Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Resolution 1995-15
Illinois D-tjj- .n t Resolution for Improveme, y Mu. ;ipalit on of Transportation Under the Illinois Highway Lode �S-�� BE IT RESOLVED, by the MAYOR AND CITY COUNCIL of the Council or President and Board of Trustees CITY of YORKVILLE Illinois City.Town or Village that the following described street(s) be improved under the Illinois Highway Code: Name of Thoroughfare Route From To CENTER PARKWAY ILLINOIS ROUTE 34 COUNTRYSIDE PARKWAY BE IT FURTHER RESOLVED, EARTH EXCAVATION, COMBINATION CONCRETE CURB AND 1. That the proposed improvement shall consist of ^UTTER REMOVAL AND REPLACEMENT, PCC SIDEWALK REMOVAL AND REPLACEMENT ADJUSTMENT OF DRAINAGE/UTILITY STRUCTURES, CONSTRUCTION OF AGGREGATE SUBBASE BITUMINOUS BASE AND SURFACE COURSES, THER.MOPLASTIC PAVEMENT MARKINGS.. AND RESTORATION AND CONSTRUCTION INSPECTION and shalt be constructed 23 ON EACH SIDE = 46 feet wide and be designated as Section 95-00015-00-FP 2. That there is hereby appropriated the (additional) sum of ONE HUNDRED FIFTY THOUSAND AND 00/100 Dollars ($ 150,000,OQ ) for the improvement of said section from the municipality's allotment of Motor Fuel Tax funds. 3. That work shall be done by CONTRACT ; and, (Specify Contract or Day labor) BE IT FURTHER RESOLVED, that the Clerk is hereby directed to transmit two certified copies of this resolution to the district office of the Department of Transportation. Mr. APPROVED I, Miss JACQUELINE ALLISON Clerk � Mrs. in and for the CIT`I of YORKVILLE (City,Town or Village) County of KENDALL hereby certify the -] — 19 foregoing to be a true, perfect and complete copy of a resolution adopted by Department of Transportation the MAYOR AND CITY COUNCIL (Council or President and Board of Trustees) at a meeting on 0 A District Engineer C...,/�I IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this �� day of .D. 19 95. BLR 4103(Rev.8/87) (S E A Q IL 494-0352 (Cif ,Town or Vtll e) Municipality RKVIi- Illinois Department Road Dist. BRISTOL of Transportation County KENDALL ESTIMATE OF COST Section 95-00015-00-FP Location (Sta. and land description of beginning; Sta only for end for county and road district; street limits for municipality.) CENTER PARKWAY FROM ILLINOIS ROUTE 34 TO COUNTRYSIDE PARKWAY WORK TO BE PERFORMED BY THE CONTRACTOR a total distance of 1171 feet,of which 1171 feet( 0.2218 miles)are to be improved. Station is approximately miles by road from the railroad siding at Type FLEXIBLE Width 46 FT Thickness 4"76'71.5" Shoulders NONE Average Length of Haul Unit Item No. Items Unit Quantity Price Total 1 BITUMINOUS BASE COURSE 6" SO YD 8,025 10.00 80,250.00 2 PREPARATION OF BASE SO YD 8,025 1.00 8,025.00 3 AGGREGATE FOR BASE REPAIR TON 200 15.00 3,000.00 4 BITUMINOUS MATERIALS(PRIME COAT) GAL 803 1.25 1,003.75 5 AGGREGATE(PRIME COAT) TON 16 20.00 320.00 6 BITUMINOUS CONCRETE SURFACE COURSE, TON 692 32.00 22,144.00 MIXTURE D, CLASS I,TYPE 2 7 PORTLAND CEMENT CONCRETE SIDEWALK, 5 INCH SO FT 656 4.00 2,624.00 8 COMBINATION CONCRETE CURB AND GUTTER FOOT 907 15.00 13,605.001 TYPE 8-6.12 9 THERMOPLASTIC PAVEMENT MARKING -LETTERS SO FT 62.4 3.00 187.20 AND SYMBOLS 10 THERMOPLASTIC PAVEMENT MARKING-LINE 6" FOOT 458 1.00 458.00 11 THERMOPLASTIC PAVEMENT MARKING-LINE 8" FOOT 1,253 1.50 1,879.50 12 THERMOPLASTIC PAVEMENT MARKING-LINE 24" FOOT 117 3.50 409.50 i i i Total Estimated Cost 133,905.951 Made by Date 6/-'z2 -95 Checked by Date !�zz�/��- BLR 5730(Rev.8/87) Municipality `RKV, Illinois Depart).vant Road Dist. BRISTOL of Transportation County KENDALL ESTIMATE OF COST Section 95-00015-00-FP Location (Sta. and land description of beginning; Sta only for end for county and road district; street limits for municipality.) CENTER PARKWAY FROM ILLINOIS ROUTE 34 TO COUNTRYSIDE PARKWAY WORK TO BE PERFORMED BY THE CITY a total distance of 1171 feet,of which 1171 feet( 0.2218 miles)are to be improved. Station is approximately miles by road from the railroad siding at Type FLEXIBLE Width 46 FT Thickness 4"/6"/1.5' Shoulders NONE Average Length of Haul Unit Item No. Items Unit Quantity Price Total 1 EARTH EXCAVATION CU YD 2,925 12.00 35,100.00 2 POROUS GRANULAR EMBANKMENT, SUBGRADE QU YD 360 20.00 7,200.00 I 3 GEOTECHNICAL FABRIC FOR GROUND STABILIZATION SQ YD 1 1,023 1.50 1,534.50 4 SUBBASE GRANULAR MATERIAL TYPE B-4" SQ YD 8,025 4.501 36,112.50 I I 5 MANHOLES TO BE ADJUSTED EACH 3 250.00 750.001 6 DRAINAGE STRUCTURES TO BE ADJUSTED, SPECIAL EACH 4 400.00 1,600.00 7 SAW CUTTING FOOT 400 2.00 800.00 8 COMBINATION CURB AND GUTTER REMOVAL FOOT 907 6.00 5,442.00 9 SIDEWALK REMOVAL FOOT 534.0 1.50 801.00 10 TRAFFIC CONTROL AND PROTECTION L SUM 1 3,000.00 3,000.00 I i I I 1 Total Estimated Cost 92,340.00 Made by D C M Date 6--L2--95 Checked by Date L�z��A�" BLR 5730(Rev.8/87) RETURN WITH BID PROPOSAL SUBMIiiI ED BY i Concracor'3 Name Street D.O.Box city State ace STATE OF ILLINOIS -J C) E COUNTY OF KENDALL d tL CITY OF YORKVILLE I (Insert name of City,Village, (own or Road Oistncc) E-S+1M"TE 6F eeS:F SPECIRCAT1CNS, PLANS, O _ , CONTRACT PROPOSAL, .! T U I ;Stake out matwrncn is not aooncaoie) Z Z M I L.0 FOR THE IMPROVEMENT OF C z O STREET NAME OR ROUTE NO_ CENTER PARKWAY U SECTION NO. 9--00015-00-FP z N j TYPE OF FUNDS MOTOR FUEL TAX `u O TO BE CONSTRUCTED UNDER z THE PROVIS;CNS-CF © i THE .ILLINOIS HIGHWAY CODE Suomitted Aoprove ssed / t9 � C APPRQVED IM r DEPARTMENT OF TRANSPORTATION For County and Road District Projects Only I i DATE 7 - 7 19 4S uomitted/Approved -'q _ -r I I Distnc:Engineer County tngineer iSuoenntenoent or Hignways SLR 5701 (Rev. 1194) IL 494-0328 Illinois Department Route CENTER PARKWAY of Transportation Municipality CITY OF YORKVILLE Rd. Dist./Twnshp BRISTOL Notice To Bidders County KENDALL RETURN WITH BID Section 95-00015-00—FP Time and Place of Opening of Bids Sealed proposals for the improvement described below will be received at the office of CITY ADMINISTRATOR CITY OF YORKVILLE, 111 W. FOX STREET, YORKVILLE, Illinois (address) until 10:00 o'clock A M., JULY 25 1995 . Proposals will be opened and read publicly at 10:00 o'clock A M., JULY 25 11995 at the office of CITY ADMINISTRATOR CITY OF YORKVILLE, 111 W. FOX STREET, YORKVILLE, IL 60560 (address) Description of Work Name CENTER PARKWAY Length 1171 FEET (0.2218 MILES) Location ILLINOIS ROUTE 34 TO COUNTRYSIDE PARKWAY Proposed Improvement ROAD RECONSTRUCTION INCLUDING EARTH EXCAVATION, COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT ( AT SELECTED LOCATIONS) , ADJUSTMENT OF UTILITY/DRAINAGE STRUCTURES CONSTRUCTION OF AGGREGATE SUBBASE BITUMINOUS BASF AND SURFACE COURSE, CHANNELIZATION WITH THERMOPLASTIC PAVEMENT MARKINGS, RESTORATION AND ALL INCIDENTAL AND COLLATERAL WORK Bidders Instructions 1. Plans and proposal forms will be available in the office of CITY ADMINISTRATOR 111 W. FOX STREET, YORKVILLE, IL 60560 ($20.00 NON—REFUNDABLE PLAN DEPOSIT) 2. All proposals must be accompanied by a proposal guaranty as provided in Article 102.09 of the "Standard Specifications for Road and Bridge Construction," prepared by the Department of Transportation. 3. The awarding authority reserves the right to waive technicalities and to reject any or all proposals as provided in Article 102.08 of the "Standard Specifications for Road and Bridge Construction," prepared by the Department of Transporta- tion. 4. Bidders need not return the entire proposal when bids are submitted. Portions of the proposal that must be returned include the following: a. BLR 5701 - Contract Cover b. BLR 5704 - Notice to Bidders c. BLR 5705 - Contract Proposal d. BLR 5706 - Contract Schedule of Prices (if needed) e. BLR 5707 - Contract Schedule of Prices and Signatures I. BLR 5708 - Proposal Bid Bond (if required) BLR 5704(Rev. 1/94) (Over) IL 494-0363 Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent loss when bids are processed. By Order of CITY OF YORKVILLE (Awarding Authority) County Engineer/ County Superintendent of Highways/ Municipal Clerk 1� r Oak Grove Cem,1 r' i f c�XQAr = t W rf Oq M ULHEA C7 PROPOSED IMPROVEMENT P R ' OVEMENT JON �! t I 3J OR pt� H SklCX IJRE OR i 7 ,q0 CONOVER - ; ;we_'� I t� u• It Ctr. 1 ji wALhtJT _ STATF aae r WJap� GAME M/ARTtN YICTpRiq l tl FARM i —� ARK m¢ i%z AVE I �. :/ORXY1 ST t I ''�' �. awAs a cc RIVER MAIM FY q � ,\ �W 9EHREHS 3- \� ' ST�/3 ill iiQ ,f IIU/ySF I I r INDEX FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS Adopted February 1, 1995 This sheet contains a listing of SUPPLEMENTAL SPECIFICATIONS and frequently used RECURRING SPECIAL PROVISIONS. ERRATA Standard Specifications for Road and Bridge Construction (Adop. 7-1 —94) (Rev. 11 —1—94) SUPPLEMENTAL SPECIFICATIONS Std. Spec. PAGE NO. Sec. 106 Control of Materials . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 107 Legal Regulations and Responsibility to Public . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 108 Prosecution and Progress . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 406 Bituminous Concrete Binder and Surface Course Class I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 407 Bituminous Concrete Pavement (Full—Depth) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 503 Concrete Structures . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 542 Pipe Culverts . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 9 581 Waterproofing Membrane System . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 609 Bridge Approach Pavement and Shoulder Pavement Drains . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 610 Shoulder Inlets With Curb . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 706 Metals . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 13 720 Portland Cement Concrete . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 744 Flap Gates . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .*. . . . . . . . . . . . . . . . . 15 761 Waterproofing Membrane System . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 781 Materials for Planting . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 901 Work Zone Traffic Control (Rev. 02—1 —95) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 903 Work Zone Pavement Marking . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 904 Temporary Concrete Barrrier . . 22 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . RECURRING SPECIAL PROVISIONS CHECK SHEET # PAGE NO. 1 R. R. Protection Liability Form (Eff. 6—10—58) (Rev. 9—29-67) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 2 State Required Contract Provisions All Federal—aid Construction Contracts (Eff. 2—1 —69) (Rev. 10—1 —83) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33 3 Specific Equal Employment Opportunity Responsibilities NonFederal—aid Contracts (Eff. 3-20-69) (Rev. 1 -1 -94) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . 34 4 Required Provisions — State Contracts (Eff. 4—1 —65) (Rev. 04—1 —93) . . . . . . . . . . . . . . . . . . . .. . . 38 5 Asphalt Quantities and Cost Reviews (Eff. 7—1 —88) .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . 41 6 Subletting of Contracts(Federal Aid Contracts) (Eff. 01—1 —88)(Rev. 05—1 —93) . . . . . . . . . . . . . . .. 42 7 Grading And Shaping Ditches (Eff. 5—1 —93) . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 43 8 Earthwork (Eff. 7-1 —94)(Rev. 2—1 —95) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 44 9 Construction Layout Stakes Except for Structure (Eff. 05—1 —93) (Rev. 08—1 —93) . . . . . . . . . . . . . . . 45 10 Construction Layout Stakes (Eff. 5—1 —93)(Rev. 8—1 —93) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . 47 11 Controlled Low—Strength Material (CLSM) (Eff. 1 —1 —90) (Rev. 3—1 —90) . . . . . . . . . . . . . . . . . . . . . 49 12 Bituminous Surface Removal (Cold Milling) (Eft. 11 —1 —87) (Rev. 4—15—91) . . . . . . . . . . . . . . . . . . . 50 13 Bituminous Surface Treatments Half—Smart (Eff. 7—1 —93)(Rev. 8—1 —93) . . . . . . . . . . . . . . . . . . . . 52 14 Subsealing of Concrete Pavements (Eff. 11 —1 —84) (Rev. 02—1 —95) . . . . . . . . . . . . . . . . . . . . . . .. . 56 15 Asphaltic Emulsion Slurry Seal and Fibrated Asphaltic Emulsion Slurry Seal (Eff. 8-1 —89) (Rev. 10-1 —90) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . .. . . 59 16 Polymer Modified Emulsified Asphalt (Eff. 5—15—89) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . 63 17 Bridge Deck Overlay (Eff. 10—1 —83)(Rev. 10—2—91) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 65 18 Pipe Underdrains. CA 16,Without Fabric Envelope (Eff. 8-1 —93) (Rev. 6-30-94) . . . . . . . . . . . . . . 80 19 Pipe Underdrains (Eff. 9—9—87) (Rev. 6—30—94) . . . . . . . . . . . . . . . . . . . :. . . . . . . . . . . . . . . . . . . . . 81 X 20 Aggregate Source Certification (Eff. 06—1 —91) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 82 21 Calcium Nitrite Corrosion Inhibitor (Eff. 3—1 —80)(Rev. 6—1 —90) . . .. . . . . . . . . . . . . . . . . . . . . . . . . 83 22 Sand Module Impact Attenuators (Eff. 10-15-76) (Rev. 7—1 —93) . . . . . . . . . . . . . . . . . . . . . . . . . . . 84 23 Traffic Barrier Terminal Type 3B (G.R.E.A.T. SYSTEM) (Eff. 10—1 —86) . . . . . . . . . . . . . . . . . . . . . . . . . 86 X 24 Measurement of Pavement Marking Quantities (Eff. 7—1 —87) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 87 i 25 Reserved . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . ... . . . . . . . . . . . .. .. . . . . . ... . . . . . . . . . . . . . . . 88 26 Reserved . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . .. 89 27 Bicycle Racks (Eff. 4-1 -94) (Rev. 2-1 -95) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 90 28 Class A Patches (Eff. 8-1 -94) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 91 29 Pipe Elbows and Tees (Eff. 6-30-94)(Rev. 8-1 -94) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 92 30 National Pollutant Discharge Elimination System Permit (Eft. 7-1 -94) . . . . . . . . . . . . . . . . . . . . . . .. . 93 31 Haul Road Stream Crossings, Other Temporary Stream Crossings, and In-Stream Work Pads (Eff. 1 -2-92) (Rev. 6-30-94) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 94 32 Give em a Brake Sign (Eff. 8-1 -89)(Rev. 08-1 -91) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 95 33 Portable Changeable Message Signs (Eff. 11 -1 -93) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 96 34 Type III Barricades, Standard 2299 (Eff. 6-30-94) . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . 97 35 Precast Prestressed Concrete Sight Screen (Eff. 6-30-94) . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . 98 36 Chain link Fence Sight Screen (Eff. 6-30-94) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 99 37 Wood Fence Sight Screen (Eff. 6-30-94) .. . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . 101 38 Coarse Aggregate For Class I Bituminous Mixture (Eff. 6-30-94) . . . . . . . . . . . . . .. . . . . . . . . . . . . 103 39 Breakaway Sign Posts (Eft. 6-30-94) . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . 104 40 Pavement Patching with Bituminous Surface Removal (Eff. 10-1 -94) . . . .. . . . . . . . . . . . . . . . . . . . 106 ii CITY OF YORKVILLE SPECIAL PROVISIONS The following Special Provisions supplement the "Standard Specifications for Road and Bridge Construction," adopted July 1, 1994, (hereinafter referred to as the Standard Specifications); the latest edition of the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" in effect on the date of invitation for bids; the "Standard Specifications for Traffic Control Items," adopted November 1, 1994; (hereinafter referred to as the Traffic Specifications); and the "Supplemental Specifications and Recurring Special Provisions" indicated on the Check Sheet included herein which apply to and govern the proposed improvement designated as Section: 95-00015-00-FP, and in case of conflict with any part or parts of said specifications, the said Special Provisions shall take precedence and shall govern. LOCATION OF PROJECT This project begins at the intersection of Illinois Route 34 and Center Parkway and extends in a northerly direction for a distance of 1,171 feet (0.2218 miles) to the intersection of Countryside Parkway and Center Parkway. DESCRIPTION OF PROJECT This project is a road reconstruction improvement and the work to be performed under this contract shall be done jointly between the City of Yorkville and the Contractor. The work to be performed by the City will include earth excavation, combination curb and gutter removal (at selected locations), placement of porous granular embankment subgrade and subbase granular material type B; adjustment of drainage/utility structures, traffic control and protection, and restoration. The work to be performed by the Contractor will include preparation of base, construction of combination curbs and gutters, bituminous base and surface courses, and placement of thermoplastic pavement markings. SEQUENCE OF CONSTRUCTION The following is a suggested sequence of construction for the project. The Contractor will be required to coordinate his work with the City of Yorkville. No working days will be charged while City forces are working on the project or within 5 working days of notification that the Contractor should proceed with his portion of the work in any of the three (3) phases. PHASE 1 Place Traffic Control (City) Excavate Pavement (City) Remove Curb and Gutter (City) Remove Sidewalk (City) A:\3019\SPPROV Page 1 Construct Subbase (City) Construct Curb and Gutter (Contractor) Construct Sidewalk (Contractor) Construct Bituminous Base Course (Contractor) PHASE 2 Move Traffic Control (City) Excavate Pavement (City) Remove Curb and Gutter (City) Remove Sidewalk (City) Construct Subbase (City) Construct Curb and Gutter (Contractor) Construct Sidewalk (Contractor) Construct Bituminous Base Course (Contractor) PHASE 3 Restoration (City) Construct Bituminous Surface Course (Contractor) Place Thermoplastic Pavement Markings (Contractor) PREQUALIFICATIONS OF BIDDERS Prequalification of bidders in accordance with Section 102.01(b) of the Standard Specifications will be required of all bidders on this project. MATERIAL CERTIFICATION The Contractor shall furnish certifications to the Engineer from all suppliers for all materials except those to be inspected by the Engineer. The statements shall certify that the materials comply with the requirements of the "Standard Specifications for Road and Bridge Construction in Illinois" and the Supplemental Specifications. No payment will be made for any items or materials until proper certification is submitted to the Engineer. MATERIAL TICKETS The Contractor shall furnish the Engineer with material delivery tickets for all materials furnished in conjunction with the construction of the project including but not limited to aggregate, bituminous materials for prime coat, all bituminous mixes, and concrete. The delivery tickets shall be given to the Engineer each day at the end of the working day. A:\3019\SPPROV Page 2 PRE-CONSTRUCTION CONFERENCE A pre-construction conference will be held with the City of Yorkville, Pavia-Marting & Co., the Contractor regarding conflicts, scheduling, and progress of the project. The date and time of the meeting will be established by the City of Yorkville. NOTICE The Contractor shall notify PAVIA-MARTING & CO. at(312) 529-8000 between the hours of 7:30 AM to 5:00 PM Monday through Thursday and between the hours of 7:30 AM to 12:30 PM on Friday forty-eight (48) hours in advance of any work so that the Engineer may have the time necessary to schedule any staking or arrange for inspection of materials and construction. Failure of any material to comply with the specifications that is inspected and tested after construction shall be cause for rejection, and the Contractor shall assume all costs for removal and replacement to comply with the specifications. SAW CUTTING This work shall consist of sawing the existing pavement, concrete curb and gutters and sidewalks, in order to separate that portion to be removed from that which will remain. This work shall be performed at all locations where proposed improvement will meet existing conditions or at locations designated in the field by the Engineer. The City will be required to saw a vertical cut in the existing structure so as to form a clean vertical joint. The depth of cut shall be the thickness of the bituminous concrete for flexible pavement and the full thickness of all concrete items. POROUS GRANULAR EMBANKMENT, SUBGRADE This work shall consist of furnishing, placing, and compacting porous granular material to the lines and grades shown on the plans or as directed by the Engineer in accordance with the applicable portions of Section 207 of the Standard Specifications. The material shall be used as a bridging layer over soft, pumpy, loose soil areas and for placement under water and shall conform with Article 704.06 of the Standard Specifications except the gradation shall be as follows: 1. Crushed Stone, Crushed Blast Furnace Slag, and Crushed Concrete Sieve Size Percent Passing 150 mm (*6") 97+3 100 mm (*4") 90+10 50 mm (2") 45+25 75 mm (#200) 5+5 A:\3019\SPPROV Page 3 2. Gravel, Crushed Gravel and Pit Run Gravel Sieve Size Percent Passing 150 mm (*6") 97+3 100 mm (*4") 90+10 50 mm (2") 55+25 4.75 mm (#4) 30+20 75 mm (#200) 5+5 *For undercut greater than 450 mm (18") the percent passing the 150 mm (6") sieve may be 90+10 and the 100 mm (4") sieve requirements eliminated. The porous granular material shall be placed in one lift when the total thickness to be placed is 600 mm (2') thick or less or as directed by the Engineer. Each lift of the porous granular material shall be rolled with a vibratory roller meeting the requirements of Article 801.01 of the Standard Specifications should be sufficient to obtain the desired keying or interlock and compaction. The Engineer shall verify that adequate keying has been obtained. A 75 mm (3") nominal thickness top lift of capping aggregate having a gradation of CA 6 will be required when Aggregate Subgrade is not specified on the contract and Porous Granular Embankment, Subgrade will be used under the pavement and shoulders. Capping aggregate will not be required when embankment meeting the requirements of Section 205 of the Standard Specifications or granular subbase is placed on top of the porous granular material. Construction equipment not necessary for the completion of the replacement material will not be allowed on the undercut areas until completion of the recommended thickness of the porous granular embankment subgrade. Full depth of the subgrade undercut should occur at limits determined by the Engineer. A transition slope to the full depth of undercut shall be made outside of the undercut limits and shall consist of a taper of 300 mm (1 foot) longitudinal distance per 25 mm (1") depth below the proposed subgrade or the bottom of the proposed aggregate subgrade when included in the contract. MANHOLE TO BE ADJUSTED This work shall consist of the City adjusting all structures in the pavement in accordance with Section 602 of the Standard Specifications except that the space between the casting and the excavation shall be filled with Class X concrete to the top of the bituminous base course. Any structures (valve vaults, storm manholes and sanitary sewers) located within the pavement shall be adjusted under this bid item and paid for accordingly. A:\3019\SPPROV Page 4 RESTORATION This work shall consist of the City placing topsoil seed bed preparation, fertilizing, seeding, mulching and watering areas disturbed during construction. All work shall meet the requirements of Sections 250 and 251 of the Standard Specifications. Fertilizer will be required in accordance with Article 250.04 of the Standard Specifications. Seeding Class 1 will be applied as outlined in Article 250.07 of the Standard Specifications. Mulch method 2 procedure 3 shall be applied in accordance with Article 251.03 of the Standard Specifications. TRAFFIC CONTROL PLAN Traffic Control shall be in accordance with the applicable sections of the Standard Specifications, the Supplemental Specifications, the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways", any special details and Highway Standards contained in the plans, the Traffic Specifications and the Special Provisions contained herein. Special attention is called to Articles 107.09 and Section 900 of the Standard Specifications and the following Highway Standards, Details, Quality Standard for Work Zone Traffic Control Devices, Recurring Special Provisions and Special Provisions contained herein, relating to traffic control. The City shall contact the Traffic Engineer at least 72 hours in advance of beginning work. STANDARDS 2298-11 2402 2405 DETAILS Construction Phasing SPECIAL PROVISIONS Traffic Control and Protection Urban Traffic Control Temporary Traffic Control Temporary Traffic Control Devices TRAFFIC CONTROL AND PROTECTION This item of work will be performed by the City and shall include furnishing, installing, maintaining, replacing, relocating and removing all traffic control devices used for the purpose of regulating, warning or directing traffic during the construction or maintenance of this improvement. A:\3019\SPPROV Page 5 Traffic Control and Protection shall be provided as called for in the plans, these Special Provisions, applicable Highway Standards, applicable sections of the Standard Specifications, or as directed by the Engineer. The governing factor in the execution and staging of work for this project is to provide the motoring public with the safest possible travel conditions along the roadway through the construction zone. The City shall arrange his operations to keep the closing of any lane of the roadway to a minimum. Traffic Control Devices include signs and their supports, signals, pavement markings, barricades with sand bags, channelizing devices, warning lights, arrow boards, flaggers, or any other device used for the purpose of regulating, detouring, warning or guiding traffic through or around the construction zone. The City is required to conduct routine inspections of the worksite at a frequency that will allow for the prompt replacement of any traffic control device that has become displaced, worn or damaged to the extent that it no longer conforms to the shape, dimensions, color and operational requirements of the MUTCD, the Traffic Control Standards or will no longer present a neat appearance to motorists. A sufficient quantity of replacement devices, based on vulnerability to damage, shall be readily available to meet this requirement. The City shall be responsible for the proper location, installation and arrangement of all traffic control devices. Special attention shall be given to advance warning signs during construction operations in order to keep lane assignment consistent with barricade placement at all times. The City shall immediately remove, cover or turn from the view of the motorists all traffic control devices which are inconsistent with detour or lane assignment patterns and conflicting conditions during the transition from one construction stage to another. When the City elects to cover conflicting or inappropriate signing, materials used shall totally block out reflectivity of the sign and shall cover the entire sign. The method used for covering the signing shall meet with the approval of the Engineer. The City shall coordinate all traffic control work on this project with adjoining or overlapping projects, including barricade placement necessary to provide a uniform traffic detour pattern. When directed by the Engineer, the City shall remove all traffic control devices which were furnished, installed and maintained by him under this contract, and such devices shall remain the property of the City. All traffic control devices shall remain in place until specific authorization for relocation or removal is received from the Engineer. The City shall ensure that all traffic control devices installed by him are operational, functional and effective 24 hours a day, including Sundays and holidays. SIGNS: All signs except those referring to daily lane closures shall be post mounted in accordance with Standard 2298 for all projects that exceed four days. A:\3019\SPPROV Page 6 Construction signs referring to daytime lane closures during working hours shall be removed, covered or turned away from the view of the motorists during non-working hours. Prior to the beginning of construction operations, the City will be provided a sign log of all existing signs within the limits of the construction zone. The City is responsible for verifying the accuracy of the sign log. Throughout the duration of this project, all existing traffic signs shall be maintained by the City. All provisions of Article 107.25 of the Standard Specifications shall apply except the third paragraph shall be revised to read: "The City shall maintain, furnish and replace at his own expense, any traffic sign or post which has been damaged or lost by the City or a third party. The City will not be held liable for third party damage to large freeway guide signs." "Fresh Oil" signs (W21-2) shall be used when prime is applied to pavement that is open to traffic. The signs are to remain until tracking of the prime ceases. The sign shall be erected a minimum of 150 m (500 feet) preceding the start of the prime and on all side roads within the posted area. The "Fresh Oil' sign on the side road shall be posted a minimum of 60 m (200 feet) from the mainline pavement. "Rough Grooved Surface" signs (W8-1107) shall be used when the road has been cold milled and open to traffic. The signs shall remain in place until the milled surface condition no longer exists. These signs shall be erected a minimum of 150 m (500 feet) preceding the start of the milled pavement and on all side roads within the posted area. The "Rough Grooved Surface" signs on the side roads shall be posted 60 meters (200 feet) from the mainline pavement. All signs shall have an 450 mm x 450 mm (18" x 18") orange flag and an amber flashing light attached. Whenever a lane is closed to traffic using Standard 2402, 2403, or 2404, the pavement width transition sign (W4-2R or W4-2L) shall be in lieu of"Workers" sign (W21-1 or W21-1 a). Whenever any vehicle, equipment, workers or their activities infringe on the shoulder or within 4.5 m (15 feet) of the travelled way and the travelled way remains unobstructed, then the applicable Traffic Control Standard shall be 2302, 2305, 2314, or 2404. "Shoulder Work Ahead" sign (W21-5(0)-48) shall be used in lieu of the "Workers" sign (W21-1 or W-21-1a). BARRICADES Any drop off greater than 75 mm (three inches), but less than 150 mm (six inches) within 2.5 m (eight feet) of the pavement edge shall be protected by Type I or II barricades equipped with mono-directional steady burn lights at 30 m (100 foot) center to center spacing. If the drop off within 2.5 m (eight feet) of the pavement edge exceeds 150 mm (six inches), the barricades mentioned above shall be placed at 15 m (50 foot) center to center spacing. Barricades that must be placed in A:\3019\SPPROV Page 7 excavated areas shall have leg extensions installed such that the top of the barricade is in compliance with the height requirements of Standard 2298. All Type I and II barricades, drums, and vertical panels shall be equipped with a steady burn light when used during hours of darkness unless otherwise stated herein. Check barricades shall be placed in work areas perpendicular to traffic every 300 m (1,000 feet), one per lane and per shoulder, to prevent motorists from using work areas as a travelled way. Two additional check barricades shall be placed in advance of each patch excavation or any other hazard in the work area, the first at the edge of the open traffic lane and the second centered int he closed lane. Check barricades shall be Type I or II and equipped with a flashing light. ARROW BOARDS A flashing arrow board shall be operating at all times when a lane is closed to traffic on a multilane highway. Arrow boards shall be provided and located in a head-on position within each lane closure taper. On expressway construction projects where the lane closures are in effect longer than 8 hours, the advance arrow board is required. This arrow board shall be placed at the location shown on the District Lane Closure Standard or as directed by the Engineer. TEMPORARY CONCRETE BARRIER VERTICAL PANELS AND LIGHTS Whenever temporary concrete barrier wall is specified in the plans, vertical panels and steady burning lights meeting the requirements of Articles 784.02 and 784.03 of the Standard Specifications and Standard 2298 shall be installed on the barrier wall at 15 m (50 foot) centers minimum or at the spacing shown on the plans. The method of mounting shall be approved by the Engineer. Upon conclusion of the work, the panels and lights shall be removed and shall remain the property of the City. PEDESTRIAN SIDEWALK CONTROL The City shall install, maintain and remove necessary signs and barricades needed to direct pedestrians to usable sidewalks and walkways during the construction in accordance with Traffic Control Standard Case 2405. All barricades shall be Type I or II equipped with flashing lights. At each point of closure, sufficient numbers of barricades shall be used to completely close the sidewalk to pedestrian movement. Where construction activities involve sidewalks on both sides of the street, the work shall be staged so that both sidewalks are not A:530191SPPRQV Page 8 out of service at the same time. PUBLIC SAFETY AND CONVENIENCE The City shall provide a telephone number where a responsible individual can be contacted on a 24-hour-a-day basis to receive notification of any deficiencies regarding traffic control and protection. The City shall dispatch men, materials and equipment to correct any such deficiencies. The City shall respond to any call from the Department concerning any request for improving or correcting traffic control devices and begin making the requested repairs within two hours from the time of notification. Personal vehicles shall not park within the right-of-way except in specific areas designated by the Engineer. The City shall maintain at least one lane of traffic in each direction at all times. The City shall also maintain entrances and side roads along the proposed improvement. Interference with traffic movements and inconvenience to owners of abutting property and the public shall be kept to a minimum. Any delays or inconveniences caused the City by complying with these requirements shall be considered as incidental to the contract, and no additional compensation will be allowed. On four (4) or more lane highways, there shall be no open holes in the pavement being used by the travelling public. Lane closures, if allowed, will be in accordance with the applicable standards, any staging details shown in the plans and other applicable contract documents. The City shall remove all equipment from the shoulders and medians after work hours. No road closures or restrictions shall be permitted except those covered by Standard Designs without written approval by the Engineer. URBAN TRAFFIC CONTROL Traffic control for urban areas shall be according to Section 901 of the Standard Specification, Standards 2401, 2402, 2403, 2404 and 2405, as they are applicable and included in the plans and the following: A:\3019\SPPROV Page 9 All warning signs shall have minimum dimensions of 1.2 m x 1.2 m (4' x 4') when the posted speed limit is 60 km/h (35 mph) or more. The signs may be 900 mm x 900 mm (36' x 36') when approved by the Engineer. When the posted speed limit is 50 km/h (30 mph) or less, all warning signs shall have a minimum dimension of 900 mm x 900 mm (36" x 36"). All signs shall be post mounted when the lane closure exceeds 4 days. When parked vehicles block the line of sight to the specified sign locations, or signs encroach on a pedestrian walkway, the signs shall be post mounted with the bottom not less than 2.1 m (7 ft.) above the edge of pavement. No parking signs shall be installed throughout the work area. Flaggers shall be in sight of each other or in direct communication at all times. When the flaggers or workers are not present, the flagger signs and worker signs shall be removed or covered. Barricades or drums with steady burning lights shall be used in lieu of cones for night operations. When the work area is in the parking lane and parking exists during work hours, 'ROAD CONSTRUCTION AHEAD" or "ROAD WORK AHEAD" signs shall be installed 60 m (200 ft.) in advance of the work area and the area shall be protected with cones or barricades. Flashing lights shall be used on each approach in advance of the work area during hours of darkness and installed above the first two signs in each series and the high level warning devices. Reflectorized temporary pavement marking tape shall be placed throughout the taper and along side the adjacent work area where the closure is greater than 14 days. The edge line shall be yellow for left lane closures. For Standards 2402, 2403, and 2404, arrow boards will be required in place of high level warning devices. When Standard 2401 is specified on two-lane/two-way roadways, construction operations shall be confined to one traffic lane leaving the opposite lane open to traffic. When no work is being performed, the flaggers will be required until the lane closure is open to traffic or traffic is detoured over an approved route. When Standard 2402 is specified reflective pavement markings shall be used when the closure time exceeds 4 days. The double yellow center line shall be used in the two-way traffic areas in addition to the barricade or drums. Single yellow left edge line shall be used to outline the barricade island. White right edge line shall be used along the barricades protecting the work area. A:\3019\SPPROV Page 10 4 When Standard 2403 is specified for work being performed in the left and, the LEFT LANE CLOSED signs shall be substituted for RIGHT LANE CLOSED signs. When Standard 2404 is specified and median operation exist and the median is less than 3.0 m (10 ft.) signing shall be relocated to a corresponding position on the shoulder. Traffic control for pedestrian traffic being rerouted shall be in accordance with Standard 2405 and the following: Where a temporary walkway encroaches on an existing parking lane, the lane shall be closed with cones, barricades, or drums. Where a temporary walkway encroaches on a traveled lane, the lane shall be closed according to Standards 2401, 2402, and 2403. All walkways shall be clearly identified, protected from motor vehicle traffic and free or any obstructions and hazards, such as holes, debris, construction equipment, and stored materials. All hazards near or adjacent to walkways shall be clearly delineated. When barricades are impractical to use or do not provide enough protection, orange snow fence shall be used to close off an area, with the approval of the Engineer. TEMPORARY TRAFFIC CONTROL This work shall be according to Section 901 of the Standard Specifications and the following: General: When work operations exceed 4 days, all signs shall be post mounted unless located on pavement. Signs located on pavement shall be skid mounted. Longitudinal dimensions shown on the plans for the placement of signs may be increased up to 30 m (100 ft.) in order to avoid obstacles, hazards or to improve sight distance, when approved by the Engineer. When construction operations are within + 150 m (500 ft.) of side roads, ROAD CONSTRUCTION AHEAD signs will also be required on the side roads. For all projects which affect the flow of traffic for more than one day, form BT 725 is required. Construction speed limit signs, arrow boards, and message boards are to be treated as nonoperating equipment, when they are not being utilized to inform and direct traffic. Any unattended obstacle or excavation in the work area which constitutes a hazard in the A:\3019\SPPROV Page 11 opinion of the Engineer and all nonoperating equipment shall be protected by barricades at 15 m (50 ft.) centers, having flashing lights at night. If the hazard exceeds 30 m (100 ft.) in length, steady burning lights shall be substituted for flashing lights. When the distance is greater than 75 m (250 ft.), barricade spacing may be increased to 30 m (100 ft.). All existing pavement markings which conflict with the revised traffic pattern shall be removed. FLAGGERS. Work operations controlled by flaggers shall be no more than 1600 m (1 mile) in length. The lateral placement of the flagger may be increased up to 30 m (100 ft.) from that shown on the plans to improve the visibility of the flagger. Flaggers shall be in sight of each other or in direct communication at all times. Direct communication shall be obtained by using portable two-way radios or walkie-talkies. Flaggers will not be required when no work is being performed, except as indicated on the plans. LIGHTS. Barricades or drums with lights shall be used in lieu of cones for night operations. Lights are not required on drums or barricades for day operations. Drums or barricades utilized to protect obstacles, hazards, or excavations at night shall have flashing lights. If the protected area exceeds 30 m (100 ft.) in length, steady burning lights shall be substituted for flashing lights. Drums and barricades for channelizing traffic and tapers bi- directional except lights on taper barricades, which shall be monodirectional, and as indicated on each standard. TRUCK MOUNTED ATTENUATORS: The shadow vehicle required for the truck mounted attenuator shall have a minimum gross vehicle weight rating of 12, 250 kg (27,000 Ibs.). the attenuator shall be an approved unit that has been successfully crash tested with vehicles weighing 1000 to 2200 kg (2200 to 4800 lbs.) and impacting the unit at 70 km/h (45 mph). Trailing vehicles shall be between 60 m and 150 m (200 ft. and 500 ft.) behind the lead vehicles. Standard 2302 and 2305. When the work operation requires that 4 or more work vehicles enter through traffic lanes in a one hour period, a flagger shall be provided and a FLAGGER sign shall be substituted for the WORKER sign. Standard 2303. The flagger and the signs shall be positioned in advance of the work operation and remain there until the lane is open to traffic. At the completion of the day's operations, all materials, equipment, signs, cones, barricades, and drums are to be removed and the work area opened to traffic. Two barricades or drums shall be placed immediately in front of each patch and one shall be placed on the backside of the patch close to the center line. Standard 2304. At least 10 m (500 ft.) of both traffic lanes shall be available for traffic movements at intervals not greater than 300 m (1000 ft.). During daytime operations, cones may be substituted for barricades at half the barricade spacing. A:\3019\SPPROV Page 12 When Standard 2304 is specified for bridge repair projects, the bridge rail and guardrail adjacent to the open traffic lane shall be delineated with vertical panels mounted back to back at 15 m (50 ft.) centers. Standard 2306. The ONE LANE ROAD AHEAD and FLAGGER signs shall be removed or covered when both lanes are open to traffic. A FRESH OIL sign shall be used when prime is applied to the pavement and shall remain until no tracking occurs. The FRESH OIL sign shall be installed a minimum of 150 m (500 ft.) preceding the start of the prime. Standard 2307. Trucks, equipment, and/or materials that are stored along the highway for more than 1-hour shall be stored according to Article 901.03. Standard 2308. During pavement marking operations, WET PAINT signs with appropriate arrow(s) shall be mounted on the back of the striper and the following vehicle where necessary to reduce tracking. Arrow boards shall be used in the hazard mode only. All vehicles shall have headlights and emergency flashers operating and shall display amber colored oscillating, rotating, or flashing lights. At least one amber light shall be visible from any direction. If a guide wheel is used in pavement marking operations, it shall be equipped with a flag. Standard 2310. On paved run-arounds, reflective edge lines and a center line shall be used when the closure exceeds 7 days or when the normal speed outside the area of operation exceeds 90 km/h (50 mph). All barricades, drums, and vertical panels shall be at 15 m (50 ft.) centers. Where the tangent distance on the temporary run-around exceeds 180 m (600 ft.), clear delineators at 15 m (50 ft.) centers may be substituted for the vertical panels, or the spacing between vertical panels may be increased to 30 m (100 ft.) within the limits of the tangent. When the tangent distance is greater than 240 m (800 ft.), 3 m (10 ft.) lengths at 12 m (40 ft.) centers of single yellow reflectorized pavement marking tape or reflectorized pavement marking paint center line may be used within the tangent section. No passing zones shall be striped where sight distance restrictions warrant. Reverse curve (turn) signs will be required 150 m (500 ft.) in advance of the exit end of the run-arounds when the tangent is equal to or greater than 300 m (1000 ft.). Barricades or drums shall be used in lieu of vertical panels where they are placed on new or existing pavement. Standard 2311. Two flaggers are required for each separate operation. Where the distance between paving and excavating operations is less than 600 m (2000 ft.), the entire operation may be considered as one work area for signing purposes. When the distance A:\3019\SPPROV Page 13 between operations exceeds 600 m (2000 ft.), additional warning signs shall be placed as shown. Under restricted sight distance conditions, such additional devices may also be required for distances less than 600 m (2000 ft.) at the discretion of the Engineer. At least 150 m (500 ft.) of both traffic lanes shall be available for traffic movement at intervals not greaer than 300 m (1000 ft.). No paving or excavating operations shall be performed at night unless authorized by the Engineer. Standard 2312 Two flaggers shall be required for each separate construction operation. When the work party is within 75 m (250 ft.) beyond the beginning of the taper, the flagger shall be positioned in advance of the taper as shown. When the work party is 75 m (250 ft.) beyond the beginning of the taper, the first flagger shall be positioned to protect the workers. The flagger shall be a minimum of 60 m (200 ft.) and a maximum distance of 1/2 day's operation beyond the flagger sign and a minimum of 30 m (100 ft.) in advance of the work party. When the distance between successive patches is less than 600 m (2000 ft.), the entire operation may be considered as one work area for signing purposes. When the distance between successive patches exceeds 600 m (2000 ft.), additional warning signs and tapers shall be placed as shown on the plans. Under restricted sight distance conditions, additional devices may also be required for distances less than 600 m (2000 ft.) at the discretion of the Engineer. At least 150 m (500 ft.) of both traffic lanes shall be available for traffic movement at intervals not greater than 300 m (1000 ft.). All work areas shall be protected during periods when workers are present by cones or barricades along the center line. Barricades shall be placed at a maximum of 30 m (100 ft.) centers with a minimum of one per patch or 15 m (50 ft.) centers whichever is greater. Where successive patches are more than 15 m (50 ft.) but less than 600 m (2000 ft.) apart, barricades with flashing lights shall be placed on the pavement beyond and in advance of the work areas. Where the distance between patches is less than 150 m (500 ft.), the barricade adjacent to the edge of the pavement on the far side of the patch may be omitted. All barricades shall have the reflective surface facing traffic at night. Standard 2314. When the work operation requires that 4 or more work vehicles enter through traffic lanes in a one hour period, a flagger shall be provided and a FLAGGER sign shall be substituted for the WORKER sign. When the work operation is 4.5 m (15 ft.) or more of the pavement edge, no signing or cones will be required, unless 2 or more vehicles cross the 4.5 m (15 ft.) clear zone in one hour. Standard 2315 and 2316. An additional flagger, shall be positioned in advance of each separate activity of the operation that requires frequent encroachment into a lane open to traffic. The CONSTRUCTION SPEED LIMIT signs and the FLAGGER signs shall be moved as necessary to maintain a spacing of 150 m (500 ft.) to 705 m (2500 ft.) between and flagger A:\3019\SPPROV Page 14 and FLAGGER signs. Where posted speeds are greater than 70 km/h (40 mph), cones shall be a minimum of 700 mm (28 in) in height. When Standard 2315 is specified, all equipment, materials, signs, cones, barricades, and drums, are to be removed at the completion of the day's operations and the work area opened to traffic. When Standard 2316 is specified, cones may be substituted for barricades or drums at half the spacing during the day operations. Standard 2317 and 2417. Reflective solid edge lines and a double yellow center line shall be used when the closure time exceeds 4 days or when the normal posted speed outside the area of operations exceeds 80 km/h (50 mph). Reflectorized pavement marking tape shall be used for marking the edge lines and center line on existing pavement. Either tape or reflectorized pavement marking paint may be used for markings on the paved crossovers. Raised reflective pavement markers at 8 m (25 ft.) centers shall also be installed under good weather conditions, for additional delineation. Two-way Traffic sign(s) shall be repeated every 400 m (1/4 mile) in each direction through the tangent distance. All drums and vertical panels shall be at 15 m (50 ft.) centers. Where the tangent distance on the temporary run around exceeds 180 m (600 ft.), clear delineators at 15 m (50 ft.) centers may be substituted for the vertical panels, or spacing between vertical panels may be increased to 30 m (100 ft.) within the limits of the tangent. Cones may be substituted for drums or flexible delineators at half the spacing during day operations. On fully access-controlled facilities, cones shall be a minimum of 700 mm (28 in.) in height. Reflectorized flexible delineators are to be attached to the pavement at 15 m (50 ft.) centers for the first 75 m (250 ft.) at each end of tangent distance and at 30 m (100 ft.) centers there after. ve sign will be required 150 m (500 ft.) in advance of the exit end of the run-around if the tangent distance is equal to or greater than 300 m (1000 ft.). When Standard 2317 is specified, Drums or Type I or Type II barricades no greater than 600 mm (2-ft.) wide may be used in place of flexible delineators when the 2-way operation is to be in place for 4 days or less. Cones may be used for day operations only. When Standard 2417 is specified, the impact attenuator shall be positioned so as not to encroach onto the outer lane. Vertical panels may be attached to the concrete barriers where available space prohibits the use of drums. A:\3019\SPPROV Page 15 Standard 2318. Reflective solid edge lines and a double yellow center line shall be used when the closure time exceeds 4 days or when the normal posted speed outside the area of operations exceeds 80 km/h (50 mph). Reflectorized pavement marking tape shall be used for marking the center line and edge lines on the existing pavement. Raised reflective pavement markers at 8 m (25 ft.) centers shall be installed under good weather conditions to supplement the pavement marking tape. all existing pavement markings which conflict with the revised traffic pattern shall be removed. Two-way Traffic signs shall be repeated every 400 m (1/4 mile) in each direction through the tangent distance. Cones may be substituted for barricades or flexible delineators at half the spacing during day operations. On fully access-controlled facilities, cones shall be a minimum of 700 mm (28 in.) in height. Reflectorized flexible delineators are to be attached to the pavement at 15 m (50 ft.) centers for the first 75 m (250 ft.) at each end of tangent distance and at 30 m (100 ft.) centers for the remaining. Drums or Type I or Type II barricades no greater than 600 mm (24 in.) wide may be used in place of flexible delineators when the two-way operation is to be in place four days or less. Cones may be used for day operations only. Standard 2408. When the following vehicle cannot travel entirely on the shoulder as shown on the plans, the vehicle shall ride as far off the lane as possible. Truck mounted attenuators will not be required for any vehicle traveling entirely on a completed shoulder or for vehicles traveling on the roadway if the speed limit of the roadway if less than 70 km/h (45 mph). During pavement marking operations, WET PAINT signs with appropriate arrow(s) shall be mounted on the back of the striper and the following vehicle. Standard 2419. This Highway Standard Drawing shall supplement mainline traffic controls for lane closures. The channelizing devices shall clearly define a path for motorists entering or exiting the highway. Cones may be substituted for barricades or drums at half the spacing during day operations. Reflectorized temporary pavement marking tape shall be placed throughout the barricaded area of each ramp where the closure time is greater than 14 days. Raised reflectorized pavement markers at 7.5 (25 ft.) centers may be used in lieu of tape where the pavement marking is to be placed adjacent to the barricades or drums. The Exit Sign - Special shall have a white reflectorized border and legend on a green reflectorized background. The lettering shall be size "D". Revise the Table in subparagraph (d) of Article 901.08 of the Standard Specifications to A:\3019\SPPROV Page 16 r read: Two-Lane Roadways Multi-Lane Roadways Standard 2302 (Note 1) Standard 2314 (Note 1) Standard 2303 (Note 2) Standard 2315 (Note 2) Standard 2305 (Note 3) Standard 2307 Standard 2307 Standard 2408 (Note 4) Standard 2308 (Note 5) Add the following note to subparagraph (d) of Article 901.08 of the Standard Specifications: "Note 5. May be used when the operation encroaches on the lane, is a continuous moving operation and the average speed is greater than 5 km/h (3 mph)." INDEMNIFICATION The Contractor shall protect, indemnify, hold and save harmless and defend the Owner, its Mayor and City Council, and its officers, officials, employees, volunteers, agents, independent contractors, consultants(Pavia-Marting &Co. and its officers and employees), and the City Engineer while working on behalf of the Owner against any and all claims, costs, causes, actions and expenses, including but not limited to attorney's fees incurred by reason for any lawsuit or claim for damages or compensation arising in favor of any person, including the employers or officers or independent contractors or subcontractors of the Contractor or Owner, on account of personal injuries or death, or damages to property occurring, growing out of, incident to, or resulting directly or indirectly from the performance by the Contractor or subcontractors, or any of their respective officers, agents or employees, whether such loss, damage, injury or ability is contributed to by the negligence of the Owner, its Mayor and City Council, and its officers, officials, employees, volunteers, agents, independent contractors, consultants (Pavia-Marting & Co. and its officers and employees) and the City Engineer, while working on behalf of the Owner or by premises themselves or any equipment thereon whether latent or patent, or from other causes whatsoever, except that the Contractor shall have no liability for damages or the cost incident thereto caused by the sole negligence of the Owner"the City of Yorkville, its Mayor and City Council, and its officers, officials, employees, volunteers, agents, independent contractors, consultants while working on behalf of the Owner (Pavia-Marting & Co. and its officers and employees) and the City Engineer". General Liability and Automobile Liability coverages are to contain, or be endorsed to contain, the follow provision: The City, its officers, officials, employees, volunteers and Engineer are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Contractor, including the insured's general supervision of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, officials, employees volunteers, agents or Engineer. Specific language to be used on the certificate of insurance shall be as A:\3019\SPPROV Page 17 follows: "the City of Yorkville, its Mayor and City Council, and its officers, officials, employees, volunteers, agents, independent contractors, consultants while working on behalf of the Owner(Pavia-Marting & Co. and its officers and employees) and the City Engineer." The Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, volunteers, agents or Engineer. Any insurance or self- insurance maintained by the City, its officers, officials, employees, volunteers, agents or Engineer shall be excess of the Contractor's insurance and shall not contribute with it. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees, volunteers, agents or Engineer. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit if brought, except with respect to the limits of the insurer's liability. Worker's Compensation and Employers Liability Coverage shall contain, or be endorsed to contain, the following provisions: The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees, volunteers, agents and Engineer for losses arising from work performed by the Contractor for the City. All coverages shall contain or be endorsed to contain the following provisions: Each insurance policy required shall not be suspended, voided, canceled by either party, reduced in coverage or in limit except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. A:\3079\SPPROV Page 18 ISP 95-22 State of Illinois Department of Transportation SPECIAL PROVISION FOR HOT-MIX PLANT REQUIREMENTS Effective: June 30, 1994 Hot-mix plants shall meet the requirements of Article 802.01 of the Standard Specifications, and the following requirements : 1 . All aggregate feeders shall be calibrated to the desired volumes and/or weights for each aggregate/mixture, to the satisfaction of the Engineer. This calibration may require plant modification. 2. Hot aggregate bins in batch or continuous plants shall not be modified in any manner nor shall divider plates be removed. 3. All batch and continuous plants approved after April 1 , 1994, shall utilize a minimum of 4 hot bins when producing Class I Binder Mixes . 0800 ISP 95-23 State of Illinois Department of Transportation SPECIAL PROVISION FOR CONTRACTOR BITUMINOUS MIX DESIGNS Effective: June 30, 1994 406.10(a)(2) Revise this paragraph to read as follows: (2) Contractor' s Designs . The Contractor may provide mix designs for each type of required mixture except slag, RAP, Stone Matrix, and Crumb Rubber mix designs will be performed by the Department. Verification of the mix design will be in accordance with the Department' s current Policy Memorandum, "Bituminous Mixture Design Verification Procedure". The mix design shall be developed in a laboratory approved annually by the Department. The laboratory equipment shall meet the requirements set forth in the Department' s current Stand Alone Document, "Bituminous Concrete Required Mix Design Laboratory Equipment". In no case will a mix design be verified until determination of the apparent low bidder. 0800 ISP 95-26 State of Illinois Department of Transportation SPECIAL PROVISION FOR CLASS I BITUMINOUS MIX DESIGN CRITERIA Effective: January 1 , 1994 Revised: October 1 , 1994 This Special Provision modifies the mix criteria for Class I, Type 1 and 2. Add the following to Article 406. 13 (a) : The mixture composition shall not exceed 40% passing the 4.75 mm (No. 4) sieve for A & B binder courses and 40% passing the 2.36 mm (No. 8) sieve for C, D, & E surface courses. The 40% maximum limit for surface mixtures may be exceeded by 2% for crushed slag coarse aggregate Type 1 mixtures only. Revise the tables in Article 406. 13 (d) (1 ) & (2) to read: (1 ) VOIDS IN MINERAL MIXTURE AGGREGATE (Min. %) AIR VOIDS (%) B Binder 13.0 3.5 - 4.5 C, D or E Surface 14.0 3.5 - 4.5 C, D or E Surface (Full-Depth) 15.0 3.5 - 4.5 (2) VOIDS IN MINERAL MIXTURE AGGREGATE (Min. %) AIR VOIDS (%) A & B Binder 13.0 3.5 - 4.5 C, D or E Surface 14.0 3.5 - 4.5 C, D or E Surface (Full-Depth) 15.0 3.5 - 4.5 Add the following to Article 406. 13: (e) Voids Filled with Asphalt (VFA) Requirements for Class I , Type 1 and 2. MIXTURE VFA (%) A & B Binder 65 - 75 C, D & E Surface (All Types) 68 - 78 VFA shall be calculated using the formula listed below: VFA = Voids in Mineral Aqqreqate - Air Voids Voids in Mineral Aggregate 7196I ISP 95-27 State of Illinois Department of Transportation SPECIAL PROVISION FOR COARSE AGGREGATE FOR CLASS I BITUMINOUS MIXTURE Effective June 30, 1994 Revised November 1 , 1994 This Special Provision modifies the requirements for Coarse Aggregates contained in Bituminous Concrete Leveling Binder, Binder, and Surface Course Class I as specified in Sections 406 and 704 of the Standard Specifications as follows: The percent passing the 1 . 18 mm (No. 16) sieve for gradations CA 8, CA 11 , CA 13 or CA 16 as set forth in the gradation table in Article 704.01 (c) shall be 4 + 4%. 7326I State of I l li not s DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR EMPLOYMENT PRACTICES In addition to all other labor requirements set forth in this proposal and in the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation, during the performance of this contract, the contractor for itself, its assignees , and sucessors in interest (hereinafter referred to as the "contractor") agrees as follows: I. SELECTION OF LABOR The Contractor shall comply with all Illinois statutes pertaining to the selection of labor. II . EQUAL EMPLOYMENT OPPORTUNITY During the performance of this contract, the contractor agrees as follows: (1 ) That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, ancestry, age, marital status, physical or mental handicap or unfavorable discharge from military service, and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underutilization. (2) That, if it hires additional employees in order to perform this contract or any portion hereof, it will determine the availability of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized. (3) That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, national origin, ancestry, age, marital status , physical or mental handicap or unfavorable discharge from military service. (4) That it will send to each labor organization or representative of workers with which it has or is bound by a collective bargaining or other agreement or understanding, a notice advising such labor organization or representative of the contractor' s obligations under the Illinois Human Rights Act and the Department' s Rules and Regulations. If any such labor organization or representative fails or refuses to cooperate with the contractor in its efforts to comply with so such Act and Rules and Regulations, the contractor will promptly so notify the Illinois Department of Human Rights and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations thereunder. LR 120 Pg. 1 of 2 (Rev 1-89) (5) That it will submit reports as required by the Department of Human Rights Rules and Regulations , furnish all relevant information as may from time to time be requested by the Department or the contracting agency, and in all respects comply with the Illinois Human Rights Act and the Department' s Rules and Regulations. (6) That it will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Illinois Department of Human Rights for purposes of investigation to ascertain compliance with the Illinois Human Rights Act and the Department' s Rules and Regulations. (7) That it will include verbatim or by.reference the provisions of this clause in every subcontract so that such provisions will be binding upon every such subcontractor. In the same manner as with other provisions of this contract, the contractor will be liable for compliance with applicable provisions of this clause by all its subcontractors; and further it will promptly notify the contracting agency and the Illinois Department of Human Rights in the event any subcontractor fails or refuses to comply therewith. In addition, the Contractor will not utilize any subcontractor declared by the Illinois Human Rights Commission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or munincipal corporations . LR 120 Pg. 2 of 2 (Rev 1-89) State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION for WAGES OF EMPLOYEES ON PUBLIC WORKS This contract may be subject to "AN ACT regulating wages of laborers, mechanics and other workers employed in any public works by the State, County, City or any public body or any political subdivision or by anyone under contract for public works", approved June 26, 1941 , as amended, except that where a prevailing wage violates a Federal law, order, or ruling, the rate conforming to the Federal law, order, or ruling shall govern. If it is determined that the "prevailing rate of wages" will be used for this contract, the following conditions will be required: Not less than the prevailing rate of wages as found by the (public body) or Department of Labor or determined by a court on review shall be paid to all laborers, workers and mechanics performing work under this contract. These prevailing rates of wages are included in this contract. The contractor and each subcontractor shall keep an accurate record showing the names and occupations of all laborers , workers and mechanics employed by them on this contract, and also showing the actual hourly wages paid to each of such persons. The submission by the contractor and each subcontractor of payrolls, or copies thereof, is not required. However, the contractor and each subcontractor shall preserve their weekly payroll records for a period of three years from the date of completion of this contract. If the Department of Labor revised the prevailing rate of hourly wages to be paid by the public body, the revised rate as provided by the public body shall apply to this contract. LR 121 (Rev. 1 -90) XINDAI.L COUNTY The following list is 000916ersd as those days far which holiday rates of wages for work performed apply; Now Years Day, Ms ria1/00=&tien Day, Fourth of July, Labor Day, 7eteram Day, Thanksgiving Day, Christmas Day. g*tsrally, any of those holidays which fall an a Sunday is celebrated on the following Monday. This then makes work parform*d on that Monday payable at the or -iste overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration such as the day attar T, diving for Veterans Day. If in doubt, please check with IDOL. EXPLANATICR OF CLASSES TRUCK DRIVHR - VVILDING, MVY AND 111CHWAY OWSTRUCTION Class 1. A-frame truck when used for transportation purposeet Air Ccstpresecrs and welding Machines, including those pullad by oar*, pick-up trucks and traoterei Ambulanosst Batch Oat* LacKars; Batch Hopparman; Car and Truck Masher*; Carry Allot Fork Lifts and doistera; salpers; Mechanics Helpers and oressera; 011 Distributors, 2-man Operation; Pavement Breakers; Pole Trailer, upta 40 feet! Power ;tower Tractors; self-Propelled Chip spreader; Shipping and receiving C/arks end Checkers# dkipman; Slurry Truaka, 2-man operation; Blurry Trucks. Conveyor Operated - 2 or 3-;son operation; Teamsters, Unfilled Dumomsnl Warehouseman and Doc', I Truck Drivers hauling warning lights, barricades, and portable toilets an the job mite. Class 2. Dispatahart Dump Crate and Adgetars under 7 yards; Dumpeters, Track Tracks, Sualide, hug Bottom Dump Turnapulle or Turaatrailers when pulling other than s&lf-loading wpiprmat or similar equipment under 16 cubic yard*; Mixer Trucks under 7 yarda; Reedy-Mix Plant Hopper Oparatari Winch Trucks, 2 Axles. Class 3. Cump Crate and Adgmtcre 7 yards and ever; Dumpetars, :Tack Trucks, NU011da, Ing Botts!Dump Turnatrailer* or Turnapulle when pulling other than self-loading equipment or similar equipment over 16 cabin yards. 2xploeivse and/or Fission Material Trucka; Kizer Trucks 7 yards or over; Mobile Cranes while in transit; 011 Distributors, 1-man operation; Pole Trallar, aver 40 foot; Pale and Rxpandable Trallars hauling material over 50 root long; additional 304 per hour; Slurry Trunks, 1-man operation; Winch Trucks. 3 axles or sorer Mechanic - Truck Weldor and Truck Pointer. Class 4. Aspnolt Plant Operators in areas was= it has been past practice Dual-p"Imse vehicles, such an mounted crane trucks with hoist and acaeseoriest Foreman; Master Mechanic; Self-loading equipment like P.D. and trucks with scoops on the front. OPERATIM t:RGIm1xXA - BUILDIXG Class 1. Assistant Craft Fermama; Crart Forsaant M*MhAMIC; Asphalt Plant; Asphalt Spreaddr; Autograd*t latch Plant; Senate (requires Two Engineers); 3bilar and Throttle Valve; Caisson Riga; Central Reds-Nix Plant; Combination Back See Front Ind-loader Machinet Compressor and Throttle Valve; Conarate Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver; Concrete Placer; Concrete Pump (Truck Mounted)t Concrete .awes, Cranes, All, Cranes, Hasmernesd, Crater Crane; Crusher, Stone, etc.; Derricks, All; Dorriate, Traveling, Yaralaa Curb and Ouster Machine; Grader, Elevating; Grouting Machines; Highlift shovels or Front Endloodar 2-1/4 yd. and overt foists, Elevators, outside two rack r tnion and similar machinost Hoists, one, two and three Drum; octets, Two tugger One Floor; Hydraulic Sackhae*; Hydraulic Room TrucUi itives, All; Not=Patrol; Pile Drivers and Skid Rig; Post Role Digger; Pre-Stress Machine; Pump Crates; Squoosa Crates-*crew Type Pumps; 011,-aa Bulkar and Pump? Iaieed and Blind Hole Drill; Rock Drill; Roto Mill Grinder; Scoops - Tractor Drawar Slip-form Paver; Straddle Buggiest Tournapull; Tractor with Book and side Boom; Trenching Machines. Class 2. Bobcat (war 3/4 cu. yd.); Boilers; Brick Forklift; aroan, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Fortlift Trucks; greaser Ingine r; oighlift Shovels or Front Indloadars under 2-1/4 yd.; Hoists, Autanotiot Hoists, inside Freight Elevators; saints, Serer Dragging M*onlnm; Hoists, Tugger Single Drum; Rollers, All; Steam Generator*; Tractors, All; Tractor Drawn Vibratory Roller (Receives an additional 4.50 per hour); Winch Trucks with 'IA" Frame. Class 3. Air Compressor - Combination - small Equipment Operator; Generator*# Heaters, Mechanical; hoists, Inside Elevators - (Rheostat Manual Controlled); hoist&, Inside Slevators - Push Button with Automatic Docra; Hydraulic Power Units (Pilo Driving and Extracting); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.)t Pumps, Well Paints; Melding Machines (2 through 5); Winches, 4 small Electric Drill Winches; Bobcat (up to and including 3/4 au. yd.). Class 4. foists, Inside Elevators, Push Button with Automatic DoDra; oilarat Brink Parkl3ft. OPMTSNG Yf91f2ERS - SIAVr AND HIGBWAY Ct;I VMCTIOH Class 1. Craft Foreman; Asphalt Plant, Asphalt Hooter and Planer Combination; Asphalt spreader; autograder, Belt!,seder; Caisson Alga; Car Dumper; Central Redi-Mix Plant; Combination Saekboe Front kndlosd*r Machine, (I cu. yd. Beckham Bucket or over or with attachments); Conarstr. Breaker (Truck Mountd)I Concrete Conveyer; Concrete Paver over 272 cu. ft.; Concrete Planer; Concrete Tube Float; Cranes, all attachmmntSt Cranes, A&�rheed, Linden, Peso a Machinas of a like nature; Crate Cranes Crusher, atone, *to.; Derricks, All; Derrick Bose; Derricks, Trawling; Dredges; Field Mechania-Waidar; Formless Curb and Gutter Maeniae; Oradell and Machines of a like nature; Grader, Elevating; Grade:, Motor grader, Now Patrol, Auto Patrol, Para Grader, Pull Grader, eubgvedor; Guard Rail Poet Driver Mounted; Hoists, One, Two and Three Drus; Hydraulic Backnces; Locomotive, All; Muaking Machine; Pile Drivers and Skid Rig; Pr*-Stress Machine; Pump Crates Dual Raw (Requires fraquanc lubrioation and water); Rack Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Rota Mill Grinder; Slip-Form Paver; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping form (Tunnel); Tractor Drawn Belt Loadar; Tractor with- Hecs, Tractor-airs with Attaobmonta; Trenching Machine; Truck Kountd Concrete Pump with Seem; Raised or Blind Hole; Drills (Tunnel Shalt); Underground Dosing and/or Mininq Machines; Wheel meaavatar; Widener (APSCO). Class 2. Batch Plant; Bituminous Mixer; Bobcats (aver 3/4 cu. yd.); Boiler and Throttle Volvo; Bulldosers; Car loader Trailing Conveyors; Combination Backhoo Front Xodioader Nannies (lees than 1 cu. yd. Beckham Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydra Hamster; Concrete Grinding Machinot concrete Mixer Or Paver 73 Series to one including 27 cu. ft.; Concrete apresder; Concrete Curing Machine, Burlap "Whine, Bolting Machine and Sealing Machitst Conveyor Muok Carc (Sagltmd or Similar Type); Finishing Machine - Concrete; Greaser Engineer; Highlift Shovels or Front Indlwdert Saint - Sewer Draggint Machias; Hydraulic Boca Trucks (All Attachments 1. Locomotives, Dinky) Pump Crates; squesse Cretee-Screw Type Pump&, Oypeum Balker and Pump Roller, Asphalt; Rotary SnOW Fuses; Rotatill*r, seaman, ate., self-propelled; Scoop* - Tractor Drawn; self-Propelled Compactor; spreader - Stone, eta.; Scraper; Scrapar - Prime Never in Tandem (Regardless at size) (Add $1.00 to Class II hourly rats for own hour and fax asubiam attached thereto, Add $1.00 to Class II hourly rats for each hour); Tank Car Rooter; Tractors, Push, Pulling shesps Pout, Disc. actor, a=- Tug Boats. Page 1 of 2 ill fuo-D J.�_=11 = ._1i_iIV 'ice y:D y . :)V I,4U Jul r J.:: ;®1DALb C JM Class 3. aoilars; 3roms, Alf Powsi D) r Gwent supply Tender; Cumpresscr, Carrot Ivor Concrete Mixer (Two Dag and over)) Cony-}or, Portable; taro-Type Travtors Us— for Mowing, assdisg, *LC.; pitrn on so" Yorklixt Trucks; Grouting Machine; Hoists. Autawsticn nolats, All 3levators; Hoists, Tugger 810910 Drum; Jeep Diggers, Pipe Jacking Machines, tat-Hole Digger; Power saw, Concrete Porter Driven; PUg ![ills; Aollers, other than asphalts good sod straw Slower, Stem Generators, stump Machin; Winch Trucks with "A" rV&N01 Mork 3osts; Toper - Pax motor Driven. c 4. Air Compressor - Small and Large; Asphalt spreader, 8eckend Man; Canbinatlon - aarll squipawnt operator; venerator■ - ht Pl nts. i *erI Generators - Large over 50kw; Heaters. Mechanical; Hydraulic Power Unit (Pile Driving, tstracting, or Drilling); Light Plants. Ali (1 through b)i PtnMe, over 3" (1 to 3 not to exceed a total of 300 ft.), Pus", will Points; Tract-airs; welding Machines (2 through 5); Winches, 4 amll electric Drill winch"; 8oboats (up to and including 3/4 cu. yd.). Class S. oilers. other Classifications of Works Per definitions of classifications not otherwise set oct, the Depaztsent generally has on file such definition&which are available. If then is co such definition an file, the iureau of Labor statistics SIC list will be uaad. It a task to be performad is not subject to ono of the oisesitioati.one of pay out out, the Departmnt will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being de*sed to egoist by reference in this doCUMnt. Purther, if no such neighboring county rate applies to the task, the Departeent shall ondertaks a special determination, such opwial deteraination being :hen deeead to have existed under this determination. it a pzvleet zMWIMS these, or any classification net listed, pleas* contact IDOL at 618/993-7271 for wage rates or clarifications. LANDSCAPING Landscaping work folio under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantssan mod landscape laborer In covered by the existing classification of laberor. The work perforwwi by landscape operators (regardless of egsipSent used or its else) is covered by the classifications of operating engineer. The work parfozaed by landscape truck drivsrs (regardls" of rise of truck striven) is covered by the classifications of trues driver. Page 2 of 2 IL. DEPT. OF LAaOR VAILING WAGES FOR KENDALL COU, EFFEt.;IVE 06/01/95 DIVISION of CONCILIATION & MEDIATION PH(618-993-7271) NAME OF TRADE RON TYP C HOURLY-RATES OVERTIME-RATES HRLY-FRINGE-RATES L -----S BASIC PORM4 M-Fy8 SAT SU&HO WLFR PE'NSN VAC: State of Illinois DEPARTMENT OF TRANSPORTATION Bureau of Local Roads and Streets SPECIAL PROVISIONS For SELECTION OF LABOR The Contractor shall comply with all Illinois statutes pertaining to the selection of labor. EMPLOYMENT OF ILLINOIS WORKERS DURING PERIODS OF EXCESSIVE UNEMPLOYMENT Whenever there is a period of excessive unemployment in Illinois , which is defined herein as any month immediately following 2 consecutive calendar months during which the level of unemployment in the State*of Illinois has exceeded 5 percent as measured by the United States Bureau of Labor Statistics in its monthly publication of employment and unemployment figures , the Contractor shall employ only Illinois laborers. "Illinois laborer" means any person who has resided in Illinois for at least 30 days and intends to become or remain an Illinois resident. Other laborers may be used when Illinois laborers as defined herein are not available, or are incapable of performing the particular type of work involved, if so certified by the Contractor and approved by the Engineer. The Contractor may place no more than 3 of his regularly employed non-resident executive and technical experts, who do not qualify as Illinois laborers , to do work encompassed by this Contract during a period of excessive unemployment. This provision applies to all labor, whether skilled, semi-skilled or unskilled, whether manual or non-manual . LR 123 (7-91 ) State of Illinois Department of Transportation SPECIAL PROVISION FOR INSURANCE Effective: April 1, 1995 Revise Article 107.27 of the Standard Specifications to read: "107.27 Insurance. The Contractor shall obtain and thereafter keep in force the following insurance coverage provided by insurance companies acceptable to'"the Department and authorized to transact business under the laws of the State of Illinois. The insurance companies providing coverage shall be rated in the Best's Key Rating Guide. The Department will accept companies with a rating not lower than B+ provided the financial size category is VII or larger. Companies rated A- or better shall have a financial size category of not less than VI. Coverage limits shall be written at not less than the minimum specified in this Article. Higher minimum limits and additional coverage may be specified by a special provision elsewhere in the contract. Whether stated in this Article or elsewhere, the Department does not warrant the adequacy of the types of insurance coverage or the limits of liability specified. (a) Workers Compensation and Employers Liability. (1) Workers compensation shall be provided in accordance with the provisions of the Illinois Worker's Compensation Act, as amended. Notwithstanding the rating and financial size categories stated in this Article, coverage may be provided by. a group self-insurer authorized . in Section 4(a) of the Act and approved pursuant to the rules of the Illinois Department of Insurance. (2) Employers Liability a. Each accident $500,000 b. Disease - policy limit $500,000 C. Disease - each employee $500,000 (b) Commercial General Liability. Required liability insurance coverage shall be written in the occurrence form and shall provide coverage for operations of the Contractor; operations of subcontractors (contingent or protective liability) ; completed operations; broad form property damage and hazards of explosion, collapse and underground; and contractual liability. The general aggregate limit shall be endorsed on a per project basis. (1) General Aggregate Limit $2,000,000 (2) Products-Completed Operations Aggregate Limit $2,000.000 (3) Each Occurrence Limit $1,000,000 8028I The coverage shall provide by an endorsement in the appropriate manner and form, the Department, its officers and employees shall be named as additional insureds with respect to the policies and any umbrella excess liability coverage for occurrences arising in whole or in part out of the work and operations performed. The Department may accept a separate owner's protective liability policy provided all coverage, limits and endorsements are in conformity with this Article. (c) Commercial Automobile Liability. The policy shall cover owned, non-owned and hired vehicles. Bodily Injury & Property Damage Liability Limit Each Occurrence $1,000,000 (d) Umbrella Liability. Any policy shall provide excess limits over and above the other insurance limits stated in this Article. The Contractor may purchase insurance for the full limits required or by a combination of primary policies for lesser limits and remaining limits provided by the umbrella policy. All insurance shall remain in force during the period covering occurrences happening on or after the effective date and remaining in effect during performance of the work and at all times thereafter when the Contractor may be correcting, removing or replacing defective work until notification of the date of final inspection. Termination or refusal to renew shall not be made without 30 days prior written notice to the Department by the insured(s) and the policies shall be endorsed so as to remove any language restricting or limiting liability concerning this obligation. Certified copies of the original policies or certificate(s) of insurance by the insurer(s) issuing the policies and endorsements setting forth the coverage, limits and endorsements shall be filed with the Department before the Department will execute the contract. A certificate of insurance shall include a statement that, "the coverage and limits conform to the minimums required by Article 107.27 of the Standard Specifications for Road and Bridge Construction" . Any exception or deviation shall be brought to the attention of the Department for a ruling of acceptability. In no event shall any failure of the Department to receive policies or certificates or to demand receipt be construed as a waiver of the Contractor's obligation to obtain and keep in force the required insurance. All costs for insurance as specified herein will be considered as included in the cost of the contract. The Contractor shall , at its own expense and risk of delay, cease operations if the insurance required is terminated or reduced below the required amounts of coverage. Coverage in the minimum amounts set forth herein shall not be construed to relieve the Contractor from its obligation to indemnify in excess of the coverage in accordance with the contract. " 8028I/2 State of Illinois Department of Transportation SPECIAL PROVISION FOR TEMPORARY TRAFFIC CONTROL DEVICES Effective: February 1 , 1995 Temporary traffic control devices shall be according to Section 901 of the Standard Specifications, Standard 2298, and the following: ARROW BOARDS: Arrow boards shall be according to Article 784.04 of the Standard Specifications. On roads with speeds of 80 km/h (45 mph) and above, Type C units shall be used for all operations 24 hours or more in duration, and Type B units may be used for operations less than 24 hours in duration. Type A, B, or C units may be used for all operations on roads with speeds less than 80 km/h (45 mph) . Arrow boards shall not be used to direct passing moves into lanes used by opposing traffic. TYYPICAL SIGN INSTALLATIONS: Alternate designs and or materials may be permuted when authorized by the Engineer. All materials shall b and durable. e substantial Signs on temporary supports shall be within 20 degrees of a vertical position. Weights of concrete, stone, or brick will not be allowed and all weights used to stabilize signs other than sandbags must be rigidly attached to the sign support as close to the ground as possible. Post mounted signs shall be erected and maintained within 5 degrees of a vertical position. Two posts shall be used for signs greater than 1 .5 m2 (16 sq. ft.) in area or where the height between the sign and the ground exceeds 2.1 m (7 ft.) . Bracing no heavier than 50 x 100 mm (2 x 4 in.) nominal dimensioned wood may be used for added support. Any brace placed parallel to the road shall be sloped down toward approaching traffic. . When approved by the Engineer, skids may be used to support signs where posts are impractical . They shall not exceed the structural design of Type III barricades and shall be no greater than 1 .2 m (4 ft.) in length. FLEXIBLE DELINEATORS: Flexible delineators shall be tubular in shape and designed to bend under repeated impacts and return to an upright position without damage to the impacting vehicle or the tubes. They shall be attached to the pavement with adhesive meeting the recommendations of the delineator manufacturer. The use of studs will not be permitted without the approval of the Engineer. The tubes shall be orange in color and have 2 reflectorized orange and 2 reflectorized white bands meeting the requirements for signs in Article 784.06 of the Standard Specifications. The tubes shall be readily removable from the bases to permit field replacement. All missing or severely damaged tubes shall be replaced prior to suspension of work each working day, and once each nonworking day on a schedule approved by the Engineer. TEMPORARY RUMBLE STRIPS: The rumble strip shall be black in color formed of high strength formed polycarbonate. The strip shall be of one—piece construction with 2 channels on the underside for flexibility and proper adhesive bondage. The channels shall be interconnected at four or more locations to permit the bonding material to flow from one channel to the other. There shall be at least 6 eaep holes through one or both channels to the upper surface of the strip and at least 4 through the leading edge of the strip to prevent air voids between the strip and the bonding material . The rumble strip shall . be capable of supporting a load of 2700 kg . (6000 lbs.) . The load capacity shall be determined by placing a strip over the open end of a 25 mm (1 inch) high vertically—positioned hollow metal cylinder having an internal diameter of 75 mm (3 inches) and a wall thickness of 6 mm (1/4 .inch). The load shall be applied slowly through a 25 mm (1 inch) diameter by 25 mm (1 inch) high metal rod centered on the top flat portion of the strip. No weep holes shall be in the compression area. Breakage or significant permanent deformation of the strip shall constitute failure. Other similar designs may be used with the approval of the Engineer. The strips shall be placed snugly against one another and attached to the pavement with an adhesive meeting the recommendations of the rumble strip manufacturer. CONSTRUCTION SPEED LIMIT SIGN: The sign assembly shall be trailer mounted, conforming to Article 784.05 of the Standard Specifications. All signs shall be reflectorized meeting the requirements of Article 784.06 of the Standard Specifications. The signs may be combined on a single panel . The flashing lights for the construction speed limit signs shall feature monodirectional amber lenses with reflectors and shall be visible through a range of 120 degrees when viewed facing the sign. The light shall be either strobe, halogen or incandescent lamps, be visible for a minimum distance of 1 .6 km (1 mile) , and have a minimum flash rate of 40 per minute. A small flashing "on" indicator light shall be provided on the back of the sign visible for 150 m (500 ft.) to provide confirmation to workers the light is operating. The lights shall operate on either full battery power with solar panel charging (capable of maintaining a charged battery level ) and 135 amp, 12 volt deep cycle battery(s) or a gasoline or diesel powered generator with a maximum fuel capacity of 95 L (25 gals) . BARRICADES. WING BARRICADES DRUMS CONES VERTICAL PANELS & HIGH LEVEL WARNING DEVICES Type 1 and lA Barricades are intended for use on lower speed roads and shall not be used where normal speeds are greater than 70 km/h (40 mph) unless the reflective area of the upper rail is at least 0 .18 m2 (288 sq. inches) . Type I and Type II Barricades shall not be intermixed within an individual string of barricades. Type I•II Barricades are intended for road and lane closures and shall not be used for channelization or delineation. —2— The reflective sheeting used for barricades, wing barricades, drums, and vertical panels shall meet the requirements of Article 784.03 and 784.06 of the Standard Specifications. All barricades, wing barricades, and vertical panels shall have alternating reflectorized white and reflectorized orange strips sloping downward at 45 degrees toward the side on which traffic will pass. Barricade stripes shall be 150 mm (6 inches) in width on barricades 900 mm (36 inches) or greater in length and 100 mm (4 inches) in width on barricades less than 900 mm (36 inches) in length. Type I and Type II Barricades shall be striped on both sides. Wing and Type III Barricades shall be striped on both sides where traffic approaches from either direction. Vertical panels placed on the outside of curves shall be striped on both sides. The predominant color for other barricades components shall be white, orange, or silver, except that galvanized metal or aluminum components may be used. Drums shall be nonmetallic and have alternating reflectorized orange and reflectorized white horizontal , circumferential stripes. There shall be at least 2 orange and at least 2 white stripes on each drum. If nonreflective spaces are left between the orange and white stripes, they shall be no more than 50 mm (2 inches) in width. All nonreflectorized portions of the drums shall be orange. Drums may be slightly conical in shape and may have one or more flat surfaces to minimize rolling when hit. Frames for Type I or Type II Barricades shall be designed to provide a stable support and should be constructed of light weight steel or aluminum angles or tubing, wood, plastic, or rubber and have no rigid stay bracing for "A" frame designs. Type III Barricades may be constructed of heavier materials than Type I or Type II Barricades. Barricade and wing barricade rails shall be no heavier than 25 mm (1 inch) thick lumber or plywood except for the sawhorse design Type IA Barricade which may have a rail no heavier than 50 mm (2 inches) thick lumber. Other light weight weather resistant materials such as plastic, fiberglass, or sheet aluminum may be used. The face of the barricade rails may be sloping or vertical . Nominal lumber dimensions may be used to satisfy wooden barricade component dimensions. For wing barricades, the optional back bracing shown on the wood or metal barricade may be used provided it attaches to the upright no higher than 300 mm (12 inches) above the bottom and provided that if wood is used, the bracing shall be no heavier than 50 x 100 mm (2 x 4 inches) in size. Other light weight designs may be used with the approval of the Engineer. Only the name and telephone number of the agency, contractor, or supplier shall be shown on the nonretroreflective surface of all channelizing devices. The letters and numbers shall be a nonretroreflective color and not over 50 mm (2 inches) in height. The lights on wing barricades, barricades, drums, or vertical panels shall be mounted above the top of the device to the side on which traffic will pass and shall not obscure any reflectorized portion of the device. —3— Weights of concrete, stone, wood, or brick will not be allowed and all weights used to stabilize barricades other than sandbags must be rigidly attached to the legs of the barricades as close to the ground as possible. No sandbags will be allowed on the top rail of barricades. Sandbags may be placed on barricade legs, over striped bottom rails not facing traffic, over unstriped bottom rails, or suspended from the barricade rail or frame in such a manner so that the bulk of the sand is at least 450 mm (18 inches) below the top of the barricade. Drums may be weighted internally with no more than enough sand or water to provide stability, or by other ballast system designed by the drum manufacturer and approved by the Department. Cones shall be constructed of durable material able to withstand abuse by vehicular traffic. Minimum weights shall be 2 kg (4 lbs.) for 450 mm (18 inches) , 3 kg (7 lbs.) for 700 mm (28 inches) , and 5 kg (10 lbs.) for 900 mm (36 inches) cones with a minimum of 60 percent of the total weight in the base. Where posted speeds are greater than 70 km/h (40 mph) cones shall be a minimum of 700 mm (28 inches) in height. Reflectorized cones are not required for day light operations, and shall only be used as specified on the plans or as approved by the Engineer. When used, reflectorized cones shall have 2 white reflective bands Vertical panels may be either post mounted, frame supported or attached to the top of a barrier. Post mounted vertical panels shall be firmly attached to light weight wood or metal posts with the top a minimum height of 1 .2 m (4 ft.) above the pavement surface, or as approved by the Engineer. The frame and rail requirements for Type I and Type II barricades shall also apply to frame supported vertical panels. Frame supported vertical used only where normal speeds are 70 km/h (40 mph) or less with lthestopl of the panel a minimum of 900 mm (36 inches) above the pavement. STOP AND SLOW PADDLE. The "STOP" face shall consist of white letters and border on a red reflectorized background. The "SLOW" face shall consist of black letters and border on an orange reflectorized background. All reflective faces shall be fabricated with sheeting meeting the requirement of Article 784.06 of the Standard Specifications. Areas outside sign borders shall be light blue or black. The portion of the staff within the sign face shall match the sign colors. All colors and letters shall meet applicable federal standards. The staff shall consist of 2 sections joined by a coupling located 1 .5 m (5 ft.) from the bottom of the staff. Alternate designs may be used when approved by the Engineer. This sign shall be furnished by the Contractor and shall be used by the flagger in lieu of flags or other signaling devices. 7955I -4- State of Illinois Department of Transportation SPECIAL PROVISION FOR PORTLAND CEMENT CONCRETE Effective: April 1 , 1995 Revise Article 720.05(b) of the Standard Specifications to read: "(b) Admixtures. Except as specified, the use of admixtures to increase the workability or to accelerate the hardening of the concrete will be permitted only when approved in writing by the Engineer. When the atmosphere or concrete temperature is 18 °C (65 °F.) or higher, a retarding admixture meeting the requirements of Article 721 .03 shall be used in the Class 30 Concrete. The amount of retarding admixture to be used will be determined by the Engineer. The proportions of the ingredients of the concrete shall be the same as without the retarding admixture except that the amount of mixing water shall be reduced, as may be necessary , in order to maintain the consistency of the concrete as required. In addition, a high range water reducer meeting the requirements of Article 721 .03 shall be used in the Class BD Concrete. The amount of high range water reducer will be determined by the Engineer. Type I cement shall be used. For Class PC and PS Concrete, a retarding admixture may be added to the concrete mixture when the concrete temperature is 18 °C (65 °F.) or higher. The Engineer may order or permit the use of a retarding or water-reducing admixture whenever the Engineer considers it advisable to do so. At the Contractor' s option, admixtures other than air entraining agents may be used for Class PP Concrete. Admixtures shall be those from the Bureau of Materials and Physical Research' s Approved Admixtures List. When calcium chloride is used, it shall be in a solution conforming to that described in the "Manual of Instructions for Concrete Proportioning and Testing". 'When a water-reducing or retarding admixture is used, the cement content may be reduced by up to 18 kg/m3(0.30 hundredweight per cu. yd. ) 8051I/1 For all other classes of concrete, at the option of the Contractor, or when specified by the Engineer, a water reducing admixture or a retarding admixture may be used. The amount of water reducing admixture or retarding admixture permitted will be determined by the Engineer. The air-entraining admixture and other admixtures shall be added to the concrete separately, and shall be permitted to intermingle only after they have separately entered the concrete batch. The sequence, method, and equipment for adding the admixtures shall be approved by the Engineer. The water reducing admixture shall not delay the initial set of the concrete by more than one- hour. Type 1 cement shall be used. When a water-reducing admixture is added, a reduction in cement content of up to 18 kg/m3(0.30 hundredweight per cu. yd.) from the concrete designed for a specific Slump without the admixture, will be permitted. When an a high range water-reducer is used, a cement reduction of u approved kg/m3(0.60 hundredweight p to 36 ratio without the admixture,. will y e )permitted based f on aa14r cement minimum water reduction. Cement content below 280 kg/m3(4e75 hundredweight per cu. yd.) for Class SH Concrete and below 320 kg/m3(5.35 hundredweight per cu. yd. ) for the remaining classes will not be permitted. The maximum slumps given in Table 1 may be increased to 175 mm (7 inches) when a high range water-reducing admixture is used for all classes of concrete except Class PV. " 80511/2 D Nonwolking area _ Non.alklno Type A _--__ ° area V41 :1 1k Ni Type 0 C Type A ly Type B 915 min. D TYPE A RAMPS TYPE 8 RAMPS min "—Type 0 Type B— 1_22 m min. Romp Romp W) ISO width —ISO Side curb width . • s - '600 1241 min, 161 161 ,�� •,_ _ ` Type B straight curb ItyD.l =_ O 4' f E • _ °. .,° -__ _ .. _ -___ _--_ Type A ° Textured + '' 4� surface Type A P Type B • s 915 min. for /_flan =— z 1.2 m 1361 flare 915 min. �"f/ }lore 14'1 136) RAMPS AT ALLEY OR DRIVEWAY RECOMMENDED LOCATION OF RAMPS TYPE A TYPE 8 GENERAL NOTES Flush with top DETAILS OF RAMPS of roadway curb Romp texturing Is to be done with on e and fop of sldewoik expanded metal grOle placed and removed 11/2) �—[�Yy from wet concrete to leave o diamond I pattern as 3 hown. The long OX13 Of/.� /-�/ 6 e . .°' O d omond pattern shot be per Dend cul1he I fVJ (\V/ f�/ 161 to the curb. Oro ves sholl be 3 mm s deep and 6 mm (1Y4") wide. -q�(t^\) N The moximum slope of the side flora for V 0 Slope Id2 max. Variable °1e 121 D _!� i Romp Type 0 romps aholl be 11101 however, if See DETAIL_J _ ° the width of the landing area between 0 Q A d B D' the top of the romp and on obstruction Side curb Rh ckneas 6 ° Is less than 1.2 m W-0") Then the RAMP PROFILE (where required) maximum elope shod be hI2. RAMP TEXTURE DETAIL Special depressed TAIL OF SIDE CURB o ever• ratios are expressed as units Is Nominal dimensions) cures 5 R - 6. Ofr'= ;cOdtsplOCement 10 units Of (2) _ (Side curb may be constructed h0 displacement IV1Nt. Expansion Joint __-_ monolithically with rompi AN dimensions ore In millmoter$ (Inch*$) Gutter slope unless Otherwise shown, 1120 max e ° ®)+w lb•pr.rN.r tr..wrelw ° SD!Clol depressed OATS REVISIONS CURB RAMPS u curb Revised 6-15-94 G.N. Specs. ACCESSIBLE TO n r. 10 Ire g Revised title. Revised THE DISABLED 6E slope and added notes. _Curb rise Q DETAIL A 131,/2) mow. D�TAjL B _ STANDARD 2356-2 N Doweled contraction Joint (typ.) (Placed In prolongation with povement Joints) Full depth 6 width 450(18)long coot ad construction options! 2-N0. IS INO.41 born 25(I)- thick (min,) smooth dowel bar pref joint f I. Form with 311/,) thick steel template placed of mid-depth ined expansion r(placed of mid-depth). 50(21 deep, and seal, olnl filler, 1 2. Sow 50(2) deep at 4 to 24 hours. and seal, 450(18)long coot ad Pinched I 1_ "JSr".mp smooth dowel bors stop cop ort radius curve No. 20x900 INo. 6x361 it yp•) Drainage - uch as entrances, epoxy coated tie Construction ge castln de streets and bars llyp.l faint Baak of CVrD returns). li O Join it It yP.ln Jointr�yp.ln O O DETAIL p•) EXPANSION JOINT -I 1 1 1 1 1 �1 1 1 1 • I 1 �1 1 1 1 1 1 '--1 1 1 1 I _ G ----- C' F! 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 1 1 it Wi I 0 C3 Hinge �' I.S m M-S.IS 1.—l`�9� n joint 15'-0"1 (5'0"7 (M-2.06111 161 12) 4 5 m 4 m 4.5 m _I Edge of povement M-5.30 0 Pavement expansion joint 1`115-0", t15'-0") 115'''-0"1 I'1 (M-2'12) t11R-T t41 1 Pavement with for without) dowels PLAN 1 _ COMBINATION CONCRETE CURB AND CUTTER �— -- ��----- R-50 (2) ADJACENT TO PCC PAVEMENT OR PCC BASE COURSE Ile Dar A BTU A TYPE M-5.15 tM-2.06! or Povement Pavement M-5.30 fM-2.121 Slope 6%--� Slope 6� y •.R 81 luminous surfacing - ••.• �- - '^- ..,•• E �1�••••• Mountable curb shorn L (other types permitted) lie bar 225(9)when PCC base course s 200(81 Slope some as subbase or Ile bar J_ 1• 50 110)when PCC base course-200(8) 6% when subbase Is omltted. 1 LPCC base L Ile bar GENERALS NOTES course MOUNTABLE CURB BARRIER CURB ADJACENT TO PCC BASE COURSE WICKNESS - "t" • Thickness of pavement. AND BITUMINOUS SURFACING DEPRESSED r CURBS The 40 mm (I'wh rise shall be reduced to 13 mm (t/7"1 when curb BARRIER CURB TABLE q MOUNTABLE CURB TABLE Is placed adjacent to,curb romp accessible TYPE B C_ 0 R TYPE A B C 0 R to the disabled (see Standard 2356). 8-15.)0 15 150 ISO 25 - M-10.15 150 100 TS 100 75 TIE BARS Longltudinol Jolnf Ile Dora stroll 18-6.121 111 161 If 1 ql 1M-4.061 (6) 141 13) 10 131 8-22.]0 SO 125 225 21 M-15.15 ISO ISO 50 ISO SO Gutter clog width be No. 20 INo. 61 of 600 mm 124'7 centers IB 9.121 121 151 191 111 IM-6.061 (61 16) 12) 161 121 as required for 175 In accordance wllh detolls far Iongitudlnol curb t conatructlon Jolnl shown on Standard 2323, 8-15.45 25 ISO ISO 2S M-10.30 300 100 TS 100 is ype. 171 Poven1 -6.181 111 161 161 tll IM-4.1 1 (I 1 141 131 14) 1 1 $ A minimum clearance of 50 mm (2") between 8-22.45 50 125 225 2S M-15.30 300 150 50 150 50 01P..-O -+ the end of the Ile bar and the back of 1 1 191 Ijl IM-6.1 1 Nil (61[(21 161 121 , -i the curb shoe be maintained. 1l-15.60 25 ISO ISO 25 M-10.45 450 100 100 TS(6-6.24) 111 161 t ) iJ) tM-41,10) (I8)_ 14) lam) l}1 ~ - - AN dimensions ore In millimeters Ilnchesl 8.22.60 51 125 225 25 M-15.45 450 150 150 50 urvess otherwise shown, 18-9.241 f21 151 1 1 f) IM-6,1 1 11111 161 _ 1 1 •• •M•10.60 600 100 100 75 Tie ba pe some as subbase ar 6% DATE REVISIONS CONCRETE CURB AND ® twd��l i1 t•�.r.r�anr. (M-4.24) (51 UI when subbase Is omll fed 6-IS-94 Ravlaed rte Dora D M-15.60 Soo 150 150 so COMBINATION ,alto 1nt y IM-6.24)1 1241 1 1 _t 1 1 1 1(JI DEPRESSED CURB and 3rd G.N. CONCRETE CURB AND GUTTER •� 19� (Sheet 1 of 21 ' [IZIRTN II-1-93 Revised the gutter •n•wno Ins y depth on undisturbed w r STANDARD 2130-15 COMBINATION CONCRETE CURB AND GUTTER CONCRETE CURB TYPE B ADJACENT TO FLEXIBLE PAVEMENT Pr QShort radius curve 2-NO. IS(NO. 4)Dors J' Drainage costing B-IS _25 S Contraction joints PI°cad of mid-depth / 0.22 111 2 ///( Back of curb 8.22-fi 2 O of 7.6 m (25'-0") O O O 113 91 121 151 max. cta.(typ.) 150(6)for 8-15(8-61 Pavement 110 Pavement 225191 for B-22(B•9) 0 — ,V o f r PC 11 11._1.5 m t.5 m Edga of Uncowoled con troc IIon Joint (typ.) 1 (5'-0") �15'-0"1 pavement Construction optional 1. Form .1th3IV,)thick stool template ConsiruCtlOn joint 50(2)deep. and seal. DEPRESSED CURB BARRIER CURB 2. Sow 50(21 deep of 4 to 24 hours, and seal. 3. insert20(Y4id ick to Joint filler full depth and width. PLAN ADJACENT TO FLEXIBLE PAVEMENT e c 1�1 Pav171 1vrc Pavement R Bituminous surface e m ir t �l. Q r — 5 " ' •• Mountable curb shown '' � .• yE�v, lather types permitted! or Tle bar J it N _ Bose course DEPRESSED CURB BARRIER CURB ON DISTURBED SUBGRADE ON UNDISTURBED SUBGRADE ADJACENT TO PCC PAVEMENT OR PCC BASE COURSE AN dimensions are In mIYlmHars llnchad ur"as othorrisa shorn, CONCRETE CURB AND n COMBINATION 1"4 CONCRETE CURB AND GUTTER _4 ISheat 2 of 21 O STANDARD 2130-15 1 I U e x � 3 min. E E I r-(12) �---� � �O 1 CQATIy(llgfl 1 pq I I � � Ittil 1 YILIS (.OlS iIyIIION E I G20-1101-6076 620-2101.6024 '—" U X = Distance to END CONSTRUCTION sign. 1 300 min. ROAD CONSTRUCTION NEXT x MILES sign shoe be Type A mox. I mox. mox. Type A I1P1— instoiled In advance of the first work area t flusher l61 �Ir161 l6) flasher I RII-4 at each and of projects over 3200 m 12 miles) In length. The ENO CONSIRIICTION sign shall be RaOAO ROAD CLOUD PW CLOUD erected near the end of these projects. ou to To unless another project 1s within 3200 m 12 muesl 1mv twrlc fly)lank beyond the end of the job. Edge of shoulder WORK LIMIT SIGNING Pavement RII-2 ' Pavement ROAD CLOSED 10 ALL IHRU TRAFFIC ROAD CLOSED TO ALL TRAFFIC Reflectoried strlping shall appear on z Reflectorized striping may be omitted on the both sides of the barricades. the barricades shall bock side of the barricades. The barricades 31-1011 be to the edge of the pavement except when be f0 the edge of the shoulders except when Otherwise directed by the Engineer or shown on olherwlse directed by the Engineer or shown on the detolled construe tlon plans. fype a monoalrectlonol the detolled construction plans. flushing light *1.8 m_16_I min. I I TYPICAL APPLICATIONS OF 36—M n21 marl 60g rain. TYPE III BARRICADES CLOSING A ROAD E I (24—)---`I m max, 0 100x100 (4x41 -- - Edge of i4.1 _ a nOm. wood paSF-� 1 0 pavement __ E or face— Tripod c o L4 m min. .1 0 E ! of curb E g N LS n min, 1 „) Ti 1 m min l5'1 - �14'1 E LS st IS.)mtn.11 Poved shoulder- embedment tl ElavOtlon of ed a of oov ernanl oc � t"E ^E ry s TYPICAL SIGN INSTALLATIONS c c c GENERAL NOTES E E E 1 fi tG ■ When curb Or paved shoulder are present this dimension shot[ be 600 1241 •S 10 the face Of curb Or 1.8 m 16'1 t0 the OutSlde edge Of the paved shoulder. TYPE A TYPE a TYPE C ROOF MOUNTED ROOF OR TRAILER MOUNTED TRAILER MOUNTED All heights shown shall be measured above the pavement surface. AI dimensions are In mirlmeflitre Ilncheal ARROW BOARDS unlets otherwise shown. DATE REvIS10N5 ®,uY.W.,bprrrtint a,I.w.wxtatlen 21-95 Combined 2298 2299 it TRAFFIC CONTROL �^ r tf« 2300. Moved G.N. to DEVICES m Specs. Revised title. ISheet I of St ttcrrua 6-15-94 Added lights on Ty. III O M'At w fr K Yl tM m 7- ear. Rev. ROAD STANDARD 2298-11 Oki CONSIRUCTION AHEAD si n. Type A monoalr ec t ionol From es shop be no heavier than: flashing light 171 100x100 (4x4) (nom, aim.) .000 or ,pmt 2s4m 0 5x5xS 12x2xk, steel tubing or 16'1 (B' g- SOxSOxS (2x2x fit) steel angles Rlpia IS 131 PVC pipe v 250(10( Typical L2 m 250 q0) (4') sign — — — — I E I — — — — 1 E 250 00) ^ 250(1O) 250(io) — — — — i IF AV One or t ra 0 f iS ? place boss (18i 11000 OR IAI:IAL SUPPORTS PVC PIPE SUPPORTS Edge of c Pavement E FLEXIBLE DELINEATORS WING BARRICADES N 900 150-)o0 (761 (6.121 6001 -_____ A 124) -T—[ 51r0be x21-1107(01-7618 WORKERS iignt _-_-___ --_ --_-___-_-_- (Buck on orange) At IE AD O _ _ ° SPEED Tc� _______ -__ b °0 R2-1-)649 LIMIT p N .. Ot n ° (Block on whlib) �- -- weep holes 45 ------- --- -- ----- m Construction oavonce O e-fia 125'1 125'1 worning-signs q2-1103-7618 WHEN 1 -"- (200'1 1200'1 (200') t9wck on wnitei FLASOING A A • m 451 Troftic 1.5 n , (25') c 11 Y4) Face may be stepped 151 E or smooth Q M a Traffic 7K r t Epoxy channels—/ Pav m of W. 90: CONSTRUCTION SPEED LIMIT SIGN s+ (7%=) TYPICAL INSTALLATION SECTION A - A DETAIL OF RLUME STRIPS TEMPORARY RUMBLE STRIPS Al dimonalona are In mlllmotors (Inchaat rrwaa ottterrlaa show% TRAFFIC CONTROL .rexYnY —1 .o DEVICES (T x�! Khee 1 2 of 3) rticr(1a-or .Yr O .rrxortn_w�t,kr �m t a( � ; STANDARD 2298-11 1 7i A 3.6 m (12')max. Q N Yr �1.2 m 14') min. 297 124, c E o ° 6 _ r ra Fj � g of Lo �.d� •, Cent er�ine t v ,p ,o Opflonol pnstrlped �"T',�6� engrry Tgngr bottom roll b W TYPE IA BARRICADE TYPE I BARRICADE TYPE 11 BARRICADE looxloo (4x41 SOxSOxS (7x7x�{y)_ angle or C! 5Ox100 (2x41 SOxSOx3 12x2-71, toping 600 E _ (2 per support) (24) (121 r.n ,1901 (121 In toeing welded to bose 450 II sisal plo,es 081 —Hose 200 (8) Fade l at series C I _ ,$^ -- (wnen specified) LS m I50 (7) Federal series B 1.8 m (5'I ) v 4 R (6'1 TYPICAL STEEL SUPPORT �� FD — 8^ (i Y) -� O S`n� N TYPICAL X000 SUPPORT 1II000'1'y)UUU' TYPE III BARRICADES TN su 4 �i— (2OY:) n61 I�ys E (lII) 4SOx45O ()8x181 Orange flogs E 9 io 10 I�el DID. 3 holes 450 min. (1B1 Too.ISO QQ�ie T� t4-61 IF SIGN M _c (if SPECIFIED) STAFF FRONT SIDE REVERSE SIDE E FLAGGER TRAFFIC CONTROL SIGN E DRUMS 12 y L F� / 00 T min. AN dimensions are In mnlmefers llncheat Mt �� 8� I]) Wee• of,.er•IM Shown. E n d - 141 QQ m ®IMrwt.s.o>t�.�)errrrvox)e)ton N KN � - HIGH LEVEL WARNING DEVICE TRAFFIC CONTROL gTQ Oren e DEVICES ' .wwne.1 the Orange g Ql rF CONES )sheet 1 of 3) VERTICAL PANELS REFLECTORIZED CONES STANDARD 2298-11 N 'w21-4rth no•o "om •ono Or W21-10101 "oao Or on.tns n"¢n W201 1101 xo.o aO S101 r W711110 20-5401.0.p rrfo Type I or Type 11 l _ 60 m / 60 W barr Icades 1200'1 1200'1 4200-- 200— --- - 00000000000 0000000000000000 0000-- - o- - - 00000 - — TYDe I or type 8 barricades �Ct> 60 n 60 m 1 _l- E RoAO _ Jam` type III barricades T 1200) 1200'1 1200'1 1 l LOSE r i o W6-3(OI ti o 811-2 start a*!t S tr S N "D•D ao m �� W21-Io10I O tt0•o moInt01 For — ".. W21-11 0 4101 "ant W21-4(0) snorts Or °i'°` <.o and utility W20-3101 GENERAL NOTES w21-1110 -° projects ra.o J v°"yr"'rt: Ito•o Or cm D.x + Cones of 8 m 125'1 centers for 15 a W20-I(01 Or ' ,ate W20-1(0) for •I�m 1250'1. AddiI a(01 cones may be plor.ed n4tmgi cantroct W21-110) of 15 m 150'1 confers. when drums or ut•o construction IYoe 1 or Type II barricades ore usea. projects the In 0'er vat between devICQS may be doubled. Where, of anytime. day Or night, any J1 vehlClO, Oaa ncro c work ere Or Iheir OCflV 111e5 OnCr OOCh On the Da vem9nl traffic fares on area *her eor,rne`e posted speed IlmlI Is IO km/h 140 .of,) _ -_ TYDe I Or Type tl _ — _ — or less. 40.0 C.:a 4 QD barricades The L distance shalt be aeflnea as: .oft•"I"' Metric English vop Or w21-4(01 60 In 6Q_st I 60 m _L L_ w5 2 2 a•D a.vltuct 12001 1200'1 1200'1 ISO 60 'fib w,r t Where: W width Of Closure In meter's W20-1(01 noun raa ((set), 5 = normal Dossed sDe90 limit In km/h (mph) W20-5(0) w21-lo(01 Or "0Ni1"4 SYMBOLS If the work Operation is Derformed Detweer 9:00 am Ora 1:00 Dm dna Does W21-1110 ® not exceed 15 m1, - Ira(tic p1 Ole,:tior Work ore0 sh011 De Os Shown far St OntlO'd 7507. Signs, when ret'ed. sha11 be InS l alleo a 1 60 m. 1200'1 spacing. 01 450 x 450 118 x 181 min. orange flog form BI 725 15 reaulrea. O Cone. drum Or uorrlcade Ail dlmitnelon& Ore In mislmeters (Incineel DN Sign on portable or permanent support tore&& O4tNr0so shorn. IM` Arrow board, (when specified) DATE REMIONS URBAN LANE CLOSURE ®1111„.1.D.oar.ror or vor.wrranoo 11-1-94 Ner Standard. � r� MULTILANE. 2-WAY. DIVIDED & t ~no pZIRfIf�S[hTl -If14 - tl Barricade or drum with flashing light UNOIV. WITH MOUNT. MEDIAN F� � .rrwOrlO= �eron^�c_L-=1saa '• X 14igr'r Level warning d9viCC N �I tl r STANDARD 2402 — t SIDEWALK SIDEWALK / CLOSED CLOSED _ MO. u5t 01 0(0 ME \ [OIIrR SIDE SIDE I nn-1102-2430 W I R3-12.124 .J I R11-1102-2430 +' �7 YPe I I (See Genet of - Notesl ROAD C� SIDEWALK tK 111 W20-1101 for DNS IRUC110 contract SIDEWALK CLOSED SIDEWALK construction CLOSED ® ROAD AHEAD CI OSCD RII-1101-2418 projects Aey �0 CLOSED U5[011(0 Ilx oea ARE AD Or 510E clot R11-1102-2430 fl RII-1102-2430 M R3-2-2424 +K At W20-3(0) M e ROAD W21-4(01 for WORK motntenonce AHEAD and utility projects CORNER CLOSURE CROSSWALK CLOSURE SYMBOLS ® Work area _1 L GENERAL NOTES Sign on par table or Where. at any time. Oedestrion traffic permanent support must be rerouted due to work being performed. Barricade or drum _ L The SIDEWALK CLOSED / USE OCHER SIDE sign shall be DIOCed at the ne Ore51 Cra55W Olk Or In tersecilon l0 0dch end Of the C10 SUr e.I Cone, drum or O O 0 0 0 O Where the closure occurs at o Corner. the O barricade O Q signs shall be erected on the corners ® acrOs5 the scree+ from the Closure The ® ® ---- - SIDEWALK CLOSED signs shoo be used at the KI Moy be used when dppllCdble ends of the actual closures. ---^ -----{— F SIDEWALK Type nt barricades and RII-2-4830 signs show SIDEWALK CLOSED be positioned as shown In -ROAD CLOSED 70 4— ALL TRAFFIC" detail on Stondord 2298. CLOSED ux o114R e * ROAD W20-I(01 for RII-1101-2418 slot ONSTRUCTIO contract KEEP RII-1102-2430 MEAD projects projects Ik iF 0 I whenever duplicated by Al dimensions ore In mllimefera lincheal Or LEFT "add work traffic control. unto" otherwise shown. DN „ R4-ea-1824 DATE R£vISIONS URBAN LANE CLOSURE ®IRU+aR o.ov t�».+t of t.o�.ov tone,. ROAD W21-4(0) for 11-1-94 New Standard. WORK main Ienonce CROSSWALK OR l AIIEAo and Utility SIDEWALK CLOSURE nzlREla s�tYtfrr projects MID-BLOCK CLOSURE ` pALAC/ UT STANDARD 2405 TATE F ILLIN I CITY OF YORKVILLE KENDALL COUNTY ILLINOIS MFT SECTION 95-00015-00-FP STANDARDS INDEX PROJECT SHEET �i ' LOCATION NO. DESCRIPTION 2356-2 CURB RAMPS ACCESSIBLE TO THE DISABLED � ��,t � t COVER SHEET 2130-15 CONCRETE CURB AND COMBINATION CONCRETE CURB AND GUTTER \ � 2 SUMMARY OF OUANTITIES 2298-11 TRAFFIC CONTROL DEVICES �\ = � 3 TYPICAL SECTIONS 2402 URBAN LANE CLOSURE, MULILANE, 2—WAY DIVIDED & UNDIVIDED 4 CONSTRUCTION PHASING PLAN WITH MOUTABLE MEDIAN 5-6 RECONSTRUCTION PLAN 2405 URBAN LANE CLOSURE, CROSSWALK OR SIDEWALK CLOSURE i0� �w�' L � 7 PAVEMENT STRIPING PLAN I AV[ / u FOR UDERGROUND UTILITY LOCATIONS, CALL g J.U.L.I.E TOLL FREE TEL. 800 892-0123 GROSS & NET LENGTH OF IMPROVEMENT = 19171 L.F. (0.2218 MI.) 062 1zs4z :N 3' NAL ,i ER APPROVED: k CENTER PAR ., :, °F ..,� � �' KWAY MAYO R ROADWAY IMPROVEMENTS EXP. DATE. APPROVED 7— CITY OF YORKVIH E PAVIA-MARTING & CO. 1 1 1 W. FOX STREET 918 WUT I,AU STRM YORKVILLE IL. 60560 DISTRICT ENGWEER Ros>rtLC M 68172-3352 (709)529-MO FAX ON) 1194-4910 t QUANTITY CONSTRUCTED BY ITEM UNIT I YORKVILLE CONTRACTOR EARTH EXCAVATION CU YD 2925 0 POROUS GRANULAR EMBANKMENT, SUBGRADE CU YD 360 0 GEOTECHNICAL FABRIC FOR GROUND STABILIZATION SQ YD 1023 0 SUB-BASE GRANULAR MATERIAL, TYPE B 4" SQ YD 8025 0 PREPARATION OF BASE SQ YD 0 8025 AGGREGATE FOR BASE REPAIR TON 0 200 BITUMINOUS BASE COURSE 6" SQ YD 0 8025 BITUMINOUS CONCRETE SURFACE COURSE, MIXTURE D, CLASS I, TYPE 2 TON 0 692 BITUMINOUS MATERIALS(PRIME COAT) GAL 0 803 AGGREGATE(PRIME COAT) TON 0 16 i MANHOLES TO BE ADJUSTED EACH 3 0 DRAINAGE STRUCTURES TO BE ADJUSTED, SPECIAL EACH 4 0 PORTLAND CEMENT CONCRETE SIDEWALK 5 INCH SQ FT 0 656 SAW CUTTING FOOT 400 0 COMBINATION CURB AND GUTTER REMOVAL FOOT 907 0 SIDEWALK REMOVAL SQ FT 534 0 COMBINATION CONCRETE CURB AND GUTTER, TYPE B-6. 12 FOOT 0 907 TRAFFIC CONTROL AND PROTECTION L SUM 1 0 THERMOPLASTIC PAVEMENT MARKING - LETTER AND SYMBOLS SQ FT 0 62.4 THERMOPLASTIC PAVEMENT MARKING - LINE 6" FOOT 0 458 THERMOPLASTIC PAVEMENT MARKING - LINE 8" FOOT 0 1253 THERMOPLASTIC PAVEMENT MARKING - LINE 24" FOOT 0 117 RLYMONS: - FRIO BOOK YFORYATMN: PLOT MD RY: H.P. DATE:2/20/2 DATE BY DeSCP.WnOx DATE BY DESCIM 7Ox DATE BY D69(. r.13x CAD RV: DATE: PAVIA-MAYTING & CO. SECTION 95-00015-00—FP LOATZ2 ,o5 oRA�N RY: J.K. an:2 ZO 9S Wit Id1QLiI 20 9S �_ CENTER PARKWAY — YORKVILLE, ILLINOIS 019 ROOK""�` CBECKED RY: DATE: CM NFAAX(m)"+an SUMMARY OF QUANTITIES APPROVED RY: DATE: OF_ •---23' & VARIABLE — — — - 23' & VARIABLE 3 2 1 3 o/ 1 2 3 O1 BITUMINOUS SURFACE COURSE (3" -4" ) O2 AGGREGATE BASE COURSE (6" - 10") O3 CURB AND GUTTER TYPE 8-6.12 EXISTING TYPICAL SECTION CENTER PARKWAY 23' & VARIABLE — — — - -23' & VARIABLE I 6 (4 5 6 11 9 10 7 8 11 STRUCTURAL DESIGN INFORMATION WORK TO BE PERFORMED BY CITY OF YORKVILLE DESIGN PERIOD: 20 years ® EARTH EXCAVATION (1 1 .5") STRUCTURAL DESIGN TRAFFIC: Year 2005 O5 UNSUITABLE MATERIAL REMOVAL (12") PV = 6038 SU = 46 MU = 16 ROAD/STREET CLASSIFICATION: Class I © COMBINATION CURB AND GUTTER REMOVAL (AT LOCATIONS DESIGNATED ON PLAN VIEW) PERCENT OF STRUCTURAL DESIGN TRAFFIC IN DESIGN LANE: SUBBASE GRANULAR MATERIAL, TYPE B - 4' P = 32 S = 45 M = 45 TRAFFIC FACTOR: TF = 0.104 ® POROUS GRANULAR EMBANKMENT MINIMUM SOIL SUPPORT: , SUBGRADE (12" - AT LOCATIONS DESIGNATED ON PLAN VIEW) IBR = 3.0 WORK TO BE PERFORMED BY CONTRACTOR STRUCTURAL NUMBER: Dt = 2.95 PAVEMENT STRUCTURE: O9 BITUMINOUS CONCRETE SURFACE COURSE, MIXTURE D, CLASS I, TYPE 2 - 1 1 /2" Surface Type CLASS I — 1 .5" Min Strength 1700 al = 0.40 Base Type Bit Stab — 6" Min Strength 1700 a2 = 0.33 10 BITUMINOUS BASE COURSE - 6" Subbase Type Aaq Ty B - 4" Min Strength 30 a3 = 0.11 11 COMBINATION CONCRETE CURB AND GUTTER TYPE B-6. 12 PROPOSED TYPICAL SECTION CENTER PARKWAY RCftKON: FULD BOOK 2mJd"nON: ppp,rq,p By: H.P. DATE:2 20 95 �� L tZ. 1' _ 40' DATE BY DEBCR1 off DATE BY DESCRUMON OATL By DE9CRIPI:DN caecKe�Br: BATH: PAVIA-MABTING & CO. SECTION 95-00015-00-FP E: z 01 os BCDK H0 DRARK BY: J.K. DArE:2 20 9S !10 WL J�u STIM CENTER PARKWAY - YORKVILLE, ILLINOIS RO 3019 OR NAllL: CDATE: �'�"�' n-3Z APFRDYED ar: (��'M !AZ(am)W4-hu TYPICAL SECTIONS .. 3 D,. 7 I_PHASE71 / � �I I i l it I 0 PHASE 2 7 am BY D23MMON LArz BY DE9CRU770N DA7E HY D N U=BOOK IN "TO: PWTM 9y: H.P. OATS:2/20/96 TIME; 3CAM. I 1w _ MCKM BY: DATE: N PAVI.A-MARTING & CO. SECTION 95-00015-00-FP DAM 2/20/95 BOOK NO: DRAWN BY. J.K- DATE:2/2 1$W km srim - YORKVILLE, ILLINOIS JOB NO: 3010 BOOK NAME: CHECKED BY; -- 60172-3M2 CENTER PARKWAY L FAX(M)2M-4ftS CONSTRUCTION PHASING PLAN 4 7 TT w SHIM 'r APPROVED BY: n cr- Z) C) 19, 11 x12' A x 6' 24' 28'x6' 33' 184' V; ----------- 16' it 5 12' A� FA F 23' LEGEND Ill III CURB (REMOVE & REPLACE) PAVEMENT UNDERCUT SIDEWALK REMOVAL ASP ADJUST (SPECIAL) DA ADJUST REVESIONS: nELD BOOK IM PLOMD BY; H.P. DATE-2/20/95 TME: A I' - 40' DATE B7 DESCRnMON DATE BY DESCIRL"10N DATE BY DESCRUTIDN LliAM L3Y: � DATE, PAVIA-MARMG & CO. SECTION 95-00015-00-FP 2/20/95 BOCK NO. DRAWN BY: ix_ DATE:2/20/95 CENTER PARKWAY - YORKVILLE, ILLINOIS JOB Not 3019 SOCK NAME: CHECKED BY- DATE- "172-3352 By IS MulL IAX(M)$96-00 RECONSTRUCTION PLAN APPROVED BY: DATE / 2 5'x6' 10' l 218' � � 14x6, \ J i 10' i 24' 25' ASP �` \\ / 75' ASP > 35' 1 i 120' 1 RtvtewKS: blzLo BooK INYORKATION: T(712: DATE BY DlSCRUMON D1TE BY DESCROMON DATE i BY I DESCRDMOM MEC ED BY: H.P. DATG 2/20/95 9CAIS: 1� = 40' CH&.'109 BY: DAM PA VIA-MABTIlVG & Co. SECTION 95-00015-00—FP DATE: 2 20 9S BOCK No DRAW RY �.K DATC 2/2 ss s�o �LA=gym' CENTER PARKWAY — YORKVILLE, ILLINOIS JOB No: ,3019 BOCK HANE: CHECKED BY: DAM IL M72-3352 I APPROVED BY: DATE: (TM itfOM � VAX CM » RECONSTRUCTION PLAN s 6 oR 7 i \ 6" SOLID WHITE �. CROSSWALK LINES SOLID WHITE I 1 CROSSWALK LINES �— 8" SOLID WHITE 8" SOLID WHITE SKIP DASH LANE LINE f 8' LID WHITE SKIP DASH 2 FT DASH; 6 FT. SKIP 'S iL 2 DASH; 6 FT SKIP / j � 1 — 24" SOLID WHITE STOP BAR O 8 / 24" SOLID WHITE 8" SOLID WHITE STOP BAR SYMBOLS & LETTERS �� ENE LINE 15.6 S.F. � , SYMBOLS & LETTERS 6" SOLID WHITE SKIP DASH 15.6 S.F. 1, 10 FT DASH; 30 FT. SKIP o CROSSWALK LINES -- 8" SOLID WHITE LANE LINE 8" SOLID WHITE SKIP DASH SYMBOLS & LETTERS--,I I / 15.6 S.F. 2 FT DASH; 6 FT SKIP O O C� O O O — 8' TYP. SYMBOLS & LETTERS 8 SOLID WHITE SKIP DASH 15.6 S.F. 2 FT DASH; 6 FT: SKIP � 8" SOLID WHITE'\ 6" SOLID WHITE SKIP DASH LANE LINE _ 10 FT. DASH, 30 FT. SKIP \\ emsONS: PMo BOOK IMORNATION: PLOTTED BY: H.P. DATE:2/20/95 rns: LDAM 1' - 40' DATE �' DEBCRB'fION DATE BY DEBCRIP[ION DATE BY DEBCRB'f10N CHECKED BY: DATE: PAVIA-MAR & Co. SECTION 95-00015-00-FP 220 M BOOK NO: DRAVN BY.. JX DATE: 20 9S 910 Wkwr LUX ftam CENTER PARKWAY - YORKVILLE, ILLINOIS 3019 BOOK NAIB: CHECKED BY: DATE: d.M 60172-3352 APPROVED BY: DATE. (OOK)Ssf�eM !AZ(706)3%-4K0 PAVEMENT STRIPING PLAN 7 De 7 Route CL ER PARKWAY Illinois Department Municipality YORKVILLE of Transportation Road Dist./Twnshp. BRISTOL Proposal County KENDALL RETURN WITH BID Section 95-00015-00-FP 1. Proposal of for the improvement of the above section by the construction of CENTER PARKWAY INCLUDING EARTH EXCAVATION; COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT(AT SELECTED LOCATIONS); PCC SIDEWALK REMOVAL AND REPLACEMENT (AT SELECTED LOCATIONS); AGGREGATE SUBBASE; BITUMINOUS BASE AND SURFACE COURSES; CHANNELIZATION WITH THERMOPLASTIC PAVEMENT MARKINGS, RESTORATION WITH SEED; AND ALL INCIDENTAL AND COLATERAL WORK NECESARY TO COMPLETE THE PROJECT. a total distance of 1171 feet/meters, of which a distance of 1171 (feet/meters), ( 0.2218 miles/kilometers) are to be improved. L. The plans for the proposed work are those prepared by PAVIA-MARTING & CO. 910 WEST LAKE STREET, ROSELLE ILL. 60172 and approved by the Department of Transportation on 19 95 3. The specifications referred to herein are those prepared by the Department of Transportation and designated as"Standard Specifications for Road and Bridge Construction" and the "supplemental Specifications"there to, adopted and in effect on the date of invitation for bids. 4. The undersigned agrees to accept, as part of the contract,the applicable Special Provisions indicated on the"Check Sheet for Supplemental Specifications and Recurring Special Provisions" contained in this proposal. 5. The undersigned agrees to complete the work within 25 working days or by unless additional time is granted in accordance with the specifications. 6. Accompanying this proposal is either a bid bond on Department form BLR 5708 or a proposal guaranty check, complying with the specifications, made payable to the CITY Treasurer of YORKVILLE The amount of the check is 7. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the Bid Bond or check shall be forfeited to the awarding authority. IL 4940361 BLR 5705(Rev.1/94) 8. Each pay item shou % in a and a total price. 9. The unit price shall govern if no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity. D. If a unit price is omitted,the total price will be divided by the quantity in order to establish a unit price. 11. A bid will be declared unacceptable if neither a unit price nor a total price is shown. 12. The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuent to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that is not barred from contracting with any unit of State or local government as a result of a violation of State laws prohibiting bid-rigging or bid-rotating. Attach Cashier's Check or Certified Check Here In the event that one proposal guaranty check is intended to cover two or more proposals,the amount must be equal to the sum of the proposal guaranties which would be required for each individual proposal If the proposal guaranty check is placed in another proposal;state below where it may be found: The proposal guaranty check will be found in the proposal for: Section No. 13. The undersigned submits herewith this schedule of prices covering the work to be performed under this contract SCHEDULE OF PRICES (For complete information covering these items, see plans and specifications) Item No. Items Unit Quantity Unit Total Price 1 BITUMINOUS BASE COURSE 6" SQ YD 8,025 2 PREPARATION OF BASE SQ YD 8,025 3 AGGREGATE FOR BASE REPAIR TON 200 4 BITUMINOUS MATERIALS(PRIME COAT) GAL 803 5 AGGREGATE(PRIME COAT) TON 16 6 BITUMINOUS CONCRETE SURFACE COURSE, TON 692 MIXTURE D, CLASS I, TYPE 2 7 PORTLAND CEMENT CONCRETE SIDEWALK, 5 INCH SQ FT 656 8 COMBINATION CONCRETE CURB AND GUTTER FOOT 907 TYPE B-6.12 9 THERMOPLASTIC PAVEMENT MARKING -LETTERS SQ FT 62.4 AND SYMBOLS 10 THERMOPLASTIC PAVEMENT MARKING -LINE 6" FOOT 458 11 THERMOPLASTIC PAVEMENT MARKING -LINE 8" FOOT 1,253 12 THERMOPLASTIC PAVEMENT MARKING-LINE 24" FOOT 117 I Carried Forward Illinois vepartrj,<-,nt of Transportation Schedule of Prices Agency YORKVILLE RETURN WITH BID Section No. 95-00015-00-FP (For complete information covering these items, see plans and specifications) Item Items Unit Quantity Unit I Carried Forward i I I I I Bidder's Proposal for making Entire Improvements. 14. The undersigned further agrees that if awarded the contract for the sections contained in the following combinations, he will perform the work in accordance with the requirements of each individual proposal for the multiple bid specified in the schdule below. Schedule of Multiple Bids Combina- Sections included in Combination Total ''on Letter I BLR 5707(Rev.1/94) (If an individual) Signature of Bidder Business Address (If a partnership) Firm Name Signed by Business Address Insert Names and Addresses of All Partners (If a corporation) Corporate Name Signed By President Business Address President Insert Names of Secretary Officers Treasurer Attest: Secretary Illinois Department Local Agency of Transportation Proposal Bid Bond Route CENTER PARKWAY RETURN WITH BID Municipality CITY OF YORKVILLE Rd. Distlrwnshp BRISTOL County KF.NDALJ, Section 95-00015-00—FP WE as PRINCIPAL, an as SURETY, are held and firmly bound unto the above Local Agency (hereafter referred to as"LA") in the penal sum of 5%of the total bid price, or for the amount specified in Article 102.09 of the"Standard Specifications for Road and Bridge Construction"in effect on the date of invitation 'or bids. We bind ourselves,our heirs, executors, administrators, successors, and assigns, jointly to pay to the LA this sum under the condi 'ions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that,the said PRINCIPAL is submitting a written proposal :o the LA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above-designated section and ,ne PRINCIPAL shall within fifteen (15)days after award enter into a formal contract, furnish surety guaranteeing the faithful performance .f the work, and furnish evidence of the required insurance coverage, all as provided in the"Standard Specifications for Road and Bridge construction'and applicable Supplemental Specifications, then this obligation shall become void: otherwise it shall remain in full force and effect. IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set 'crth in the preceding paragraph,then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above,together with all court costs, all attorney fees, and any other expense of recovery. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective cfficers this day of A.D. 19 Principal (Company Name) ;Company Name) By: (Signature&Title) By. (Signature&Title) (If PRINCIPAL is a joint venture of two or more contractors, the company names, and authorized signatures of each contractor must be affixed.) Surety By: (Name of Surety) (Signature of Attorney-in-Fact) STATE OF ILLINOIS, COUNTY OF , a Notary Public in and for said county, do hereby certify that (Insert names of individuals signing on benalf of PRINCIPAL 8 SURETY.) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instrument as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of A.D. 19 NOTICE My commission expires i 1. Improper execution of this form(i.e.missing signatures or seals or incomplete certification)will result in bid being declared irregular. 2. If bid bond is used in lieu of proposal guaranty check,it must be on this form and must be submitted with bid. Notary Public IL 494-0316 BLR 5708(Rev. 1/94) of A.D. 19 Principal r By: By: (If PRINCIPAL is a joint venture of two or more contractors, the company names, and authorized signatures of each contractor must be affixed.) Surety By: STATE OF ILLINOIS, COUNTY OF I, , a Notary Public in and for said county, do hereby certify that who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed, and delivered said instrument as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of A.D. 19 My commission expires 118100 artment of Transportation Affidavit of Availability Complete Form BC 57 by either PART 1. WORK UNDER CONTRACT typing or using black ink. List below all work you have under contract as either a prime contractor or a subcontractor, including all pending low bids not yet awarded or rejected. 1 2 3 4 5 Awards Pending COUNTY AND SECTION NO CONTRACT WITH Use additional ESTIMATED forms as COMPLETION DATE needed. TOTAL CONTRACT PRICE TOTAL UNCOMPLETED DOLLAR VALUE PART 11. UNCOMPLETED WORK TO BE DONE WITH YOUR OWN FORCES. List below the uncompleted dollar value of work for each contract to be completed with your own forces. All work subcontracted TO others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your company. TOTALS EXCAV.GRADING & CLEARING PORTLAND CEMENT CONCRETE PAVING I BITUMINOUS HOT MIX SURFACE BITUMINOUS AGGREGATE MIX AGGREGATE BASES & SURFACE HIGHWAY& R.R. STRUCTURES DRAINAGE i ELECTRICAL SEAL COAT MISC.CONC. GUARD RAIL FENCING SIGNING PAINTING LANDSCAPING OTHER CONSTR. (List) TOTALS REMARKS: BC 57 (Rev. 6-79) Proposal Forms for bidding will not be issued unless both sides of this form are completed in detail. k PART III. wIBC RACTED TO OTHERS. List below the work,according to each contract on the reverse,which you have subcontracted to others. DO NOT include work to be performed by another prime contractor in a joint venture. If no work is subcontracted to others, show NONE. 1 2 3 i 4 5 1 Subcontractor I Type of Work Subcontract Price i Amount Uncompleted I Subcontractor �I i I j I i i i Type of Work I Subcontract Price Amount ! Uncompleted Subcontractor i i I i Type of Work ! I Subcontract Price j I I i jAmount Uncompleted j I Subcontractor Type of Work { Subcontract Price i Amount j Uncompleted Subcontractor i Type of Work i I ! i 1 'S ubcontract Price Amount Uncompleted i i I Total Uncompleted I, being duly sworn, do hereby declare that this affidavit is a true and correct statement relating to ALL uncompleted contracts'of the undersigned for Federal, State, County, City and private work including ALL sub- contract work, ALL pending low bids not yet awarded or rejected, and ALL estimated completion dates. Subscribed and sworn to before me Signed this day of 19 Company Address My commission expires