REQUESTS FOR PROPOSAL STREET SWEEPING THROUGHOUT … · street sweeping throughout the village (see...
Transcript of REQUESTS FOR PROPOSAL STREET SWEEPING THROUGHOUT … · street sweeping throughout the village (see...
REQUESTS FOR PROPOSAL
STREET SWEEPING
THROUGHOUT THE VILLAGE
P a g e | 2
Village of Oswego
Street Sweeping Bid Package
JUNE 2017
Table of Contents 1) Legal Notice to Bidders 2) Introduction 3) Project Specifications 4) Instructions to Bidders 5) Bid Certifications 6) Bid Sheet 7) Bid Sheet Signature 8) Contractor Bid Agreement 9) Statement of Bidder’s Qualifications 10) References 11) Subcontractors 12) Equipment List 13) Contract
Page | 1
LEGAL NOTICE
INVITATION TO BID
TO PROVIDE STREET SWEEPING THOUGHOUT THE VILLAGE
Sealed bids for Street Sweeping will be received at the address listed below until Tuesday, June 6, 2017 at 10:00 a.m. Bids will be publically opened and read aloud at the below stated time and place. Proposals not physically received by the Village by 10:00 a.m. on Tuesday, June 6, 2017 will be returned, unopened to the firm. All proposals should be addressed to:
Village of Oswego Re: (vendor name)
Proposal for Street Sweeping Attention: Annie Callahan
Purchasing Manager 100 Parkers Mill
Oswego IL 60543
Proposal packets are available online at http://www.oswegoil.org. The link can be found under the Business & Development tab-Bids & RFPs. Additional packets may be picked up at Oswego Village Hall, 100 Parker’s Mill, Oswego, Illinois, 60543.
Each bid must be accompanied by a Bid Guarantee in the form of a Bid Bond from a company with an A-1 best rating, or a cashier’s check in the amount of ten percent (10%) of the total amount of one sweeping cycle of all line items and made payable to the client address Village of Oswego, Public Works Department, 100 Parker’s Mill, Oswego IL. 60543. No bid shall be withdrawn for a period of thirty (30) days after the bid opening date without the consent of the Village. Checks or drafts of unsuccessful bidders will be returned as soon as possible after opening and checking the bids.
Successful bidder must provide proper insurance, a Performance Bond and a Labor and Material Payment Bond in the full amount of the Contract, acceptable to the Village. Contractor must comply with Prevailing Wage Act. Each contractor is to submit their bid as indicated in the Specifications and include all signed supporting documents.
Emailed or faxed bids will not be accepted.
The Village reserves the right to reject any or all bids and to waive any informality in bidding.
Award of Contract: The Village of Oswego Board of Trustees will make the final award of the proposal. The successful bidder and the Village will execute a contract mutually agreeable to both parties within 14 days from award of contract.
P a g e | 2
INTRODUCTION
Street Sweeping Services
Purpose of Request: The street sweeping contract has three primary goals: 1. Improve water quality by reducing pollutants in stormwater runoff: The 2017 Stormwater Master
Plan Update identified street sweeping as a key activity for the operation and maintenance of the Village’s stormwater system. Street sweeping is recognized as a Best Management Practice (BMP) as part of the National Pollutant Discharge Elimination System (NPDES) requirements that apply to the Village with respect to stormwater. Streets and parking lots accumulate pollutants that contribute to stormwater pollutant runoff to surface waters. Pollutants, including sediment, debris, trash, road salt, and trace metals can be minimized by street sweeping. Street sweeping can also improve the aesthetics of municipal roadways, control dust and decrease the accumulation of pollutants in catch basins.
2. Remove leaves and tree debris from the right-of-way. The fall sweeping occurs from mid-October
through early December on Village streets. The fall sweeping cleans the streets of leaves and tree debris that fall naturally into the street.
3. Improve the appearance of the Village streets: Village streets and streets within the downtown are
swept on a regular cycle to remove litter and other debris.
Project Description: The Village is requesting bids for street sweeping service throughout the Village of Oswego limits according to the specifications contained herein. The Village has approximately 288 miles of curbed streets that are to be cleaned. The Contractor shall perform sweeping services three (3) times per year and each sweeping cycle shall take no more than five (5) days to complete.
PROJECT SPECIFICATIONS Detailed Specifications: Scope of Work: Contractor shall perform the maintenance, furnish all labor, equipment, and supplies for street sweeping throughout the village (see map). Bidders must completely familiarize themselves with the specifications in this bid document. A Complete Cleaning Cycle is defined as the Contractor cleaning all curbs, gutters and median curbs located in the Village limits as designated in these specifications. Contractor shall prepare and furnish a “Route Lists and Work Plan” of all streets to be cleaned to the Public Works Department for approval. The term street shall mean the paved area between the normal curb line of the roadway, whether an actual curb line exists or not. It does not include bike paths, areas adjacent to the roadway, or parking lots unless specifically called out. Sweeping operations shall not be performed during moderate to heavy rainfall. The Director of Public Works shall make the final determination, on a daily basis, whether or not to delay, suspend or cancel sweeping operations for that day.
P a g e | 3
Base Bid: Street sweeping will be paid at the contract unit price per sweep of all identified areas. The base bid shall be based on a Complete Cleaning Cycle of all dedicated streets within the Village of Oswego limits. Contractor will sweep the entire Village three (3) times per year in the months of June, August, and November of 2017, and May, August and November of 2018 and 2019. Public Works normal business hours are 7:00 a.m. to 3:00 p.m. Monday through Friday. Sweeping hours shall be from 7am until 8pm Monday through Friday, 7am until 6pm on Saturday, or as amended with the approval of the Director of Public Works. Contractor shall provide a minimum of three (3) sweepers to complete the entire Village within five (5) business days during each Complete Cleaning Cycle. Any requested complete cleaning cycle in addition to those outlined in this bid will be paid at the lump sum rate. The Village prefers the Contractor to use the same operators from day to day to encourage greater efficiency, productivity and continuity. Sweeping operations shall not be performed during moderate to heavy rainfall. The Public Works Department shall make the final determination, on a daily basis, whether or not to delay, suspend of cancel sweeping operations for that day.
Special Request Sweeping Event: Sweeping services shall be provided by special request for such things as parades, carnivals, festivals, construction projects, etc. In these instances the Village will require the Contractor to respond within 24hours from the original call from the Village requesting service. Payment will be paid on a per hour basis. The Contractor shall furnish separate billing for these services. Emergency Response Call-Out: Occasionally, the Contractor is required to provide emergency response street sweeping service for material spills or other emergencies designated by the Village that would occur outside of the normal sweeping schedule. In these instances, the Contractor is required to respond and begin sweeping within two (2) hours of receiving the call. The Contractor is paid on an hourly basis at the overtime rate with a two (2) hour minimum, excluding travel to and from. The Contractor shall furnish separate billing for these services. The Contractor shall provide a telephone number to a person the Village may call at any time for emergency services.
Automatic Vehicle Location (AVL): Contractor shall provide a complete AVL for the purpose of monitoring street sweeping activities. The AVL system shall be accessible via the internet on a secure website available to authorized Village staff, with a login and password. The AVL system shall include and initiate broadcasting data when brooms are activated or lowered to begin sweeping. Data shall be submitted at a minimum, to include but not be limited to 30 second intervals to the secured website for monitoring. The AVL shall maintain a 95% performance level. The AVL coverage area shall include all of the Village of Oswego. In order for the Village to monitor the efficiency of the street sweeping operation, the following shall be provided by the AVL:
Speed: The speed of the street sweeper during the street cleaning operation shall be monitored. The AVL shall be able to determine when the street sweeper is performing the cleaning operation and report the vehicle speed. This speed shall be measured in one mile per increments. Tracking: The accuracy of the street sweeper’s location shall be to within 50 feet or less of the actual location. The AVL shall show the following but not limited – vacuum on, gutter or center brush down and working, and the location of a single vehicle or all the vehicles. It is preferred that the street sweeper’s location be displayed on street map window with user controlled sizing and placement.
Daily Reports: The street sweepers will be equipped with AVL units that will provide the Village with real-time information about areas of the Village completed. Contractor must provide a daily AVL report
P a g e | 4
with a map of completed work to show progress. Daily Report must include: curb miles swept, miles or feet of any special sweeps, speed of sweeper, gallons of water used, and cubic yards of debris removed.
Newly Annexed Areas: Streets in areas annexed after the contract is in effect shall be cleaned under the same requirements for all other streets. Compensation for new streets will be made on a prorated basis.
Sweeping Procedures: Direction of Operation – When traveling in lanes open to the public traffic, the Contractor’s vehicles shall always move with and not against the flow of traffic. These vehicles shall enter and leave work areas in a manner that will not be hazardous to, or interfere with, traffic and shall not park or stop except within designated parking areas. Speed Limit – Sweeping operations shall be performed at a maximum speed of six (6) miles per hour. The maximum speed may be increased if Contractor shows evidence that their equipment can be operated effectively and safely at a higher rate of speed according to the manufacturer’s specifications. Public Safety – All equipment shall be maintained in accordance with existing Illinois State Law and shall be supplied with operational amber flashing lights/strobes to indicate width and height of sweepers and “slow moving vehicle designators” as required. All vehicles and equipment must be clearly marked to properly identify the street sweeping company, including phone number and must be visible at all times.
a) Manual on Uniform Traffic Control Devices. b) Regulations of the Department and the Village of Oswego. c) Other Federal (including OSHA), State or Municipal acts, statutes, rulings, ordinances, decisions
or regulations as might apply. d) All subsequent revisions and supplement to the above documents. e) The importance of following correct safety procedures is emphasized. The Village reserves the
right to disallow payment for any work performed where the proper safety precautions are not followed.
f) The safety of the public and the convenience of traffic shall be regarded as prime importance. Unless otherwise provided herein, all portions of streets shall be kept open to traffic.
g) The Contractor shall take all reasonable precautions for the safety and reasonable protection to all of their employees and other persons and property to prevent damage, injury or loss to same.
Water for Sweeping Equipment: Water will be provided by the Village at no charge. The Village will provide a hydrant meter to the Contractor. A $1,200.00 deposit will be required and returned to the Contractor at the end of the season, minus any damage to the meter, if applicable. The reporting of water usage shall be as required by the Public Works Department. The Contractor shall make arrangements with the Public Works Department for the proper use of hydrants throughout the Contract period.
Debris: The cleaning operation shall include all sweeping and does not include the removal of waste materials in catch basins or storm sewers.
Material to be cleaned from streets shall include accumulations of dirt and debris from gutters and noticeable debris in the center areas of streets and intersections. The term debris shall mean all materials normally picked up by a mechanical sweeper, such as sand, salt, glass, paper, leaves, cans, and other materials. It also includes large items such as stones, tree limbs, wood, cable, auto parts, and other such materials that are encountered during regular sweeping schedules. Large items that cannot be picked up by the street sweeper can be moved into the parkway for pick up by the Public Works Department. Contractor must notify the Department where large items have been moved into the parkway no later than the end of their shift that same day.
P a g e | 5
Personnel shall be made available by the Contractor for hand cleaning, and hand tools shall be used by said personnel to clean areas not accessible to sweeping units, such as to loosen tightly compacted dirt in curb lines Under the terms of this contract the Contractor will be responsible for the liability and the cost of the disposal of the material collected during street sweeping. The Contractor will provide a dumpster and the Village will provide a temporary site for the Contractor to accumulate collected sweeping debris.
Effective dust control by use of sweeper spray systems or other means shall be maintained at all times. Protection of Property: All reasonable precautions will be taken to protect public and private property such as pavements, sidewalks, lawns, fences, bushes, trees, shrubs, buildings and other property from undue damage. If the Director determines that the Contractor has unnecessarily damaged or destroyed property, it shall be repaired or replaced to the satisfaction of the Village at the Contractor’s expense. Accident Reporting: All accidents occurring on the job which damage public or private property, result in injuries to workers or other persons, or damage to utilities shall be promptly reported to the Village’s Police and to the Public Works Department. Sweeping Equipment: All The Contractor shall provide and maintain sufficient equipment to satisfactorily meet the specified Complete Cleaning Cycle. All bidders must provide a list of equipment they will use on this Contract on the “Equipment List Sheet” of this bid document. The equipment shall be of sufficient type, capacity and quantity to safely and efficiently perform the cleaning work as specified. The Village reserves the right to determine the capability of the equipment and to reserve acceptance or terminate the Contract due to improper or deficient equipment. The Village may conduct a visit to the Contractor’s business facility prior to and after award to inspect all equipment used to complete the project or for an on-site demonstration of the capacity of proposed equipment. All equipment and vehicles used by the Contractor shall have a valid insurance, State of Illinois registration, and State of Illinois vehicle safety sticker.
The Contractor for the Contract shall own or lease a minimum of three (3) mechanical type sweepers. In the event of equipment failure, the Contractor must be able to provide a similar unit within 48 hours at no additional charge to the Village. Specifications for such equipment are as follows:
a) Street Sweepers - Sweepers used in the cleaning operation may be brush vacuum, mechanical or regenerative air, or a combination of types. Street Sweepers are to be Elgin Eagle, Elgin Crosswind, or Elgin Whirlwind or approved equal.
b) Contractor must provide regenerative air trucks in the fall with a minimum of 8-yard hopper capacity.
c) Sweepers must be equipped with an efficient and effective water spray system for dust control, and the spray systems must be maintained in good operating condition.
d) Sweepers must have a sufficient supply of spare brooms and other parts on hand to ensure the timely and continuous fulfillment of the contract. The Contractor shall provide a listing and location of spare parts for inspection upon request of the Director.
e) Sweepers must be capable of dumping directly into trucks provided by the Contractor or of transporting debris to the location provided by the Village.
f) Sweepers must be capable of removing litter, leaves and debris sufficiently to meet the Village's satisfaction.
g) Dump trucks - Depending upon the type of sweepers used, the Contractor may require the use of one (1) or more dump trucks. It is the Contractor's responsibility to provide these vehicles in the event its cleaning equipment requires them.
P a g e | 6
h) The Contractor shall provide adequate support equipment which includes debris transfer vehicles, pickup trucks, service trucks, tire trucks and any other item of equipment necessary to provide cleaning services as described in these specifications.
i) Sweepers shall be equipped for Village approved communication equipment (e.g. radios, cellular phones), at the Contractor’s expense, to enable contact with the Village. CB radios are unacceptable.
j) All machines must not be over five (5) years old or must be able to be certified to the satisfaction of the Village as having been rebuilt to new standards within the past five (5) years.
k) Equipment must conform to all federal, state and local safety regulations. All equipment (including support equipment) to be used by the Contractor shall be listed as part of the "Work Plan" section of the Contractor's Information Report. All vehicles used by the Contractor must be performance worthy by visual and operational inspection.
l) Sweepers shall present a clean appearance and be regularly washed. Billing/Invoicing: All billing and invoicing will be done after each round of sweeping with detailed itemized billing for each cycle. Billing will include the date, the work performed, and the total cost of the complete sweeping cycle. After receipt of a correct invoice, payments shall be due and owing by the Village in accordance with the terms and provisions of the Local Government Prompt Payment Act, Illinois Compiled Statutes, Ch. 50, Sec. 505, et. seq.; If, in the opinion of the Village, the Contractor has not or is not satisfactorily performing the work covered by this specification, and within forty eight (48) hours of receipt of a written demand from the Village, for performance, has not cured any defect in performance specifically itemized in such demand, the Village may, at its option:
a) Withhold payment. b) Consider all or any part of this contract breached and terminate the contractor, or c) May hire another contractor to cure any defects in performance or complete all work covered
by this specification for the remaining term of this contract. d) Any demand for performance shall be specifically delivered to contractor by personal
delivery, certified or registered mail.
The Village will make periodic inspections and follow up as needed with the contractor to discuss any issues, etc.
P a g e | 7
Instructions to Bidders 1. Receipt of Bid: June 6, 2017; 10:00 A.M. 2. Basis of Bid: Sealed bids will be received until the above noted time and date. 3. Bid Description: Street Sweeping 4. Preparation and Submission of Bids:
A. Each bid shall be submitted on the exact form furnished. All blank spaces for bid prices, unit costs and alternates must be filled in using both words and figures if indicated. In case of any discrepancy in the amount bid, the prices expressed in written words shall govern.
B. Each bidder must complete, execute and submit with its bid a certification that Bidder is not barred from public contracting due to bid-rigging or bid rotating convictions on the form included with the bidding documents.
C. Each bidder must submit a complete bid package, including the following items: i. Bid Certifications
ii. Bid Sheet iii. Bid Sheet Signature iv. Contractor’s Bid Agreement v. References
vi. Subcontractors List. vii. Equipment List
viii. Bid Guarantee in the amount of 10% of the total of one complete sweep cycle. ix. Performance Bond and a Labor and Material Payment Bond in the amount of one
complete sweep cycle D. One (1) paper copies of the bid and one electronic version of the bid on a flash drive in a
*.pdf (Adobe Acrobat) version shall be submitted in a sealed envelope on or before the time stated and shall bear the name of the individual, firm, or corporation submitting the Bid and the Bid Name - “Street Sweeping”.
E. Bidders may attach separate sheets to the bid for the purpose of explanation, exception, alternate bid and to cover unit prices, if needed.
F. Bidders may withdraw their bid either personally or by written request at any time before the hour set for the bid opening, and may resubmit it. No bid may be withdrawn or modified after the bid opening except where the award of contract has been delayed for a period of more than ninety (90) days.
G. In submitting this bid, the bidder further declares that the only person or party interested in the proposal as principals are those named herein; and that the bid is made without collusion with any other person, firm or corporation.
H. The bidder further declares that he has carefully examined this entire Bid Package, and he has familiarized himself with all of the local conditions affecting the contract and the detailed requirements of this work and understands that in making the bid he waives all rights to plead a misunderstanding regarding same.
I. The bidder further understands and agrees that if his bid is accepted, he is to furnish and provide all necessary machinery, tools, apparatus, and other means to do all of the work and to furnish all of the materials specified in the contract, except such materials as are to be furnished by the owner (Village), in the manner and at the time therein prescribed, and in accordance with the requirements therein set forth.
J. The bidder further agrees that if the Village decides to extend or shorten the work, or otherwise alters it by extras or deductions, including elimination of one or more of the items, as provided in the specifications, he will perform the work as altered, increased or decreased.
K. The bidder further agrees that the Village representative may at any time during the progress of the work covered by this Contract, order other work or materials incidental thereto
P a g e | 8
and that all such work and materials as do not appear in the bid or contract as a specific item covered by a lump sum price, and which are not included under the bid price for other items in the Contract, shall be performed as extra work.
L. The bidder further agrees to execute all documents within this Bid Package, for this work and present all of these documents to the Village.
M. The bidder further agrees to execute all documents within this Bid Package, obtain a Certificate of Insurance for this work and present all of these documents within fifteen (15) days after the receipt of the Notice of Award and the Contract.
N. The bidder further agrees to begin work not later than ten (10) days after receipt of the Notice to Proceed, unless otherwise provided, and to execute the work in such a manner and with sufficient materials, equipment and labor as will insure its completion within the time limit specified within the bid, it being understood and agreed that the completion within the time limit is an essential part of the contract.
O. By submitting a bid, the bidder understands and agrees that, if his bid is accepted, and he fails to enter into a contract forthwith, he shall be liable to the Village for any damages the Village may thereby suffer.
P. No bid will be considered unless the party offering it shall furnish evidence satisfactory to the Village that he has necessary facilities, ability and pecuniary resources to fulfill the conditions of the Contract.
Q. No bid shall be considered unless the party offering it shall furnish evidence satisfactory to the Village that he has the necessary facilities, ability, and pecuniary resources to fulfill the conditions of the Contract.
5. Additional Information Request: Questions regarding this RFP can be emailed to Annie
Callahan, Purchasing Manager at [email protected] and specific questions regarding the specifications in this RFP can be emailed to Dave Markowski, Public Works Operations Superintendent at [email protected] by the end of business on Wednesday, May 31, 2017. Answers will be provided in writing to all potential Bidders; No oral comments will be made to any Bidder as to the meaning of the RFP and Specifications or other contract documents. Bidders will not be relieved of obligations due to failure to examine or receive documents, visit the site or become familiar with conditions or facts of which the Bidder should have been aware of and the Village will reject all claims related thereto.
Information (other than in the form of a written Addendum issued by the Village) from any officer, agent, or employee of the Village or any other person shall not affect the risks or obligations assumed by the Bidder or relieve him from fulfilling any of the conditions and obligations set forth in the proposal and other contract documents. Before the proposals are opened, all modification or additions to the proposal documents will be made in the form of a written Addendum issued by the Village. Any Addendum issued will be posted on the Village’s website. In the event of conflict with the original contract documents, addenda shall govern all other contract documents to the extent specified. Subsequent addenda shall govern over prior addenda only to the extent specified.
The Bidder shall be required to acknowledge receipt of the formal Addendum by signing the Addendum and including it with the proposal quotation. Failure of a Bidder to include a signed formal Addendum in its proposal quotation shall deem its quotation non-responsive: provided, however that the Village may waive this requirement if it in its best interest.
6. Conditions: A. The Village is exempt from Federal excise tax and the Illinois Retailer's Occupation
Tax. This bid cannot include any amounts of money for these taxes. B. To be valid, the bids shall be itemized so that selection for purchase may be made, there
being included in the price of each unit the cost of delivery (FOB Destination).
P a g e | 9
C. The Village shall reserve the right to add or to deduct from the base bid and/or alternate bid any item at the prices indicated in itemization of the bid.
D. All bids shall be good for ninety (90) days from the date of the bid opening. 7. Award of Bid: The Village of Oswego reserves the right to reject any or all bids and to
waive any informality or technical error and to accept any bid deemed most favorable to the interests of the Village of Oswego. A. The items of work not specifically mentioned in the Schedule which are necessary and
required to complete the work intended shall be done incidental to and as part of the items of work for which a unit price is given. No additional payment will be made for such incidental work. The Bidder shall be responsible for identifying all costs to complete the project on time and in order to create a functional and operational system in accordance with the Plans and Specifications.
B. All awards made in accordance with this Code are final determinations. C. In addition to price, the Village will consider:
• Ability, capacity and skill to fulfill the contract as specified. • Ability to supply the commodities, provide the services or complete the construction
promptly, or within the time specified, without delay or interference. • Character, integrity, reputation, judgment, experience and efficiency. • Quality of performance on previous contracts. • Previous and existing compliance with laws and ordinances relating to the contract. • Sufficiency of financial resources. • Quality, availability and adaptability of the commodities, services or construction, in
relation to the Village's requirements. • Ability to provide future maintenance and service under the contract. • Number and scope of conditions attached to the bid/proposal. • Record of payments for taxes, licenses or other monies due the Village
. 8. Rejection of Bids:
A. The Village reserves the right to cancel invitations for bids or requests for proposals without penalty when it is in the best interest of the Village. Notice of cancellation shall be sent to all individuals or entities solicited.
B. The Village reserves the right to reject any or all bids, to waive any minor informality or irregularity in any bid, to negotiate changes and/or modifications with the lowest responsible bidder and to make award to the response deemed to be the most advantageous to the Village. Bidders shall be required to comply with all applicable federal, state and local laws, including those relating to employment of labor without discrimination on the basis of age, race, color handicap, sex, national origin or religious creed.
C. Any bid not conforming to the specifications or requirements set forth by the Village in the bid request may be rejected.
D. Bids may also be rejected if they are made by a bidder that is deemed un-responsible due to a lack of qualifications, capacity, skill, character, experience, reliability, financial stability or quality of services, supplies, materials, equipment or labor.
9. Equal Opportunity: The Bidder will not discriminate against any employee or applicant for
employment because of race, color, religion, sex, ancestry, national origin, place of birth, age or handicap unrelated to bona fide occupational qualifications.
10. Non-Discrimination: The Bidder, its employees and subcontractors, agrees not to commit
unlawful discrimination and agrees to comply with applicable provisions of the Illinois Human Rights Act, the U.S. Civil Rights Act and Section 504 of the Federal Rehabilitation Act, and rules applicable to each.
P a g e | 10
11. Copies of Documents: The number of copies of Contract and Bond required to be executed is as follows:
Three (3) original counterparts of the Contract documents will be required to be executed.
12. Execution of Documents: The Bidder, in signing his Bid on the whole or on any portion of the work, shall conform to the following requirements: Bids signed by an individual other than the individual represented in the Bid documents shall have attached thereto a power of attorney evidencing authority to sign the Bid in the name of the person for whom it is signed.
Bids which are signed for a partnership shall be signed by all of the partners or by an attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the Bid a power of attorney evidencing authority to sign the bid, executed by the partners. Bids which are signed for a corporation shall have the correct corporate name thereof and the signature of the President or other authorized officer of the corporation manually written below the corporate name.
If such Bid is manually signed by an official other than the President of the Corporation, a certified copy of a resolution of the board of directors evidencing the authority of such official to sign the Bid should be attached to it. Such Bid shall also bear the attesting signature of the Secretary of the corporation and the impression of the corporate seal. The Contract shall be deemed as have been awarded when formal notice of award shall have been duly served upon the intended awardee.
13. Independent Contractor: There is no employee/employer relationship between the Contractor
and the Village. Contractor is an independent contractor and not the Village’s employee for all purposes, including, but not limited to, the application of the Fair Labors Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the Worker’s Compensation Act (820 ILCS 305/1, et seq.). The Village will not (i) provide any form of insurance coverage, including but not limited to health, worker’s compensation, professional liability insurance, or other employee benefits, or (ii) deduct any taxes or related items from the monies paid to Contractor. The performance of the services described herein shall not be construed as creating any joint employment relationship between the Contractor and the Village, and the Village is not and will not be liable for any obligations incurred by the Contractor, including but not limited to unpaid minimum wages and/or overtime premiums, nor does there exist an agency relationship or partnership between the Village and the Contractor.
14. Approval and Use of Subcontractors: The Contractor shall perform the Services with its own
personnel and under the management, supervision, and control of its own organization unless otherwise approved by the Village in writing. All subcontractors and subcontracts used by the Contractor shall be included on the Subcontractor’s form in the Bid proposal and be acceptable to, and approved in advance by the Village. The Village’s approval of any subcontractor or subcontract shall not relieve the Contractor of full responsibility and liability for the provision, performance, and completion of the Work in full compliance with, and as required by or pursuant to, this Contract. If the Contractor chooses to use subcontractors to perform any of the Work, the Work performed under any subcontract shall be subject to all of the provisions of this Contract in the same manner as if performed by employees of the Contractor. Every reference in this Contract to “Contractor” shall be deemed to also apply to all subcontractors of the Contractor.
P a g e | 11
Every subcontract entered into by the Contractor to provide the Work or any part thereof shall include a provision binding the subcontractor to all provisions of this Contract.
If any personnel or subcontractor fail to perform the part of the Work undertaken by it in a manner satisfactory to the Village, the Contractor shall immediately upon notice from the Village remove and replace such personnel or subcontractor. The Village shall have no claim for damages, for compensation in excess of the contract price, or for a delay or extension of the contract time as a result of any such removal or replacement.
15. Assignment: Neither the Village nor the Contractor shall assign or transfer any rights or obligations under this Agreement without the prior written consent of the other party, which consent shall not be unreasonably withheld.
16. Governing Law: This Contract and the rights of Owner and Consultant under this Contract shall
be interpreted according to the internal laws, but not the conflict of laws rules, of the State of Illinois. Venue for any action related to this Contract will be in the Circuit Court of Kendall County, Illinois.
17. Changes in Law: Unless otherwise explicitly provided in this Contract, any reference to laws
shall include such laws as they may be amended or modified from time to time. 18. Time: The Contract Time is of the essence of this Contract. Except where otherwise stated,
references in this Contract to days shall be construed to refer to calendar days.
P a g e | 12
CONTRACT
The entire bid package and following sections apply to all proposals requested and accepted by the Village and become a part of the contract unless otherwise specified. Persons submitting proposals or their authorized representatives are expected to fully inform themselves as to the conditions, requirements, and specifications before submitting proposals. The Village assumes that submission of a proposal means that the person submitting the proposal has familiarized himself with all conditions and intends to comply with them unless noted otherwise. 1. Definitions: The Term “Village” whenever used in the contract documents shall be construed to
mean the Village of Oswego. The Village of Oswego, the Public Works Department, and the Director of Public Works shall also be known herein, respectively, as the Village, the Department, and the Director.
2. Conditions: The Bidder is responsible for being familiar with all conditions, instructions, and
documents governing this project and bid. Failure to make such investigation and preparations shall not excuse the Contractor from performance of the duties and obligations imposed under the terms of this contract. The bidder acknowledges that local ordinance permits the Village to give preference to local businesses.
3. Bid Bond: If the bidder’s proposal for this project exceeds fifty thousand dollars ($50,000.00),
bids shall be secured by a certified check, bank draft, satisfactory bid bond or approved letter of credit in the amount of ten percent (10%) of the total amount of one sweeping cycle. Bid security shall be submitted with the bid.
4. Performance Bond: If the bidder’s proposal for the project is equal to or greater than $5,000
then the following bonds shall be delivered to the Village and shall become binding with the acceptance of the bid:
A. Performance bond satisfactory to the Village, executed by Surety Company authorized to do
business in the state or otherwise secured in a manner satisfactory to the Village, in an amount equal to 110% of the price specified for one complete cleaning cycle. The surety on the bond shall be a company that is licensed by the Department of Insurance authorizing it to execute surety bonds and the company shall have a financial strength rating of at least A- as rated by A.M. Best Company, Inc., Moody’s Investors Service, Standard & Poor’s Corporation, or a similar rating agency.
5. Insurance Requirements: The Contractor will provide satisfactory proof of insurance naming
the Village of Oswego, together with its officers, agents, employees and engineers as additional primary, non-contributory named insureds prior to commencing work. All policies shall be written on a "per occurrence" basis. The Contractor shall procure and maintain insurance for protection from claims under worker's compensation acts, claims for damages because of bodily injury including personal injury, sickness or disease or death of any and all employees or of any person other than such employees, and from claims or damages because of injury to or destruction of property including loss of use resulting therefrom, alleged to arise from the Contractor’s negligence in the performance of services under this Agreement. Contractor‘s certificate of insurance shall contain a provision that the coverage afforded under the policy(s) will not be canceled or reduced without thirty (30) days prior written notice (hand delivered or registered mail) to the Village. Contractor shall promptly forward new certificate(s) of insurance evidencing the coverage(s) required herein upon annual renewal of the subject policies. Failure of the Engineer to supply a valid certificate of insurance, or if a previously valid certificate of insurance has expired and is not replaced, is grounds for issuance of a stop work order until such
P a g e | 13
time as a valid certificate of insurance is provided. Failure of the Village to collect or demand a certificate of insurance shall not be deemed a waiver of the requirement to provide one. The limits of liability for the insurance required by this Subsection shall not be less than the following:
Workmen’s Compensation Insurance: All Liability imposed by Workmen’s Compensation statute Employer’s Liability Insurance $1,000,000 Contractual Liability Insurance $1,000,000 Completed Operations Insurance $ 500,000 Owned, Hired, and Non-Ownership Vehicle, Bodily Injury and Property Damage to the following Limits: Commercial General Liability $2,000,000 (each occurrence) Bodily Injury $2,000,000 (each person)
$2,000,000 (each accident) Property Damage $2,000,000 (each accident) Automobile Liability $1,000,000 combined single limit (each accident) Umbrella Liability $5,000,000 (each occurrence)
$5,000,000 (aggregate)
6. Force Majeure: Whenever a period of time is provided for in this Agreement for the Contractor or the City to do or perform any act or obligation, neither party shall be liable for any delays or inability to perform if such delay is due to a cause beyond its control and without its fault or negligence including, without limitation: a) Acts of nature; b) Acts or failure to act on the part of any governmental authority other than the City or Contractor, including, but not limited to, enactment of laws, rules, regulations, codes or ordinances subsequent to the date of this Agreement; c) Acts or war; d) Acts of civil or military authority; e) Embargoes; f) Work stoppages, strikes, lockouts, or labor disputes; g) Public disorders, civil violence, or disobedience; h) Riots, blockades, sabotage, insurrection, or rebellion; i) Epidemics or pandemics; j) Terrorist acts; k) Fires or explosions; l) Nuclear accidents; m) Earthquakes, floods, hurricanes, tornadoes, or other similar calamities; n) Major environmental disturbances; or o) Vandalism. If a delay is caused by any of the force majeure circumstances set forth above, the time period shall be extended for only the actual amount of time said party is so delayed. Further, either party claiming a delay due to an event of force majeure shall give the other party written notice of such event within three (3) business days of its occurrence or it shall be deemed to be waived.
7. Liquidated Damages: Time is of the essence to the contract. Should the Contractor fail to
complete the work within the specified time stipulated in the contract or within such extended time as may have been allowed, the Contractor shall be liable and shall pay to the Village the amount shown in the following schedule of deductions, not as a penalty but as liquidated damages, for each hour of overrun in the contract time or such extended time as may have been allowed. The liquidated damages for failure to complete the contract on time are approximate, due to the impracticality of calculating and proving actual delay costs. This schedule of deductions establishes the cost of delay to account for administration, engineering, inspection, and supervision during periods of extended and delayed performance. The costs of delay represented by this schedule are understood to be a fair and reasonable estimate of the costs that will be borne by the Village during extended and delayed performance by the Contractor of the work. The liquidated damage amount specified will accrue and be assessed until final completion of the total physical work of the contract even though the work may be substantially complete.
P a g e | 14
The Village will deduct these liquidated damages from any monies due or to become due to the Contractor from the Village.
Deduction for Each Day of Overrun in Contract Time: $750.00 per day.
8. Ineligible Contractors or Vendors: The Contractor shall certify their review of the village debarment list found at www.oswegoil.org and to further comply with all provisions of Title 1-16-16 of the Village Code. Each proposal, bid or quotation must also include a listing of all intended subcontractors.
Bids received from any listed contractor in response to an invitation for bids shall be entered on the abstract of bids and rejected. Proposals, quotations, or offers received from any listed contractor shall not be evaluated for award or included in the competitive range, nor shall discussions be conducted with a listed offer or during a period of ineligibility. If the period of ineligibility expires or is terminated prior to award, the village may, but is not required to, consider such proposals, quotations, or offers.
9. Compliance with Laws and Regulations: In connection with the performance of the work, the
Contractor shall comply with all statutes, laws, regulations, and orders of federal, state, county, or municipal authorities which shall impose any obligation or duty upon the Contractor.
10. Contract Term: The contract will be for approximately three (3) years, beginning on the first
day of a fully executed Contract and expiring April 30, 2020. 11. Driver’s License: Before commencing work, the Contractor shall provide a copy of valid
driver’s license for each employee operating equipment in the Village. Drivers shall possess of Commercial Driver’s License with appropriate endorsements if operating equipment that requires such a license.
12. Change Orders: After a contract is awarded pursuant to the competitive bid procedures
specified herein, additional purchases or modifications may be made under the contract, or the terms of the contract may be extended, without rebidding the materials, supplies, services or equipment involved, provided that the change order: A. Is not of such a size or nature as to undermine the integrity of the original bidding
process; and B. Is germane to the original contract; and C. Does not exceed twenty percent (20%) of the contracted amount; and D. Is approved by the Board of Trustees or by the Village Administrator, or his/her designee
for change orders that are not greater than fifteen thousand dollars ($15,000.00). E. Change orders for contracts for public improvements shall be as provided by state law.
13. Construction Contracts: In addition to the bid and performance bonds set forth above, the
bidder must furnish and pay for satisfactory any other security required by law or by the specifications for this particular project. Upon receipt of the performance bond, the Village will return the bid bond to the bidder. A. The bidder must comply with all applicable laws prerequisite to doing business in the
state. B. The bidder must have a valid Federal Employer Tax Identification Number or Tax
Identification Number (for individuals). C. The bidder must provide a Statement of Compliance with provisions of the State and
Federal Equal Opportunity Employer requirements. D. The bidder must provide evidence of any professional or trade license required by law or
local ordinance for any trade or specialty area in which the Contractor is seeking a contract award. Additionally, the Contractor must disclose any suspension or revocation of such license held by the company, or of any director, officer or manager of the
P a g e | 15
company. Any material changes to the Contractor’s status, at any time, must be reported in writing to the Village within 14 days of its occurrence. Failure to comply with this requirement is grounds for the Contractor to be deemed non-responsible.
E. The bidder must provide the name and addresses of all known Subcontractors, the general type of work to be performed by these Subcontractors and the expected amount of money that each will receive under the contract. If at any time during the term of the contract a Contractor adds or changes any Subcontractors, he or she shall promptly notify, in writing, the Village Finance Director or their designee of the names and addresses of each new or replaced Subcontractor and the general type of work to be performed.
F. The bidder must provide an affidavit indicating all incomplete work under Contractor and all pending Contractors, along with a schedule of the expected completion of each such contract.
14. Termination: The Village shall have the right at any time and for any reason (without any penalty) to terminate, in whole or in part, this Contract, provided that the Village shall provide Contractor at least ten (10) days’ prior written notice of such termination whereupon this Agreement shall automatically terminate immediately after the 11th day.
A. When this contract, or any portion hereof, is terminated or cancelled by the Village, and
the Contractor released before all items of work included in this contract have been completed, payment may be made be prorated as a percentage of completion of the actual work at contract unit prices, and no claims for loss of anticipated profits or other damages will be made and are hereby waived.
B. Termination of a contract, as stated above, will not relieve the Contractor or his/her surety of the responsibility of replacing defective work or materials.
15. Additional Items: The Village and Contractor further agree that
A. If the Prevailing Wage Act Applies: Wage Rate Requirements:
(1) The Contract shall be based upon payment by Contractor and his Subcontractor of wage rates not less than the prevailing hourly wage rate for each classification of worker engaged on the work as determined by the State of Illinois, Department of Labor.
(2) A copy of the wage determination shall be posted by the Contractor in a conspicuous place at the site of the work where it can be easily seen by the workers.
(3) The Contractor shall maintain certified time sheets and submit to the Village with final invoice.
(4) The Contractor will be required to sign a Wage Rate Requirement Certification.
B. Prevailing Wage Some or all of the work herein may be subject to the provisions of Prevailing Wage Act, 820 ILCS 130/0.01 et.seq., providing for the payment of prevailing rate wages to all laborers, workmen and mechanics engaged on work. The Contractor agrees that, prior to making any payments to its own laborers, workers, or mechanics or to any subcontractor it will determine whether it must legally pay wages in accordance with the Prevailing Wage Act, and if so legally required, pay the then-current prevailing rate of wage as determined by the Illinois Department of Labor and posted at: http//www.state.il.us/agency/idol/.
The Village may at any time inquire of the Contractor as to rates of wages being paid employees of the Contractor, and any subcontractor or material men, whereupon such information shall be promptly provided by the Contractor. The Contractor shall indemnify the Village for any and all violations of the prevailing wage laws and any rules and regulations now and hereafter issued pursuant to said laws.
P a g e | 16
The Contractor shall insert into each subcontract and into the project specifications for each subcontract a written stipulation requiring all laborers, workers and mechanics performing work under the contract to comply with the Prevailing Wage Act and to require each subcontractor to insert into each lower-tiered contract and into the project specification for each lower tiered subcontract a similar stipulation.
C. Sexual Harassment: During the entire term of the contract, Contractor shall have in full force and effect a written Sexual Harassment Policy, which complies with the Illinois Human Rights Act (775- ILCS 5/1-101 et.seq.) including at least the following: 1) a statement on the illegality of sexual harassment; 2) the definition of sexual harassment under Illinois Law; 3) a description of sexual harassment, utilizing examples; 4) an internal complaint process, including penalties; 5) the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights (“Department”) and the Illinois Human Rights Commission (“Commission”); 6) directions on how to contact the Department and the Commission; and 7) protection against retaliation as provided by Section 6-101 of the Act.
D. Drug Free Workplace: In compliance with Illinois law, The Contractor certifies and agrees that it will provide a drug free workplace by: 1. Publishing a Statement: 2) Notifying employees that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance, including cannabis, is prohibited in the Contractor’s workplace.
3) Specifying the actions that will be taken against employees for violations of such prohibition.
4) Notifying the employee that, as a condition of employment on such Contract, the employee will:
5) Abide by the terms of the statement; and 6) Notify the employer of any criminal drug statute conviction for a violation occurring
in the workplace no later than five (5) days after such conviction. 7) Establishing a drug free awareness program to inform employees about: 8) The dangers of drug abuse in the workplace; 9) The Contractor’s policy for maintaining a drug free workplace; 10) Available counseling, rehabilitation, or assistance programs; and 11) Penalties imposed for drug violations. 12) Providing a copy of the Statement required by subsection (a) to each employee
engaged in the performance of the Contract and to post the Statement in a prominent place in the workplace.
13) Notifying the contracting agency within ten (10) days after receiving notice of any violations as listed above.
14) Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program, by any employee who is so convicted, as required by Section 5 of the Drug Free Workplace Act.
15) Assisting employees in selecting a course of action in the event drug counseling, treatment, and rehabilitation are required and indicating that a trained referral team is in place.
16) Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act.
17) The Contractor will be required to sign a Drug Free Workplace Certification.
E. Substance Abuse Prevention on Public Works Projects: Before a contractor or subcontractor commences work on a public works project as defined in 820 ILCS 130/2, the contractor or subcontractor shall have in place a written program which meets or exceeds the program requirements in the Substance Abuse Prevention on Public Works
P a g e | 17
Projects Act, to be filed with the public body engaged in the construction of the public works and made available to the general public, for the prevention of substance abuse among its employees. The testing must be performed by a laboratory that is certified for Federal Workplace Drug Testing Programs by the Substance Abuse and Mental Health Service Administration of the U.S. Department of Health and Human Services. At a minimum, the program shall include all of the following: 1) A minimum requirement of a 9 panel urine drug test plus a test for alcohol. Testing
an employee's blood may only be used for post-accident testing, however, blood testing is not mandatory for the employer where a urine test is sufficient.
2) A prohibition against the actions or conditions specified in 820 ILCS 265/10. 3) A requirement that employees performing the work on a public works project submit
to pre-hire, random, reasonable suspicion, and post-accident drug and alcohol testing. Testing of an employee before commencing work on a public works project is not required if the employee has been participating in a random testing program during the 90 days preceding the date on which the employee commenced work on the public works project.
4) A procedure for notifying an employee who violates 820 ILCS 265/10, who tests positive for the presence of a drug in his or her system, or who refuses to submit to drug or alcohol testing as required under the program that the employee may not perform work on a public works project until the employee meets the conditions specified in subdivisions (2)(A) and (2)(B) of 820 ILCS 265/20.
F. Non-Collusion: The Contractor represents that it is not barred from bidding for this contract as a result of a violation of 720 ILCS 5/33E concerning bid rigging, rotating, kickbacks, bribery and interference with public contracts. The Contractor will be required to sign the Non-Collusion Certification.
G. Ineligible Contractors or Vendors: The Contractor shall certify their review of the village debarment list found at www.oswegoil.org and to further comply with all provisions of Title 1-16-16 of the Village Code. Each proposal, bid or quotation must also include a listing of all intended subcontractors.
Bids received from any listed contractor in response to an invitation for bids shall be entered on the abstract of bids and rejected. Proposals, quotations, or offers received from any listed contractor shall not be evaluated for award or included in the competitive range, nor shall discussions be conducted with a listed offer or during a period of ineligibility. If the period of ineligibility expires or is terminated prior to award, the village may, but is not required to, consider such proposals, quotations, or offers. The Contract shall comply with the Employment of Public Works Act (30 ILCS 570/0.01), if applicable.
H. Compliance with Laws and Regulations: In connection with the performance of the
work, the Contractor shall comply with all statutes, laws, regulations, and orders of federal, state, county, or municipal authorities which shall impose any obligation or duty upon the Contractor.
16. Indemnity and Hold Harmless Agreement: To the fullest extent permitted by law, Contractor
shall indemnify, defend, save and hold the Village, its trustees, officers, employees, agents, attorneys and lenders (collectively the “Indemnitees”) harmless from and against all loss and expense (including, but not limited to, reasonable attorney’s fees and other costs and expenses) by reason of any liability or allegation of liability, against the Indemnitees, or any of them, for damages because of property damage or bodily injury, occupational sickness or disease, including death, resulting therefrom, while performing the work or while at the site where work
P a g e | 18
under the Contract is being conducted or elsewhere, while engaged in the performance of Work under the Contract, however such injuries may be caused, whether attributable to a breach of statutory duty or administrative regulation or otherwise, and such injuries for which liability is imputed to the Indemnitees, or any of them, or damage or injury, directly or indirectly arising or alleged to arise out of the performance of or the failure to perform the work or the failure to protect the work or the site, or the condition of the work, the site, adjoining land or driveways, or streets or alleys used in connection with the performance of the work. Without limiting the generality of the foregoing, the defense and indemnity set forth in this section includes, subject only to the limitations contained in this section, all liabilities, damages, losses, claims, demands and actions on account of bodily injury, death or property loss to an Indemnitee or to any other person or entities, whether based upon, or claimed to be based upon, statutory, contractual, tort or other liability of any Indemnitee. In addition, such defense and indemnity shall include all liabilities, damages, losses, claims, demands and actions for defamation, false arrest, malicious prosecution or any other infringement or similar rights.
The provisions of the indemnity provided for herein shall not be construed to indemnify any Indemnitee for its own negligence. To the extent not permitted by law or to eliminate or reduce any other indemnification, right or remedy which the Village is otherwise entitled to assert. This provision shall survive completion, expiration, or termination of this Agreement.
If any claim indemnified hereunder has not been settled or discharged when the work is completed, final payment of the Contract Sum shall not be due, unless and until Contractor provides a bond or other security equal to 150% of the amount of such claim in a form and substance satisfactory to the Village. In any and all claims against any Indemnitee or any of its agents or employees by any employee of Contractor, anyone directly or indirectly employed by him or anyone for whose acts he may be liable, the indemnification obligation under this Section shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Contractor under Worker’s Compensation acts or other employees benefit acts.
P a g e | 19
IN WITNESS WHEREOF the parties hereto have executed or caused to be executed by their duly authorized agents, this contract in DUPLICATE, each of which shall be deemed original, on the day and year first written. ______________________________________________________________________________ Village of Oswego Administrator Date Attest_________________________________ Title___________________________________ ______________________________________________________________________________ (Printed Name of Contractor) ______________________________________________________________________________ Address Date ______________________________________________________________________________ City State Zip Code ______________________________________________________________________________ Signature of Authorized Representative ______________________________________________________________________________ Title Date
P a g e | 20
WAGE RATE REQUIREMENTS CERTIFICATION GENERAL 1. The Contract shall be based upon payment by Contractor and his Subcontractor of wage rates not less
than the prevailing hourly wage rate for each classification of worker engaged on the work as determined by the State of Illinois, Department of Labor.
2. The Prevailing Wage Law does not prohibit payment of more than the prevailing rate of wages nor
does it limit the hours of work which may be performed by any worker in any particular period of time.
3. A copy of the wage determination shall be posted by the Contractor in a conspicuous place at the site
of the work where it can be easily seen by the workers. 4. The Contractor shall maintain certified time sheets and submit to the Village with final invoice. __________________________________________________________________________ Village of Oswego Administrator Date Attest________________________________ Title _______________________________ __________________________________________________________________________ (Printed Name of Contractor) __________________________________________________________________________ Address __________________________________________________________________________
P a g e | 21
DRUG FREE WORKPLACE CERTIFICATION
In compliance with State of Illinois Compiled Statutes, Chapter 30-580, The Contractor certifies and agrees that it will provide a drug free workplace by: Publishing a Statement: A. Notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a
controlled substance, including cannabis, is prohibited in the Contractor’s workplace. B. Specifying the actions that will be taken against employees for violations of such prohibition. C. Notifying the employee that, as a condition of employment on such Contract, the employee will:
1. Abide by the terms of the statement; and 2. Notify the employer of any criminal drug statute conviction for a violation occurring in the
workplace no later than five (5) days after such conviction. D. Establishing a Drug Free Awareness Program to inform employees about:
1. The dangers of drug abuse in the workplace; 2. The Contractor’s policy for maintaining a drug free workplace; 3. Available counseling, rehabilitation, or assistance programs; and 4. Penalties imposed for drug violations.
E. Providing a copy of the Statement required by subsection (a) to each employee engaged in the
performance of the Contract and to post the Statement in a prominent place in the workplace. F. Notifying the contracting agency within ten (10) days after receiving notice under part (B) of
paragraph (3) of subsection (a) above from an employee or otherwise receiving actual notice of such conviction.
G. Imposing a sanction on, or requiring the satisfactory participation in a Drug Abuse Assistance or
Rehabilitation Program, by any employee who is so convicted, as required by Section 5 of the Drug Free Workplace Act.
H. Assisting employees in selecting a course of action in the event drug counseling, treatment, and
rehabilitation are required and indicating that a trained referral team is in place. I. Making a good faith effort to continue to maintain a drug free workplace through implementation of
the Drug Free Workplace Act. The undersigned affirms, under penalties of perjury, that he/she is authorized to execute this certification on behalf of the designated organization. ____________________________________________________________________________ (Printed name of Contractor) ____________________________________________________________________________ Address ____________________________________________________________________________ City State Zip Code ____________________________________________________________________________ Signature of Authorized Representative ____________________________________________________________________________
P a g e | 22
Title Date NON-COLLUSION CERTIFICATE The Undersigned Bidder is not barred from bidding for this Contract as a result of a violation of either Section 33E-3 or Section 33E-4 of Chapter 38 of the Illinois Revised Statutes concerning bid rigging, rotating, kickbacks, bribery and interference with public contracts. ___________________________________________________________________________ (Printed Name of Contractor) ___________________________________________________________________________ Address ___________________________________________________________________________ City State Zip Code ___________________________________________________________________________ Signature of Authorized Representative ___________________________________________________________________________ Title Date
P a g e | 23
ELIGIBLE CONTRACTOR AND SUBCONTRACTOR CERTIFICATE The Undersigned Bidder is not barred from bidding for this Contract as a result of a violation of either Section 33E-3 or Section 1-19-16 of The Village Code regarding ineligible contractors. ___________________________________________________________________________ (Printed Name of Contractor) ___________________________________________________________________________ Address ___________________________________________________________________________ City State Zip Code ___________________________________________________________________________ Signature of Authorized Representative ___________________________________________________________________________ Title Date
P a g e | 24
STATE AND FEDERAL EQUAL OPPORTUNITY EMPLOYER CERTIFICATE The Undersigned Bidder agrees to comply with all State and Federal Equal Opportunity Employer laws. ___________________________________________________________________________ (Printed Name of Contractor) ___________________________________________________________________________ Address ___________________________________________________________________________ City State Zip Code ___________________________________________________________________________ Signature of Authorized Representative ___________________________________________________________________________ Title Date
P a g e | 25
REFERENCES
VILLAGE OF OSWEGO General Information, list below current business references for whom you have performed work similar to that required by this proposal. Business: _______________________________________________________ Address: ________________________________________________________ City, State, Zip Code:__________________________________________ Telephone Number: _______________________________________________ Contact Person: _________________________________________________ Dates of Service: _______________________________________________ Business: _______________________________________________________ Address: ________________________________________________________ City, State, Zip Code: __________________________________________ Telephone Number: _______________________________________________ Contact Person: _________________________________________________ Dates of Service: _______________________________________________ Business: _______________________________________________________ Address: ________________________________________________________ City, State, Zip Code: __________________________________________ Telephone Number: _______________________________________________ Contact Person: _________________________________________________ Dates of Service: _______________________________________________
If additional sheets are needed, please make copies.
P a g e | 26
SUBCONTRACTORS
VILLAGE OF OSWEGO Provide the name, contact information, and value of work for each and every subcontractor which will be employed on this project. Subcontractor No. 1: _______________________________________________
Address: ________________________________________________________ City, State, Zip Code:______________________________________________ Telephone Number: _______________________________________________
Value of Work Subcontracted: _______________________________________ Nature of Work Subcontracted: _______________________________________
Subcontractor No. 2: _______________________________________________
Address: ________________________________________________________ City, State, Zip Code:______________________________________________ Telephone Number: _______________________________________________
Value of Work Subcontracted: _______________________________________ Nature of Work Subcontracted: _______________________________________
Subcontractor No. 3: _______________________________________________
Address: ________________________________________________________ City, State, Zip Code:______________________________________________ Telephone Number: _______________________________________________
Value of Work Subcontracted: _______________________________________ Nature of Work Subcontracted: _______________________________________
If additional sheets are needed, please make copies.
P a g e | 27
EQUIPMENT LIST
VILLAGE OF OSWEGO
Name Make Model Year Use
If additional sheets are needed, please make copies.
P a g e | 1
BID SHEET The prices stated in this proposal are guaranteed for 45 days from the date of hereof and if awarded within that period, we agree to complete the work covered by this Proposal at said prices.
Lump Sum Price per Full Cycle (May, August & November):
2017:
June $___________________________
August $___________________________
November $___________________________
2018:
May $___________________________
August $___________________________
November $___________________________
2019:
May $___________________________
August $___________________________
November $___________________________
Hourly rate for Special Events/Emergency Sweeping:
2017 $___________________________(per hour)
2018 $___________________________(per hour)
2019 $___________________________(per hour)
Itemized Miscellaneous Costs:
2017 $___________________________
2018 $___________________________
2019 $___________________________
P a g e | 2
BID SHEET SIGNATURE
PRINTED NAME _____________________________________
SIGNED ______________________________________
TITLE ________________________________________
COMPANY ___________________________________
DATE ___________________
Page | 1
CONTRACTOR BID AGREEMENT TO: Village of Oswego 100 Parker’s Mill Oswego, IL. 60543 The undersigned bidder, in compliance with your advertisement for bids for work as specified, and related documents prepared by or at the direction of the Village of Oswego, Owner, and being familiar with all conditions surrounding the work, including availability of labor and material, does hereby propose to furnish materials, labor, equipment and services and pay for same and shall perform all work required for the completion of the Project, in accordance with the Contract documents and at the price provided. Bidder certifies this bid to be for the project described in the Instruction to Bidders document and to be in accordance with plans, specifications and Contract documents, including the invitation for bids. In no event shall any delays or extensions of time be construed as cause or justification for payment of extra compensation to the Contractor. Any claims for an increase of the Contract time shall be made in writing to the Village within seven (7) days of the cause. Signed: ____________________________________________ Print Name: ____________________________________________ Title: ____________________________________________ Company Name: ___________________________________________ Date: ____________________
!!(13!!(52
¡£ ¤43
¡£ ¤43
¡£ ¤30
¡¬¢30
¡¬¢30
!!(17
!!(17
¡£ ¤43
¡£ ¤43
¡£ ¤43
¡£ ¤43
¡£ ¤43
!!(52!!(13
³³±A9
³³±9
³³±22
³³±61
Meije
r Gas
Stati
on
Murph
yUS
A Gas
Statio
n
Shell
Gas
Stati
on
Holid
ay Inn
Expre
ss Ho
tel& S
uites
Jewe
lEx
press
Gas S
tation
Marcl
ey's
Gas
Statio
n
Mobil
eGa
sSt
ation
BP G
asSt
ation
Amer
icinn
Lodg
e &Su
ites
Maso
nSq
uare
Falco
n Lan
ding
at Fa
rming
tonLa
kes
Doug
lasSq
uare
Office
Plaz
a
Merch
ant's
Plaza
Town
s Cros
sing
Shop
ping C
enter
Ogde
nHi
ll
Prair
ieMa
rket
Gerry
Cente
nnial
Plaza
Oswe
goCo
mmon
s
Ogde
n Fall
sCo
mmer
cial
Oswe
goJu
nctio
n
Orch
ardGr
ove
Rose
Plaza
Orch
ardWa
y
Orch
ardWo
ods
Oswe
goPla
za
Wash
ington
Squa
re
Xand
erCr
ossin
g
Fox
Valle
yWi
nery
Inc
Fifth
Stre
etMa
rket P
lace
Villag
e Squ
areCo
mmerc
ial
Parks
mith
Run
Comm
ercia
l
Stud
ioSh
ops
Oswe
goMa
rket
Place
Oswe
goCo
mmer
cial
Cente
r
Shop
sAt
Ken
dall
Point
Oswe
goOf
fice
Cente
re
Lewi
sSq
uare
Wies
broo
kCo
mmer
ceCe
nter
Spee
dway Gas
Stati
on
WEL
LHO
USE #
11
FOX
METR
OWA
TER
REC
DIST
RICT
WEL
LHO
USE
#4
WEL
LHO
USE
#3
WEL
LHO
USE
#9
OGDE
N FA
LLS
WATE
R TO
WER
HUNT
CLU
BWA
TER
TOW
ERW
ELL
HOUS
E #1
0
WEL
LHO
USE
#6
WEL
LHO
USE
#8
WEL
LHO
USE
#5
Oswe
goPa
rk-N-
Ride
BLAC
KBER
RYTR
AIL P
ARK
Fox B
end
Gold
Cours
e
NORT
HAMP
TON
PARK
NORT
HAMP
TON
GREE
NWAY
CIVIC
CENT
ERPA
RK
BRIAR
CLIFF
WOOD
S PA
RK
WINR
OCK
PARK
BRIAR
CLIFF
LAKE
JAYC
EEPA
RK
PRAIR
IEVIEW
PARK
BART
LETT
LAKE
PRAIR
IE/WE
TLAN
D
MORG
AN C
REEK
PRAIR
IE/WE
TLAN
D
WASH
INGT
ONPA
RK
WORM
LEY
HERI
TAGE
PARK
SAW
WEE
KEE P
ARK
HIDDE
NCR
EEK
PARK
PRAIR
IE P
OINT
COMM
UNITY
PARK
PRAIR
IEFE
STPA
RK
EAGL
ERI
DGE
PARK
FARM
INGT
ONLA
KES P
ARK
COMM
UNITY
PARK
ATGR
ANDE
PARK
TIMBE
RWO
ODPA
RK
AUGU
STA
LAKE
PARK
OLD
POST
PARK
PRAIR
IE P
OINT
GREE
NWAY
CHES
TERF
IELD
PARK
WAUB
ONSIE
GREE
NWAY
Distric
t30
8 Cen
ter
St. An
neCa
tholic
Churc
h
Pearc
eCe
meter
y
OSWE
GOPU
BLIC
LIBRA
RY
Kend
all10
Mov
ieTh
eater
MORG
ANCR
EEK
PARK
SOUT
HPO
INT P
ARK
TUSC
ANY
TRAIL
PARK
OGDE
NFA
LLS P
ARK
SUMM
ERLIN
PARK
THOM
PSON
BOUL
DER
HILL
LONG
BEAC
H
FOX
CHAS
E
CHUR
CHILL
OSWE
GOHI
GH S
CHOO
L
WHEA
TLAN
DS
OLD
POST
SOUT
HBUR
Y
OSWE
GOEA
ST
PRAIR
IEPO
INT
EAST
VIEW
TRAU
GHBE
R
HUNT
CLUB
GRAN
DEPA
RK
PLAN
KJU
NIOR
HIGH
Distric
t 308
Head
Offic
e
hp: th
eco
llege
Yorkv
ille
Bould
erHil
lAu
rora
Plainf
ield
Montg
omery
U.S.
POST
ALSE
RVIC
E
U.S.
POST
ALSE
RVIC
E
Highla
nds
Busin
ess P
ark
Kend
all P
oint
Busin
ess
Cente
r
Stone
hill
Busin
ess
Park
Early
Child
hood
Edwa
rdMe
dical
Grou
p
Oswe
goVil
lage
Hall
Oswe
goCh
ambe
r of
Comm
erce
Oswe
goTo
wnsh
ipAs
sess
or
Oswe
goPu
blic W
orks
Facil
ity
Fire
Stat
ion #3
OSW
EGO
POLIC
EDE
PART
MENT
Fire
Stat
ion #1
Fire
Stat
ion #2
Fire
Stat
ion #4
Fox River
Morga
nCree
k
BlackberryCreek
Morga
nCree
k
188
189
190
191
192
193
194
195
196
197
174
175
176
177
178
179
180
181
182
183
184
185
156
157
158
159
160
161
162
163
164
165
166
167
168
135
136
137
138
139
140
141
142
143
144
145
146
147
148
149
150
151
112
113
114
115
116
117
118
119
120
121
122
123
124
125
126
127
128
9293
9495
9697
9899
100
101
102
103
104
105
106
107
108
7273
7475
76
77
7879
8081
8283
8485
8687
88
5455
5657
5859
6061
6263
6465
6667
6869
70
3839
4041
4243
4445
46
4748
4950
5152
53
2122
2526
2728
2930
3132
3334
3536
56
1314
1516
1718
19
12
1110
24237
89
20 37 173
199
198
169
170
187
186
Ashc
roft C
t
Prair
ieview Dr
Doug
lasRd
Seas
ons
Ridge
Blvd
WWa
shing
ton St
Orch
ard Ave
Marqu
is St
Steep
lchas
eBlv
d
Ashla
ndSt
Yoak
umBlv
d
Unna
med
Oswe
goPla
ins D
r
Unna
med
Taft D
r
Reag
an Dr
Churc
hill C
t
Loree
nCt
Owen
Ct We
aver
Ct
Magn
olia
Ct
Unna
med
Madis
on C
t
Fairfi
eld C
t
Carlto
n Ct
Lake
side D
r
Mills
tream Ln
Simsb
ury Ct
Mist
Dr
Fox M
ead
Ct
Gree
nview Ct
Thorn
bury
Ct
Putna
mCt
E Aldo
nCt
Broc
k Ct
Chels
ea C
t
Pond
s Ct
Sedg
wick
Ct
Unna
med
Clearw
ater
Ct
Cathe
rine C
t
Fox
Chas
e Ct
Shad
ow Ct
Cush
ing Ln
Unna
med
Half
Hollo
w Ct
E Jac
kson
St
Charl
es C
t
Morni
ngGl
ory C
t
Relia
nce C
tLa
mbert
Dr
Sprin
gdale
Ct
Rourk
eDr
Burch
eDr
Clarid
geDr
Churc
hill Ct
Arlin
gton C
t
Dorch
rster Ct
Edyth
eDt
Carna
tion
Ct
Centu
ryCt
McGr
ath D
r
Flintl
ock Ct
Burgu
ndy
Ct
Bran
don
Ct
Sono
raDr
Caym
anCt
Amhe
rst Ct
Chate
aux Ct
Suns
hine C
t
Tewk
sbury
Ct
Chris
tian C
t
Hedg
erow
Ct
Chap
man D
r
Ashc
roft
Ct
Wind
crest
Dr
Winm
ont Ct
Briar
cliff
Ln
Buell
Rd
Truma
nDr
Croft
onCt
Persi
mmon Ln
Tusc
any
Trl
Briar
cliff
Ln
Baum
ann
Trl
Richm
ond Ct
Cove
ntry
Ct
Alling
tonCt
Hunte
rCt
Timbe
rWo
od C
t
Wood
bine
Ct
Montc
lair L
n
Timbe
rCt
Gastv
illeSt
Cres
twoo
d Rd
Hamp
shire
Ct
Budlo
ng R
d
Birch
wood
Rd
Lattic
e Dr
Evan
s Ct
Cardi
nal
Ave
Morga
nVa
lley D
r
Parks
ideLn
Lake
side
Dr Westf
ord Pl
Berry
wood
Ln
Danb
uryCt
Quinc
yDr
Lenn
oxCt
Done
gal C
tLa
ndsh
ire C
t
Chipp
ewa
Dr
Berks
hire C
t
Crothe
rs Dr
Ando
ver
Dr Ando
ver D
r
Amsto
n Ct
Hillcr
est Ct
Kens
ington
DrKe
nsing
tonDr
Unna
med
Arrow
wood
Dr
Potto
watam
ie Ct
Croy
don
Ct
Sheri
dan C
t
Glen
dale
Ave
Parad
isePk
wy
Kend
allPo
int D
r
Ingles
hire
Ct
Unna
med
Prair
ieview
Dr
Surre
yRd
Lynd
hurst Ln
Prair
eCr
ossin
g Rd
Brist
ol Ct
Farm
ington
Lake
s Dr
Plymo
uthCt
Churc
hill Ln
South
field
Ln
Alexa
nder Ct
Unna
med
Parkv
iew Ct
Unna
med
Pepp
ertree
Dr
Cotto
neas
terAv
e
Ashla
nd St
Unna
med
Lynd
hurst Ln
Ridge
mont
Ct
Fulle
rAv
e
Cotto
neas
ter Ct
Baric
kman Ct
Monro
e St
Ridge
wood
Ln
Ettsin
ger
Rd
Obrie
nWa
ySu
ffield
Ct
Settle
rs LnAb
beyfe
ale Dr
Unna
med
Ches
terfie
ldCt
Heml
ock
Ct
Unna
med
Toma
hawk
Trl
W Wo
lfsCr
ossin
g Rd
Cobb
leston
eCt
Buck
ingha
m Ct
Drea
s Dr
Unna
med
Wemb
ley R
d
Ameth
yst Ln
Risen
Star L
n
Affirm
ed Av
e
Cole A
ve
Villag
eCe
nter P
kwy
Bedn
arcik
Ct
Lees
burg
St
Gran
dVie
w Pl
Furlo
ngSt
Stone
leigh
Ln
Bake
r Ct
Bake
r Ct
Shad
owbro
ok Ct
Hunti
ngton Ct
S Che
rryBlo
ssom
Blvd
Wood
ford R
d
Prair
ieview
Dr
Wilso
nCr
eek C
ir
S Avon
Ct
Long
Mead
ow C
t
Wilso
nCr
eek C
ir Wilso
nCr
eek C
ir
Sprin
gbroo
kTrl
N
Half
Moon
Ct
Mary
St
Fox C
hase
Dr N
Cany
onCre
ek Dr
West
End C
t
Buck
tail
Dr
Long
Mead
ow C
t
E Millb
rook
Cir
Grap
evine
Trl
Unna
med
Waub
onse
eCir
cle C
t
Coun
cilAv
e
Ironw
ood A
ve
Camd
en Cir
Newp
ort Cir
Junip
erSt
Danbury Dr
Il Rte
71
Il Rte 31
US Rte
34
Mill R
d
Briarclif
fRd
Fifth S
t
E Washington St
Arbo
retum
Way
Wolf R
d
Rutledg
e Rd
Minkler Rd
Wooll
ey R
d
Wolf R
d
Galen
aRd
Plainfield Rd
Mystic
Ct
Seele
y
St
USRte 30
Concord Ct
Fifth St
Fernw
ood D
r
OgdenFallsBlvd
Loradale Rd
Pimlic
oSt
US R
te 30
Blue
Ridge
Ct
RaintreeDr
SparkleCt
Treas
ure D
r
Preakness Dr
Yoak
um Bl
vd
Judson Ave
Concord
Dr
Lyndhurst Ln
SouthburyBlvd
Preston
D r
PrairieviewDr
Mayfi
eld D
r
WestfordPl
Whitewater Ln
Wies
brook
Dr
U nnamed
CushingLn
River
Run
Blvd
Forest Ave
Heatherwood Dr
Creek Dr
Pineri
dge
DrN
Unnamed
Chica
go R
d
Un named
Morga
nVall
eyDr
MapleSt
SMadisonSt
Lewi
s St
Mills
tream
Ln
River
Mist D
r
WingateDr
LundquistDr
Unn
amed
Osag
e Ct
Bison Rd
Croft
onRd
Frank
linSt
Fallc
reek
Cir
Aldon Rd
Tew
ksbury
Cir
HeatherwoodDr
Lomb
ardyL
n
Bolton Ct
C itationD r
ApolloLn
Gains Ct
Addison
Ct
Long
beac
hRd
Owen Ct
FrankfortAve
Croo
ker
DrH u
dson
Dr
S aug
atuck
Rd
Arbo
retum
Way
Elmwo
od
Ave
Deer
field
Dr
Grac
eSt
Ches
apea
ke Ln
Elmwo
odDr
E Je
fferso
n St
Linde
nDr
Carna
t ionD
r
Rusti
cWo o
dLn
Pom
fret
Ct
Bowe
rLn
Laughton Ave
Thorn
wood
Blvd
RickCt
Anch
or Rd
Mark Ct
Hafen
r ichte
rRd
White
Pines Ct
Parkland
Ct
Kent Ct
WAldo
nCt
Boulder HillPass
W aterfo
rdDr
Kr isti
neSt
WCo
untry
side
Ln
DavisCt
Old P
ost R
d
Dylan Dr
Lucky Ct
RooseveltDr
KiwiCt
MonroeSt
Bell
Ct
Wilto
nCt
P res
identi
a lBlv
d
Hunt
ClubD
r
HuntClubCt
River
Run
Blvd
Cardina
l
Ave
Arbo
rCt
Barrin
gton Dr
Hunt
Club
Dr
Town
send Dr
GentillyDr
Lyncliff DrE
H
oover
Dr
Stillw a
terCt
Tallg
rassR
d
BuckskinDr
Fox C
hase
DrS
Linden Dr
Arbor Ln
ClayCt
Merlo tCt
Gran
tham
Ln
Dolor
es S
t
Scars
d ale
Rd
White OakDr
Charolott
e Ln
ManchesterR d
OakC
r eek D
r
Parke
rs
Ml
Spring Haven Ct
Bent TreeCt
North
gate
Dr
Gra
ysCt
Pemb
rooke
Rd
RoulockRd
Ple
asantViewDr
Sonora Dr
Devoe
Dr
Vernon Dr
Dancer Ln
SpringdaleRd
Klock Ct
Frederc ksburg
Ln
Winth
ropDr
Stoneh illRd
Vicksbu
rg Ln
Turtle
Creek
Ct
MartyLn
CoyoteCt
Carlis
leCt
SBennett
Ct
Coun
tryRd
ERickardDr
S Main
St
Town
sXin
g
PrestonDr
Ridgefield Rd
Metina
Dr
Cater
pillar
Rd
Faro Ct
BrightonWay
Eastw
ayDr
Old MinklerRd
Iris Ct
US R
te 34
Torring t on
Ct
Bents
on St
AuburnDr
Faye
tte D
r
Market Dr
BartonDr
Dougl
asSt
Station Dr
Majestic Ln
Trum
an Dr
DevoeDr
Wood
c huc
kTrl
Bradfo
rdCt
S arat
oga
C t
Chari
smati
cDr
PinehurstLn
BayberryDr
W Benton
St
Unna
med
Lewi
s St
Paris Ave
Pearce's
Frd
AmesburyRd
ColumbiaLn
Palomino Ln
MarquisSt
Win d
ingC r
eekR
d
Light
Rd
Fallcr
eek
Cir
Duran
goRd
S Bereman Rd
Sene
ca
Dr
Marne
l Rd
TuscanyTrl
Canton Dr
2nd St
Clea rw
aterL
n
CreveCt
Belm
ont A
ve
CenturyDr
Thorn
bury
D r
Bra e
burn
Dr
Scho
fi eld
Dr
Gree
nview
Ln
Ma yfield
Ct
KendallPointDr
Jess
amine
Dr
Ebony Dr
Unna
med
Wilson P
l
Mustang Dr
Pr e ston Dr
BadenAve
NorthamptonDrAshley Way
E Van
Buren
StE T
yler S
t
CircleCt
WVa
nBu
renSt
Deerf
ield
Dr
Jay St
WTyl
erSt
FanadCt
SequoiaCt
P reswi c
k Ct
W a y si de
Ct
Southbury Blvd
Antie
tamCt
H ighlan
dC t
YeadonDr
WJef
fe rs on
St
Field
Dr
WestleighCt
Keier
leber
Rd
Unna
med
Unna
med
Wind
sorD
r
Cheshire Ct
Wilmette
Ave
SAdmasSt
Weave
rSt
MasonSquare Dr
Clarion Ct
Greenview Ln
Caym
anDr
Harrison St
R edd
ingC t
Kn ightsBr idg e C t
JosephCt
BlackhawkBlvd
BlackhawkBlvd
Alliance Xing
Unna
med
Rese
rvatio
nRd
Penn
Ct
Everg
reen
Ct
Kevi n
Ln
Edge
water
Ct
Shen
ando
ahDr
Badg
erCt
Hageman
Ln
PrimroseLn
Rega
l Oak
Ct
Brompto
nCt
LynxLn
Unnamed
Chipmunk Dr
A fton
D r
Culver Rd
RoasewoodLn
Belle
vueCir
Unna
med
Abing
don
Dr
RedH
awk
Ct
OgdenFallsBlvd
Durh a
mLn
CurtmarC t
Francesca Ct
Comme
rceRd
R ive rwoo d
L n
Ashlawn Ave
Unna
med
St Geor
geLn
Fifth St
Wingate Ct
FoxSedge
Ct
JacksonPl
Riverw
ood
Ct
Collin
s Rd
Danbury Dr
Riverv
iew Ct
Guilford
Rd
Fairfie
ldD r
Dor e
stCt
Blue HeronDr
Unnamed
Crys
tal
Ct
Clu b
Hous
e Ln
Ashle
y Ct
Antho
nyCt
Hick
oryS t
Inis
howenCt
Park StGarfield St
S West Dr
S CherryDr
Long
ford Ct
Goodw
in Dr
Grays Ct
BeaverCt
North St
Mans fiel d
Ct
Deerf
ield D
r
WMerchantsDr
E River Rd
EMerchantsDr
Barclay Ct
C rescen
tC t
Harvey Rd
Goodw
in Dr
Bluestem
Ct
Deer Run Dr
White PinesLn
Broo ks ide
Dr
DellaLn
River
view
Ct
HedgerowLn
Hutch
ison
St
Geneva Ln
Canterbury Ct
Unnamed
BobcatCt
Gilda Ct
BuellRd
FleetDr
HarlanAve
IsleviewDr
Procla
mation
Dr
WilmoreDr
SpencerLn
Dolph
inC t
CalumetSt
Shell
Ct
Charle
s St
S alemCi r
GrantSt
PineTreeCt
H ighvie
w
Ct
Lib
ertyCt
Conway Ln
Ca m b ridge
Dr
Be
aver
H a rtf
ord Ct
Farnsworth Ave
Sierra Rd
Gray
sDr
Templ eton
Dr
Herren Ln
CougarLn
Indian
Hill
Ln
Belle
vue
Cir
Mans
field Way
Cind
erford
Dr
Hicko
ry St
WindcrestDr
Sherwood Dr
Mea dows Ct
HawthorneDr
Fieldcrest Dr
Locu
stAv
e
Harbo
rDr
Unnamed
KeeneAve
NAdamsSt
Mille
rsburg
St
Shore
Ct
MorganCreek Ct
Brady St
Pleasa
nton St
W 12
7th St
Unnamed
WalnutCreekLn
Lincoln Station Dr
Farmi
ngton
Lake
sDr
De
nhamRd
Hampton Rd
White
Owl
Ln
HunterDr
Wildwoo
d Pl
Fairfie
ld Dr
Spires D
r
Clark Ave
Silver Charm
Dr
Hanbury Ln
Homeview
Dr
Un n a
med
Bridgevie
w Dr
Bloom
field
Cir
W
Base
lineRd
Beauw
ick
Dr
HickoryLn
ClaridgeLn
F ieldp
ointR
d
TallgrassLn
OaklawnAve
WoodridgeRd
Rock
y Way
Farm Ct
Ranc
e Rd
R edF
oxRu
n
CenterDr
Me a dow w
ood
Ln
ForestCt
Vict or
ia Ln
Appa
loosa
Rd
Spruce St
Queen Dr
Boat
Ln
Gre en woo
dPl
NCherry Dr
Amy Dr
Bison
Ct
Eaglesview Ln
Leisure Ln
PioneerCt
Sherm
ead
Rd
Shore
Dr
Holly
Ln
Richm
ondD
r
Gastv
illeSt
N West Dr
Kudu Dr
Whitetai
l Xing
Burkh
artDr
Wood
land
Way
Roth Rd
Hill Ave
Georg
etown
Dr
AldonRd
Douglas Rd
Wynd
ham
DrSprin
gGard
en Dr
Hack
ney L
n
Partri
dge Sq
But ler
S t
Theo
dore
Dr
South
erlan
d DrPraire Market
Dr
Pros
p ect
Ln
AshG
rove
Ln
ShefieldRd
Pickfo
rdRd
PaddockSt
Greenfield Rd
Unnamed
Seele
y St
Roxbury Ln
PuebloRd
BeauM
ead e
Rd
Cheshire Ln
GreenbriarRd
Steph
ens R
d
Sund
own L
n
Grand Pointe Trl
Unnamed
Simon
s Rd
Stewart Rd
Scotc
h Rd
Sund
own
Ln
Sudb
uryCir
S udb
uryCi
r
Grove Rd
Chap
inWa
y
Chap
inWa
y
Amher
stCir
Churchill Ln
WWashingtonSt
Ashc
roftL
n
Chester
fie ld D
r
Reading
Dr
EMillbro
ok
Cir
Nott ing
hamDr
Bluegrass Pkwy
Blueg
rass
Pkwy
NBeremanRd
Heml
ock Ln
Parks
ideLn
PersimmonLn
ColchesterDr
Chu r
chill
Ln
Willin
gtonWay
Bri
arcliffLn
Kens
ington
Dr
Summ erlin Dr
Summerli
n
Dr
DevoeDr
Devo
eDr
Dores
tAve
DorestAve
Lakesh oreD
r
Lakeview Dr LakeviewDr
ParadisePkwy
Lake
sideDr
Church
illLn
L itchf i
eldWa
y
Waub
onse
eCir
Waubons ee
Cir
Blue R
idge
Dr
Lambert Dr
Rourke Dr
WaterburyCir
Circle D
rW
Circle Dr W
Waterbury Cir
Broc
kway
Dr
Stone
water
Ln
Tr
umanDr
Centu
ryDr
WeaverSt
BlossomLn
Herit ag eDr
Heritage Dr
Fo x Mead
Cir
Juniper St
Vista
Dr
Vista
Dr
CodorusRd
Codo
rusRd
Bickford Ave
Bould
erHi
llPas
s
W illoww
oodD
rNWi
llowwoo
dDrN
Pearce's F
rd
SetonCreekDr
AugustaRd
BohannonCir
Carpenter Ave
Roaring CreekDr
Versa
illes
Pkwy
Barna
byDr
BarnabyDr
Turtle
Creek
DrIng
leshi r
eRd
IngleshireRd
Southb
ury Blvd
Southbury Blvd
CircleDr E
GoldenrodDr
Southbury
Blvd
WillowwoodDrWi
lloww
oodD
r
GatesCreekDr
EBentonSt
ColchesterDr
Bonaven
tureDr
NMadisonSt
KnollwoodDr
Eisenhowe
r
Dr
Eise n
h owe
rDr
WinrockRd
Secretariat Ln
Grapevine Trl
Wolveri
neDr
Wolver i
neDr
Foste
rDr Fo
ster D
rPa
rkerP
l
W Rickard Dr
MarinaDr
Wollmin gton
Dr
S edgw
ickRd
Orchard
Rd
Orchard Rd
Pendleton Pl
SAdamsSt
Hea th
gate
Rd
Unnamed
Badg
erLn
PineridgeDrS
Crestv
iewDr
Cres
tv ie w
Dr
Stonehill RdStonehillRd
Vinca
Ln
StonemillLn
Pomero
yRd
OldRe
serve
Rd
AudreyAve
HalfRo
und R
d
Champions
Run
Ches
tnutD
r
TimberWoodCir
Mclar
enDr
Kendall Poin
t
Dr
Fawn
Dr
TerraceLn
Bloom
fieldCir
E
Ando
ver D
r
M itchellDr
Rive r Mist
Dr
Horsemen Trl
Re
dHawk Dr
York Dr
Silver Sprin
gs CtJudith
Cir
Douglas Rd
OtterWay
Otter
Way
Rob e rtRd
Anna
Mari
aLn
Polk St
Riverv
iew Ct
Hillston
e Rd
IlRte25 Il Rte 25
MondoviDr
FerretXing
FortSum
ter
Ct
Plank Dr
W Bloomfie
ldCi
r
W
Red
A ppleRd
SAvon Ct
Castle Pines
Ln
Pfund Ct
Eastwick Ln
Belle
vueC
ir
E
Casc
ade
Ln
Casc
ad
e
Ln
BucklandDr
Lauri
e Ln
Liszk
a Ln
Oxford Ct
Manha
t tan C
i r
Fifth StFifthSt
OakwoodDr
T h o rnwo
odBlv
d
Riv erw
ood
D r
GloriaLn
Bellev
ueCir W
Oak HillDr
Marlin Dr
LyncliffDr W
Corne
ll
Dr
PrestonLn
Diamon
dCree
kLn
A mste
rdam
Cir
ChathamPl
StratfordRd
Galena Rd
HawleyDr
C ol umbu
sDr
Whitney Way
OakCreekDr
NorwayPl
Lenn
ox D
r
ValentineWay
Burr
Oak D
r
Mund
singe
rDr
Northgate
Cir
Dunhill
Ln
Angela Cir
Rose
bush
Ln
S prin
gbroo
kTrl
S
Julep Av
e
WoodcliffRd
Stone
Gate
Dr
HubbardWay
Foxta
ilLn
Blue H
eron
Dr
Eastfield Rd
Some
rsetR
d
Blue H
eron D
r
SchmidtLn
Cebold Dr
Sher wi ck
Rd
Gilmore Rd
KirklandCir
Kirkla
ndCir
Schlapp Rd
Rive
rwo
od Dr
Royce Dr
Ogden FallsBlvd
Deer p
at hD r
B lu e gra
ss
Pkwy
Colch
ester
Dr
South
buryBlvd
Cent u
ryDr
NAvonCt
Boulde r Hill Pass
Garde
n Dr
Stree
t Map
2nd S
tA Ab
beyfe
ale D
rAb
ingdo
n Dr
Adam
s St
Addis
on C
tAff
irmed
Ave
Afton
Dr
Alex C
tAle
xand
er Ct
Allian
ce Xi
ngAll
ington
Ct
Ames
bury
RdAm
ethys
t Ln
Amhe
rst C
irAm
herst
Ct
Amsto
n Ct
Anch
or Rd
Ando
ver D
rAn
gela
CirAn
na M
aria L
nAn
thony
Ct
Antie
tam C
tAp
ollo L
nAr
bor C
tAr
bor L
nAr
boret
um W
ayAr
lingto
n Ct
Arrow
wood
Dr
Ash G
rove L
nAs
hcrof
t Ct
Ashc
roft L
nAs
hland
StAs
hlawn
Ave
Ashle
y Ct
Ashle
y Way
Aubu
rn Dr
Augu
sta R
dAv
on C
tB Ba
den A
veBa
dger
CtBa
dger
LnBa
ker C
tBa
rclay
Ct
Baric
kman
Ct
Barna
by D
rBa
rringto
n Dr
Barto
n Dr
Baum
ann T
rlBa
yberr
y Dr
Beau
Mea
de R
dBe
auwic
k Dr
Beav
er Ct
Beav
er Xin
gBe
dnarc
ik Ct
Bell C
tBe
llevu
e Cir
Belm
ont A
veBe
nnett
Ct
Bent
Tree C
tBe
nton S
tBe
ntson
StBe
reman
Rd
Berks
hire C
tBe
rrywo
od Ln
Bickfo
rd Av
eBir
chwo
od C
tBis
on C
tBis
on R
dBlo
omfie
ld Cir
Bloom
field
CtBlo
ssom
Ct
Bloss
om Ln
Blue H
eron D
rBlu
e Ridg
e Ct
Blue R
idge D
rBlu
egras
s Pkw
yBlu
estem
Ct
Boat
LnBo
bcat
CtBo
hann
on C
irBo
lton C
tBo
nave
nture
DrBo
ulder
Hill P
ass
Bowe
r Ln
Brad
ford C
tBr
aebu
rn Dr
Bran
don C
tBr
iarwo
od Ln
Bridg
eview
Dr
Brigh
ton W
ayBr
ock C
tBr
ockw
ay D
rBr
ompto
n Ct
Broo
k Ct
Broo
kside
Dr
Buck
ingha
m Ct
Buck
land D
rBu
cksk
in Dr
Buck
tail D
rBu
dlong
Rd
Buell
Rd
Burch
e Dr
Burgu
ndy C
tBu
rkhart
Dr
Burr O
ak D
rBu
tler S
tC Ca
lumet
StCa
mbrid
ge D
rCa
mden
Cir
Cante
rbury
CtCa
nton C
tCa
nton D
rCa
nyon
Cree
k Ct
Cany
on C
reek D
rCa
rdina
l Ave
Carlis
le Ct
Carlto
n Ct
Carna
tion C
tCa
rnatio
n Dr
Carpe
nter A
veCa
rriage
Ct
Casc
ade L
nCa
stle P
ines L
nCa
therin
e Ct
Caym
an C
tCa
yman
Dr
Cebo
ld Dr
Cente
r Dr
Centu
ry Ct
Centu
ry Dr
Cham
pions
Run
Chap
in Wa
yCh
apma
n Dr
Chari
smati
c Dr
Charl
es C
tCh
arles
StCh
arolot
te Ln
Chate
aux C
tCh
atham
PlCh
elsea
Ct
Cherr
y Dr
Ches
apea
ke Ln
Ches
hire C
tCh
eshir
e Ln
Ches
terfie
ld Ct
Ches
terfie
ld Dr
Ches
tnut D
rCh
icago
Rd
Chipm
unk D
rCh
ippew
a Dr
Chris
tian C
tCh
urchil
l Ct
Churc
hill L
nCin
derfo
rd Ct
Cinde
rford
DrCir
cle C
tCir
cle D
rCit
ation
Dr
Clarid
ge D
rCla
rion C
tCla
rk Av
eCla
y Ct
Clearw
ater C
tCle
arwate
r Ln
Club H
ouse
LnCo
bbles
tone C
tCo
dorus
Rd
Colch
ester
Dr
Cole
Ave
Collin
s Rd
Colon
y Ct
Colum
bus D
rCo
mmerc
e Rd
Conc
ord C
tCo
ncord
Dr
Conw
ay Ln
Cooli
dge P
lCo
rnell D
rCo
ttone
aster
Ave
Cotto
neas
ter C
tCo
ugar
LnCo
uncil
Ave
Coun
try R
dCo
ventr
y Ct
Coyo
te Ct
Cran
ston C
irCr
eek D
rCr
eeks
ide C
tCr
esce
nt Ct
Cres
tview
Dr
Cres
twoo
d Rd
Crev
e Ct
Croft
on C
tCr
ofton
Rd
Croth
ers D
rCr
oydo
n Ct
Crys
tal C
tCu
lver R
dCu
rtmar
CtCu
shing
LnD Da
nbury
Ct
Danb
ury D
rDa
ncer
LnDa
vis C
tDe
erfiel
d Dr
Deerp
ath D
rDe
lla Ln
Denh
am R
dDe
rby C
tDe
voe D
rDia
mond
Cree
k Ln
Dolor
es St
Done
gal C
tDo
rchrst
er Ct
Dores
t Ave
Dores
t Ct
Doug
las R
dDo
uglas
StDu
nhill L
nDu
rango
Rd
Durha
m Ln
Dylan
Dr
E Eagle
sview
LnEa
stfiel
d Rd
Eastw
ay D
rEa
stwick
LnEb
ony D
rEd
gebro
ok C
tEd
ythe S
tEis
enho
wer D
rEll
swort
h Ct
Ellsw
orth D
rElm
wood
Ave
Elmwo
od D
rEtt
singe
r Rd
Everg
reen C
tF Fa
irfield
Dr
Fairw
ind D
rFa
llcree
k Cir
Fana
d Ct
Farm
Ct
Farm
ington
Lake
s Dr
Farns
worth
Ave
Faro
CtFa
wn D
rFa
yette
Dr
Fernw
ood D
rFe
rret X
ingFie
ldcres
t Dr
Fieldp
oint R
dFif
th St
Fleet
DrFli
ntloc
k Ct
Fores
t Ave
Fores
t Ct
Fort S
umter
Ct
Foste
r Dr
Fox C
hase
Ct
Fox C
hase
Dr
Fox H
ill Ct
Fox S
edge
Ct
Foxta
il Ln
Franc
esca
Ct
Frank
fort A
veFra
nklin
StFre
derck
sburg
LnFu
ller A
veFu
rlong
StG Ga
lena R
dGa
rden D
rGa
rfield
StGa
stville
StGa
tes C
reek D
rGe
orgeto
wn D
rGl
enda
le Av
eGl
oria L
nGo
ldenro
d Dr
Good
win D
rGr
ace S
tGr
and P
ointe
TrlGr
and V
iew Pl
Gran
de Tr
ail C
tGr
ande
Trl
Gran
t St
Gran
tham
LnGr
apev
ine Tr
lGr
ays C
tGr
ays D
rGr
eenfi
eld R
dGr
eenv
iew C
tGr
eenv
iew Ln
Gree
nwoo
d Pl
Grov
e Rd
Guilfo
rd Rd
H Hack
ney L
nHa
fenric
hter R
dHa
lf Holl
ow C
tHa
lf Moo
n Ct
Half R
ound
Rd
Hamp
shire
Ct
Hamp
ton R
dHa
nove
r Ct
Harbo
r Dr
Harla
n Ave
Harris
on St
Hartfo
rd Ct
Harve
y Rd
Have
nhill C
tHa
wley D
rHa
wtho
rne D
rHe
atherw
ood D
rHe
athga
te Rd
Hedg
erow
CtHe
dgero
w Ln
Heml
ock C
tHe
mloc
k Ln
Herita
ge D
rHe
rren L
nHic
kory
LnHic
kory
StHig
hland
Ct
Highv
iew C
tHil
l Ave
Hillcr
est C
tHil
lston
e Rd
Hobb
s Ln
Holle
nbac
k Ct
Holly
LnHo
mevie
w Dr
Hoov
er Dr
Hubb
ard W
ayHu
dson
Dr
Hunt
Club C
tHu
nt Clu
b Dr
Hunti
ngton
Ct
Hutch
ison S
tI Ind
ian H
ill Ln
Ingles
hire R
dIni
show
en C
tIris
Ct
Ironw
ood A
veIro
quois
Ct
Islev
iew D
rJ Ja
ckso
n Pl
Jack
son S
tJa
y St
Jeffe
rson S
tJe
ssam
ine D
rJo
seph
Ct
Judit
h Cir
Juds
on Av
eJu
lep Av
eJu
niper
StJu
stice
Ct
Justi
ce D
rK Ke
ene A
veKe
ierleb
er Rd
Kend
all Po
int D
rKe
nsing
ton D
rKe
nt Ct
Kevin
LnKir
kland
Cir
Kiwi C
tKn
ights
Bridg
e Ct
Krist
ine St
Kudu
Dr
L Lake
Ct
Lake
shore
Dr
Lake
side D
rLa
kevie
w Ct
Lake
view
DrLa
mbert
Dr
Land
shire
Ct
Lattic
e Dr
Laug
hton A
veLa
urie L
nLe
esbu
rg St
Lehm
an Xi
ngLe
nnox
Ct
Lenn
ox D
rLe
wis St
Libert
y Ct
Light
RdLin
coln
Statio
n Dr
Linde
n Dr
Liszk
a Ln
Litch
field
Way
Locu
st Av
eLo
mbard
y Ln
Long
Beac
h Rd
Long
Mea
dow
CtLo
ngfor
d Ct
Lorad
ale R
dLo
reen C
tLu
cky C
tLu
ndqu
ist D
rLy
ndhu
rst Ln
Lynx
LnM Ma
dison
Ct
Madis
on St
Magn
olia C
tMa
in St
Majes
tic Ln
Manc
heste
r Rd
Mand
y Ln
Manh
attan
Cir
Mans
field
CtMa
nsfie
ld Wa
yMa
ple St
Marin
a Dr
Mark
CtMa
rket D
rMa
rnel R
dMa
rquis
StMa
rty Ln
Mary
StMa
son S
quare
Dr
Matlo
ck D
rMa
yfair C
t
Mayfi
eld C
tMa
yfield
Dr
McGr
ath D
rMc
laren
Dr
Mead
ows C
tMe
adow
wood
LnMe
rchan
ts Dr
Merlo
t Ct
Metin
a Dr
Mill R
dMi
llersb
urg St
Millst
ream
LnMi
nkler
Rd
Mist
DrMi
tchell
Dr
Mond
ovi D
rMo
nroe S
tMo
rgan C
reek C
tMo
rgan V
alley
Dr
Mund
singe
r Rd
Musta
ng D
rMy
stic C
tN Na
Au Sa
y Ct
Newp
ort C
irNo
rth St
North
ampto
n Dr
North
gate
CirNo
rthga
te Dr
Norw
ay Pl
Nottin
gham
Ct
Nottin
gham
Dr
O Oak C
reek D
rOa
k Hill D
rOa
klawn
Ave
Oakw
ood D
rOb
rien W
ayOg
den F
alls B
lvdOl
d Mink
ler R
dOl
d Pos
t Rd
Old R
eserv
e Rd
Orch
ard Av
eOr
chard
Rd
Osag
e Ct
Ottaw
a Ct
Otter
Way
Owen
Ct
Oxfor
d Ct
P Padd
ock S
tPa
radise
Pkwy
Paris
Ave
Park
StPa
rker P
lPa
rkers
MlPa
rklan
d Ct
Parks
ide Ln
Parkv
iew C
tPa
rtridg
e Sq
Pearc
es's F
rdPe
ndlet
on Pl
Penn
Ct
Persi
mmon
LnPfu
nd C
tPic
kford
RdPim
lico St
Pine T
ree C
tPin
ehurs
t Ct
Pineh
urst L
nPin
eridg
e Dr
Plainf
ield R
dPla
nk D
rPle
asan
t View
Dr
Pleas
anton
StPly
mouth
Ct
Polk
StPo
meroy
Rd
Pomf
ret C
tPo
nds C
tPo
plar C
tPo
ttowa
tamie
CtPr
aire C
rossin
g Rd
Prair
ieview
Ct
Prair
ieview
Dr
Prea
knes
s Dr
Pres
identi
al Blv
dPr
eston
Dr
Pres
ton Ln
Pres
wick C
tPr
imros
e Ln
Proc
lamati
on D
rPr
ospe
ct Ln
Pueb
lo Rd
Putna
m Ct
Q Quee
n Dr
Quinc
y Dr
R Raint
ree D
rRe
ading
Dr
Reag
an D
rRe
dding
Ct
Rega
l Oak
Ct
Relia
nce C
tRe
serva
tion R
dRic
hmon
d Ct
Richm
ond D
rRic
k Ct
Ricka
rd Dr
Ridge
field
RdRis
en St
ar Ln
River
Mist
CtRiv
er Mi
st Dr
River
Run B
lvdRiv
er Ru
n Ct
Riverv
iew C
tRiv
erwoo
d Dr
Riverw
ood L
nRo
aring
Cree
k Dr
Robe
rt Rd
Robin
hood
Cir
Rock
y Way
Roos
evelt
Dr
Rose
bush
LnRo
th Rd
Rourk
e Dr
Route
25Ro
ute 31
Route
71Ro
xbury
LnS Sa
ddleb
rook C
tSa
lem C
irSa
ratog
a Ct
Saug
atuck
Rd
Scars
dale
RdSc
hofie
ld Dr
Seas
ons R
idge B
lvdSe
cretar
iat Ln
Sedg
wick C
tSe
dgwic
k Rd
Seele
y St
Sene
ca D
r
Sequ
oia C
tSe
ton C
reek D
rSe
ttlers
LnSh
adow
Ct
Shad
owbro
ok C
tSh
efield
Rd
Shell
Ct
Shen
ando
ah D
rSh
erwick
Rd
Sherw
ood D
rSh
ore C
tSh
ore D
rSie
rra R
dSil
ver C
harm
Dr
Simsb
ury C
tSo
merse
t Rd
Sono
ra Dr
South
bury
Blvd
South
erlan
d Dr
Spark
le Ct
Spen
cer L
nSp
ires D
rSp
ringb
rook T
rlSp
ringd
ale C
tSp
ringd
ale R
dSp
ruce S
tSt
Georg
e Ln
Statio
n Dr
Steep
lchas
e Blvd
Steph
ens R
dSti
llwate
r Ct
Stone
Gate
Dr
Stone
hill R
dSto
nelei
gh Ln
Stone
mill L
nSto
newa
ter Ln
Stratf
ord R
dSu
dbury
Cir
Suffie
ld Ct
Summ
erlin
DrSu
ndow
n Ln
Suns
hine C
tSu
rrey R
dT Ta
ft Dr
Tallg
rass L
nTe
alwoo
d Rd
Temp
leton
Dr
Terra
ce C
tTe
rrace
LnTe
wksb
ury C
irTe
wksb
ury C
tTh
eodo
re Dr
Thorn
bury
CtTh
ornbu
ry Dr
Timbe
r Ct
Toma
hawk
Trl
Torrin
gton C
tTo
wns X
ingTo
wnse
nd D
rTre
asure
Dr
Truma
n Dr
Turtle
Cree
k Ct
Turtle
Cree
k Dr
Tusc
any T
rlTy
ler St
U US R
oute
30US
Rou
te 34
V Valen
tine W
ayVa
n Bure
n St
Verno
n Dr
Versa
illes P
kwy
Vicks
burg
LnVic
toria
LnVil
lage C
enter
Pkwy
Vinca
LnVis
ta Dr
W Walnu
t Cree
k Ln
Wash
ington
StWa
terbu
ry Cir
Water
ford D
rWa
ubon
see C
irWa
ubon
see C
ircle
CtWa
yside
Ct
Weav
er Ct
Weav
er St
Wemb
ley R
dWe
st Dr
West
End C
tWe
stford
PlWe
stleig
h Ct
Westm
inster
Ct
White
Oak
Dr
White
Owl
LnWh
ite Pi
nes C
tWh
ite Pi
nes L
nWh
itetai
l Xing
White
water
LnWh
itney
Way
Wies
brook
Dr
Willin
gton W
ayWi
lloww
ood D
rWi
lmett
e Ave
Wilm
ore D
rWi
lson C
reek C
irWi
lson P
lWi
lton C
tWi
ndcre
st Dr
Wind
ing C
reek R
dWi
ndso
r Dr
Wing
ate C
tWi
ngate
Dr
Winro
ck R
dWi
nthrop
Dr
Wolf R
dWo
lfs C
rossin
g Rd
Wollm
ington
Dr
Wolve
rine D
rWo
odbin
e Ct
Wood
chuc
k Trl
Wood
ford R
dWo
odlan
d Way
Wooll
ey R
dWy
ndha
m Dr
Y Yead
on D
rYo
akum
Blvd
York
Dr
The r
eque
sted m
ap w
ill be
crea
ted fo
r stud
y purp
oses
only.
Pleas
e refe
r to th
e offic
ial re
corde
d plat
s or d
eeds
for t
he ac
tual le
gal d
escri
ption
s and
prop
erty d
imen
sions
. No l
iability
is as
sume
d for
the ac
curac
y of
the da
ta de
linea
ted h
erein,
eith
er ex
press
ed o
r impli
ed b
y the
Villa
ge o
f Osw
ego
or its
emp
loyee
s. Th
is wo
rk is
protec
ted b
y the
Unit
ed S
tates
Cop
yrigh
t Act
of 19
76 (1
7 U.
S.C.
Sec
101
et se
q). Y
ou ar
e not
perm
itted t
o use
and/o
r rep
roduc
e any
part o
f a co
pyrig
hted w
ork of
the V
illage
of O
sweg
o in v
iolati
on of
Fede
ral C
opyri
ght L
aw. D
oing s
o may
resu
lt in p
rosec
ution
unde
r suc
h law
. If y
ou w
ish to
use p
ropert
y in
which
the V
illage
of O
sweg
o own
s a co
pyrig
ht, yo
u mus
t obta
in wr
itten p
ermiss
ion th
rough
the C
ommu
nity D
evelo
pmen
t Dep
artme
nt in
the Vi
llage
of O
sweg
o, loc
ated a
t 100
Parke
rs Mi
ll, Os
wego
, Illin
ois 60
543.
60 189
100
77 80 64 13 33 45 54 100
28 17 119
119
99 25 141
28 54 45 36 49 74 74 118
67 74 56 119
119
77 43 46 41 64 41 13 65 58 58 69 43 178
29 35 65 21 56 44 28 58 57 78 78 32 65 52 45 77 75 26 47 54 159
27 39 40 99 100
116
116
140
33 33 48 162
42 58 32 62 48 26 80 118
13 28 97 33 27 44 43 14 99 31 14 53 141
39 94 94 41 38 82 57 158
98 141
140
14 100
80 19 19 64 117
117
117
116
159
97 45 36 45 27 26 43 95 59 41 67 52 76 65 40 72 28 117
28 142
75
66 100
18 62 61 141
77 57 189
33 117
96 62 62 44 26 64 118
117
75 26 58 57 55 14 26 80 139
141
156
40 40 21 21 19 75 30 120
120
57 35 156
58 59 72 99 98 27 178
27 26 45 44 76 140
34 43 26 36 118
117
66 54 119
58 80 13 97 52 19 40 56 97 119
119
13 96 18 27 100
33 178
29 43 19 66 58 72 57 72 72 34 60 77 60 80 13 13 57 174
29 19 97 40 64 13 39 43 43 14 65 46 97 95 53 69 59 57 156
161
174
45 64 77 35 96 50 21 26 78 35 56 65 60 29 178
17 75 35 13
72 72 78 19 21 46 46 26 58 57 119
98 26 141
19 178
34 161
80 27 15 41 35 77 13 34 54 53 79 55 13 118
118
120
120
30 94 94 97 97 58 18 26 26 72 72 55 49 57 28 40 159
158
13 49 35 28 57 96 120
189
117
78 77 78 77 65 27 27 97 63 120
72 72 65 82 15 13 29 41 32 57 46 41 35 58 79 13 98 97 36 62 96 158
41 49 54 42 58 72 97 40 35 119
119
80 97 60 13 97 60 50 34 45 36 19 58 96 60 38 77 50 15 33 40 80 80 97 42 45 49 27 17 118
41 47 54 13
21 21 66 158
34 55 13 21 29 54 49 57 157
59 35 46 77 179
140
55 141
80 189
47 77 43 96 96 74 61 44 156
94 60 60 73 17 94 26 162
60 22 75 189
39 57 14 29 96 64 78 52 76 58 97 97 61 45 13 78 96 79 44 49 55 118
117
55 119
99 74 67 47 78 28 81 58 118
46 178
97 97 49 75 54 80 62 33 34 42 28 80 49 31 50 16 57 99 135
21 174
30 30 41 54 44 67 59 59 58 59 75 73 73 19 79 61 26 57 116
67 36 60 25 78 21 117
47 117
27 26 159
13 66 44 44 54 26
120
46 176
99 79 29 41 36 43 61 41 42 28 49 99 43 13 80 159
50 142
49 30 99 13 75 40 56 49 160
59 78 79 46 46 57 28 140
80 18 94 34 28 58 174
13 98 116
116
62 62 99 62 62 156
189
80 13 52 33 57 19 19 38 77 13 17 70 77 15 48 53 28 13 119
118
74 58 33 45 45 45 179
159
159
28 75 96 120
26 14 74 39 118
118
58 57 28 13 62 56 98 65 36 77 80 61 156
117
18 34 28 80 62 70 46 39 67 39 50 119
99 27 44 49 42
00.5
10.2
5
Miles
¯Da
te Cr
eated
: 3/9/
2017