1
COMMERCIAL DEMOLITION PROJECT
THE VILLAGE OF MILAN, ILLINOIS
MARCH 2015
2
VILLAGE OF MILAN
Mayor
Duane Dawson
Village Clerk
Barbara Lee
Board of Trustees
Jerome Wilson
Harry Stuart
James Flannery
Bruce Stickell
Jody Taylor
Jay Zimmerman
Village Administrator
Steven Seiver
Economic Development Director
Annette Ernst
Building Inspector
Stephen Moller
Plumbing Inspector
Randy Dennis
3
INVITATION FOR BIDS
VILLAGE OF MILAN
Request for proposals for demolition
Village of Milan, Illinois, will receive sealed Bids on Contract for Demolition. The base bid consists
of demolition of a two (2) story commercial use property at 119 W4th St ( formerly “The Beer
Academy”). Alternate 1 bid consists of the additional demolition of an adjacent structure located at
121 W 4th St(Commonly known as “Roy’s Taco House”). All work shall be in accordance with
specifications hereof. Bids must be submitted in a sealed envelope clearly marked “ Demolition Bid
3/30/2015” and must be received at the Office of the Village Clerk prior to 10:00 am, Monday
March 30th, 2015, at the Milan Municipal Building 405 East 1
st Street, Milan, IL.
Bids received after this time will not be accepted. Bids will be opened and publicly read aloud
immediately after specified closing time in Village Council Chambers, first floor of the Milan
Municipal Building.
Bid Documents are available on Village Website: http://www.milanil.org or by hard copy at
Village Hall. Any questions regarding this project must be in writing by Thursday March 26th
,
2015 please contact [email protected] or phone at 309-787-8527. A written response will
be provided to all bidder list applicants
The Contractor will be responsible for complying with all local, state and federal regulations
pertaining to this project including the State of Illinois law relating to prevailing wage and
preference to citizens on public works. A list of prevailing wage rate is included in the contract
documents.
Local permits are required fees are waived, the selected demolition contractor must be registered
with the Village of Milan Inspection Division prior to obtaining a Demolition Permit.
Village of Milan reserves the right to waive irregularities and to reject any or all Bids.
4
TABLE OF CONTENTS
Bidder Instructions
Asbestos Report
Prevailing Wage Information
Bonding Requirements
Village Contacts
INSTRUCTION TO BIDDERS
Plan and Proposal Documents Prepared by:
The Village of Milan – Inspection Division
405 East 1st Street
Milan, IL 61264
The Proposal to be Submitted Before:
10:00 am March 30, 2015
Additional Items Required to Be Submitted with Bid:
Bid Bond in amount of 5 percent is required for base bid on an original, sealed AIA Bid Bond
(American Institute of Architects Document A310-2010)
Completion Date:
Within 45 days of Notice to Proceed from Village of Milan.
Specifications:
This contract shall be in accordance with the State and Federal Equal Opportunity laws: Illinois
EPA 415 ILCS 5; Illinois Public Act 95-0026; EJCDC C-700 Standard General Conditions;
Village of Milan Code of Ordinances; and the Special Provisions contained within these contract
documents.
5
TABLE OF CONTENTS/SPECIAL PROVISIONS
Demolition of 2 Story Structure at 119 W4th St Milan, IL
Additional bid to remove conjoined 2 story structure at 121 W4th Street, Milan IL
SPECIAL PROVISION
Contractor shall provide a lump sum price in Base Bid for provisions to make north wall/roof
area sound and weather resistive of structure at 121 W4th St Milan, IL The nature, materials
and methods to accomplish this shall be submitted to the Milan Inspection Department by the
successful bidder prior to any work undertaken pursuant to this special provision.
SP-1. PROJECT AREA
The Village of Milan intends to demolish the identified structure(s). It is imperative to
correctly price this project so a determination may be made as to priority and timing of
demolition or deconstruction.
Contractor is expected to use all visual references provided in this contract for each property
and visit each site if reasonable to do so in order to bid the project.
______ Contractors Initials, denotes acceptance of SP-1
SP-2. TIME FOR COMPLETION
The work which the Contractor is to perform under this Contract shall begin at the time
specified by the Village in the "Notice to Proceed" to the Contractor and shall be fully
completed within 45 calendar days.
All provided forms and requested material must be included in the contractors bid package in
original form only; copies or facsimile documents are not acceptable and will disqualify your bid.
______ Contractors Initials, denotes acceptance of SP-2
SP-3. LIQUIDATED DAMAGES
Since it is impossible to assess accurately the damage which may be caused by delay by the
Contractor in completing the work required by this Contract, and since actual damages may be
great, owing to obligations undertaken by the Village with respect to the Project Area, the parties
have agreed upon the sum of $500.00 per day as liquidated damages for which the Contractor
and his sureties shall be liable, to be paid by the Contractor to the Village of Milan for each
calendar day beyond the completion date accepted per Contract signed by both parties
for which ever option has been chosen on which any part of the work required under this
Contract shall not have been fully and satisfactorily completed.
______Contractors Initials, denotes acceptance of SP-3
SP-4. RESPONSIBILITIES OF CONTRACTOR AND THEIR SUBCONTRACTORS
6
Except as otherwise specifically stated in the Contract Documents and Technical Specifications,
the Contractor Specifications, the Contractor shall provide and pay for all materials, labor, tools,
equipment, water and spray application of water for RACM structures, light, heat, power,
transportation, superintendence, damage to properties, temporary construction of every nature
and charges, building and site must always be maintained in a secured/locked condition until
______Contractors Initials, denotes acceptance of SP-4
SP-5. COMMUNICATIONS
Contractors may sign up for Bid Notifications with a valid email address in order to receive quicker
updates, addendums, and responses to Contractor questions.
All questions regarding this Project must submitted in written form to [email protected]. Or
by fax at 309-787-8985 Cutoff date for questions is close of business Thursday March 26, 2015
All notices, demands, requests, instructions, approvals, proposals, and claims must be
submitted in written form and presented to [email protected] or to Steve Moller C/O
Inspection Department, 405 E 1st St. , Milan , IL 61264.
______Contractors Initials, denotes acceptance of SP-5
SP-6. GENERAL AND SITE SPECIFIC INFORMATION
A. A copy of the asbestos investigations conducted by Graves Environmental of Moline, IL,
as an additional document to this Demolition Package.
B. The demolition project will be bid in two categories:
Base Bid: The demolition and removal of a 2 story structure commonly known as 119 W 4th Street
(“The Beer Academy”) size approximately 23’ x 61’ wood frame w/ slab on grade and crawlspace
construction.
* Included for this bid is a separate lump sum price cost to make common wall to south structurally
sound and weather resistive.
Alternate Bid: will be a lump sum to completely remove both structures at 119 W4th and 121 W 4th
St. (“Roy’s Taco House”) size approximately together 46’ x 61’ wood frame w/ partial slab on grade
crawl space construction . All footings and foundations are to be removed completely and backfilled
with CA6, sand, soil or other approved material by the Village to prevent hindrance to any future
development. Approved backfill material must be clean, compacted; graded to prevent standing
water. Seeding not required for this project
C. Water and sewer utility locates (utility locates are not an exact science, incorrect locates and
possible additional street patches are not the responsibility of The Village of Milan and will be
incurred solely by the contractor for payment), street patches, levies, fees or other expenses incurred
and all other services and facilities of every nature for Contractor's performance of the Contract
within the specified time. Water and sewer utilities are to be cut in boulevard/ sidewalk area,
water service(s) shall have proper curb stop valve installed for future use. All plumbing work is
to be done by a licensed State of Illinois Plumber, and Village of Milan Plumbing Inspector may be
contacted for clarification and must inspect the terminations.
7
______Contractors Initials, denotes acceptance of SP-6 a thru c
SP-7. SITE STAGING and EXCAVATION AREA
a. Contractor is not to use the public alleys or sidewalks as equipment staging, storage or
demolition material processing of equipment or materials without prior approval from the Village of
Milan
b. Contractor must contact the appropriate Village of Milan Public Works Department
pertaining to equipment weight crossing over or operating atop of/over Village of Milan
services and sidewalks. Contractor that breaks the sidewalk or approach(s) maybe
required to replace them at the contractor’s expense.
c. Approved safety fencing must encompass any excavation or demolition site while not
actively engaged in the demolition process until inspected (demolition site hole
foundation inspection) or until completely backfilled with approved material. The sidewalk area
shall be closed to pedestrian use . Any lane closures are allowed after notification to Milan Police
Department. All traffic, barricades and signage shall be compliant with Uniform Standards under
The Illinois DOT. The site and the building(s) shall always be secure.
______Contractors Initials, denotes acceptance of SP-7 a thru c
SP-8. DEMOLITION WASTE STREAM REDUCTION and MATERIALS RECYCLING
The Village of Milan is committed to implementing procedures that incorporate sustainable
practices.
It is anticipated the selected contractor will use the best means and methods to implement
demolition waste reduction and materials recycling where practical:
1. Where the materials are going (company name and contact information).
2. Acceptance of materials receipts for review and retention in company records.
METAL
Should the Contractor decide that metal recycling is the most cost effective disposal method -
(RECOMMENDED), a legally established metal recycler must be chosen to process all metals
from demolition of structures for recycling purposes.
TREES
Should the Contractor decide that recycling is the most cost effective disposal method, removal
of tree(s) from parcel may be recycled for mulch or other sustainable purpose tree(s) -
(RECOMMENDED). Other removal methods must be in accordance with local ordinances.
CONCRETE
Clean concrete or stone (not painted) may be crushed for back fill of demolition
site excavation no larger than 4” inches in diameter or recycled for road bed usage or other
sustainable purpose.
POSSIBLE SALVAGE FOR CHARITY PROGRAMS
It is to the benefit of society and the contractor to contact local organizations like Habitat for
Humanity and offer a review of the structure for possible re-use and sale of good building
8
materials and fixtures.
______Contractors Initials, denotes acceptance of all requirements in SP-8
SP–9. PREVAILING WAGE
Upon award of contract, the contractor shall use the current Prevailing Wage payment scale
issued for the month of award. Contact Inspections Division for any guidance or questions.
______Contractors Initials, denotes acceptance of SP- 9
EQUAL EMPLOYMENT OPPORTUNITY
Federal and State laws prohibit discrimination against any employee or applicant for
employment because of race, creed, color, national origin, sex, political affiliation, age
and physical or mental handicap unrelated to ability. They further require elimination of
discrimination in employment with regards to upgrading, demotion, transfer,
recruitment, advertising, layoff, termination, rates of pay, forms of compensation,
selection for training (including apprenticeship) of employees, as well as any other
personnel actions.
A. The Contractor agrees to post Equal Employment Opportunity notices in
conspicuous places (e.g. at company headquarters, around time clocks,
at work sites, on company bulletin boards, in lunchrooms) available to
employees and applicants for employment.
B. The Contractor shall in all solicitation or advertisements for employees to
be hired under this contract state that all qualified applicants will receive
consideration for employment without regard to race, color, creed,
religion, sex, national origin, political affiliation, or age.
NON-COLLUSION AFFIDAVIT OF PRIME-BIDDERS
_____________________________________________________________________, being first duly sworn, deposes and says that:
1) He/She is the (owner, partner, officer, representative or agent) of
_____________________________________________________________________,
the bidder that has submitted the attached bid;
2) He/She is fully informed respecting the preparation and contents of the attached bid and all
pertinent circumstances respecting such bid.
3) Such bid is genuine and is not a collusive or sham bid.
4) Neither the said bidder nor any of its officers, partners, owners agents, representatives,
employees or parties conspired, connived or agreed, directly or indirectly, with any other
bidder, firm, or person to submit a collusive or sham bid in connection with the contract for
which the attached bid has been submitted or to refrain from bidding in connection with such
Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or
communication or conference with any other bidder, firm or person to fix the price or prices
in the attached bid or of any other bidder, or to secure through any collusion, conspiracy,
connivance, or unlawful agreement or advantages against the Village of Milan, Illinois, or
person interested in the proposed contract; and
9
5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance, or unlawful agreement on the part of the bidder or any of its
agents, representatives, owners, employees or parties in interest, including this affiant.
By
Signature
Attest
Witness Title
AGREEMENT FOR DEMOLITION AND SITE CLEARANCE
THIS AGREEMENT made this day of , 2015, by the Village of
Milan herein called “OWNER”, acting through its Village Administrator and
__________________________________________________________________________
(a corporation) (a Partnership) (an individual DBA)
of
________________________, ___________And County of, ________________________.
Herein after called “CONTRACTOR”,
WITNESSETH: That for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by the OWNER, the CONTRACTOR hereby agrees
with the OWNER to commence and complete the demolition and site clearance described as
follows:
ARTICLE 1. Statement of Work. The Contractor shall furnish all supervision, technical
personnel, labor, materials, machinery tools, equipment and services, including utility and
transportation and security services, and perform and complete all work required for the
Demolition and Site Clearance in an efficient and workmanlike manner, as follows:
Base Bid 1: Standard Demolition ( 119 W4th St only )
$________________, as the sum total of the following line items:
to be completed no later than __45_ calendar days from Notice to Proceed in strict
accordance with the Contract Documents for Demolition and Site Clearance.
$_______________ Lump Sum Price to provide common north wall / roof for
structural weather resistive use of 121 W4th St.
Alternate Bid : Standard Demolition
$________________, as the sum total of the following line items: Removal of conjoined
structure at 121 W 4th St (Roy’s Taco House).To be completed no later than __45____
calendar days from Notice to Proceed in strict accordance with the Contract Documents for
Demolition and Site Clearance.
ARTICLE 2. The Contract Price. The Village of Milan will pay the Contractor for
10
performance of the Contract, in current funds, subject to additions and deductions as
provided in Section 107, CHANGES IN THE WORK, GENERAL CONDITIONS, PART I,
ARTICLE 3. Contract. The executed contract documents shall consist of the following:
1. This Agreement
2. Signed Copy of Bid
3. Bid Bond in amount of 5 percent of Bid is required on an original, sealed AIA Bid Bond
(American Institute of Architects Document A310-2010)
4. Copy of Contract Documents for Demolition and Site Clearance
Instructions to Bidders
General Specifications
Non-Collusion Affidavit of Prime Bidder
Statement of Bidder Qualifications
Technical Specifications
Extra copies of Bid Forms to be completed are not included in executed contract
documents.
THIS AGREEMENT, together with the other documents enumerated in this Article 3, which
said other documents are as fully a part of the contract as if hereto attached, or herein
repeated, forms and the Contract between the parties hereto. In the event that any provision
in any component part of this Contract conflicts with any provision of any other component
part, the provision of the component part first enumerated in this Article 3 shall govern,
except as otherwise specifically stated.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in
3 original copies on the day and year first above written.
Village of Milan
Owner
Attest By Village Administrator
Village Clerk
Contractor
Authorized Agent
Attest
Witness Title
Certifications
11
I, , certify that I am the of the
Corporation named as Contractor herein, that , who signed
this Agreement on behalf of the Contractor, was then , of said
Corporation; that said Agreement was duly signed for and in behalf of said Corporation by
authority of its governing body, and is within the scope of its corporate powers.
TERMINATION OF UTILITIES
Prior to obtaining the Demolition permit(s) all utilities must be terminated. It is the
responsibility of the Contractor to contact the appropriate agencies to ensure accuracy, safety
and compliance with state, county and local regulations.
Disconnect electric and gas service contact MidAmerican Energy Company. For this
service call (888) 427-5632. Inspection Division must receive confirmation from
MidAmerican that this is completed.
Disconnect and terminate water service and cap sewer service under permit issued to a
registered and license Plumber. This must be inspected by the Milan Inspection Department.
STATEMENT OF BIDDERS QUALIFICATIONS
(Demolition and Site Clearance Contractor)
All questions must be answered and the date/s given must be clear and comprehensive. The
statement must be notarized. If necessary, questions may be answered on separate attached
sheets. The Bidder may submit any additional information he/she desires.
1. Name of Bidder:
2. Permanent main office address, including City, State and Zip Code:
3. Date organized:
4. If a corporation, where incorporated?
5. How many years have you been engaged in demolition under your present firm or trade
name?
6. Have you ever failed to complete any work awarded to you? No Yes (circle one)
If Yes, where and why?
7. Have you ever defaulted on a contract? No Yes (circle one)
If Yes, where and why?
8. Have you ever been accused of discrimination based upon race, color, nationality or
religion in any action or legal proceeding, including any proceeding related to any Federal
12
Agency?
No ____ Yes ____ If Yes, give full details:
The undersigned hereby authorizes and requests any person, firm or corporation to furnish
any information requested by the Village of Milan in verification of the recitals comprising
this Statement of Bidders Qualifications.
Dated at _______________________________ this day of ___________ , 20_________
CONTRACTOR Name
By
Signature
Title
State of )
SS
County of )
being duly sworn, deposes and says that he/she is
the
Print Name of Individual
of
Title CONTRACTOR Company Name
And that the answers to the foregoing questions and all statements therein container are
true and correct.
Subscribed and sworn to before me this day of 20
Notary Signature
(Notary Seal)
My commission expires
13
NOTICE TO PROCEED
TO:
ADDRESS:______________________________________________
DATE:__________________________________________________
PROJECT:______________________________________________
CONTRACT NO.:________________________________________
Before you may start any Work at the Site, paragraph 2.05.C of the General Conditions
provides that you are registered under the Village of Milan other (with copies to In and
other identified additional insured’s), certificates of insurance with each is required to
purchase and maintain in accordance with the Contract Documents.
Village of Milan
Owner Name
Authorized Signature
Steven W. Seiver
Village Administrator
14
Note: Successful contractor shall be aware that current list of prevailing wages can be changed
without The Village adoption being a complete list of actual wages required
________ Initial
Rock Island County Prevailing Wage for January 2014
(See explanation of column headings at bottom of wages)
Trade Name RG TYP C Base FRMAN M-F>8 OSA OSH H/W Pensn Vac
Trng
==================== == === = ====== ====== ===== === === ===== =====
===== =====
ASBESTOS ABT-GEN BLD 23.840 24.790 1.5 1.5 2.0 6.750 7.410
0.000 0.800
ASBESTOS ABT-GEN HWY 25.650 26.650 1.5 1.5 2.0 6.450 7.060
0.000 0.800
ASBESTOS ABT-MEC BLD 20.500 21.500 1.5 1.5 2.0 6.250 3.500
0.000 0.000
BOILERMAKER BLD 36.000 39.000 2.0 2.0 2.0 7.070 14.69
0.000 0.350
BRICK MASON BLD 26.850 28.350 1.5 1.5 2.0 8.650 5.500
0.000 0.520
CARPENTER BLD 26.600 27.930 1.5 1.5 2.0 8.360 9.060
0.000 0.600
CARPENTER HWY 28.240 29.990 1.5 1.5 2.0 9.380 12.34
0.000 0.450
CEMENT MASON BLD 25.400 27.400 1.5 1.5 2.0 6.750 9.290
0.000 0.500
CEMENT MASON HWY 25.460 26.460 1.5 1.5 2.0 6.750 9.640
0.000 0.500
CERAMIC TILE FNSHER BLD 18.830 0.000 1.5 1.5 2.0 8.650 5.580
0.000 0.250
ELECTRIC PWR EQMT OP ALL 29.410 0.000 1.5 1.5 2.0 5.590 8.230
0.000 0.290
ELECTRIC PWR GRNDMAN ALL 24.580 0.000 1.5 1.5 2.0 5.490 6.890
0.000 0.250
ELECTRIC PWR LINEMAN ALL 37.090 40.800 1.5 1.5 2.0 5.740 10.38
0.000 0.370
ELECTRICIAN BLD 32.000 34.000 1.5 1.5 2.0 7.490 11.25
0.000 0.310
ELECTRONIC SYS TECH BLD 23.750 25.500 1.5 1.5 2.0 7.120 5.260
0.000 0.310
ELEVATOR CONSTRUCTOR BLD 39.380 44.300 2.0 2.0 2.0 11.88 12.71
3.150 0.600
GLAZIER BLD 27.360 28.860 1.5 1.5 2.0 6.940 6.520
0.000 0.450
HT/FROST INSULATOR BLD 29.760 30.960 1.5 1.5 2.0 5.450 12.05
0.000 0.900
IRON WORKER ALL 29.000 31.320 1.5 1.5 2.0 9.390 10.93
0.000 0.690
LABORER BLD 1 22.340 23.230 1.5 1.5 2.0 6.750 7.410
0.000 0.800
LABORER BLD 2 23.840 24.790 1.5 1.5 2.0 6.750 7.410
0.000 0.800
15
LABORER BLD 3 24.490 25.470 1.5 1.5 2.0 6.750 7.410
0.000 0.800
LABORER HWY 1 26.000 27.000 1.5 1.5 2.0 6.750 7.410
0.000 0.800
LABORER HWY 2 26.500 27.500 1.5 1.5 2.0 6.750 7.410
0.000 0.800
LABORER HWY 3 27.130 28.130 1.5 1.5 2.0 6.750 7.410
0.000 0.800
LATHER BLD 26.600 27.930 1.5 1.5 2.0 8.360 9.060
0.000 0.600
MACHINIST BLD 43.920 46.420 1.5 1.5 2.0 6.760 8.950
1.850 0.000
MARBLE FINISHERS BLD 18.830 0.000 1.5 1.5 2.0 8.650 5.580
0.000 0.250
MARBLE MASON BLD 23.170 23.670 1.5 1.5 2.0 8.650 5.580
0.000 0.250
MATERL/TSTR/INSP I ALL 25.130 0.000 1.5 1.5 2.0 6.750 7.410
0.000 0.800
MATERL/TSTR/INSP II ALL 27.130 0.000 1.5 1.5 2.0 6.750 7.410
0.000 0.800
MILLWRIGHT N BLD 35.120 38.630 1.5 1.5 2.0 9.170 14.05
0.000 0.500
MILLWRIGHT S BLD 27.640 29.340 1.5 1.5 2.0 6.900 12.32
0.000 0.500
OPERATING ENGINEER BLD 1 29.900 31.900 1.5 1.5 2.0 15.85 7.600
2.000 0.900
OPERATING ENGINEER BLD 2 28.300 31.900 1.5 1.5 2.0 15.85 7.600
2.000 0.900
OPERATING ENGINEER BLD 3 27.150 31.900 1.5 1.5 2.0 15.85 7.600
2.000 0.900
OPERATING ENGINEER BLD 4 30.150 31.900 1.5 1.5 2.0 15.85 7.600
2.000 0.900
OPERATING ENGINEER BLD 5 30.650 31.900 1.5 1.5 2.0 15.85 7.600
2.000 0.900
OPERATING ENGINEER BLD 6 31.150 31.900 1.5 1.5 2.0 15.85 7.600
2.000 0.900
OPERATING ENGINEER BLD 7 30.900 31.900 1.5 1.5 2.0 15.85 7.600
2.000 0.900
OPERATING ENGINEER HWY 1 29.900 31.900 1.5 1.5 2.0 15.85 7.600
2.000 0.900
OPERATING ENGINEER HWY 2 28.300 31.900 1.5 1.5 2.0 15.85 7.600
2.000 0.900
OPERATING ENGINEER HWY 3 27.150 31.900 1.5 1.5 2.0 15.85 7.600
2.000 0.900
OPERATING ENGINEER HWY 4 30.150 31.900 1.5 1.5 2.0 15.85 7.600
2.000 0.900
OPERATING ENGINEER HWY 5 30.650 31.900 1.5 1.5 2.0 15.85 7.600
2.000 0.900
OPERATING ENGINEER HWY 6 31.150 31.900 1.5 1.5 2.0 15.85 7.600
2.000 0.900
OPERATING ENGINEER HWY 7 30.400 31.900 1.5 1.5 2.0 15.85 7.600
2.000 0.900
OPERATING ENGINEER HWY 8 30.900 31.900 1.5 1.5 2.0 15.85 7.600
2.000 0.900
PAINTER ALL 27.320 28.320 1.5 1.5 1.5 5.250 6.350
0.000 0.600
PAINTER OVER 30FT ALL 28.570 29.570 1.5 1.5 1.5 5.250 6.350
0.000 0.600
16
PAINTER PWR EQMT ALL 27.820 28.820 1.5 1.5 1.5 5.250 6.350
0.000 0.600
PILEDRIVER BLD 26.600 27.930 1.5 1.5 2.0 8.360 9.060
0.000 0.600
PILEDRIVER HWY 28.240 29.990 1.5 1.5 2.0 9.380 12.34
0.000 0.450
PIPEFITTER ALL 36.650 40.320 1.5 1.5 2.0 5.800 12.35
0.000 1.050
PLASTERER BLD 27.800 29.800 1.5 1.5 2.0 7.100 6.500
0.000 0.600
PLUMBER ALL 36.650 40.320 1.5 1.5 2.0 5.800 12.35
0.000 1.050
ROOFER BLD 25.630 26.880 1.5 1.5 2.0 8.860 5.920
0.000 0.280
SHEETMETAL WORKER BLD 30.330 32.360 1.5 1.5 2.0 7.140 10.96
0.000 0.540
SPRINKLER FITTER BLD 37.120 39.870 1.5 1.5 2.0 8.420 8.500
0.000 0.350
STONE MASON BLD 26.850 28.350 1.5 1.5 2.0 8.650 5.500
0.000 0.520
SURVEY WORKER ALL 27.130 28.130 1.5 1.5 2.0 6.750 7.410
0.000 0.800
TERRAZZO FINISHER BLD 18.830 0.000 1.5 1.5 2.0 8.650 5.580
0.000 0.250
TERRAZZO MASON BLD 23.170 23.670 1.5 1.5 2.0 8.650 5.580
0.000 0.250
TILE LAYER BLD 26.600 27.930 1.5 1.5 2.0 8.360 9.060
0.000 0.600
TILE MASON BLD 23.170 23.670 1.5 1.5 2.0 8.650 5.580
0.000 0.250
TRUCK DRIVER ALL 1 31.340 0.000 1.5 1.5 2.0 10.30 5.010
0.000 0.250
TRUCK DRIVER ALL 2 31.780 0.000 1.5 1.5 2.0 10.30 5.010
0.000 0.250
TRUCK DRIVER ALL 3 32.020 0.000 1.5 1.5 2.0 10.30 5.010
0.000 0.250
TRUCK DRIVER ALL 4 32.280 0.000 1.5 1.5 2.0 10.30 5.010
0.000 0.250
TRUCK DRIVER ALL 5 33.130 0.000 1.5 1.5 2.0 10.30 5.010
0.000 0.250
TRUCK DRIVER O&C 1 25.070 0.000 1.5 1.5 2.0 10.30 5.010
0.000 0.250
TRUCK DRIVER O&C 2 25.420 0.000 1.5 1.5 2.0 10.30 5.010
0.000 0.250
TRUCK DRIVER O&C 3 25.620 0.000 1.5 1.5 2.0 10.30 5.010
0.000 0.250
TRUCK DRIVER O&C 4 25.820 0.000 1.5 1.5 2.0 10.30 5.010
0.000 0.250
TRUCK DRIVER O&C 5 26.500 0.000 1.5 1.5 2.0 10.30 5.010
0.000 0.250
TUCKPOINTER BLD 26.850 28.350 1.5 1.5 2.0 8.650 5.500
0.000 0.520
In Accordance with Public Act 095-0026
Employee Classification Act
Legend: RG (Region) TYP (Trade Type - All,Highway,Building,Floating,Oil & Chip,Rivers)
C (Class)
17
Base (Base Wage Rate)
FRMAN (Foreman Rate)
M-F>8 (OT required for any hour greater than 8 worked each day, Mon through Fri.
OSA (Overtime (OT) is required for every hour worked on Saturday)
OSH (Overtime is required for every hour worked on Sunday and Holidays)
H/W (Health & Welfare Insurance)
Pensn (Pension)
Vac (Vacation)
Trng (Training)
Explanations
ROCK ISLAND COUNTY
MILLWRIGHT (SOUTH) - South of Interstate 80.
The following list is considered as those days for which holiday rates
of wages for work performed apply: New Years Day, Memorial Day,
Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and
Veterans Day in some classifications/counties. Generally, any of
these holidays which fall on a Sunday is celebrated on the following
Monday. This then makes work performed on that Monday payable at the
appropriate overtime rate for holiday pay. Common practice in a given
local may alter certain days of celebration. If in doubt, please
check with IDOL.
Oil and chip resealing (O&C) means the application of road oils and
liquid asphalt to coat an existing road surface, followed by
application of aggregate chips or gravel to coated surface, and
subsequent rolling of material to seal the surface.
EXPLANATION OF CLASSES
ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous
materials from any place in a building, including mechanical systems
where those mechanical systems are to be removed. This includes the
removal of asbestos materials/mold and hazardous materials from
ductwork or pipes in a building when the building is to be demolished
at the time or at some close future date.
ASBESTOS - MECHANICAL - removal of asbestos material from mechanical
systems, such as pipes, ducts, and boilers, where the mechanical
systems are to remain.
CERAMIC TILE FINISHER, MARBLE FINISHER, TERRAZZO FINISHER
Assisting, helping or supporting the tile, marble and terrazzo
mechanic by performing their historic and traditional work assignments
required to complete the proper installation of the work covered by
said crafts. The term "Ceramic" is used for naming the classification
only and is in no way a limitation of the product handled. Ceramic
takes into consideration most hard tiles.
ELECTRONIC SYSTEMS TECHNICIAN
Installing, assembling and maintaining sound and intercom, protection
alarm (security), master antenna television, closed circuit
television, computer hardware and software programming and
installation to the network's outlet and input (EXCLUDING all cabling,
18
power and cable termination work historically performed by wiremen),
door monitoring and control, nurse and emergency call programming and
installation to the system's outlet and input (EXCLUDING all
cabling, power and cable termination work historically performed by
wiremen), clock and timing; and the installation and maintenance of
transmit and receive antennas, transmitters, receivers, and
associated apparatus which operates in conjunction with the above
systems. All work associated with these system installations will be
included EXCEPT (1) installation of protective metallic conduit,
excluding less than ten-foot runs strictly for protection of cable,
and (2) 120 volt AC (or higher) power wiring and associated hardware.
LABORER - BUILDING
Class 1: General laborer, carpenter tender, tool cribman, salamander
tender, flagman, form handler, floor sweeper, material handler,
fencing laborer, cleaning lumber, landscaper, unloading explosives,
laying of sod, planting/removal of trees, wrecking laborer, unloading
of Re-Bars, scaffold worker, signal man on crane.
Class 2: Handling of materials treated with creosote, kettle men,
prime mover or motorized unit used for wet concrete or handling of
building materials, vibrator operator, motar mixer, power tools used
under the jurisdiction of laborers, sand points, gunnite nozzle men,
welders, cutters, burners and torchmen, chain saw operator,
jackhammer and drill operators, paving breakers, air tamping
hammerman, concrete saw operator, concrete burning machine operator,
coring machine operator - hod carrier and plasterer tender.
Class 3: Caisson worker after 6 foot depth, dynamite man, asbestos
abatement worker, tunnel miners - mixerman (plaster only), pump man.
LABORER - HEAVY & HIGHWAY
Class 1: Rod or chain man, flagman, dumpman, spotter, broom man,
landscaper, planting and removal of trees, fencing laborers,
dispatcher, ticket writer, scaleman, cleaning of forms or lumber (in
bone yard), laying of sod, moving and/or maintenance of flares and
barricades.
Class 2: Operation of all hand, electric, air, hydraulic or
mechanically powered tools under the jurisdiction of Laborers'
including jackhammers, tempers, air spades, augers, concrete saws,
chain saws, utility saws, rock drills, vibrators, mortar mixer, power
and hand saw (when clearing timber) general laborer (not elsewhere
covered), craft-tender, material checker, material handler, form
handler, concrete dumper, puddler, form setter helper, explosives
handler, dynamite helper, center strip, reinforcing in concrete, wire
mesh handler and installer, prime mover or any mechanical device
taking the place of concrete buggy or wheelbarrow, sandpoint setter,
asphalt kettleman. Sheeting hammer drivers, laying and jointing of
telephone conduit, gas distribution men, pipe setter on laterals,
drain tiles, culvert pipe, and storm sewer catch basin leads, catch
basins, manholes, batch dumpers, tank cleaners, cofferdam workers,
bankman on floating plant, jointman with pipelayers. Back-up man
(corker, joint maker) with pipe setter on sewer and water mains,
batterboard man or laser operator on sewer and water main, labor in
ditch, or tunnel, on sewer or water mains and telephone conduit.
Cutters, burners, torchman, gravel box man, asphalt plant laborers,
concrete plant laborer, deck hand, unloading of steel and rebar, laser
beam operator, wrecking laborers.
Class 3: Asphalt raker or luteman, head form setter, head dynamite
man (powderman) head string or wireline man (on paving), pipe setter
on sewer or water main, gunnite nozzle man, asphalt or concrete curb
19
machine operator, head grade man, head tunnel miner, concrete burning
machine operator, coring machine operator, welder.
MATERIAL TESTER/INSPECTOR I: Hand coring and drilling for testing of
materials; field inspection of uncured concrete and asphalt.
MATERIAL TESTER/INSPECTOR II: Field inspection of welds, structural
steel, fireproofing, masonry, soil, facade, reinforcing steel,
formwork, cured concrete, and concrete and asphalt batch plants;
adjusting proportions of bituminous mixtures.
OPERATING ENGINEERS - BUILDING
Class 1. Shovel; Concrete Spreader; Dipper Dredge Operator; Dipper
Dredge Crane man; Dual Purpose Truck (boom, Boom, Winch, etc.);
Mechanic-Welder; Pile Driver; Boom Tractor or Side Boom; Trenching
Machine (40 H.P. and over); Building Hoist (1, 2 or 3 drums); Cleaning
and Priming Machine; Back filler (throw bucket); Locomotive Engineer;
Concrete Paver; Slip Form Paver; Caisson Auguring Machines; Mucking
Machine; Asphalt Heater-Planer Unit; Laser Screed; Pug Mill; Concrete
Conveyor or Pump; Mechanical loaded Log Chippers or similar machines;
Group Equipment Greaser; Off-Road Haul Units; Pipe Bending; Automatic
Curbing Machines; Blastholer; Self-Propelled Rotary Drill or similar
machines; Work Boat; Combination Concrete Finishing Machine and Float;
Asphalt Paver Screed Operator; Forklift (6,000 lb. cap. or over or
working heights 28 ft. and above); Chip Spreader; Straddle Carrier;
Asphalt Paver; Asphalt Plant Operator; Boring Machine (Directional,
Vertical, or Horizontal); Central Redi-Mix Plant Operator; Combination
Backhoe Front End loader; Concrete Breaker or Hydro-Hammer (excluding
walk-behinds); Concrete Wheel Saw (Large self-propelled - excluding
walk-behinds); Crusher (Stone, Concrete, Asphalt, etc.);
Curing-Tinning Machine; Excavator; Farm-type Tractor Operating Scoop
or Scraper or with Power Attachment; Grader; Motor Grader; Motor
Patrol; Auto Grader; Form Grader; Pull Grader; Sub Grader; Elevating
Grader; Guard Rail Post Driver; Hoists; Hydraulic Dredge Leverman or
Engineer; Hydro-Vac truck mounted or pull type (excluding hose work),
and similar equipment; Loader (Track, Rubber Tire, or Articulated);
Milling Machine (excluding walk-behinds); Road Widener-Shoulder
Spreader; Scraper (Self-Propelled); Self-Propelled Roller or Tire
Roller (on asphalt or Blacktop); Sheep Foot or Pad Foot Compactor
(excluding walk-behinds); Steel Track-Type Tractor (Dozer, Push Cat,
etc.); Transfer or Shuttle Buggy (excluding motorized wheel barrows
and Georgia buggies).
Class 2. Asphalt Booster; Fireman and Pump Operator at Asphalt Plant;
Mud Jack; Distributor; Self-propelled Roller (other than provided for
in Class I); Pump Operator (more than one well-point pump); Trench
Machine (under 40 H.P.); Forklift (less than 6,000 lb. cap. or working
heights below 28 ft.); Gypsum Pump; Conveyor over 20 H.P.; Light
Plant; Boiler (Engineer or Fireman); Mechanical Broom; Driver on Truck
Crane or similar machines; Elevator (Permanent inside or Temporary
outside); Farm-Type Tractor (without Power Attachment); Grout Pump
(excluding hose work).
Class 3. Skid Loader; Oiler; Mechanic's Helper; Mechanical Heater
(other than steam boiler); Small Outboard Motor Boat (Safety Boat and
Life Boat); Engine Driven Welding Machine; Water Pumps; Air Compressor
(400 c.f.m. or over); Deck Engineers.
Class 4. Lead man - Mechanic or Equipment Greaser.
Class 5. Track Excavator with Bucket (4 cubic yard and up to but not
including 6 cubic yard).
20
Class 6. Track Excavator with Bucket (6 cubic yard and over).
Class 7. Crane (Friction or Hydraulic, regardless of size or
attachments); Tow or Push Boat.
OPERATING ENGINEERS- HIGHWAY
Class 1. Shovel; Concrete Spreader; Dipper Dredge Operator; Dipper
Dredge Crane man; Dual Purpose Truck (Boom, Winch, etc.);
Mechanic-Welder; Pile Driver; Boom Tractor or Side Boom; Building
Hoist (1, 2 or 3 drums); Cleaning and Priming Machine; Backfiller
(throw bucket); Locomotive Engineer; Concrete Paver; Slip Form Paver;
Caisson Auguring Machines; Mucking Machine; Asphalt Heater Planer
Unit; Laser Screed; Pug Mill; Concrete Conveyor or Pump (excluding
truck-mounted); Mechanical loaded Log Chippers or similar machines;
Group Equipment Greaser; off-road haul units; Pipe Bending; Automatic
Curbing Machines; Blastholer; Self-propelled Rotary Drill or similar
machines; Work Boat; Combination Concrete Finishing Machine and Float;
Asphalt Paver Screed Operator; Forklift (6,000 lb. cap. or over or
working heights above 28 ft.); Chip Spreader; Asphalt Paver; Asphalt
Plant Operator; Boring Machine (Directional, Vertical, or Horizontal);
Central Redi-Mix Plant Operator; Combination Backhoe Front End
loader; Concrete Breaker or Hydro-Hammer (excluding walk-behinds);
Concrete Wheel Saw (Large self-propelled - excluding walk-behinds);
Crusher (Stone, Concrete, Asphalt, etc.); Curing-Tinning Machine;
Excavator; Farm-Type Tractor Operating Scoop or Scraper with Power
Attachment; Grader; Motor Grader; Motor Patrol; Auto Grader; Form
Grader; Pull Grader; Sub Grader; Elevating Grader; Guard Rail Post
Driver; Hoists; Hydraulic Dredge Leverman or Engineer; Hydro-Vac truck
mounted or pull type, and similar equipment; Loader (Track, Rubber
Tire, or Articulated); Milling Machine (excluding walk-behinds); Road
Widener-Shoulder Spreader; Scraper (self-propelled); Self-propelled
Roller or Tire Roller (on asphalt or Blacktop); Sheep Foot or Pad Foot
Compactor (excluding walk-behinds); Steel Track-Type Tractor (Dozer,
Push Cat, etc.); Transfer or Shuttle Buggy (excluding motorized wheel
barrows and Georgia buggies); Trenching Machine (40 H.P. and over).
Class 2. Asphalt Booster; Fireman and Pump Operator at Asphalt Plant;
Mud Jack; Farm-Type Tractor without Power attachment; Distributor;
Straddle Carrier; Self-propelled Roller or Compactor (other than
provided for in Class I); Pump Operator (more than one well-point
pump); Trench Machine (under 40 H.P.); Forklift (less than 6,000 lb.
capacity or working heights below 28 ft.); Conveyor over 20 H.P.; Air
Compressor (400 c.f.m. or over); Light Plant; Boiler (Engineer or
Fireman); Mechanical Broom; Driver on Truck Crane or similar machines;
Elevator (Permanent inside or Temporary outside); Grout Pump
(excluding hose work).
Class 3. Oiler; Mechanic's Helper; Mechanical Heater (other than steam
boiler); Small Outboard Motor Boat (Safety Boat and Life Boat);
Engine Driven Welding Machine; skid steer.
Class 4. Lead man - Mechanic or Equipment Greaser.
Class 5. Track Excavator with Bucket (4 cubic yard and up to but not
including 6 cubic yard).
Class 6. Track Excavator with Bucket (6 cubic yard and over).
Class 7. Truck mounted Concrete Conveyor or Pumps Extending to 90 ft.
or more.
Class 8. Crane (Friction or Hydraulic, regardless of size or
attachments); Tow or Push Boat.
21
SURVEY WORKER - Operated survey equipment including data collectors,
G.P.S. and robotic instruments, as well as conventional levels and
transits.
TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION
Class 1. Drivers on 2 axle trucks hauling less than 9 ton. Air
compressor and welding machines and brooms, including those pulled by
separate units, truck driver helpers, warehouse employees, mechanic
helpers, greasers and tiremen, pickup trucks when hauling materials,
tools, or workers to and from and on-the-job site, and fork lifts up
to 6,000 lb. capacity.
Class 2. Two or three axle trucks hauling more than 9 ton but hauling
less than 16 ton. A-frame winch trucks, hydrolift trucks, vactor
trucks or similar equipment when used for transportation purposes.
Forklifts over 6,000 lb. capacity, winch trucks, four axle
combination units, and ticket writers.
Class 3. Two, three or four axle trucks hauling 16 ton or more.
Drivers on water pulls, articulated dump trucks, mechanics and working
forepersons, and dispatchers. Five axle or more combination units.
Class 4. Low Boy and Oil Distributors.
Class 5. Drivers who require special protective clothing while
employed on hazardous waste work.
TRUCK DRIVER - OIL AND CHIP RESEALING ONLY.
This shall encompass laborers, workers and mechanics who drive
contractor or subcontractor owned, leased, or hired pickup, dump,
service, or oil distributor trucks. The work includes transporting
materials and equipment (including but not limited to, oils, aggregate
supplies, parts, machinery and tools) to or from the job site;
distributing oil or liquid asphalt and aggregate; stock piling
material when in connection with the actual oil and chip contract.
The Truck Driver (Oil & Chip Resealing) wage classification does not
include supplier delivered materials.
Other Classifications of Work:
For definitions of classifications not otherwise set out, the
Department generally has on file such definitions which are available.
If a task to be performed is not subject to one of the
classifications of pay set out, the Department will upon being
contacted state which neighboring county has such a classification and
provide such rate, such rate being deemed to exist by reference in
this document. If no neighboring county rate applies to the task,
the Department shall undertake a special determination, such special
determination being then deemed to have existed under this
determination. If a project requires these, or any classification not
listed, please contact IDOL at 217-782-1710 for wage rates or
clarifications.
LANDSCAPING
Landscaping work falls under the existing classifications for laborer,
operating engineer and truck driver. The work performed by landscape
plantsman and landscape laborer is covered by the existing
classification of laborer. The work performed by landscape operators
(regardless of equipment used or its size) is covered by the
classifications of operating engineer. The work performed by
landscape truck drivers (regardless of size of truck driven) is
covered by the classifications of truck driver.
22
MATERIAL TESTER & MATERIAL TESTER/INSPECTOR I AND II
Notwithstanding the difference in the classification title, the
classification entitled "Material Tester I" involves the same job
duties as the classification entitled "Material Tester/Inspector I".
Likewise, the classification entitled "Material Tester II" involves
the same job duties as the classification entitled "Material
ENVIRONMENTAL SAFETY
(415 ILCS 5/) Environmental Protection Act.
A copy of the legislation may be downloaded at:
http://www.ilga.gov/legislation/ilcs/ilcs5.asp?ActID=1585&ChapterID=36
PREVAILING WAGE AND LABOR LAWS
Illinois Department of Labor: http://www.dol.gov/
Current Prevailing Wage for Month of Contract Award may be downloaded at:
http://www.state.il.us/agency/idol/rates/ODDMO/ROCK_ISL.htm
Or
23
http://www.state.il.us/agency/idol/rates/EVENMO/COUNTY.HTM
IL LAWS RELATING TO PREVAILING WAGE, CERTIFIED MONTHLY PAYROLL &
PREFERENCE TO ILLINOIS CITIZENS
Illinois Prevailing Wage Act
This act stipulates that a wage of no less than the general prevailing hourly rate as paid
for work of 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 scale of wages to be paid shall be obtained from
the Illinois Department of Labor and posted by the Contractor in prominent and easily
accessible places at the site of work.
Illinois Preference Act
Whenever there is a period of excessive unemployment in Illinois, which is defined
herein as any month immediately following two (2) consecutive calendar months during
which the level on unemployment in the State of Illinois has exceeded 5% as measured
by the United States Bureau of Labor Statistics in its monthly publication of employment
and unemployment figures, the Contractor shall employ only Illinois laborers. “Illinois
laborer” means any person who has resided in Illinois for at least thirty (30) days and
intends to remain and Illinois resident.
Other laborers may be used when Illinois laborers as defined herein are not available,
or are incapable of performing the particular type of work involved, if so certified by the
Contractor and approved by the Engineer. The Contractor may place no more than
three (3) of his regularly employed non-resident executives and technical experts, who
do not qualify as Illinois laborers, to do work encompassed by the Contract during
periods of excessive unemployment.
STATE OF ILLINOIS
DEMOLITION/RENOVATION/ASBESTOS PROJECT NOTIFICATION FORM
Copies of this (fillable on-line, or pdf) form can be found at www.ieconnect.com/enviro