA:16
+41.81
OFFSET:55.00
LSTA:16
+41.81
OFFSET:2.21 LSTA:16
+68.01
OFFSET:27.69 R
STA:16+25.43
OFFSET:70.00
RSTA:16
+41.81
OFFSET:65.00 R
STA:16+26.44
OFFSET:66.34 R
STA:16+26.48
PARCEL 0007P.O.B.
OFFSET:70.00 R
STA:16+26.96
PARCEL 0007 TE
P.O.B.
OFFSET:65.00
RSTA:16
+41.81
PARCEL 0004
PA
RC
EL 0006 P
E
PA
RC
EL 0003 P
E
OFFSET:2.31 LSTA:16+
24.56
OFFSET:55.00 LSTA:15+
39.15 PARCEL 0006
TE1P.O.B.
OFFSET:170.60 R
STA:14+76.72
OFFSET:62.18 R
STA:14+38.77
OFFSET:170.00 RSTA:15+58.65
OFFSET:70.00 R
STA:15+35.02
OFFSET:63.75 R
STA:11+96.37
OFFSET:58.79 R
STA:11+92.89
PARCEL 0008 TE
P.O.B.
1
24
5
7
13
STA:10+10.48
BEGIN PROJECT
PARCEL 0001
PARCEL 0001 TE
PARCEL 0002 TE
PARCEL 0002
PARCEL 0008 TE
3
BLISS
ROAD
PIN:14-16-200-003
OAK HIL
L SUBDIVISI
ON
DOCUMENT NO. 86445
0LOT 3
LOT 2
LOT 1
45.5
4'
A=126.6
6'
CH
=126.6
5'
CB
=N70°5
8'2
1"W
N89°06'40"E 13
3.6
6'
PARCEL 0005
CB
=N70°5
7'5
6"
W
CH
=122.9
8'
A=
122.9
9'
A=71.0
5'
CH
=71.0
5'
CB
=N71°2
9'3
9"W
R=2814.8
2'
54.4
6'
15.88'
S70°57'48"E
S17°46'58"
W
100.
00'
R=2914.8
2'
A=184.4
0'
CH
=184.3
7'
CB
=N71°0
3'3
6"W
P.I.N. 14-16-
200-011
CB=N69°29'15"W
CH=24.42'
A=24.42'
R=2914.82'
P.I.N. 14-09-400-013
R=1012.14' A=110.47'CH=110.42' CB=S45°50'54"W
OFFSET:77.49 LSTA:14+
92.41PARCEL 0005P.O.B.
OFFSET:55.00 LSTA:15+
02.59PARCEL 0006
PEP.O.B.
PARCEL 0006
OFFSET:167.32 L
STA:13+79.43
S34°18'2
1"W 2.72'
R=1002.14' A=151.
16'
CH=151.01' CB=S38°3
7'37"W
N59°06'33"E 141.69'
±37'
CH=40.74' C
B=N35°23'40
"E
R=1072.14'
A=40.74'
R=1042.14' A=141.
47'
CH=141.36' CB=N38°1
1'41"E
LOT 10
LOT 14
CAPIT
OL
DRIV
E
S65°4
4'3
8"E 74.9
9'
N61°23'21"E 23.41
NO.
2011
K078376
EA
SE
ME
NT
DO
CU
ME
NT
15'
WA
TE
RM
AIN
NO.
2007
K055573
EA
SE
ME
NT
DO
CU
ME
NT
15'
WA
TE
RM
AIN
6
NO. 96K02
6086
EASEMENT DOCUMENT
WATERMAIN
NO.
2008
K072401
EA
SE
ME
NT
DO
CU
ME
NT
30'
SA
NIT
AR
Y S
EW
ER
DOCUMENT NO. 96K026084
WATERMAIN EASEMENT
DOCUMENT NO. 2008K072400
SANITARY SEWER EASEMENT
DOCUMENT NO. 96K026085
WATERMAIN EASEMENTDOC. NO. 96K02608
5WATERMAIN EASEMENT
BLACKBERRY CREEKCENTERLINE OF
OFFSET: 117.99 R
STA: 14+60.57
SECTION 16-38-7
NORTH LINE OF
P.I.N
. 14-
16-
400-
043
SECTION 9-38-7
SOUTH LINE OF
(STATE AID ROUTE 9)
CENTERLINE OF BLISS ROAD
DOCUMENT 2007K055573
DEDICATED PER
PER CONDEMNATION CASE NO. 61-760
SOUTHEASTERLY LINE OF LAND
LIN
E "A"
LIN
E "
A"
109.3
6'
R=3437.
87' A=23
1.28
CH=231.24' C
B=N32°22'
±67'
P.O.B.
PIN:14-16-200-054
PIN:14-16-200-055
PIN:14-16-200-057
DOCUMENT NO. 2006K116104
PROPERTY LINE PER
CH=241.39' CB=S54°44'19"W
R=1042.14' A=241.93'PARCEL 0002TE
PARCEL 0001TE
PARCEL 0001
P.O.C.
PARCEL 0008TE
PARCEL 0007TE
PARCEL 0007
P.O.C.
5'
175.0
0'
PARCEL 0006PE
PARCEL 0006TE2
PARCEL 0006TE1
P.O.C.
PARCEL 0005PE
PARCEL 0003PE
P.O.C.
PIN:14-
19-400
-039
PIN:14
-19-200-015
R=2945.0
0' A=351
.62' C
H=351.14' CB=N31°4
4'55"E
CH=48.35' CB=S69°15'08"E
RAD=2914.82 A=48.35
DO
CU
ME
NT
NO.
2011K078379
15'
WATER
MAIN E
ASE
ME
NT
P.O.B.
NO.
92
K26125
PR
OP
ER
TY
LIN
E P
ER
DO
CU
ME
NT
SEE SHEET 8
14
15
GARY RAILWAY COMPANY
OF FORMER CHICAGO, MILWAUKEE AND
SOUTHWESTERLY RIGHT OF WAY LINEAND GARY RAILWAY COMPANY
OF FORMER CHICAGO, MILWAUKEE
NORTHEASTERLY RIGHT OF WAY LINE
PIN:14-16-200-056
PIN:14-16-200-057
EASEMENT
CONSTRUCTION
TEMPORARY
PROPOSED
EASEMENT CONSTRUCTIONTEMPORARYPROPOSED
RIGHT-OF-WAY
EXISTING
RIGHT-OF-WAY
EXISTING
RIGHT-OF-WAY
PROPOSED
RIGHT-OF-WAYEXISTING
RIGHT-OF-WAYPROPOSED
RIGHT-OF-WAYPROPOSED
RIGHT-OF-WAYEXISTING
RIGHT-OF-WAY
EXISTING
RIGHT-OF-WAY
EXISTING
EA
SE
ME
NT
PE
RM
AN
EN
T
PR
OP
OS
ED
CONSTRUCTION EASEMENT
PROPOSED TEMPORARY
30'
33'
33'
60'
ACQUIRED BY
PROPERTY
TAX NUMBER
PERMANENT
EASEMENT
PURPOSE OFEASEMENTSREMAINDER
EXISTING R.O.W.
AREA IN
TAKEN
AREA
HOLDING
TOTALOWNERPARCEL NO.
TEMP PERM
0001 PHILIP S. NELSON 0.483 AC. 0.010 AC. 0.473 AC.
RANGE 7 EAST OF THE THIRD PRINCIPAL MERIDIAN, IN KANE COUNTY, ILLINOIS
PART OF THE SOUTH HALF OF SECTION 9 AND PART OF THE NORTH HALF OF SECTION 16, TOWNSHIP 38 NORTH, BASIS OF BEARINGS:NAD83, ILLINOIS EAST ZONE (1201) AT GROUND
LEGEND
EXISTING RIGHT OF WAY LINE
SECTION LINE
PROPERTY (DEED) LINE
109
1516
QUARTER
CORNER
MEASURED DIMENSION129.32'
IRON PIPE OR FOUND ROD
PERMANENT SURVEY MARKER, I.D.O.T. STANDARD 2135 (TO BE SET BY OTHERS)
PL
SECTION 16 15 SECTION
CORNER
QUARTER SECTION LINE
QUARTER QUARTER SECTION LINE
PLATTED LOT LINES
APPARENT PROPERTY LINEAPL
EXISTING CENTERLINE
PROPOSED CENTERLINE
PROPOSED RIGHT OF WAY LINE
PROPOSED EASEMENT
COMPUTED DIMENSION129.32' (COMP)
RECORD DIMENSION(129.32')
EXISTING BUILDING
of Transportation.
as provided by the Illinois Department
Coordinate System, NAD83, East Zone,
Bearings are referenced to the Illinois
"MAG" NAIL SET
CUT CROSS FOUND OR SET 5 / 8" REBAR SET
T3 COLORED PLASTIC CAP BEARING SURVEYORS REGISTRATION NUMBER.
T2 IRON ROD FLUSH WITH GROUND TO TIE FOUND IRON STAKE IDENTIFIED BY
T1 THESE STAKES REFERENCED FOUND OR SET MONUMENTATION. SET 5/8 INCH
BT3 IRON STAKE. IDENTIFIED BY COLORED PLASTIC CAP BEARING SURVEYORS REGISTRATION NUMBER.
BT2 BURIED 5/8 INCH IRON ROD 20 INCHES BELOW GROUND TO TIE FOUND
BT1 THESE STAKES, IN CULTIVATED AREAS, REFERENCED FOUND OR SET MONUMENTATION.
MARKER TO MONUMENT THE POSITION SHOWN.
STAKING OF PROPOSED RIGHT OF WAY, DIVISION OF HIGHWAYS SURVEY
M
MARKER POSITION.
BURIED 5/8 INCH METAL ROD 20 INCHES BELOW GROUND TO MARK FUTURE SURVEY
STAKING OF PROPOSED RIGHT OF WAY IN CULTIVATED AREAS.
RIGHT OF WAY STAKING PROPOSED TO BE SET
CERTIFICATION
1961
ALAN V. ECK
12-9-2014
LICENSE EXPIRES 11/30/16
LAND SURVEYOR NO.
IL PROFESSIONAL
________________________ DATE: BY:
LICENSE EXPIRES 4/30/2015
LAND SURVEYOR CORPORATION NO. 184-002778
PROFESSIONAL DESIGN FIRM
COMPASS SURVEYING LTD.
SURVEY TO BE RETRACED. MADE FOR THE DEPARTMENT OF TRANSPORTATION, STATE OF ILLINOIS.
QUALITY AND OCCUPY THE POSITIONS SHOWN THEREON AND THAT THE MONUMENTS ARE SUFFICIENT TO ENABLE THE
BELIEF, THAT THE PLAT CORRECTLY REPRESENTS SAID SURVEY, THAT ALL MONUMENTS FOUND ARE OF PERMANENT
KANE COUNTY, ILLINOIS, THAT THE SURVEY IS TRUE AND COMPLETE AS SHOWN TO THE BEST OF MY KNOWLEDGE AND
HIGHWAYS SHOWN HEREON IN SECTION 32, TOWNSHIP 41 NORTH, RANGE 8 EAST OF THE THIRD PRINCIPAL MERIDIAN,
, AN ILLINOIS PROFESSIONAL LAND SURVEYOR, HAVE SURVEYED THE PLAT OF THIS IS TO CERTIFY THAT I,
)COUNTY OF KANE
)SS
)STATE OF ILLINOIS
COORDINATE SYSTEM (NAD83) EAST ZONE. (AT GROUND)
COORDINATES ARE BASED ON THE ILLINOIS STATE PLANE
BASIS OF COORDINATES:
EDGE OF PAVEMENT
UTILITY POLE
EDGE OF GRAVEL
AERIAL WIRESAA
2631 GINGER WOODS PARKWAY, STE. 100
AURORA, IL 60502
PHONE:(630) 820-9100 FAX:(630) 820-7030
JOB NO. 9764REVISION
DATE DESCRIPTION
INK
ED
CH
EC
KE
D
MA
DE
DA
TE
BY
NO.
NO
TE
BO
OK
PL
AT
R.O.W.
0001 TE
0.001 AC. 14-16-200-054
TEMPORARY EASEMENT
SCALE:1" = 30' SHEET NO. 2 Of 9
DRAWN MRA CHECKED AE
28+55.04 TO STA 10+10.48STA
PROJECT# #BHOS-0089(123)
JOB# R-91-007-09
COUNTY KANE
SECTION #08-00058-02-BR
(BLISS ROAD OVER BLACKBERRY CREEK)FAP 520
PLAT OF HIGHWAYS
KANE COUNTY DIVISION OF TRANSPORTATION
RECORDING:RECORDED ON / / AS DOCUMENT NO. SECTION:08-00058-02-BR COUNTY:KANE P-91-162-09, R-91-007-09JOB:FAP 520ROUTE:
G:\Psdata\9000\9764\IDOT\9764 POHwy IDOT 2-3-4of9.dwg
EXISTING EASEMENT
DOCUMENT NO. 90K60327
CENTER UNIT 2
SUGAR GROVE CORPORATE
0002 JACK E. MORLEY AND KAYE MORLEY, IN JOINT TENANCY 0.315 AC. 0.015 AC. 0.300 AC. 14-16-200-055
0.171 AC.0003 PE
AN ILLINOIS RELIGIOUS CORPORATION
VILLAGE BIBLE CHURCH OF SUGAR GROVE, 7.000 AC. 0.171 AC. 6.829 AC. 14-09-400-043
0004 LUANNE C. MUSHRUSH 0.278 AC. 0.278 AC. 14-16-200-011
0005 LEIGH SAUER 0.068 AC. 0.068 AC. 14-09-400-013
0008 TE KARI E. SWANSON 3.670 AC. 0.311 AC. 3.359 AC. 14-16-200-056
0.016 AC.
0.311 AC.
14-16-200-057
CONSTRUCTION
CONSTRUCTION
CONSTRUCTION
0 AC.
0 AC.
0002 TE
(447 S.F.) (41 S.F.)
(647 S.F.) (713 S.F.)
6-4-14 PER COUNTY COMMENTS
7-1-14 PER COUNTY COMMENTS
8-12-14 PER COUNTY COMMENTS
Not for
Bid
FIL
E
NA
ME
W:\
Projects\2013\130282
Bliss PhII\cadd\
Civil\
Dgn\
Advanced
Contract\
Sheet\
AC-P
LA
T_02.d
gn
USER NAME =
PLOT SCALE =
PLOT DATE = 11/3/2016
=
DATE
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED SHEET NO. OF SHEETSSCALE: STA. TO STA.
COUNTY
ILLINOIS FED. AID PROJECT
TOTAL
SHEETS
SHEET
NO.RTE.
CONTRACT NO.
nparris
1:1
DESIGNED F.A.P.
520
11/1/16
,ENGINEERING WBK LLC
(630) 443-7755
ST. CHARLES, ILLINOIS 60174
116 WEST MAIN STREET, SUITE 201KANE
PLAT OF HIGHWAYS
FOR REFERENCE ONLY
82
KANE COUNTY
DIVISION OF TRANSPORTATION9
15
SECTION
16-00058-03-BR
20+00
OFFSET:57.70 RSTA:16+
26.25
CH=34.55' CB=S42°05
'53"WR=945.00
' A=34.55'
N34°18'21
"E 2.72'
=131.56'
N39°09'26"E
43.7
6'
CH=56.03' CB=N68°41'49"
WR=2914.82' A=56.03'
N34°18'21
"E 2.72'
R=3467.8
7' A=252.4
0' CH=25
2.35'
CB=N32°13'15
"E
OFFSET:2.53 L
STA:18+99.49
CH=16.36' C
B=N35°36'33
"E
R=1065.00'
A=16.36'
CH=40.67' C
B=N35°25'26
"E
R=1042.14'
A=40.67'
A=320.22' C
H=320.07' C
B=N25°1
2'47
"E
7.00'
N61°40'19"W
R=293
8.00'
A=319.46'
CH=319.30' C
B=N25°1
2'47"E
OFFSET:75.00 L
STA:17+50
PARCEL 0006 T
E1
20.00'
S56°53'50"E
R=2945.00' A=10
6.21'
CH=106.20'
CB=S34°08'
09"W
CH=96.97'
8°06'36"W
N71°25'18"W 21
.68'
CB=N38°22'00"
E
0' A=103.25'
R=2925.00' A=10
5.49'
CH=105.48'
CB=N34°08'
09"E
OFFSET:65.00 R
STA:19+40.14
CH=15.89' C
B=S35°35'4
0"W
R=1070.00'
A=15.89'
PARCEL 0007
TE
070.00' A=98.3
7'
34' CB=S38°39'13"W
S64°1
2'4
8"E 103.4
4'
OFFSET:75.00 LSTA:15+
30.19
OFFSET:
65.0
0 R
STA:23
+26.2
0
OFFSET:
55.0
0 L
STA:23
+26.2
0OFF
SET:62.0
0 L
STA:23
+26.2
0
OFFSET:70.00 R
STA:19+43.07
OFFSET:62.00 L
STA:20+00
PARCEL 0006 TE2
OFFSET:55.00 L
STA:20+00
P.O.B.
OFFSET:55.00 L
STA:17+50
OFFSET:75.00
LSTA:16
+41.81
OFFSET:55.00
LSTA:16
+41.81
OFFSET:2.21 LSTA:16
+68.01
PARCEL 0007
OFFSET:27.69 R
STA:16+25.43
OFFSET:70.00
RSTA:16
+41.81
OFFSET:65.00 R
STA:16+26.44
OFFSET:66.34 R
STA:16+26.48
PARCEL 0007P.O.B.
OFFSET:70.00 R
STA:16+26.96
PARCEL 0007 TE
P.O.B.
OFFSET:65.00
RSTA:16
+41.81
OFFSET:2.31 LSTA:16+
24.56
OFFSET:55.00 LSTA:15+
39.15 PARCEL 0006
TE1P.O.B.
7
PARCEL 000
6
P.I.N. 14-09-400-038
12
11
8
OFFSET:55.00 LSTA:15+
02.59PARCEL 0006
PEP.O.B.
PARCEL 0006
PARCEL 000
6 TE
2
R=339
7.87'
A=785.78'
CH=784.03' C
B=S27°4
0'51"W
S34°18'2
1"W 2.72'
' A=151.16'
CB=S38°37'37"
W
R=3065.00' A
=699.2
2' CH=69
7.71'
CB=S28°3
8'01"W
±37'
CH=40.74' C
B=N35°23'40
"E
R=1072.14'
A=40.74'
R=3467.87' A
=801.9
7' CH=80
0.18'
CB=N27°40'51
"E
R=3437.87' A
=795.0
3' CH=79
3.26'
CB=N27°40'51
"E
2.14' A=141.
47'
36' CB=N38°11'41"
E
R=3070.00' A
=700.3
6' CH=69
8.85'
CB=N28°38'01
"E
79.0
4'
N88°32'49"E
NO. 96K02
6086
EASEMENT DOCUMENT
WATERMAIN
DOC. NO. 96K026085WATERMAIN EASEMENT
BLACKBERRY CREEKCENTERLINE OF
OFFSET:27.54 R
STA:19+17.86
SECTION 9-38-7
SOUTH LINE OF
A=245.4
1' R=29
45.00'
(STATE
AID
ROUTE 9)
CENTERLIN
E OF
BLISS
ROAD
(STATE
AID
ROUTE 9) P
ER DOCUMENT
2004
K137
062
SOUTHEASTERLY
RIGHT-
OF-WAY
LINE
OF BLIS
S ROAD
PARCEL 000
7
R=346
7.87'
A=550.02'
CH=549.44' C
B=N25°3
5'58"E
P.I.N. 1
4-09-40
0-03
9
35.2
8'
R=3437.
87' A=23
1.28'
CH=231.24' C
B=N32°22'43
"E
±67'
P.O.B. PIN:14-
19-400
-039
PIN:14
-19-200-015
R=2945.0
0' A=351
.62' C
H=351.14' CB=N31°4
4'55"E
R=2945.0
0' A=671
.85' C
H=670.39' C
B=N28°38'
01"E
P.O.B.
PIN:14-16-200-057
EASEMENT CONSTRUCTIONTEMPORARYPROPOSED
RIGHT-OF-WAYEXISTING
RIGHT-OF-WAYPROPOSED
RIGHT-OF-WAYPROPOSED
RIGHT-OF-WAYEXISTING
RIGHT-OF-WAYPROPOSED
EASEMENT CONSTRUCTION
PROPOSED TEMPORARY
RIGHT-
OF-WAYEXISTIN
G
RIGHT-
OF-WAYEXISTIN
G
CONSTRUCTIO
N EASEMENT
PROPOSED TE
MPORARY
RIGHT-
OF-WAY
PROPOSED
CONSTRUCTION EASEMENT
PROPOSED TEMPORARY
40'
30'
RANGE 7 EAST OF THE THIRD PRINCIPAL MERIDIAN, IN KANE COUNTY, ILLINOIS
PART OF THE SOUTH HALF OF SECTION 9 AND PART OF THE NORTH HALF OF SECTION 16, TOWNSHIP 38 NORTH, BASIS OF BEARINGS:NAD83, ILLINOIS EAST ZONE (1201) AT GROUND
MEASURED DIMENSION129.32'
IRON PIPE OR FOUND ROD
PERMANENT SURVEY MARKER, I.D.O.T. STANDARD 2135 (TO BE SET BY OTHERS)
PROPOSED EASEMENT
COMPUTED DIMENSION129.32' (COMP)
RECORD DIMENSION(129.32')
EXISTING BUILDING
of Transportation.
as provided by the Illinois Department
Coordinate System, NAD83, East Zone,
Bearings are referenced to the Illinois "MAG" NAIL SET
CUT CROSS FOUND OR SET 5 / 8" REBAR SET
T3 COLORED PLASTIC CAP BEARING SURVEYORS REGISTRATION NUMBER.
T2 IRON ROD FLUSH WITH GROUND TO TIE FOUND IRON STAKE IDENTIFIED BY
T1 THESE STAKES REFERENCED FOUND OR SET MONUMENTATION. SET 5/8 INCH
SURVEYORS REGISTRATION NUMBER.
BT3 IRON STAKE. IDENTIFIED BY COLORED PLASTIC CAP BEARING
BT2 BURIED 5/8 INCH IRON ROD 20 INCHES BELOW GROUND TO TIE FOUND
BT1 THESE STAKES, IN CULTIVATED AREAS, REFERENCED FOUND OR SET MONUMENTATION.
MARKER TO MONUMENT THE POSITION SHOWN.
STAKING OF PROPOSED RIGHT OF WAY, DIVISION OF HIGHWAYS SURVEY
M
MARKER POSITION.
BURIED 5/8 INCH METAL ROD 20 INCHES BELOW GROUND TO MARK FUTURE SURVEY
STAKING OF PROPOSED RIGHT OF WAY IN CULTIVATED AREAS.
RIGHT OF WAY STAKING PROPOSED TO BE SET
COORDINATE SYSTEM (NAD83) EAST ZONE. (AT GROUND)
COORDINATES ARE BASED ON THE ILLINOIS STATE PLANE
BASIS OF COORDINATES:
EDGE OF PAVEMENT
UTILITY POLE
EDGE OF GRAVEL
AERIAL WIRESAA
2631 GINGER WOODS PARKWAY, STE. 100
AURORA, IL 60502
PHONE:(630) 820-9100 FAX:(630) 820-7030
JOB NO. 9764
REVISION
DATE DESCRIPTION
INK
ED
CH
EC
KE
D
MA
DE
DA
TE
BY
NO.
NO
TE
BO
OK
PL
AT
R.O.W.
TEMPORARY EASEMENT
SCALE:1" = 30' SHEET NO. 3 OF 9
DRAWN MRA CHECKED AE
28+55.04 TO STA 10+10.48STA
PROJECT# #BHOS-0089(123)
JOB# R-91-007-09
COUNTY KANE
SECTION #08-00058-02-BR
(BLISS ROAD OVER BLACKBERRY CREEK)FAP 520
PLAT OF HIGHWAYS
KANE COUNTY DIVISION OF TRANSPORTATION
RECORDING:RECORDED ON / / AS DOCUMENT NO. SECTION:08-00058-02-BR COUNTY:KANE P-91-162-09, R-91-007-09JOB:FAP 520ROUTE:
G:\Psdata\9000\9764\IDOT\9764 POHwy IDOT 2-3-4of9.dwg
LEGEND
EXISTING RIGHT OF WAY LINE
SECTION LINE
PROPERTY (DEED) LINE
109
1516
QUARTER
CORNER
PL
SECTION 16 15 SECTION
CORNER
QUARTER SECTION LINE
QUARTER QUARTER SECTION LINE
PLATTED LOT LINES
APPARENT PROPERTY LINEAPL
EXISTING CENTERLINE
PROPOSED CENTERLINE
PROPOSED RIGHT OF WAY LINE
EXISTING EASEMENT
ACQUIRED BY
PROPERTY
TAX NUMBER
PERMANENT
EASEMENT
PURPOSE OFEASEMENTSREMAINDER
EXISTING R.O.W.
AREA IN
TAKEN
AREA
HOLDING
TOTALOWNER
NO.
PARCEL
TEMP PERM
0006 TE2
0006 TE1
0006 PE
0006 FOREST PRESERVE DISTRICT OF KANE COUNTY 136.120 AC. 1.656 AC. 134.464 AC.
0.136 AC.
0007 TE
0007
AS TRUSTEE UNDER TRUST NO. 3699
ALPINE BANK AND TRUST COMPANY, 34.313 AC. 1.201 AC. 0.147 AC.
CONSTRUCTION
CONSTRUCTION
1.218 AC. 0.136 AC.
14-09-300-043
14-09-400-038
14-09-400-039
14-16-200-052
14-16-200-0150.196 AC. 33.112 AC.
(FROM SHEET
4)
0.095 AC.
6-4-14 PER COUNTY COMMENTS
7-1-14 PER COUNTY COMMENTS
8-12-14 PER COUNTY COMMENTS
Not for
Bid
FIL
E
NA
ME
W:\
Projects\2013\130282
Bliss PhII\cadd\
Civil\
Dgn\
Advanced
Contract\
Sheet\
AC-P
LA
T_03.d
gn
USER NAME =
PLOT SCALE =
PLOT DATE = 11/3/2016
=
DATE
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED SHEET NO. OF SHEETSSCALE: STA. TO STA.
SECTION COUNTY
ILLINOIS FED. AID PROJECT
TOTAL
SHEETS
SHEET
NO.RTE.
CONTRACT NO.
nparris
1:1
DESIGNED F.A.P.
520
11/1/16
,ENGINEERING WBK LLC
(630) 443-7755
ST. CHARLES, ILLINOIS 60174
116 WEST MAIN STREET, SUITE 201KANE
PLAT OF HIGHWAYS
FOR REFERENCE ONLY
83
KANE COUNTY
DIVISION OF TRANSPORTATION10
1516-00058-03-BR
25+
00
OFFSET:55.00 L
STA:28+50.04
52.5
6'
S67°5
4'0
7"E
R=343
7.87'
A=101.3
1'
CH=101.3
0' C
B=S21°
54'0
0"W
S21°0
3'21"W
285.
54'
OFFSET:27.56 R
STA:28+50.04
37.4
4'
S22°0
5'53"
W 52
3.84'
N21°03'21"
E 28
5.54'
P.I.N. 1
4-09-40
0-03
9
OFFSET:2.44 L
STA:28+50.04
S67°5
4'0
7"E 67.4
4'
OFFSET:62.00 L
STA:28+50.047.00'
S67°54'07"E
N22°05'53
"E 5
23.84'
N22°05'53
"E 5
23.84'
OFFSET:27.62 R
STA:28+55.04
42.3
8'
S67°5
4'0
7"E
S22°0
5'53"
W 52
8.84'
CH=5.00' CB=N22°47'31"E
R=3407.87' A=5.00'
PARCEL 00
07 T
E
OFFSET:70.00 R
STA:28+55.04
OFFSET:65.00 R
STA:28+50.04
OFFSET:2
7.90
R
STA:27
+49.29
OFFSET:2
.09 L
STA:27
+48.74
OFFSET:
3.10 R
STA:24
+63.2
5
OFFSET:
33.10 R
STA:24
+63.7
9
OFFSET:
70.0
0 R
STA:23
+26.2
0
OFFSET:
65.0
0 R
STA:23
+26.2
0
OFFSET:
55.0
0 L
STA:23
+26.2
0OFF
SET:62.0
0 L
STA:23
+26.2
0
PARCEL 00
07
PARCEL 00
06
9
PARCEL 00
06 T
E2
11
10
8
STA:28+55.04
END PROJECT
12.56'
S67°54'07"E
R=347
7.87'
A=102.0
4'
CH=102.0
3' C
B=S21°
53'4
7"W
S21°0
3'21"W
285.
54'
R=340
7.87'
A=100.7
6'
CH=100.7
6' C
B=N21°
54'1
0"E
(STATE
AID
ROUTE 9)
PER DOCUMENT
2004
K137
062
SOUTHEASTERLY
RIGHT-
OF-WAY
LINE
OF BLIS
S ROAD
(STATE
AID
ROUTE 9)
CENTERLIN
E OF
BLISS
ROAD
P.I.N. 1
4-09-40
0-03
8
RIGHT-
OF-WAYEXISTIN
G
RIGHT-
OF-WAYEXISTIN
G
CONSTRUCTIO
N EASEMENT
PROPOSED TE
MPORARY
RIGHT-
OF-WAY
PROPOSED
RIG
HT-OF-
WAYPROPOSED
CONSTRUCTIO
N EASEMENT
PROPOSED TE
MPORARY
RIGHT-
OF-WAY
EXISTIN
G
RIGHT-
OF-WAYEXISTIN
G
CONSTRUCTIO
N EASEMENT
PROPOSED TE
MPORARY
RIGHT-
OF-WAY
PROPOSED
40'
30'
RANGE 7 EAST OF THE THIRD PRINCIPAL MERIDIAN, IN KANE COUNTY, ILLINOIS
PART OF THE SOUTH HALF OF SECTION 9 AND PART OF THE NORTH HALF OF SECTION 16, TOWNSHIP 38 NORTH, BASIS OF BEARINGS:NAD83, ILLINOIS EAST ZONE (1201) AT GROUND
MEASURED DIMENSION129.32'
IRON PIPE OR FOUND ROD
PERMANENT SURVEY MARKER, I.D.O.T. STANDARD 2135 (TO BE SET BY OTHERS)
PROPOSED EASEMENT
COMPUTED DIMENSION129.32' (COMP)
RECORD DIMENSION(129.32')
EXISTING BUILDING
of Transportation.
as provided by the Illinois Department
Coordinate System, NAD83, East Zone,
Bearings are referenced to the Illinois
"MAG" NAIL SET
CUT CROSS FOUND OR SET 5 / 8" REBAR SET
T3 COLORED PLASTIC CAP BEARING SURVEYORS REGISTRATION NUMBER.
T2 IRON ROD FLUSH WITH GROUND TO TIE FOUND IRON STAKE IDENTIFIED BY
T1 THESE STAKES REFERENCED FOUND OR SET MONUMENTATION. SET 5/8 INCH
SURVEYORS REGISTRATION NUMBER.
BT3 IRON STAKE. IDENTIFIED BY COLORED PLASTIC CAP BEARING
BT2 BURIED 5/8 INCH IRON ROD 20 INCHES BELOW GROUND TO TIE FOUND
BT1 THESE STAKES, IN CULTIVATED AREAS, REFERENCED FOUND OR SET MONUMENTATION.
MARKER TO MONUMENT THE POSITION SHOWN.
STAKING OF PROPOSED RIGHT OF WAY, DIVISION OF HIGHWAYS SURVEY
M
MARKER POSITION.
BURIED 5/8 INCH METAL ROD 20 INCHES BELOW GROUND TO MARK FUTURE SURVEY
STAKING OF PROPOSED RIGHT OF WAY IN CULTIVATED AREAS.
RIGHT OF WAY STAKING PROPOSED TO BE SET
(AT GROUND)
PLANE COORDINATE SYSTEM (NAD83) EAST ZONE.
COORDINATES ARE BASED ON THE ILLINOIS STATE
BASIS OF COORDINATES:
EDGE OF PAVEMENT
UTILITY POLE
EDGE OF GRAVEL
AERIAL WIRESAA
2631 GINGER WOODS PARKWAY, STE. 100
AURORA, IL 60502
PHONE:(630) 820-9100 FAX:(630) 820-7030
JOB NO. 9764
REVISION
DATE DESCRIPTION
INK
ED
CH
EC
KE
D
MA
DE
DA
TE
BY
NO.
NO
TE
BO
OK
PL
AT
R.O.W.
TEMPORARY EASEMENT
SCALE:1" = 30' SHEET NO. 4 OF 9
DRAWN MRA CHECKED AE
28+55.04 TO STA 10+10.48STA
PROJECT# #BHOS-0089(123)
JOB# R-91-007-09
COUNTY KANE
SECTION #08-00058-02-BR
(BLISS ROAD OVER BLACKBERRY CREEK)FAP 520
PLAT OF HIGHWAYS
KANE COUNTY DIVISION OF TRANSPORTATION
RECORDING:RECORDED ON / / AS DOCUMENT NO. SECTION:08-00058-02-BR COUNTY:KANE P-91-162-09, R-91-007-09JOB:FAP 520ROUTE:
G:\Psdata\9000\9764\IDOT\9764 POHwy IDOT 2-3-4of9.dwg
LEGEND
EXISTING RIGHT OF WAY LINE
SECTION LINE
PROPERTY (DEED) LINE
109
1516
QUARTER
CORNER
PL
SECTION 16 15 SECTION
CORNER
QUARTER SECTION LINE
QUARTER QUARTER SECTION LINE
PLATTED LOT LINES
APPARENT PROPERTY LINEAPL
EXISTING CENTERLINE
PROPOSED CENTERLINE
PROPOSED RIGHT OF WAY LINE
EXISTING EASEMENT
(FROM SHEET 3
)
ACQUIRED BY
PROPERTY
TAX NUMBER
PERMANENT
EASEMENT
PURPOSE OFEASEMENTSREMAINDER
EXISTING R.O.W.
AREA IN
TAKEN
AREA
HOLDING
TOTALOWNER
NO.
PARCEL
TEMP PERM
0006 TE2
0006 TE1
0006 PE
0006 FOREST PRESERVE DISTRICT OF KANE COUNTY 136.120 AC. 1.656 AC. 134.464 AC.
0.095 AC.
0007 TE
0007
AS TRUSTEE UNDER TRUST NO. 3699
ALPINE BANK AND TRUST COMPANY, 34.313 AC. 1.201 AC. 0.147 AC.
CONSTRUCTION
CONSTRUCTION
1.218 AC. 0.136 AC.
14-09-300-043
14-09-400-038
14-09-400-039
14-16-200-052
14-16-200-0150.196 AC. 33.112 AC.
6-4-14 PER COUNTY COMMENTS
0.136 AC.
7-1-14 PER COUNTY COMMENTS
8-12-14 PER COUNTY COMMENTS
Not for
Bid
FIL
E
NA
ME
W:\
Projects\2013\130282
Bliss PhII\cadd\
Civil\
Dgn\
Advanced
Contract\
Sheet\
AC-P
LA
T_04.d
gn
USER NAME =
PLOT SCALE =
PLOT DATE = 11/3/2016
=
DATE
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED SHEET NO. OF SHEETSSCALE: STA. TO STA.
SECTION COUNTY
ILLINOIS FED. AID PROJECT
TOTAL
SHEETS
SHEET
NO.RTE.
CONTRACT NO.
nparris
1:1
DESIGNED F.A.P.
520
11/1/16
,ENGINEERING WBK LLC
(630) 443-7755
ST. CHARLES, ILLINOIS 60174
116 WEST MAIN STREET, SUITE 201KANE
PLAT OF HIGHWAYS
FOR REFERENCE ONLY
84
KANE COUNTY
DIVISION OF TRANSPORTATION11
1516-00058-03-BR
P.I.N. 14-09-200-015
P.I.N. 14-09-400-043
MAY ROAD
P.I.N. 14-16-200-052
679.56'
1373.8
7'
BLISS WOODS
1
2
3
4
TOWN OF SUGAR GROVE
469.55'
PARCEL 0007
P.I.N. 14-09-400-039
A=384.9
6'
R=3407.8
7'
PARCEL 0008
SOUTH LINE OF SECTION 9-38-7
285.5
4'
A=550.0
2'
R=3467.8
7'
35.27'
A=231.28'
A=40.67'
NORTH LINE OF SECTION 16-38-7
BLIS
S
RO
AD
562.5
5'
A=595.6
1'
R=3370.4
6'
22.91'
CLAESSON'S SUBDIVISION
21 3 4
5
67
925.10'
395.95'
464.00'
404.90'
OF SECTION 9-38-7
SOUTH LINE OF NORTHEAST QUARTER
OF SECTION 9-38-7
NORTH LINE OF SOUTHEAST QUARTER
365.9'
580.6
0'
314.35'
25.43'
36.04'
109.36'
SECTION 9-38-7
CENTER OF
5.57'
225.0
0'
453.7
3'
362.8
7'
570.4
1'
305.00'
260.0
0'
KADEKA
ROAD
KADEKA
ROAD
OF SECTION 9-38-7
WEST LINE OF NORTHEAST QUARTER
OF SECTION 9-38-7
NORTHWEST QUARTER
THE EAST LINE OF
OF SECTION 9-38-7
SOUTH LINE OF NORTHWEST QUARTER
OF SECTION 9-38-7
SOUTHWEST QUARTER
NORTH LINE OF
P.I.N. 14-09-300-043
PARCEL 0006
P.I.N.
14-09-
400-038
983.3
0'
OF
SE
CTIO
N 9-
38-
7
WE
ST
LIN
E
OF
SO
UT
HE
AS
T
QU
AR
TE
R
OF
SE
CTIO
N 9-
38-
7
EA
ST
LIN
E
OF
SO
UT
HW
ES
T
QU
AR
TE
R
CE
NTE
RLIN
E
OF
BLACKBERRY CREEK
1148.64'
STATE
RO
UTE 4
7
REEVES SUBDIVISION
3
KLOMAUS S
UBDIVIS
ION
1
2
2
1
5
OAK HILL SUBDIVISION4
3
2
1
6
18.96'
1241.25'
R=1042.14'
A=141.47'
2.72'
A=795.0
3'
R=3437.8
7'
285.5
4'
A=597.5
2'
R=3437.8
7'
375.0
0'
±1088'
DOCUMENT NO. 91K04724
RECORD
PER TIES FROM MONUMENT
REESTABLISHED CORNER LOCATION
N89°06'40"E 2671.51'
DOCUMENT 2006K138027
PER MONUMENT RECORD
FOUND LIMESTONE
99
1616
109
1516
BASIS OF BEARINGS: NAD83, ILLINOIS EAST ZONE (1201) AT GROUND
LEGEND
EXISTING RIGHT OF WAY LINE
SECTION LINE
PROPERTY (DEED) LINE
109
1516
QUARTER
CORNER
MEASURED DIMENSION129.32'
PL
SECTION 16 15 SECTION
CORNER
QUARTER SECTION LINE
QUARTER QUARTER SECTION LINE
PLATTED LOT LINES
APPARENT PROPERTY LINEAPL
EXISTING CENTERLINE
PROPOSED CENTERLINE
PROPOSED RIGHT OF WAY LINE
PROPOSED EASEMENT
COMPUTED DIMENSION129.32' (COMP)
RECORD DIMENSION(129.32')
EXISTING BUILDING
COORDINATE SYSTEM (NAD83) EAST ZONE. (AT GROUND)
COORDINATES ARE BASED ON THE ILLINOIS STATE PLANE
BASIS OF COORDINATES:
EDGE OF PAVEMENT
EDGE OF GRAVEL
AERIAL WIRESAA
2631 GINGER WOODS PARKWAY, STE. 100
AURORA, IL 60502
PHONE: (630) 820-9100 FAX: (630) 820-7030
JOB NO. 9764
REVISION
DATE DESCRIPTION
INK
ED
CH
EC
KE
D
MA
DE
DA
TE
BY
NO.
NO
TE
BO
OK
PL
AT
R.O.W.
TEMPORARY EASEMENT
SCALE: 1" = 200' SHEET NO. 5 OF 9
DRAWN MRA CHECKED AE
28+55.04 TO STA 10+10.48STA
PROJECT# #BHOS-0089(123)
JOB# R-91-007-09
COUNTY KANE
SECTION #08-00058-02-BR
(BLISS ROAD OVER BLACKBERRY CREEK)FAP 520
PLAT OF HIGHWAYS
KANE COUNTY DIVISION OF TRANSPORTATION
RECORDING: RECORDED ON / / AS DOCUMENT NO. SECTION: 08-00058-02-BR COUNTY: KANE P-91-162-09, R-91-007-09JOB: FAP 520ROUTE:
TOTAL HOLDING DETAIL
G:\Psdata\9000\9764\IDOT\9764 POHwy IDOT 5of9.dwg
SEE SHEET 6 DETAIL
RANGE 7 EAST OF THE THIRD PRINCIPAL MERIDIAN, IN KANE COUNTY, ILLINOIS
PART OF THE SOUTH HALF OF SECTION 9 AND PART OF THE NORTH HALF OF SECTION 16, TOWNSHIP 38 NORTH,
SEE SHEET 7 DETAIL
PARCELS 0006 AND 0007
SCALE: 1" = 200'
6-4-14 PER COUNTY COMMENTS
7-1-14 PER COUNTY COMMENTS
8-12-14 PER COUNTY COMMENTS
Not for
Bid
FIL
E
NA
ME
W:\
Projects\2013\130282
Bliss PhII\cadd\
Civil\
Dgn\
Advanced
Contract\
Sheet\
AC-P
LA
T_05.d
gn
USER NAME =
PLOT SCALE =
PLOT DATE = 11/3/2016
=
DATE
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED SHEET NO. OF SHEETSSCALE: STA. TO STA.
SECTION COUNTY
ILLINOIS FED. AID PROJECT
TOTAL
SHEETS
SHEET
NO.RTE.
CONTRACT NO.
nparris
1:1
DESIGNED F.A.P.
520
11/1/16
,ENGINEERING WBK LLC
(630) 443-7755
ST. CHARLES, ILLINOIS 60174
116 WEST MAIN STREET, SUITE 201KANE
PLAT OF HIGHWAYS
FOR REFERENCE ONLY
85
13
KANE COUNTY
DIVISION OF TRANSPORTATION12
1516-00058-03-BR
BLISS
RO
AD
OAK HILL
SUBDIVISION
DOCUMENT NO. 864450
LOT 3
LOT 2
LOT 1
LOT 10
LOT 14C
APIT
OL
DRIV
E
BLACKBERRY CREEK
CENTERLINE OF
A=110.4
7
'
133.66'48.35'
126.66'
45.5
4'
54.4
6'
122.99'
PARCEL 0005
PARCEL 0004
PARCEL 0002
PARCEL 0001
108.05'
53.0'
79.18'
86.5
9'
108.8
5'
A=116.7
5' R
=100
9.14'
4.00'
228.
86'
277.8
0'
MS66
MS48
TR18(DEAD)
MS24
MS48
BASIS OF BEARINGS: NAD83, ILLINOIS EAST ZONE (1201) AT GROUND LEGEND
EXISTING RIGHT OF WAY LINE
SECTION LINE
PROPERTY (DEED) LINE
109
1516
QUARTER
CORNER
MEASURED DIMENSION129.32'
PL
SECTION 16 15 SECTION
CORNER
QUARTER SECTION LINE
QUARTER QUARTER SECTION LINE
PLATTED LOT LINES
APPARENT PROPERTY LINEAPL
EXISTING CENTERLINE
PROPOSED CENTERLINE
PROPOSED RIGHT OF WAY LINE
PROPOSED EASEMENT
COMPUTED DIMENSION129.32' (COMP)
RECORD DIMENSION(129.32')
EXISTING BUILDING
COORDINATE SYSTEM (NAD83) EAST ZONE. (AT GROUND)
COORDINATES ARE BASED ON THE ILLINOIS STATE PLANE
BASIS OF COORDINATES:
EDGE OF PAVEMENT
EDGE OF GRAVEL
AERIAL WIRESAA
2631 GINGER WOODS PARKWAY, STE. 100
AURORA, IL 60502
PHONE: (630) 820-9100 FAX: (630) 820-7030
JOB NO. 9764
REVISION
DATE DESCRIPTION
INK
ED
CH
EC
KE
D
MA
DE
DA
TE
BY
NO.
NO
TE
BO
OK
PL
AT
R.O.W.
TEMPORARY EASEMENT
SCALE: 1" = 50' SHEET NO. 6 OF 9
DRAWN MRA CHECKED AE
28+55.04 TO STA 10+10.48STA
PROJECT# #BHOS-0089(123)
JOB# R-91-007-09
COUNTY KANE
SECTION #08-00058-02-BR
(BLISS ROAD OVER BLACKBERRY CREEK)FAP 520
PLAT OF HIGHWAYS
KANE COUNTY DIVISION OF TRANSPORTATION
RECORDING: RECORDED ON / / AS DOCUMENT NO. SECTION: 08-00058-02-BR COUNTY: KANE P-91-162-09, R-91-007-09JOB: FAP 520ROUTE:
TOTAL HOLDING DETAIL
PARCELS 0001, 0002, 0004, AND 0005
G:\Psdata\9000\9764\IDOT\9764 POHwy IDOT 6of9.dwg
RANGE 7 EAST OF THE THIRD PRINCIPAL MERIDIAN, IN KANE COUNTY, ILLINOIS
PART OF THE SOUTH HALF OF SECTION 9 AND PART OF THE NORTH HALF OF SECTION 16, TOWNSHIP 38 NORTH,
10+10.48 35.64
11+66.50 45.00
11+93.22 45.00
11+93.22 40.00
14+44.55 227.87
15+07.80 42.80
12+70.53 45.00
12+80.80 60.00
12+72.67 77.02
13+53.31 77.55
13+25.31 120.52
13+05.93 179.26
11+71.88 34.18
11+93.22 0.00
12+92.10 35.17
12+89.95 40.00
14+13.96 2.77
13+70.06 77.63
13+84.52 55.00
13+97.70 32.73
13+05.75 238.18
13+18.59 146.43
11+67.87 34.22
13+95.34 233.25
14+26.95 190.82
15+11.92 32.80
15+23.50 2.77
14+76.72 170.60
11+96.37 63.75
14+92.41 77.49
15+02.59 55.00
13+79.43 167.32
COORDINATE TABLE
NORTH EAST STATION OFFSETPOINTNO.
1862099.93 954736.28 10+10.48
1862131.06
1862203.81 954840.53 11+52.11
954718.931 L
2
1862207.96 954837.71 11+51.67
1862211.13 954853.66 11+67.14
1862215.18 954850.67
1862206.44 954857.11
1862208.35 954860.63
1862223.82 954876.44
1862228.19 954874.00
1862266.58 954937.04
1862270.08 954959.70
1862272.87 954955.25
1862284.46 954936.77
1862294.36 954920.99
1862338.51 954980.87
1862357.24 954934.70
1862339.45 955017.70
1862348.24 954992.86
1862330.68 955041.75
1862422.65 954942.12
1862318.72 955073.51
1862481.19 954909.23
1862264.28 955192.00
1862240.06 955242.23
1862424.72 955075.76
1862416.17 955098.63
1862407.60 955120.97
1862395.81 955150.83
L
L
L
L
L
L
L
L
L
L
L
L
L
L
R
L
L
L
L
R
R
L
L
L
L
3
40.00L
45.00L
40.00L
4
5
6
1862188.88 954895.91
0.00
11+92.89 58.791862137.36 954924.25 R
1862134.83 954929.87
1862370.79 954925.49 L
1862394.95 954886.75 L
1862442.79 954852.35 L
1862502.59 954940.92
14+60.57 117.99
1862466.02 954956.03 L
14+38.77 62.181862288.08 955136.22 R
L
1862411.47 955110.93 L
16+26.25 57.70
28+50.04 55.00
28+50.04 27.56
28+50.04 2.44
18+99.49 2.53
28+50.04 62.00
17+50 75.00
28+55.04 27.62
19+40.14 65.00
15+30.19 75.00
28+55.04 70.00
28+50.04 65.00
27+49.29 27.90
27+48.74 2.09
24+63.25 3.10
24+63.79 33.10
23+26.20 70.00
23+26.20 65.00
23+26.20 55.00
23+26.20 62.00
19+43.07 70.00
20+00 62.00
20+00 55.00
17+50 55.00
16+41.81 75.00
16+41.81 55.00
16+68.01 2.21
16+25.43 27.69
16+41.81 70.00
16+26.44 65.00
16+26.48 66.34
16+26.96 70.00
16+41.81 65.00
16+24.56 2.31
15+39.15 55.00
15+58.65 170.00
15+35.02 70.00
19+17.86 27.54
1862448.71 955101.23
1862356.38 955213.15
L
R
7
9
8
1862441.80 955121.79
1862311.39 955306.28
1862473.77 955214.67
L
R
L
1862456.79 955239.42
1862439.81 955264.18
R
R
1862435.68 955270.20
1862434.92 955271.30
R
R
1862433.18 955274.57
1862448.98 955279.73
R
R
1862446.10 955283.82 R
1862518.10 955181.63
1862529.62 955165.29
L
L
1862509.15 955239.77
1862606.00 955241.23
L
L
1862616.92 955224.48
1862704.44 955363.61
L
L
1862705.34 955398.87 R
1862706.45 955442.62
1862706.59 955448.45
L
R
1862816.93 955366.55 L
1862820.25 955360.38
1863061.36 955614.07
L
R
12
10
1863059.48 955618.71
1863106.50 955502.89
R
L
1863109.14 955496.40 L
1863211.62 955608.28
1863200.84 955636.28
R
R
1863478.10 955710.87
1863467.32 955738.86
L
R
1863546.72 955811.14
1863591.86 955699.96
R
L
1863594.50 955693.47
1863560.80 955776.45
L
R
1863572.09 955748.65
1863549.47 955817.65
L
R
1863565.41 955778.39
1863575.80 955752.80
R
11
28+55.04
NORTH EAST STATION OFFSETPOINTNO.
COORDINATE TABLE (CONT.)
0.00
SCALE: 1" = 50'
6-4-14 PER COUNTY COMMENTS
7-1-14 PER COUNTY COMMENTS
8-12-14 PER COUNTY COMMENTS
Not for
Bid
FIL
E
NA
ME
W:\
Projects\2013\130282
Bliss PhII\cadd\
Civil\
Dgn\
Advanced
Contract\
Sheet\
AC-P
LA
T_06.d
gn
USER NAME =
PLOT SCALE =
PLOT DATE = 11/3/2016
=
DATE
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED SHEET NO. OF SHEETSSCALE: STA. TO STA.
SECTION COUNTY
ILLINOIS FED. AID PROJECT
TOTAL
SHEETS
SHEET
NO.RTE.
CONTRACT NO.
nparris
1:1
DESIGNED F.A.P.
520
11/1/16
,ENGINEERING WBK LLC
(630) 443-7755
ST. CHARLES, ILLINOIS 60174
116 WEST MAIN STREET, SUITE 201KANE
PLAT OF HIGHWAYS
FOR REFERENCE ONLY
86
KANE COUNTY
DIVISION OF TRANSPORTATION13
1516-00058-03-BR
20+
00
BLISS
RO
AD
OAK HILL SUBDIVISION
3
2
1
P.I.N. 14-16-200-011
P.I.N. 14-09-400-013
LOT 10
LOT 14
CAPIT
OL
DRIV
E
BLACKBERRY CREEK
CENTERLINE OF
P.I.N. 14-09-400-043
5
4
6
PARCEL 0003
PARCEL 0008
P.I.N. 14-16-200-056
135.0'
534.30'
97.66'
P.I.N. 14-16-200-057
P.I.N. 14-16-200-057
A=458.3
0'
R=1102.1
4'
179.9
8'
208.05'
53.0'
82.72'10
0.9
0'
122.98'
100.0
0'
1241.25'
654.0
4'
417.51'
SOUTH LINE OF SECTION 9-38-7
NORTH LINE OF SECTION 16-38-7
SUGAR GROVE CORPORATE CENTER UNIT 2
BASIS OF BEARINGS: NAD83, ILLINOIS EAST ZONE (1201) AT GROUND
LEGEND
EXISTING RIGHT OF WAY LINE
SECTION LINE
PROPERTY (DEED) LINE
109
1516
QUARTER
CORNER
MEASURED DIMENSION129.32'
PL
SECTION 16 15 SECTION
CORNER
QUARTER SECTION LINE
QUARTER QUARTER SECTION LINE
PLATTED LOT LINES
APPARENT PROPERTY LINEAPL
EXISTING CENTERLINE
PROPOSED CENTERLINE
PROPOSED RIGHT OF WAY LINE
PROPOSED EASEMENT
COMPUTED DIMENSION129.32' (COMP)
RECORD DIMENSION(129.32')
EXISTING BUILDING
COORDINATE SYSTEM (NAD83) EAST ZONE. (AT GROUND)
COORDINATES ARE BASED ON THE ILLINOIS STATE PLANE
BASIS OF COORDINATES:
EDGE OF PAVEMENT
EDGE OF GRAVEL
AERIAL WIRESAA
2631 GINGER WOODS PARKWAY, STE. 100
AURORA, IL 60502
PHONE: (630) 820-9100 FAX: (630) 820-7030
JOB NO. 9764
REVISION
DATE DESCRIPTION
INK
ED
CH
EC
KE
D
MA
DE
DA
TE
BY
NO.
NO
TE
BO
OK
PL
AT
R.O.W.
TEMPORARY EASEMENT
SCALE: 1" = 60' SHEET NO. 7 OF 9
DRAWN MRA CHECKED AE
28+55.04 TO STA 10+10.48STA
PROJECT# #BHOS-0089(123)
JOB# R-91-007-09
COUNTY KANE
SECTION #08-00058-02-BR
(BLISS ROAD OVER BLACKBERRY CREEK)FAP 520
PLAT OF HIGHWAYS
KANE COUNTY DIVISION OF TRANSPORTATION
RECORDING: RECORDED ON / / AS DOCUMENT NO. SECTION: 08-00058-02-BR COUNTY: KANE P-91-162-09, R-91-007-09JOB: FAP 520ROUTE:
G:\Psdata\9000\9764\IDOT\9764 POHwy IDOT 7of9.dwg
RANGE 7 EAST OF THE THIRD PRINCIPAL MERIDIAN, IN KANE COUNTY, ILLINOIS
PART OF THE SOUTH HALF OF SECTION 9 AND PART OF THE NORTH HALF OF SECTION 16, TOWNSHIP 38 NORTH,
TOTAL HOLDING DETAIL
PARCELS 0003 AND 0008
SCALE: 1" = 60' 6-4-14 PER COUNTY COMMENTS
8-1-14 PER COUNTY COMMENTS
8-12-14 PER COUNTY COMMENTS
Not for
Bid
FIL
E
NA
ME
W:\
Projects\2013\130282
Bliss PhII\cadd\
Civil\
Dgn\
Advanced
Contract\
Sheet\
AC-P
LA
T_07.d
gn
USER NAME =
PLOT SCALE =
PLOT DATE = 11/3/2016
=
DATE
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED SHEET NO. OF SHEETSSCALE: STA. TO STA.
SECTION COUNTY
ILLINOIS FED. AID PROJECT
TOTAL
SHEETS
SHEET
NO.RTE.
CONTRACT NO.
nparris
1:1
DESIGNED F.A.P.
520
11/1/16
,ENGINEERING WBK LLC
(630) 443-7755
ST. CHARLES, ILLINOIS 60174
116 WEST MAIN STREET, SUITE 201KANE
PLAT OF HIGHWAYS
FOR REFERENCE ONLY
87
KANE COUNTY
DIVISION OF TRANSPORTATION14
1516-00058-03-BR
OFFSET:40.00 L
STA:11+52.11
OFFSET:45.00 L
STA:11+51.67
OFFSET:45.00 L
STA:11+66.50
OFFSET:45.00 L
STA:11+93.22
OFFSET:40.00 L
STA:11+93.22
OFFSET:34.22 L
STA:11+67.87
PARCEL 0009
P.O.B.
6.8
8'
S60°52'17"W
5.83'
N36°22'57"W
S61°23'21"W 4.00'
OFFSET:4
0.0
0 L
STA:1
1+67.14
PA
RCEL 0009 TE
PA
RCEL 0002 TE
P.O.B.
N34°09'36"W
5.0
2'
5.0
4'
N36°22'57"W
2
PARCEL 0001
0009 T
EPARCEL
PA
RCEL 0002 TE
3
OAK H
ILL SUBDIVI
SION
DOCUMENT NO.
86
4450
LOT 2
LOT 1
LINE "A
"
PIN:14-16-200-054
PIN:14-16-200-055
PER DOCUMENT NO. 2006K116104
LAND CONVEYED TO PHILIP S. NELSON
NORTHEASTERLY LINE OF
PARCEL 0009TE
PARCEL 0009
PARCEL 0002TE
PARCEL 0001TE
PARCEL 0001
P.O.C.
SO
UTH
WES
TERLY LIN
E OF LA
ND C
ON
VEY
ED JA
CK E. A
ND K
AY M
ORLEY P
ER D
OC
UMEN
T NO. 9
2K2612
5
PA
RCEL 0002
OFFSET: 45.00 L
STA: 11+59.73
7.0
0'
S61°23'21"
W
N60°52'17"E
6.7
8'
5.0
3'
S35°15'07"E
0001 TE
PARCEL
OFFSET: 40.00 L
STA: 11+60.26
PARCEL 0001TE
P.O.B.
5.7
5'
S35°15'07"E
8.16'
N60°52'17"E
OFFSET: 34.28 L
STA: 11+60.88
PARCEL 0001
P.O.B.
PARCEL 0009
OFFSET:34.18 L
STA:11+71.88
PARCEL 0002
P.O.B.
8.0
6'
N60°52'17"E
S60°52'17"W 26.0
8'
N60°52'17"E 26.7
1'
16
17
109.36'
SO
UTH
WES
TERLY LIN
E OF LO
T 1
NORTH
EASTER
LY LIN
E OF LO
T 2
RIG
HT-
OF-
WA
Y
PR
OP
OSED
CO
NSTR
UCTIO
N EASE
MENT
PR
OP
OSED TE
MP
OR
AR
Y
RIG
HT-
OF-
WA
Y
EXIS
TIN
G
ACQUIRED BY
PROPERTY
TAX NUMBER
PERMANENT
EASEMENT
PURPOSE OFEASEMENTSREMAINDER
EXISTING R.O.W.
AREA IN
TAKEN
AREA
HOLDING
TOTALOWNERPARCEL NO.
TEMP PERM
RANGE 7 EAST OF THE THIRD PRINCIPAL MERIDIAN, IN KANE COUNTY, ILLINOIS
PART OF THE SOUTH HALF OF SECTION 9 AND PART OF THE NORTH HALF OF SECTION 16, TOWNSHIP 38 NORTH, BASIS OF BEARINGS:NAD83, ILLINOIS EAST ZONE (1201) AT GROUND
COORDINATE SYSTEM (NAD83) EAST ZONE. (AT GROUND)
COORDINATES ARE BASED ON THE ILLINOIS STATE PLANE
BASIS OF COORDINATES:
2631 GINGER WOODS PARKWAY, STE. 100
AURORA, IL 60502
PHONE:(630) 820-9100 FAX:(630) 820-7030
JOB NO. 9764
REVISION
DATE DESCRIPTION
INK
ED
CH
EC
KE
D
MA
DE
DA
TE
BY
NO.
NO
TE
BO
OK
PL
AT
R.O.W.
SCALE:1" = 5' SHEET NO. 8 Of 9
DRAWN MRA CHECKED AE
28+55.04 TO STA 10+10.48STA
PROJECT# #BHOS-0089(123)
JOB# R-91-007-09
COUNTY KANE
SECTION #08-00058-02-BR
(BLISS ROAD OVER BLACKBERRY CREEK)FAP 520
PLAT OF HIGHWAYS
KANE COUNTY DIVISION OF TRANSPORTATION
RECORDING:RECORDED ON / / AS DOCUMENT NO. SECTION:08-00058-02-BR COUNTY:KANE P-91-162-09, R-91-007-09JOB:FAP 520ROUTE:
G:\Psdata\9000\9764\IDOT\9764 POHwy IDOT 8of9.dwg
6-4-14 PER COUNTY COMMENTS
7-1-14 PER COUNTY COMMENTS
8-12-14 PER COUNTY COMMENTS
0009 NANCY L. GRIFFING 0.019 AC. 0.001 AC. 0.018 AC. 0.001 AC. CONSTRUCTION
(40 S.F.) (34 S.F.)0009 TE
Not for
Bid
FIL
E
NA
ME
W:\
Projects\2013\130282
Bliss PhII\cadd\
Civil\
Dgn\
Advanced
Contract\
Sheet\
AC-P
LA
T_08.d
gn
USER NAME =
PLOT SCALE =
PLOT DATE = 11/3/2016
=
DATE
CHECKED
DRAWN
-
-
-
-
REVISED -
-
-
-
REVISED
REVISED
REVISED SHEET NO. OF SHEETSSCALE: STA. TO STA.
SECTION COUNTY
ILLINOIS FED. AID PROJECT
TOTAL
SHEETS
SHEET
NO.RTE.
CONTRACT NO.
nparris
1:1
DESIGNED F.A.P.
520
11/1/16
,ENGINEERING WBK LLC
(630) 443-7755
ST. CHARLES, ILLINOIS 60174
116 WEST MAIN STREET, SUITE 201KANE
PLAT OF HIGHWAYS
FOR REFERENCE ONLY
88
KANE COUNTY
DIVISION OF TRANSPORTATION15
1516-00058-03-BR
10+
00
9+00
OFFSET:
35.6
4 L
STA:10
+10.4
8
OA
K
HIL
L S
UB
DIVISIO
N
DO
CU
ME
NT
NO. 864450
LOT 3
LOT 2
LOT 10
OFFSET:
40.0
0 L
STA:11
+52.11
10+
00
OFFSET:
35.6
4 L
STA:10
+10.4
8
OFFSET:4
0.0
0 L
STA:1
2+89.9
5
OA
K
HIL
L S
UB
DIVISIO
N
DO
CU
ME
NT
NO. 864450
LOT 2
LOT 14
OFFSET:
40.0
0 L
STA:11
+52.11
OFFSET:
40.0
0 L
STA:11
+93.2
2
OFFSET:4
0.0
0 L
STA:1
2+89.9
5
LOT 1
OFFSET:
40.0
0 L
STA:11
+52.11
OFFSET:
40.0
0 L
STA:11
+93.2
2
OFFSET:1
79.2
6 L
STA:1
3+05.9
3
OFFSET:4
0.0
0 L
STA:1
2+89.9
5
OFFSET:1
46.4
3 L
STA:1
3+18.5
9
NO. 2011
K078376
EASE
MENT D
OC
UM
ENT
15'
WATER
MAIN
OFFSET:
40.0
0 L
STA:11
+52.11
OFFSET:
40.0
0 L
STA:11
+93.2
2
OFFSET:1
79.2
6 L
STA:1
3+05.9
3
OFFSET:4
0.0
0 L
STA:1
2+89.9
5
OFFSET:1
46.4
3 L
STA:1
3+18.5
9
OFFSET:2
38.18 L
STA:1
3+05.7
5
PARCEL 0003 PE
P.O.B.
LOT 1
P.I.N. 14
-16-20
0-011
OFFSET:1
67.3
2 L
STA:1
3+79.4
3
NO. 2011
K078376
EASE
MENT D
OC
UM
ENT
15'
WATER
MAIN
DOC
UMENT N
O. 2008K0722400
SA
NIT
AR
Y SE
WER EASE
MENT
OFFSET:5
5.0
0 L
STA:2
8+50.0
4
OFFS
ET:65.0
0
R
ST
A:23+
26.2
0
OFFS
ET:55.0
0
L
ST
A:23+
26.2
0
OFFSET:55.0
0 L
ST
A:16+
41.8
1
LOFFSET:55.0
0
STA:15+02.5
9
NO.
96
K026086
EASE
ME
NT
DO
CU
ME
NT
15'
WA
TE
RM
AIN
15
+00
OFFSET:4
0.0
0 L
STA:1
2+89.9
5
OFFSET:1
46.4
3 L
STA:1
3+18.5
9
R
OFFSET:7
0.0
0
STA:1
5+35.0
2
P.I.N. 14
-16-20
0-011
LOFFSET:55.0
0
STA:15+02.5
9
OFFSET:1
67.3
2 L
STA:1
3+79.4
3D
OC
UMENT N
O. 96K026084
WATER
MAIN EASE
MENT
OFFSET:1
90.8
2 L
STA:1
4+26.9
5
OFFSET:5
5.0
0 L
STA:2
8+50.0
4
OFFSET:6
5.0
0 R
STA:2
8+50.0
4
OFFS
ET:27.9
0
R
ST
A:27+
49.2
9
OFFS
ET:2.0
9
L
ST
A:27+
48.7
4
OFFS
ET:65.0
0
R
ST
A:23+
26.2
0
OFFS
ET:55.0
0
L
ST
A:23+
26.2
0
20+
00
OFFSET:6
5.0
0 R
STA:1
9+40.14
OFFSET:6
2.0
0 L
STA:2
0+00
PARCEL 0006 TE2
OFFSET:5
5.0
0 L
STA:2
0+00
P.O.B.
P.I.N.
14-
09-
400-
039
OFFSET:55.0
0 L
ST
A:16+
41.8
1
OFFSET:65.0
0 R
STA:16+26.4
4
R
OFFSET:7
0.0
0
STA:1
5+35.0
2
NO.
96
K026086
EASE
ME
NT
DO
CU
ME
NT
15'
WA
TE
RM
AIN
NO. 2008K072401
EASEMENT DOCUM
ENT
30' SANITARY SEWER
DOC
UMENT N
O. 96K026084
WATER
MAIN EASE
MENT
OFFSET:1
79.2
6 L
STA:1
3+05.9
3
OFFSET:1
46.4
3 L
STA:1
3+18.5
9
OFFSET:2
38.18 L
STA:1
3+05.7
5
PARCEL 0003 PE
P.O.B.
OFFSET:2
33.2
5 L
STA:1
3+95.3
4
P.I.N. 14
-16-20
0-011
OFFSET:1
67.3
2 L
STA:1
3+79.4
3
NO. 2011
K078376
EASE
MENT D
OC
UM
ENT
15'
WATER
MAIN
OFFSET:1
90.8
2 L
STA:1
4+26.9
5
OFFSET:1
79.2
6 L
STA:1
3+05.9
3
OFFSET:1
46.4
3 L
STA:1
3+18.5
9
OFFSET:2
38.18 L
STA:1
3+05.7
5
PARCEL 0003 PE
P.O.B.
OFFSET:2
33.2
5 L
STA:1
3+95.3
4
P.I.N. 14
-16-20
0-011
OFFSET:1
67.3
2 L
STA:1
3+79.4
3
NO. 2011
K078376
EASE
MENT D
OC
UM
ENT
15'
WATER
MAIN
OFFSET:1
90.8
2 L
STA:1
4+26.9
5
OFFSET:40.00 L
STA:11+67.14
OFFSET: 40.00 L
STA: 11+60.26
OFFSET:40.00 L
STA:11+67.14
OFFSET: 40.00 L
STA: 11+60.26
INK
ED
CH
EC
KE
D
MA
DE
DA
TE
BY
NO.
NO
TE
BO
OK
PL
AT
R.O.W.
BASIS OF BEARINGS: NAD83, ILLINOIS EAST ZONE (1201) AT GROUND
HIGHWAY MONUMENT 1STATION 10+10.48 35.64 L
1
2631 GINGER WOODS PARKWAY, STE. 100
AURORA, IL 60502
PHONE: (630) 820-9100 FAX: (630) 820-7030
JOB NO. 9764
REVISION
DATE DESCRIPTION
SCALE: 1" = 50' SHEET NO. 9 OF 9
DRAWN MRA CHECKED AE
28+55.04 TO STA 10+10.48STA
PROJECT# #BHOS-0089(123)
JOB# R-91-007-09
COUNTY KANE
SECTION #08-00058-02-BR
(BLISS ROAD OVER BLACKBERRY CREEK)6FAP 520
PLAT OF HIGHWAYS
KANE COUNTY DIVISION OF TRANSPORTATION
RECORDING: RECORDED ON / / AS DOCUMENT NO. SECTION: 08-00058-02-BR COUNTY: KANE P-91-162-09, R-91-007-09JOB: FAP 520ROUTE:
HIGHWAY MONUMENT 2STATION 11+52.11 40.00 L
2
HIGHWAY MONUMENT 3STATION 11+93.22 40.00 L
3
HIGHWAY MONUMENT 4STATION 12+89.95 40.00 L
4
HIGHWAY MONUMENT 5STATION 13+18.59 146.43 L
5
HIGHWAY MONUMENT 6STATION 15+02.59 55.00 L
6
HIGHWAY MONUMENT 7STATION 16+41.81 55.00 L
7
HIGHWAY MONUMENT 8STATION 23+26.20 55.00 L
8
HIGHWAY MONUMENT 9STATION 28+50.04 55.00 L
9
HIGHWAY MONUMENT 10STATION 28+50.04 65.00 R
10
HIGHWAY MONUMENT 11STATION 23+26.20 65.00 R
11
HIGHWAY MONUMENT 12STATION 19+40.14 65.00 R
12
HIGHWAY MONUMENT 13STATION 16+26.44 65.00 R
13
G:\Psdata\9000\9764\IDOT\9764 POHwy IDOT 9of9.dwg
RANGE 7 EAST OF THE THIRD PRINCIPAL MERIDIAN, IN KANE COUNTY, ILLINOIS
PART OF THE SOUTH HALF OF SECTION 9 AND PART OF THE NORTH HALF OF SECTION 16, TOWNSHIP 38 NORTH,
6-4-14 PER COUNTY COMMENTS
HIGHWAY MONUMENT 14STATION 13+79.43 167.32 L
14
HIGHWAY MONUMENT 15STATION 13+79.43 167.32 L
15
8-12-14 PER COUNTY COMMENTS
HIGHWAY MONUMENT 16STATION 11+60.26 40.00 L
16
HIGHWAY MONUMENT 17STATION 11+67.14 40.00 L
17
Not for
Bid