Loading...
Resolution 1995-20 Suppl ttal illir. DE.-drtment Resoi,..,on for Maintenank.- of Streets and Highways of Transportation By Municipality Under the Illinois Highway Code BE IT RESOLVED, by the COUNCIL of the (Council or President and Board of Trustees) CITY of YORKVILLE Illinois, that there is hereby (City,Town or Village) (Name) appropriated the sum of$ 68 ,000.00 of Motor Fuel Tax funds for the purpose of maintaining streets and highways under the applicable provisions of the Illinois Highway Code, from January 1, 19 95 to December 31, 19 95 . BE IT FURTHER RESOLVED, that only those streets, highways, and operations as listed and described on the ap- proved Municipal Estimate of Maintenance Costs, including supplemental or revised estimates approved in connec- tion with this resolution, are eligible for maintenance with Motor Fuel Tax funds during the period as specified above. BE IT FURTHER RESOLVED, that the Clerk shall, as soon as practicable after the close of the period as given above, submit to the Department of Transportation, on forms furnished by said Department, a certified statement showing expenditures from and balances remaining in the account(s) for this period; and BE IT FURTHER RESOLVED, that the Clerk shall immediately transmit two certified copies of this resolution to the district office of the Department of Transportation, at OTTAWA Illinois. Mr. I, Miss JACQUELINE ALLISON Clerk in and forthe CITY Mrs. (City.Town or Village) of YORKVILLE County of KEG?DALL hereby certify the foregoing to be a true, perfect and complete copy of a resolution adopted by the COUNCIL at a meeting on JULY 27 19 °5 . (Council or President and Board of Trustees) IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this day of A.D. 19 (SEAL) �c �_��xo kC n el- I Clerk (City,TcOn or Village) APPROVED 194 Deoar ent of Transportation District Engineer G� SLR 4123(Rev.6/87) IL 494-0354 A Illinois Department of Transportation Division of Highways/District 3 700 East Norris Drive/Ottawa, Illinois/61350-0697 August 7, 1995 Ms. Jacqueline Allison City Clerk 610 Tower Lane Yorkville, IL 60560 CITY - MFT Yorkville Section 95-00000-00-GM Supplemental Dear Ms. Allison: The supplemental resolution adopted by the City Council of Yorkville on July 27, 1995, appropriating $68,000 of Motor Fuel Tax funds for the maintenance of streets and highways in the city from January 1 , 1995 to December 31 , 1995 was approved today. The municipal estimate of maintenance costs for $64,348.17, the maintenance engineering statement, and contract proposal were also approved today. Authorization to expend $7,650.67 of Motor Fuel Tax funds for this section has been approved and should appear on the city's next Motor Fuel Tax computer printout. Authorization to expend additional Motor Fuel Tax funds will be given upon approval of a contract for this section. One copy of the approved maintenance papers has been forwarded to Pavia-Marting & Company. Sincerely, Ralph E. Dalton D' ' t Engineer By: Edmund R. Wallens District Local Roads & Streets Engineer cc: William T. Sunley MFT Auditor Pavia-Marting & Co. bb:Yorkvile Illinois G`ra t Municipal Estimate of of Transportation Maintenance Costs Period from January 1, 19 95 to December3l, 19 95 Municipality Yorkville Estimated Cost of Maintenance Operations Material,Eauipment or Labor Operation Maintenance Operation Quantity Unit ( Amount Cos', (No.-Description-7 otal Quantity) Item and Specification Reterence and Unit I Cost I BIT MATLS PR CT &Q6 1296 GAL 1 2.001 2592.00 2.592.00 1 1 AGG PR CT SEC L106 21 TON 1 25.001 525.0-0 525. 00 LEV BIND K?*, "c" T2 SEC, 4 ')oo TON 1 39 001 9568.00 9.568.00 I BIT CON SC "C" CLI T2 SEC. 406 560 TON 1 30.00116800.00 16,800. 00 SURF REM BUTT JT SEC. 406 SPL PRONE 71 1 w I 1777-50 1 .777 .50 - I I SIDEWALK REM & REPL SEC. 440.424 & SPL PROV '�-2F50 SF I - 00 114250.00 3L .250- 00 I I AGGREGATE SHLDS B SE 4R1 127 -TON 1 25.001 3175.00 3. '.'5. 00 I I KLAN ADJUST SEC. 602 & SPL v OV 1 o FA 175 2250.00 2.2?0. 00 I BIT CONC CURB SEC. 661 & SPL. PROS? 1 480 FT 1 12.001 5760.00 5 .700. 00 — I 1 _ I I TOTAL HLIFTIENANCE I I I 56,c 7.50 I I PRELIPIINARY ENGINEERING I + I 2834.87 I ENGINEERING: INSPECTION I i I MATERIALS TESTING I ! t 1413 95 I I 1 I I I I I T T F , ' rT TFF T 1i' 1 I / 1 1 1 � - I I I I 1 I I i I 1 ( I I I I 7b 1a\1 Estimated Maintenance Cost 64 .3L.8. 17 o itted � 19 Approved B tc Administrator Municipal icial Title District engineer ^'1 Submit Four (4) Copies to District Engineer BLR 8 02 (2-90) 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 awned. non-owned and hired vehicles. 1' 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 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 BD 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/l 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 approved high range water-reducer is used, a cement reduction of up to 36 kg/m3(0.60 hundredweight per cu. yd.) , from a specific water cement ratio without the admixture, will be permitted based on a 14 percent minimum water reduction. Cement content below 280 kg/m3(4.75 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. " 8051I12 ISP 95-22 State of I11 ,_,is 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 Ill . ,is 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 Aggregate - 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 interesti(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 o er 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) :cmiD+lLZ. coullJ!Y Its following list is considered as those days for which holiday rates of wage* for work performed apply, of LESS• i44w m Yearn Day, KarIAI100 =Atidn Day, Yourt:i of July, Labor Day, Veterans Day, Thankagiving Day, Christmas Day. OeOSrally, any ;allwtys which fall on a Sunday to celebrated on the following Monday. This than Hakes work parformed on that Monday pay"Is at the IT rats overtime rate for holiday pay. Comma practice in a given local may alter certain days of celebration, such as the day after wing for Veterans Day- ff in doubt, plans& check with IDOL. M- MI.ANATlex OF CLASSES -RUCK CAIVSA - SUILDIXG. HEAVY A3D 1T.MNAY CCNSTAOCSION _'9ss : A-trans truck wnen wed :Or transportation purposes, Air Compressors and welding Maonine*, including these pulled by cars, pick-up :!ame and traatassl 1►mbulanwsi Batch Gate Locke-s; Batch Hopparsan; Car and Truck W&ghSSsl Carry Allot York Lifts and Holsters; Helpers: ` ucito iAn Helpers and araasorsl 011 Dlstribatars. 2-man operation; Pavement Breakers: pole Trailer. apto 40 fsetJ Power Mower Traetorsl 3s1!-pr�elled Chip spreader; Shipping and receiving Clerks and Checkers, Skiprant Blurry Trunks. I-suht operations Slurry :rooks. Conveyor -peratad - 2 or 7-ran operation; Teamsters, Unskillad Dumpatsau Warehouseman and nockeen; Truck Drivers hauling Warning lights, barricades, and per—his toilets on the job site. lass Dispatanocl Dump Crete and Adgetors under 7 yardal Dumps:ets, Track Trucks, Iualide, Hug Datum Dump Turnapulle or TurnsttailGry when pulling other than smlf-loadlng mpipowt or slsilar sgnlpseht under if conic yardat Mixer Trucks under 7 yard&; Ready-iilx Plant Mapper Cparatarl winch Trucks, 2 Axles. Class 2. Camp Crete and Upturn, 7 yards and ever; Dvapatars. TreCX Trucks, soallds, Rug Bottom Dump Turnatrsilsrs or urnapulls When pulling ether ::.sn salt-Yaeding equlpmant or similar equipment over 16 cubic yards. 2xplosiwe and/or Fission Material Tracxat Kiket Trucks 7 yards ar over: Moans Crease While in transit; 011 Distributors, 3-son oparetiaa: pals Trailer, over 30 fast; Pals and Expandable Trailers hauling satert.a oust 50 rest long) additional 304 per hour; slurry Trunks, 1-son operation; Winch Trucks. 3 axle* or sore; Mechanic - Truck Weldar and Truck Painter- Class 4. Asphalt Plant Operators is areas where it has been past practice Dual-p"-peae vehicles, such as mounted crane trucks with hoist ono accsseorlasl Forsmant Master Mechanic; Self-loading s"ipmont like P.H. and traexa with scoops on the front. CPSRAT_AQ =01M MU - BUILDIIIG Class I. Asaistaat Craft Fnreasni Craft Foremant Mentaa=cl Aaphslt YLnt; Asphalt 8preaderi AucograG; catch Plant; Bencto (requires Two 3nginesro)l Sailer and :'7)sOttle valve, Caisson Rigel Central Redi-ltix Plantl Ctahiaa tiOn Hack Boo Front Ind-loader Maoninat Compressor and Tnratt:e Valwl Concrete Breaker (Truck Mounted), Conarste Conveyor; Concrete Paverl Concrete Placer? Concrete Pump ;Truck Mouatad)l Concrete :owes, ,range, A11, CTSnae, 9asMi~asad, Czstsr Csanml Crusher, Stone, ate., Darri:rlts, All: berricks, Traveling; Yonlass Curb and Gutter Mawst, t Grader. ElaCrane l grouting Maonitves; HSQh11rt fib Is c: Front Endlosdar 2-1/4 yd. and over; Hoists, slmvators, outside type tack aian �Ap similar machlnaal Hoists, one, two and these Dram; Hoists, Two tugger One Floor; Hydraulic Dackhws; Hydraulic 3oam Tr%Mpg fives, all, MOlar,Patrol; Pile Drivers sad Skid Rig; Fast Holm Digger; Pre-Stress Machias; Trap C=sus; Squassa Crates-sorsnr Type Pumpal cypaum 3ulkar and pulp; Atiaod and Blind Hole Drill; Rock Drill; Into Mill Grinder; 8eaops - Tract= Dzawa; 811p-form Paver; Straddle 9uggiost Tcuraspulll Tractor with Book and side Boon; Trenching Mach"Ad- Class 2. Bobcat (seer 7/4 on. yd.), Boilers; !rick yozXliftl Broce, All Power Props. Bu12do:mesh Concrete Mixer (Two BSQ and Ovr)f Canwyor, portable, yortlift;rooks; Greaser Snginserl Jighllft Shovel&or Front 3ndloaders under 2-1/4 yd.; Hoist&, Automatic; Joists, inside ?raigat ilevatorst Beists, BMW Dragging Maebtnm; Inlets, Tugger Single Drum, Rollers, All; Suns aeneratzrs; Tractors, All; Tract= Drawn Vibratory Koller (;acsives an additional i.50 per hour); Winch Trucks with "R" Prams. Class J. Air Conprsssas - Combination - Small ggalpsrnt Operator; Generators# Seaters, Mechanical; Hoists, :aside Ilavators - (xheospst xanual Controlled); Hoists, Inside 11avators - Push Button with Automatic Doorsl Hydraulic Purer Units (Pi:a Driving and Extracting)1 PUZ , over 3" (1 to l not to sxcsed a total of 300 ft.)l Pumps, Well ,Gins; Welding Machines (2 through 5): Winches, 4 Small slectric Drill., ;finches; Bobcat (Up to and including 314 cu. yd.). Class A. Hoists, inside 3levators, Push Button with Automatic Doorel Oilaral Brick Forklift. OPERATING 2991312= - UAVY.An 3IG8WAY CC/t&MC:IOE Class 1. Craft Porsmaa; Asphalt Plant, Asphalt $eater and Planer Combination; Asphalt. spreader; autegrader, Salt LaGGr; Caisson Aigs; Ca: Dumper; Central Inds-Mix Plant; Combination Baakhw Y=nt kndloedor Machine, (1 cu. yd. Beckham Bucket or over or with attachM*nu); Concret; 3reakar (Truck Moaatad)h Caxlcrate Conveyorl Concrete Paver over 272 cu. tt.; Concrete Placer; Concrete Tube Float; Cranes, all attachments' Craase, aasmarhesd, Lindma. Peoo a Maonines of a like natural C:Ke Cranol Crusher. Stone, Ito-; Derricks, All; Derrick Beau; Darrlaks, Trawling, DssKlgas; Yield Mechfinlo-Weldarl Farmlmm•Curb and gutter!laehins; Gradall and Machines of a like natural Gradar, Ilsvating; Crader, Motor Grader, no=Patrol, Auto Patrol, Yore grader, Pull grader, Bubgreder; Guard Ka11 Post Driver Mounted:��s Dual Bea (1Two and Th Throw Drum.' 3ydraulio 3"Abonal Locoaativs, Alit Mucking Maahinsl Pilo Drivers and Skid Rig; Pre-mtrams Machine, wP lUbrialtlon and +rater); Rock Drill - Crawler or Skid Rig, Rack Drill - Truax Mounted; Rota Mill Crindar; slip-poem Paver; Sall Test Dril Rlq (^rusk Mounted); Stradala Buggies? Sydroulic Telescoping Lora (Tumol)l Tractor Drags+ Belt Loadarl Tractor with. awn, :'rector-ears with Attaebowtat Trenching Machine; Truck kounted Con=Sta Pump with Suomi Raised or hind Sale; Drills (Tunnal &haft); Underground Boring Gad/or !lining Manhines; Wheel 8xcavator; widener (APOCD)• Class 2. Batch Plant; Bituminous Mixer; Bobcats (owe* 3/4 co. yd.); Boiler and Throttle valve, Bulldosars; Car Lower Trailing tie V4erar Ct;melaation Baaknae rrant sbdloadar Machine (lean than 1 cu- yd. Backhom Bucket at over or with attac:nesnts); Caapra/eoz and Throttle valve; Compressor, Common Aaoeivrr (3)1 Concrete Breaker or Hydro Bamesr; Cenarmtm grinding Mechin't concrete Mixer or Paver 75 Series to an_ including 27 cu. ft.; Concrete 8preaderl CZu0rste Curing Machine, Burlap Machine, Belting Meabins sad Sealing Machinel Conveyor Muck Car. (laglmhd or Similar Type); Finiahinq Machine - Concrete; Greaser Inglnaar; Highlift Shovels or Front Eadlooderl moist - Sawsr breggin- xechinel Hydraulic Dorm Trucks (All Attaobseats); Locomotives, Dinkyl Pump Creteel 44ue+ze Crease-iCtew Type Pampa. gypsum 8ulkmz and lu;1p xaller, Asphalt; kotary SnOW Ploys; Rototillmr, Seama1 etc., self-propelled; Scoops - Tractor. Drawn, Self-lropellad Compaetorl Spreader - 3tam, Sic.; Scraper; Barapar - prim Mover in Tandem (Regardless of size) (Add $1.00 to Class I2 hourly rata for Men hour and fc: =China attaaned thereto. Ada $1.00 to Class II hourly rate for saoh hour)) Tank Car Heater/ Tractors, Push, Pulling sheers Pooto Disc. c._—actzr, std. Tug Boats. page 1 of 2 IlltV6'7 .-=11 _ XzM)AI36 CWRrY Supply Tender; COopre Canon Receiver (1 7ncrete Mixer (zbo Sap and Qver11 Class 3. lsoilatel 3rooras, Al ai __j fled$ Cs4»n t PP Y CanV"Cr, rortablel Tara-Type •&actor• Us" for Koring, Beediag, atc.$ Fir+ on aoilessT tn.j3Pest Hole$Diggaz,i Parer saw, CanCrsts AotMaticl aoiats, All Ilevators$ Scists, Tugger Single Dru21t Jeep Diggers, pipe Jacking Mac Power Driven$ !uq X11161 Rollers, other than asphalts ased and atzaw Blowr$ Stee21 QaneratOSST atusp Maonines Winch Trucks with "A" lra21ss War~ 'oats$ Tasger - tcarMOtar OriVeh• - a21a11 lquip21ent operator; Generators - 621411 50kw C: Air Cosprssaor - Sull and Large? Asphalt Spreader, Bookend Men$ CCfabination AIL �S generators - Largo owe SOkw$ Seaters. Kwhanicall SYaulic lower Unit (tile Driving, lstrseting, Or AIL Drilling); Light Plants.. dr{1 through S)) 8oape. over 1" (1 to 3 not to asueed a total of 300 ft.)s pumps, well Points; Tract-oirs$ welding Machines (2 through S); Winched, 4 Beall llectric Drill Winch", Bobcats (up to and including 314 on. Yd.). class S. Oilers. Other cla■sifigationa of Works yet definitions of classifications not otherwise set out, the Department generally has on It a task to be do oxhisSnoavailable.je to aM of is no ouch definition an file, the Bureau of Labor 0tatistics RIC contacted seat■ dxhirlstnei9 aboringbaouaty has such a classification and the alasaifioatlens Of pay set Out. the Oeto exist will typos being count rats applies to Provide #Ucb rate) each rate being doassW to satlrt by ratarsnw in this dpcusant. larthar, if no such neighboring T the t.aak, the Deportonat *hall oedsttska a sPscisl dsteraination. such special determination being IDOL hat /997 7271 for existed e rattw her determination. It a project requires these. at =7 classification not listed. clarifioat:iOns. LA100GYIAO LandacAPing work f■110 under the existing Classifications for laborer, eft of &b engineer sin truck driver. The wasp performed b( landscape plaotaala■ and landscape laborer is covered by the a:isting claasificatien of laborer• The work psrtar21ed by landscape operators (regardless of equIMent used at its gigs) IS coeerad by the classifications of operating dngieaer. The Work parfor21ed by landscape truck drivers (sapsrdlsw of sits of truck driven) is covered by tti■ classification■ Of trucR drivsr• Pa" 2 of : IL. DEPT. .r_ .R PREVAILING WAGZS FOR M L, C.'cus= EFFEU n 06/01/95 .._/!SION of CONCILIATION & MEDI;IT__J PH(618-993-7271) NAM„ OF TRADE RGN TYP C HOUR LE Y-RAT'..'S OVERTIME-RATES HRLY-FRINGa--3ATZS L S BASIC FOR24N M-?>8 SAT SU&HO WL?R PENSN VACT:i -- ----------------------------------------------------------------------------------------- ASbmsTos ABT-l.'SN SLO 21.150 21.650 1. 5 1.5 2.0 2.970 1.300 0.000 ASBESTOS AST-MEC BLD 23.300 24.800 1.5 i.5 2.0 3,640 5.520 0.000 BOILZ.q-MKZR BLD 26.050 27.890 2.0 2.0 2.0 3.150 3.500 0.000 3RICM ARSON BLD 23.380 24.380 1. 5 1.5 2.0 3.980 2.350 0.000 CARPENTER ALL 23.010 24.010 1.5 1.5 2.0 3.790 2.500 0.000 CE'MS:IT MASON ALL 23.350 25.690 7.0 i.5 2.0 3.300 3.360 0.000 ELZCv.k-C PWR 39114T OF ALL 20.790 25.920 1.5 1.5 2.0 1.750 3.430 0.000 =CT:tIC PWR GRHDMAN ALL 16.310 25.920 1.5 i.5 2.0 1.750 2.690 0.000 ELZCT:t:C PWR LINEMAN ALL 24.560 25.920 1.5 1.5 2.0 1.750 4.050: 0.000 ELECTRIC PWR TRR DRV ALL 16.820 25.920 1.5 1.5 2.0 1.750 2.780 0.000 ELECTRICIAN BLD 26.410 29.050 1.5 1.5 2.0 3.170 4.750 0.000 ELEVATOR CONSTRUCTOR SLD 26.290 29.580 2.0 2.0 2.0 3.845 2.190 1.570 YEN= 3RECTOR ALL 23.000 24.350 2.0 2.0 2.4 3.3?0 7.610 0.000 GLAZIiR BLD 20.500 21.500 2.0 2.0 2.0 1.950 2.650 0.000 HT/FRCST INSUrATOR BLD 23.300 24.900 1.5 1.5 2.0 3.640 5.520 0.000 IRON WORKZR ALL 23.000 24.350 2.0 2.0 2.0 3.370 7.610 0.000 LABORZR ALL 20.150 20.650 1.5 1.5 2.0 2.970 1.300 0.000 LATHER BLD 23.010 24.010 1.5 1.5 2.0 3.790 2.=00 0.000 MACH4.ITZRY mOVER BLD 21.800 22.000 2.0 2.0 2.0 2.000 1.000 1.500 MAC.�I1NIST BLD 23.850 24.850 2.0 2.0 2.0 2.750 1.100 1.640 MARBLT MASON BLD 17.380 18.380 1.5 1.5 2.0 2.450 0.800 0.000 MILLiM'GHT ALL 23.010 24.010 1.5 1.5 2.3 3.790 2.500 0.000 OPER�T?NC QPICI.iEER BLD 1 26.000 26.750 2.0 2.0 2.0 3.300 2.600 1.250 OPERATI2G 3:yGINE.",R BLD 2 24.700 2.0 2.0 2.0 3.300 2.600 1.250 OPERATING ENGINMER BLD 3 23.050 2.0 2.0 2.0 3.300 2.600 1.250 OPERATING SNGI:ISER BLD 4 21.300 2.0 2.0 2.0 3.300 2.600 1.250 OPERrAT22M ZNGI:iEwR TLT 1 28.200 28.2Cc i.5 1.5 2.0 3.050 2.450 1.250 OPERAT:30 ;;.yQl;lEgQ ,T 2 25.700 1.5 1.5 3.0 3.050 2.430 1.250 OP3RATI:IG XNGmjlll-rR ?LT 3 23.800 1.5 1.5 2.0 3.050 2.450 1.250 OPERATING 3XGI:7D3R :PL: 4 19.800 1.5 1.3 ".0 3.050 2.450 1.250 OP37_%T=3G 3NGI:4',R m 1 24.300 24.300 1.5 1.5 2.0 3.250 2.850 1.230 OPERATING 3SGI.'l"_2R HWY 2 23.757 1.5 1.5 2.0 3.250 2.550 1.250 OT :TING :RG_:I°SR F?WY 3 22.600 1.5 1.5 2.0 3.250 2.550 1.250 0 z:.NG 27GI:Idr.R HWY 4 21.200 1.5 1.5 2.0 3.250 2.500 1.250 q�r.,..iiTISG a.dG: a..°.:t H9PY 5 20.000 24.800 1.5 1.5 2.0 3.250 2.550 1.250 ORNA.�dT_? I:-O?t =2 R ALL 23.000 24.350 2.0 2.0 2.0 3.370 7.510 0.000 PAINT. ALL 22.500 23.500 1.3 1.5 2.0 3.000 1.450 0.000 PIL=RIVER ALL 23.010 24.010 1.5 1.5 2.0 2.790 2.500 0.000 PIP$FiT'�'3R 9LD 26.000 27.750 1.3 1.5 2.0 3.300 2.500 0.000 ?LaS'i'rRrR BLD 21.200 22.200 .5 1.5 2.0 3.480 2.230 0.000 PLUMEER 3LD 26.000 27.750 1.5 1.5 2.0 3.300 2.500 0.000 ROOgrR BLD 23.830 25.830 1.5 1.3 2.0 2.770 1.350 0.000 SH3R372TAL WOR.X-';3 3LD 24.120 24.870 1.5 1.5 2.0 2.750 3.310 0.000 SIGN 'XANGZR 3LD 23.010 24.010 1.= 1.5 2.0 3.790 2.500 0.000 SPRINV2 ,2R ?ITT=R BLD 20.760 22.260 1.5 1.5 2.0 3.400 2.700 0.000 STSSL 3.43CTOR AI.L 23.000 24.350 2.0 2.0 2.0 3.370 7.610 0.000 STONE MASON BLD 17.260 13.260 1.5 1.5 2.0 1.750 1.100 0.000 TZRRA ZO MASON 3LD 22.210 23.71C 2.0 1.5 2.0 3.720 2.300 0.000 TIL3 LAYER BLD 22.940 24.440 2.0 1.5 2.0 2.900 2.550 0.000 TRUCX ORIV3R ALL 1 20.500 1.5 1.5 2.0 3.075 1.775 0.000 T?U= DRIVER ALL 2 20.650 1.5 1.5 2.0 3.075 1.775 0.000 TRUCK DRIVZR ALL 3 20.850 1.5 i.5 2.0 3.075 1.775 0.000 TRV= DRZ,mo ALL 4 21.050 1.5 1.1 2.0 3.075 1.775 0.000 TUC%?OIGT=R BLD 23.450 24,450 1.5 1.5 2.0 3.360 2.950 0.000 ** ?LZXSZ SEZ ATT3CYED FOR OVERT120 S*PECI?ICATIONS NOT LIST3D. 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 (7-41 ) 26 FT 2 3 O1 EXISTING FLEXIBLE PAVEMENT 20 LEVELING BINDER (MACHINE METHOD), MIX C, TYPE 2 3/4" BITUMINOUS CONCRETE SURFACE COURSE, MIX C, CLASS 1, TYPE 2 1 1 /2 BITUMINOUS CONCRETE CURB O EMBANKMENT (BY OTHERS) TYPICAL SECTIONS MAIN STREET (VAN EMMON TO MADISON) 6--011 4" T/4�, 2 I O1 I- - _ _ I 4 22 FT. L - - - - - - - 5 6 O1 EXISTING FLEXIBLE PAVEMENT EXISTING SIDEWALK O3 EXISTING RAILROAD BALLAST BITUMINOUS SURFACE REMOVAL (BUTT JOINT) 50 LEVELING BINDER (MACHINE METHOD), MIX C, TYPE 2 3/4" BITUMINOUS CONCRETE SURFACE COURSE, MIX C, CLASS 1, TYPE 2 1 1 /2 TYPICAL SECTIONS HYDRAULIC AVENUE 3 FT 20 FT (MAIN ST) 3 FT 19 FT (PARK ST) L 5 3 4 5 O EXISTING FLEXIBLE PAVEMENT 20 EXISTING AGGREGATE SHOULDER O LEVELING BINDER (MACHINE METHOD), MIX C, TYPE 2 3/4" BITUMINOUS CONCRETE SURFACE COURSE, MIX C, CLASS 1, TYPE 2 1 1 /2 O AGGREGATE SHOULDERS, TYPE B TYPICAL SECTIONS MAIN STREET (HYDRAULIC TO VAN EMMON) PARK STREET BITUMINOUS SURFACE CSE. II12 BITUMINOUS LEVEL BINDER 3/4" 6' EXISTING SIDEWALK REMOVE EXISTING U LEXIST BIT. -- EXIST CONC. SURF BASE TYPICAL BUTT JOINT ADJACENT TO SIDEWALK N.T S. BITUMINOUS SURFACE CSE. 11/2 REMOVE - SAW CUT ( INCIDENTAL ) BITUMINOUS LEVEL BINDER 3/4 " EXIST. 15 6" 1/4 9 3/4 - TEMPORARY _/ TAPER - EXIST. BIT. - EXIST. BASE CONC. SURF. BEGIN / END OF CONSTRUCTION Type A m000dlr ac t lonol _ �min. From as sholl be no heovler thong floshlnq Ilgnt 13) 100x100 14x4) (nom. aim.) rood or .0m + 2.4 m ��..l 0 - SOx504 12x2x%) steel angles or l6'I (0'1 C ° SOxSOxS 12x2x3(6) steel ongtes Rlglo 15 (3) PvG plea v + ° 250()0) Typical 1.2 m -- N 14'1 sig n 250 001 w � x _ — — E_ ( -- _ — f E 250 00) E 250(10) _ I— — — —I ✓; ;n - �— 250(10) One or trd place Dose \!50 WOW OR METAL SUPPORTS PVC PIPE SUPPORTS c (101 Edga of E WING BARRICADES oovement FLEXIBLE DELINEATORS 90o uo-3oo 600 1 136) A Ir(6 IN 1241 Struve r------- ------------ (Block on oronpal-=_===_ ==- ===________= °o R2'1 3648 1C° 8�n ° (Block on rnite) -' -- Weep holes- {{�� �G ------- - -- 451 125'1 250'1 v orninq signs J Construction advance fyj 1&m �Q_n1 R2-1103-3610 wHEN (2001 (2001 (200'1 (Block on rhital FLASHING A A On - 4 f Troftic 1.5 to t.1 125 -' f 11 Y4) � Face may be stepped 1511 E or smooth + t t 4 Traffic n� \ `Epoxy chonnela� P v m nt 9D` CONSTRUCTION SPEED LIMIT SIGN SECTION A - A TYPICAL INSTALLATION DETAIL OF RUMBLE STRIPS TEMPORARY RUMBLE STRIPS AA dimensions are In mulmeters (Inchest troves other.lse eho.n. TRAFFIC CONTROL t- lm DEVICES (r IM>:IRIF� 4 ISheet 2 of 31 O STANDARD 2298-11 i 1 x �300 min. E E I 1121 n o Fh_ -0 I CDNSIRIGTIpt � pq 1 6 C M(XI Yll[S Cp41tUCt10n ! I G20-1101-6036 620-2101.6024 I U-4 0 X Distance to ENO CONSTRUCTION sign. 1 300 min, ROAD CONSTRUCTION NEXT x MILES sign shall be Type A mox. 1r 150 max. max. Type A 1121 installed In advance of the first work area flusher 16T �II 16T (61 flasher I+ RII-4 at eden and of projects over 3200 m 12 miles) In length. The END CONSTRUCTION sign sholl be fill ROW C] "AO CLOUD sOAO CLOUD erected near the end of these projects. QSE TO t0 unless another project Is wl thin 3200 m(2 -Iles) Edge of a 1,111111 TVWFIC TIU�1 TRAIIK a beyond the end of the job. shoulder WORK LIMIT SIGNING Pavement R11-2 ' Pavement ROAD CLOSED 10 ALL IIIRU TRAFFIC ROAD CLOSED 10 ALL TRAFFIC Reftectorl2ed striping shall appear on Reflectorized striping may be omitted on the both sides of the barricades. the barricades shall bock side of the barricades. The barricades shall be to the edge of the pavement except when be t0 ttn0 gage of th0 Shoulders except when otherwise directed by the Engineer Or shown on otherwise directed by the Engineer or shown on ine detailed construction plans. Type A monodlr ec tlon0l the detailed construction plans. flashing light *I.S m (6'I min. I t TYPICAL APPLICATIONS OF 6 m li TYPE III BARRICADES CLOSING A ROAD e , eoo rnln.� - n100x100 14x4) - Edge of .2 m max..) - nom, wood pas I pavement 141 '1 E or face_ Tripod c a ! ! of curb E 4 m min. _ IB'1� 8 N 1.5 m min. 1� W +,.2 to min I (5'1 - — — I E Is bed min.11 o� ! Paved shoulder embedment nl Ele votlon of ed a of ovement S-4E 0E h Q TYPICAL SIGN INSTALLATIONS U e e c GENERAL NOTES E E E G i * When curb or povpa shoulder are R�p ip N y present this dimension shall be 600 1241 to the fore of curb or 1.8 m (61 to the Outside edge Of the poved shoulder. TYPE A TYPE 8 TYPE C ROOF MOUNTED ROOF OR TRAILER MOUNTED TRAILER MOUNTED All heights shown shall he meosured above the pavement surface. All dlmMSlons ore In minmetors Ilnches) ARROW BOARDS unless otherwise shown. DATE REVlslays ®,yr,yl.ea�r��r ar tra,,.o�narlcn 2-1.95 Combined 2298 22998 TRAFFIC CONTROL 2300. heaved G.N. to DEVICES m S Revised title. 6-15-94 Added datl lights on Ty. 111 (Sheet I Of 3) ,vwxorro__ [AK. L _Im t Bar. Rev.NSTRUC T IRO AA HEAD sign. STANDARD 2298-11 8S y 75 3.6 m 1121 mox. m 11'1 min. ry – rdo� rmiri ?�mrn �lZq; -- � ° — N� 01 N —_� M M \Z N /�_, m /� Centerline -_ v q,+.p- - ,6-2,f.J of support ,o Opllonol un"rlped angtti lengtt M bottom roll TYPE IA BARRICADE TYPE 1 BARRICADE TYPE II BARRICADE 10Ox100 o+ " (4.4) %61 5Ox50x5 12.2x angle or .n °� 50x100 (2x41 SOx50x3 12x2.''/el lubing 6� E __ 2 per supporrr 121) —_((12) ;n �1((121 Iubin� welded LEO _ min. to Bose 151'1' 171 l64 r .164 I 450_f Bose II $1091 p101es 1181"1 M 200 181 Fedef-ol series C I - (Nnen specified) LS m jl 160 111 Federal series 0 — - I_e m — ($'I L I 15) TYPICAL STEEL SUPPORT TYPICAL 1000 SUPPORT it 'IIIL''Jl❑It'll' TYPE 111 BARRICADES pIN 51] NI_ (20'1 IS 1161 E I 11'01 1 4SOx450 (18x18) Oronge flogs 101%)Old. ] holes DSO ml_n. 1181 Q -1 100-150 100.150 SIGN 7F —H 1461 _2 (IF SPECIFIE01 STAFF FRONT SIDE REVERSE SIDE E FLAGGER TRAFFIC CONTROL SIGN DRUMS N .. /,/c��OD iO 1 min. AN dim* Glans are In mhlmefere (IndMSI / (�4) s N —j' Q $„ I]) urvese Ofhex'rlse shorn. E.. (4) 8 m ®IYNeI���,M^1 at tr �1p11� N 8� F HIGH LEVEL WARNING DEVICE TRAFFIC CONTROL_ _ ° 1 .—Kew ,,_r„, Oronge Drdnge DEVICES o, FIL140FZT' c CONES (sheet i of sl VERTICAL PANELS REFLECTORIZED CONES STANDARD 2298-11 N s POM W21 4(Ol •orw xx[.D I"" Or W20-I101 x[.u1 nD.D Or- P0.0 (xr,rrR.C1 ucrD � a.n _— —._ �- • _—_.___.._._.___—_ ___ w20-7a(01 wZG-4(Ol � w2G-IIOt • 60m / 60m i o- m 4 l J 1 J (200'1 '7-;----1200.,.--- I j-- (200`l —Y- Type I or Type II Barricades --One way / one lone operotlon-- �100'T —_—_ ---- C—— — — _ — _ _ _type I or type 0 barricades C� _ Ra � ye 60 m 1 60 111 barricades 12001 (200') (2001 Toper x--111 C[OSEO E o R11-2 POM S� [u0Y0 POM x[l Or I[xD .0 MOM tI.DOG uue0 W21-4101 cM W20-4(01 W20-3(01 For 'N 20-1101 Dr maintenance POM oxsrMUCI ono"0 uttllty w20-70101 .xt.0 PDxo GENERAL NOTES 'e projects µDn• Ox NP�r W20-I(0) Or [0 W20-I101 W21-4(01 • Cones at 8 m (25'1 centers for 75 m For (250'1. Additional cones may be placed Of 1 m (50'1 centers. When drums or contract construction the 1 or type II barricades are used, the In er val between devices may projects be doubled. Where, at anytime, day or nlgtrt, any vehicle. eoulpment, workers or their A. Octivif ie5 encr OOch on the po mant SYMBOLS requiring Ilia closure of one 1raflic lone In an nroo whore the po5teo ® Work area or ss�rrlt 15 70 km/tr (40 mphl If the work operation is performed 450 z 450 (18 x 181 min, orange flop between 9.00 am and 3:00 pm and does not exceed 15 minutes, traffic protection O Cone, drum or barricade shall be as shown for Standard 2307. Signs, when reoulred, shall be Installed Sign on portable or permanent support at 60 m, (200'1 spacing. Form BI 725 IS reoulred. Flogger with traffic control sign Barricade or drum with flashing light AN dlm4rnelons or* In m110moters Ilnchss) ur"as othar.lse shown. DATE REVISIONS URBAN LANE CLOSURE ®Ixlr,olP ObV r.�,.r 01 Irorupor ration T1 II-I-94 Now Standard 2 7LANE. 2-WAY. UNDIVIDED I uwl0e(0 '�I Y� _IMr a -- [itllzpt'tY IB DAY OR NIGHT OPERATION .aao•L+$� 1b� i STANDARD 2401 Illinois Department Municipality YORKVILLE of Transportation Road DistITwnshp. BRISTOL Proposal County KENDALL RETURN Section 95-00000-01-GM WITH BID 1. Proposal of for the improvement of the above section by the construction of VARIOUS STREETS AS LISTED ON BLR 8203,MUNICIPAL MAINTENANCE OPERATIONS, INCLUDING BITUMINOUS SURFACE REMOVAL,ADJUSTMENT OF UTILITY/DRAINAGE STRUCTURES, SIDEWALK REMOVAL AND REPLACEMENT, BITUMINOUS CONCRETE LEVELING BINDER AND SURFACE COURSES, BITUMINOUS CONCRETE CURB,AGGREGATE SHOULDERS, RESTORATION AND ALL INCIDENTAL AND COLLATERAL WORK. a total distance of 2,346 feet/meters, of which a distance of 2,346 (feet/meters), ( 0.4443 miles/kilometers) are to be improved. 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 1095 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 working days or by NOVEMBER 1, 1995 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 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 494-0361 BLR 5705(Rev.1194) 8. Each pay item s I ha% unit price 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. ,0. 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 th 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 MATERIALS(PRIME COAT) GAL 1296 2 AGGREGATE(PRIME COAT) TON 21 3 LEVELING BINDER(MACHINE METHOD), MIXTURE C, TON 299 TYPE 2 4 BITUMINOUS CONCRETE SURFACE COURSE, MIXTURE C, TON 560 CLASS I,TYPE 2 5 BITUMINOUS SURFACE REMOVAL-BUTT JOINT SQ YD 711 6 SIDEWALK REMOVAL AND REPLACEMENT SQ FT 2850 I 7 AGGREGATE SHOULDERS,TYPE B TON 127 8 MANHOLES TO BE ADJUSTED EACH 9 9 BITUMINOUS CONCRETE CURB FOOT 480 1 I i j I I Illinr< Department of Transportation Schedule of Prices Agency YORKVILLE RETURN WITH BID Section No. 95-00000-01-GM (For complete information covering these items,see plans and specifications) Item No. Items Unit Quantity Price Total Carried Forward 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 ion Letter BLR 5707(Rev.1194) (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 Illinot.) Department Local Agency of Transportation Proposal Bid Bond Route RETURN WITH BID Municipality YORKVILLE Rd. Dist/Twnshp BRISTOL County KENDALL Section 95-00000-01—GiM 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 9a of the total bid price, or for tre amount specified in Article 102.09 of the Standard Specifications for Road and Bridge Construction"in effect on the date of invitation fcr bids.We bind ourselves, our heirs, executors, administrators. successors, and assigns,jointly to pay to the LA this sum under the condi- ticns of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal tc -.he LA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above-designated section and the PRINCIPAL shall within fifteen (15) days after award enter into a formal contract,furnish surety guaranteeing the faithful performance er -he work, and furnish evidence of the required insurance coverage.all as provided in the"Standard Specifications for Road and Bridge C;nstruction"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 fern in the preceding paragraph, then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above, together with all court costs, all attorney fees. and any other expense of recovery. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this day of A.D. 19 Principal ( ompany Name) (company Name) 8y: By' (Signature 3 Title) Signature 3 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 I , a Notary Public in and for said county, do hereby certify that (Insert names of individuals signing on behalf of PRINCIPAL.&SURETY.) wrio 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 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 BLR 5708(Rev. 1/94) IL=94-0316 U-y of 19 Principal 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 seat this day of A.D. 19 My commission expires Dr,. ,,artment of irdnsportation Affidavit of Availability Complete Form 8C 57 by either typing or using black ink. PART I. WORK UNDER CONTRACT 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. 2 3 q I 5 Awards Pending COUNTY AND SECTION NO II CONTRACT WITH Use additional ESTIMATED forms as ;COMPLETION DATE needed. 7-TAL CONTRACT ?RICE TOTAL 'UNCOMPLETED DOLLAR VALUE PART II. 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 j a CLEARING PORTLAND CEMENT CONCRETE PAVING BITUMINOUS HOT I MIX SURFACE f BITUMINOUS jAGGREGATE MIX AGGREGATE BASES A SURFACE HIGHWAY 3 R.R. STRUCTURES DRAINAGE ELECTRICAL SEAL COAT MISC.CONC. ` GUARD RAIL FENCING SIGNING PAINTING LANDSCAPING OTHER CONSTR. (List) i TOTALS REMARKS: d in detail. BC 57 (Rev. 6-79) Proposal Forms for bidding will not be issued unless both sides of this form are complete PART Ill. WC SUB, ITRACTED 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. I ' 2 I 3 4 ! 5 Subcontractor ':roe of Work Subcontract Price mount I I I Uncompleted Suocontractor I Tvpe of Work zuocontract Price Amount I t I I I -i comoleled Suocontrac:or � i I I I i !' ae of Work I i i i Subcontract Price I I Amount Jncomoleted Subcontractor TYoe of Work I Subcontract Price I i Amount I 'Jncomoleted Subcontractor I Type of Work f I Subcontract Price 1 Amount Uncompleted Total LUncompleted I, being duty 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 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: 95-00000-01-GM in Yorkville, Illinois, and in case of conflict with any part or parts of said specifications, the said Special Provisions shall take precedence and shall govern. 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. 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 A:\3017\SPPROV Page 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 improvements will meet existing conditions or at locations designated in the field by the Engineer. The Contractor 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. Should the Contractor deface the edge, a new sawed joint shall be constructed and any additional work including removal and replacement shall be done at the Contractor's expense. This work will not be paid for separately but shall be included in the cost of the item being removed. SIDEWALK REMOVAL AND REPLACEMENT This work shall consist of removing and replacing sidewalk at locations designated on the plans or in the field by the Engineer. All work shall be done in accordance with Sections 440 and 424 of the Standard Specifications. The Contractor will be required to replace the existing sidewalk in kind and the same thickness but in no case shall the proposed sidewalk be less than 5" thick. The Contractor will also be required to excavate any existing aggregate or earth below the existing sidewalk to a depth that will permit construction of the PCC sidewalk and a 2" aggregate (crushed CA-6) subbase. Parkways shall be excavated to a depth that will match the proposed sidewalk elevation and to a width that will produce side slopes less than 4:1. The sidewalk shall be replaced at a straight grade from the saw cut of the existing sidewalk to remain to the top of the depression of the curb and gutter. At locations where the edge of the sidewalk is located above the edge of pavement the Contractor will be required to finish the side of the walk before it has set. This work will be paid for at the contract unit price per square foot as SIDEWALK REMOVAL AND REPLACEMENT which price shall include the cost of any earth excavation required. The cost of the 2" aggregate subbase shall be included in the cost of the PCC sidewalk. A:\3017\SPPROV Page 2 MANHOLE TO BE ADJUSTED This work shall consist of 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 structure (valve vaults, storm manholes and sanitary sewers) located within the pavement shall be adjusted under this bid item and paid for accordingly. RESTORATION This work shall consist of placing topsoil seed bed preparation, fertilizing, seeding, mulching and watering areas disturbed by the Contractor 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. This work will not be paid for separately but shall be incidental to the contract. BITUMINOUS CONCRETE CURB This work shall consist of constructing a bituminous concrete curb at locations designated on the plans or in the field by the Engineer. All work shall be done in accordance with Section 661 of the Standard Specifications. The Contractor will be required to excavate behind the proposed bituminous curb if necessary and to backfill and restore a wide enough area behind the curb that will produce positive parkway drainage. This work will be paid for at the contract unit price per foot for BITUMINOUS CONCRETE CURB which price shall include any excavation and backfill required, priming the pavement prior to placement and sealing the curb after completion. 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. A:\3017\SPPROV Page 3 The Contractor shall contact the District One Bureau of Traffic at least 72 hours in advance of beginning work. STANDARDS 2298-11 2401 SPECIAL PROVISIONS Traffic Control and Protection Temporary Traffic Control Temporary Traffic Control Devices TRAFFIC CONTROL AND PROTECTION This item of work 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. 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 Contractor 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 Contractor 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 Contractor 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 Contractor 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 Contractor elects to cover conflicting or inappropriate signing, A:\3017\SPPROV Page 4 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 Contractor 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 Contractor 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 Contractor. All traffic control devices shall remain in place until specific authorization for relocation or removal is received from the Engineer. The Contractor 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. 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 Contractor will be provided a sign log of all existing signs within the limits of the construction zone. The Contractor 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 Contractor. All provisions of Article 107.25 of the Standard Specifications shall apply except the third paragraph shall be revised to read: "The Contractor shall maintain, furnish and replace at his own expense, any traffic sign or post which has been damaged or lost by the Contractor or a third party. The Contractor 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. A:\3017\SPPROV Page 5 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-21-1 a). 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 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 in the 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 A:\3017\SPPROV Page 6 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 Contractor. PEDESTRIAN SIDEWALK CONTROL The Contractor 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 out of service at the same time. PUBLIC SAFETY AND CONVENIENCE The Contractor 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 Contractor shall dispatch men, materials and equipment to correct any such deficiencies. The Contractor 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 Contractor shall maintain at least one lane of traffic at all times on two (2) lane roads and at least one lane in each direction on four (4) or more lane roads, during the construction of this project. The Contractor 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 Contractor by complying with these requirements shall be considered as incidental to the contract, and no additional compensation will be allowed. On two (2) lane roads, the Contractor is to plan his work so that there will be no open holes in the pavement and that all barricades will be removed from the pavement during non-work hours. A:\3017\SPPROV Page 7 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 Contractor 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. BASIS OF PAYMENT This work will not be paid for separately but shall be incidental to the contract. 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: 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 A:\3017\SPPROV Page 8 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 49 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. 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. A:\3017\SPPROV Page 9 The cost of this work will not be paid for separately, but shall be incidental to the contract. 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 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 faggers 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 lbs.). A:\3017\SPPROV Page 10 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. 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. A:\3017\SPPROV Page 11 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 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 greater 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. A:\3017\SPPROV Page 12 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 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. A:\3017\SPPROV Page 13 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. 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. A:\3017\SPPROV Page 14 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 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)." Basis of Payment. The cost of this work will not be paid for separately, but shall be incidental to the contract. 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 A:\3017\SPPROV Page 15 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 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 parry, 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:\3017\SPPROV Page 16 _ ( PROPOSAL SUBMITTED BY ,ETURN VA i B1DI Contraco(s Name Street P.Q.3oz C;,y State La Coce STATE OF ILLINOIS I J � Q OCOUNTY OF KENDALL `^" p CITY OF YORKVILLE fu' (Insert name of City,Village.Town or Road District) ,. gF. g9ro , SPECiFiCATiONS, PLANS, z m m^-^^I^ PRGPQ6Al CONTRACT PROPOSAL, J !..0 — V (Stake out mat wnicn is not aoplicaole) Z Z FOR r`- O { THE IMPROVEMENT OF zCO STREET NAME OR ROUTE NO. VARIOUS STREETS IN YORKVILLE U_ SECTION NO. 95-00000-01-GM j I TYPE OFFUNDS MOTOR FUEL TAX r i . — I '~ O 1 TO BE CONSTRUCTED UNDER Z THE PROVISIONS-OF THE ILLINOIS HIGHWAY CODE uomitted AUG 2 1995 Accrcved/Passe ° APPROVED C� _ DEPARTMENT OF TRANSPORTATION rMayoU - For County and Road District Projects Only Ir GATE I: I 3ucmitted/Approved t° — i Cistnct Engineer 6 I County Engineer rSuoenntencent of Fiignways I BLR 5701 (Rev. W94) L IL 4194-0328 Illinois Department Route VAR1uUS STREETS of Transportation Municipality YORKVILLE Notice To Rd. Dist.(Twnshp BRISTOL Bidders County KENDALL RETURN WITH BID Section 95-00000-01-GM Time and Place of Opening of Bids Sealed proposals for the improvement described below will be received at the office of CITY ADMINISTRATOR 111 W. FOX STREET, YORKVILLE, IL 60560 Illinois (address) until 10:00 o'clock AM., AUGUST 24 ,19 95 . Proposals will be opened and read publicly at 10:00 o'clock AM., AUGUST 24 ,1995 at the office of CITY ADMINISTRATOR 111 W. FOX STREET, YORKVILLE IL 60560 (address) Description of Work Name VARIOUS STREETS IN YORKVILLE Length 2346 FEET (0.444 MILES) Location YORKVILLE, IL. AS LISTED ON BLR 8203, MUNICIPAL MAINTENANCE OPERATIONS Proposed Improvement ROAD RESURFACING INCLUDING BITUMINOUS SURFACE REMOVAL, ADJUSTMENT OF UTILITY/DRAINAGE STRUCTURES, SIDEWALK REMOVAL AND REPLACEMENT, BITUMINOUS CONCRETE _LEVELING BINDER AND SURFACE COURSES BITUMINOUS CURB AGGREGATE SHOULDERS- 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 (920.00 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 f. 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) „r / Municipal Cleric Al AV � .� !l[ir > DE irtment inicipa) Maintenance of ,ansportabon operations Location Surface Maintenance Operation Existing Street From To Type Length Width No. Description Quantity PARK ST. ILL RTE 47 LIBERTY ST BIT 902 19 1 BIT MAT PR CT 419 GAL 2 AGG PR CT 7 TON 3 LEV BIN MM "C" T2 91 TON 4 BIT CON SUR CSE C T2 181 TON 5 BIT SUR REM BUTT JT 229 SY 6 SIDEWALK REM REPL 250 SF 7 AGG SHLDS B 64 TON MAIN ST. IYDRAULIC AV MADISON ST BIT 504 0-26 1 BIT MAT PR CT 263 GAL 21 AGG PR CT 4 TON 3 LEV BIND MM "C" T2 76 TON BIT CO" SUR CSE C T2 114 TON 5 BIT SUR REM BUTT JTJ 214 SY 7 AGG SHLDS B 20 TON 9 BIT CONC CURB 480 FT HYDRAULIC AV ILL RTE 47 ADAMS ST BIT 904 22 1 BIT MAT PR CT 614 GAL 2 AGG PR CT 10 TON 3 LEV BIN MM "C" T2 132 TON 4 BIT CON SUR CSE C T2 265 GAL 5 BIT SUR REM BUTT JT 268 SY 6 SIDEWALK REM REPL 2600 SF 7 AGG SHLDS B 43 TON 8 MAN ADJ q EA Submit Four(4)copies to District Engineer BLR 8203 (2-90) IL 494-0652 r YORKVILLE V Lam' 7 APO, ?narol Iam•Far- Sri i / PARK �1 W r + F J I Q i NYORgI/ ;c VA M 1 / J1 i i I �� 7 % ,_ - -SAS-••; --i1 � �; ;--`� 1 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 Y' PAGE NO. Std. Spec. Sec. 1 106 Control of Materials . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 107 Legal Regulations and Responsibility to Public 3 108 Prosecution and Progress . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 406 Bituminous Concrete Binder and Surface Course Class I . . . . . . . . . . . • . • • • • • • • • • • • • . • • . . . . . . . . .. . . . . . 407 Bituminous Concrete Pavement (Full-Depth) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 503 Concrete Structures . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . "o 542 Pipe Culverts . . . . . . . . . . . . . . . . . . . .10 581 Waterproofing Membrane System . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 609 Bridge Approach Pavement and Shoulder Pavement Drains . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 12 610 Shoulder Inlets With Curb . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . 706 Metals . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 720 Portland Cement Concrete . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 744 Flap Gates . . - - • - - - . . . . . . - • 15 . . . . . . . . . . . . . . . . . . . . 6 761 Waterproofing Membrane System . . . . . . . . . . . . . . . . . • • • • • . • • • ; 781 Materials for Planting . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 901 Work Zone Traffic Control (Rev. 02-1 -95) . . . . . . . . . . . . . . . . . 903 Work Zone Pavement Marking 21 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I . . . . . . .. . . . . 22 ,::.. 904 Temporary Concrete 9arrrier . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . RECURRING SPECIAL PROVISIONS PAGE NO. CHECK SHEET ;t Y ( . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23 1 R. R. Protection Liability Form Eff. 6-10-�8) (Rev. 9-29-67) 2 State Required Contract Provisions All Federal-aid Construction Contracts (Eff. 2-1 -69) (Rev. 10-1 -83) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 Specific Equal Employment Opportunity Responsibilities NonFederai-aid Contracts (Eff. 3-20-69) . . 34 (Rev. 1 -1 -94) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . 38 4 Required Provisions - State Contracts (Eff. 4-1 -65) (Rev. 04-1 -93) . . . . . . . . . . . . . . . . . . . . . . . S Asphalt Quantities and Cost Reviews (Eff. 7-1 -8 . . . • • • • • • • -- • • • • • . . . . . 42 6 Subletting of Contracts (Federal Aid Contracts) (Eff. 01 -1 -88)(Rev. 05-1 -93) • • • • • . . . . . .. . .: 43 7 Grading And Shaping Ditches (Eff. 5-1 -93) . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . 44 8 Earthwork (Eff. 7-1 -94)(Rev. 2-1 -95) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 45 9 Construction Layout Stakes Except for Structure (Eff. 05-1 -93) (Rev. 08-1-93) . . . . . . . . . . . 10 Construction Layout Stakes (Eff. 5-1 -93)(Rev. 8-1 -93) . . . . 49 11 Controlled Low-Strength Material (CLSM) (Eff. 1 -1 -90) (Rev. 3-1 -90) . . . . . . . . . . . •• • . Sa 12 Bituminous Surface Removal (Cold Milling) (Eff. 11 -1 -87) (Rev. 4-1S-91) . . . . . . . . . . . . . . . .. 13 Bituminous Surface Treatments Half-Smart (Eff. 7-1 -93) (Rev. 8-1 -93) 52 14 Subseaiing of Concrete Pavements (Eff. 11 -1 -84) (Rev. 02-1 -95) . . • • . . • • .. . . • • • 15 Asphaltic Emulsion Slurry Seal and Fibrated Asphaltic Emulsion Slurry Seal (Eff. 8-1 -89) 59 (Rev. 10-1 -90) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 63 16 Polymer Modified Emulsified Asphalt (Eff. 5-15-89) . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. .. .. • ..•.. • oa 17 Bridge Deck Overlay (Eff. 10-1 -83) (Rev. 10-2-91) • 18 Pipe Underdrains. CA 16, Without Fabric Envelope (Eff. 8-1 -93) (Rev. 6-30-94) . . . . .. . . . . . . . . a0 19 Pipe Underdrains (Eff. 9-9-87) (Rev. 6-30-94) . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 82 X 20 Aggregate Source Certification (Eff. 06-1 -91) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . • . . . . . _ . . 83 . . . . . . . . . . . . . . . 21 Calcium Nitrite Corrosion Inhibitor (Eff. 3-1 -80) (Rev. 6- - 84 22 Sand Module Impact Attenuators (EN. 10-15-76) (Rev. 7-1 -93) . . . . . . . _ . . . . • • . • • • . ' . . ' . _ . 86 23 Traffic Barrier Terminal Type 3B (G.R.E.A.T. SYSTEM) (Eff. 10-1 -86) . . . . . . . . . . . . . . . . . . . . . . 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 91 28 Class A Patches (Eff. 8-1 -94) 29 Pipe Elbows and Tees (Eff. 6-30-94)(Rev. 8-1 -94) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 92 30 National Pollutant Discharge Elimination System Permit (EN. 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) .. . . . . . . . . . . . . . . .. . . . . . . . . . . . . y.. . . . . . . . . . . . . . . 101 38 Coarse Aggregate For Class 1 Bituminous Mixture (Eff. 6-30-94) 103 39 Breakaway Sign Posts (Eff. 6-30-94) . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 104 40 Pavement Patching with Bituminous Surface Removal (Eff. 10-1 -94) . . . . . . . . . . . . . . . . . . . . . . . . 106 ii