Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Resolution 2004-13 B
Resolution for Maintenance of N10is Streets and Highways by Municipality Of Tra Under the Illinois Highway Code BE IT RESOLVED, by the City Council of the (Council or President and Board of Trustees) United City of Yorkville , Illinois, that there is hereby (City,Town or Village) (Name) appropriated the sum of $25,485.60 of Motor Fuel Tax funds for the purpose of maintaining streets and highways under the applicable provisions of the Illinois Highway Code from May 1, 2004 to April 30 2005 BE IT FURTHER RESOLVED, that only those streets, highways, and operations as listed and described on the approved Municipal Estimate of Maintenance Costs, including supplemental or revised estimates approved in connection 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 a 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. I, Elizabeth D'Anna Deputy Clerk in and for the United City (City,Ton or Village) Yorkville , County of Kendall hereby certify the foregoing to be a true, perfect and complete copy of a resolution adopted by the City Council at a meeting on May 11, 2004 (Council or President and Board of Trustees) Date IN TESTIMONY WHEREOF, I have hereunto set my hand and seal this day of c (SEAL) 1" Deputy City Clerk c (City,Town or village) APPROVED Date Department of Transportation A ,,,.t Q District Engineer BLR 4123(Rev.6/2000) lwr101S Depa ment Municipal Estimate of Of Trdr Sp0rLIUW Maintenance Costs reriod from 05/01/2004 to 04/30/2005 Municipality Yorkville Estimated Cost of Maintenance Operations Material. Eauioment or Labor Maintenance Operation Quantity Unit Operation (No.-Description-Total Quantity) Item and Specification and Unit Cost Cost Cost Joint&Crack Fillina Crack Fillina-Section 451 24-272 LB 1.05 $25.485.60 $25.485.60 Total Estimated Maintenance Cost , $25,485.60 Submitted 05/21/2004 Approved ��«� o 7 City Engineer 'y AA L Municipal ial Title District Eng1heer- Submit Four(4) Copies to District Engineer BLR 8202(Rev.7/01) ID3 �,L•'t l�j 1 � -- �/0T Of jr`d( �L .rGtTl Estimate of Time Required Route Various streets Sec�on 04-00000-01-GM Kendall -. Ccunty ProJ ect City of Yorkville - 2004 Joint 6 Crack Fill Unit Rate Days Not TocaJ Item (Check One) Quantity Per pays Affecting pays Q English C-ay Tune Limit Required E] Ltetrlc Earth Excavation and Borrow Excavation Cu. YdsJM3 Embankment Cu. Yds.!N13 P.C. Concrete Pavmen-t S4. YdsJN12 Gravel or Crushed Store Surface Course Curbs and '^,-,tters Lin. FL Grave) or Crushed Stwe Shoulders Concrete in Bnd es and Culverts Cu. YdsJM3 Guard Rail Lin. FL IM P.C. Concrete Base Course Sq. Yds-fM2 .umincus Concrete Binder& Surface Course TcnslTons Crack Filling LB 24272 4500 6 0 6 TonJ Actual Days Requir°d 6 Made b o p 4/23/04 Checked by Date y .ZLI i�l�n 1 r n_[ (�i t-i, 6ti� Yorkville mined . 19 Cistrict Engineer 80E 224(Rcr. 4,9E) 9 1^ V ;) 2 ttiQQ� RETURN WITH BID PROPOSAL SUBMITTED BY rw Contractor's Name Street P.O. Box City State Zip Code STATE OF ILLINOIS Q U) COUNTY OF Kendall O n- City of Yorkville OL t0 (Insert name of City,Village,Town or Road District) U) WL . N (� -p ESTIMATE OF COST,SPECIFICATIONS,PLANS, MATERIAE PROPOSAL,CONTRACT PROPOSAL, Z m . W O 4 W (Strike out that which is not applicable) = U F- 0 Z Z FOR N THE IMPROVEMENT OF Lij O VARIOUS STREETS cr_ LO STREET NAME OR ROUTE NO. 2004 JOINT & CRACK FILLING F- O O SECTION NO. 04-00000-01-GM Z TYPE OF FUNDS MFT W U' Z � TO BE CONSTRUCTED UNDER 0, z THE PROVISIONS OF W THE ILLINOIS HIGHWAY CODE m Submitted Approved/Passed / v APPROVED Arthur F Prochaska, Jr., Mayors iG,� c 1 DEPARTMENT OF TRANSPORTATION r/Mayor/RFes:a_-, _fT-.._ ___ For County and Road District Projects Only Date Submitted/Approved District Engin er County Engineer/Superintendent of Highways IL 494-0328 BLR 5701 (Rev. 10/01) Illinois Department of Transportation Notice to Bidders Route 2004 Joint & Crack Filling RETURN WITH BID County Kendall Local Agency City of Yorkville T Section 04-00000-01-GM Time and Place of Opening of Bids Sealed proposals for the improvement described below will be received at the office of the City Engineer City of Yorkville, 800 Game Farm Road, Yorkville Illinois 60560 Illinois (address) until 11:00 o'clock A M., June 22, 2004 Proposals will be opened and read publicly (date) at 11:00 o'clock A M., June 22, 2004 at the office of the City Engineer (date) City of Yorkville, 800 Game Farm Road, Yorkville, Illinois 60560 (address) Description of Work Name 2004 Joint & Crack Filling Length N/A feet ( N/A miles) Location Various street locations as identified on Location Map Proposed improvement Consists of routing, cleaning, and sealing of joints and cracks in the pavement with Rubberized asphalt cement and traffic control in order to safely perform the project. Bidders Instructions Plans and proposal forms will be available in the office of the City Engineer City of Yorkville, 800 Game Farm Road, Yorkville, Illinois 60560 2. If prequalification is required , the 2 low bidders must file within 24 hours after the letting an "Affidavit of Availability" (Form BC 57), in triplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. One copy shall be filed with the Awarding Authority and 2 copies with the IDOT District Office 3. All proposals must be accompanied by a proposal guaranty as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals contained in the"Supplemental Specifications and Recurring Special Provisions". 4. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals contained in the "Supplemental Specifications and Recurring Special Provisions". 5. Bidders need not return the entire contract proposal when bids are submitted unless otherwise required. Portions of the proposal that must be returned include the following: a. BLR 5701 - Contract Cover d. BLR 5706 - Contract Schedule of Prices (if needed) b. BLR 5704 - Notice to Bidders e. BLR 5707 - Contract Schedule of Prices and Signatures c. BLR 5705 - Contract Proposal f . BLR 5708 - Proposal Bid Bond (if required) 6. The quantities appearing in the bid schedule are approximate and are prepared for the comparison of bids. Payment to the Contractor will be made only for the actual quantities of work performed and accepted or materials furnished according to the contract. The scheduled quantities of work to be done and materials to be furnished may be increased, decreased or omitted as hereinafter provided. BLR 5704(Rev. 10/01) Page 1 of 2 7. Submission of a bid shall be conclusive assurance and warranty the bidder has examined the plans and understands all requirements for the performance of work. The bidder will be responsible for all errors in the proposal resulting from failure or neglect to conduct an in depth examination. The Awarding Authority will, in no case be responsible for any costs, expenses, losses or changes in anticipated profits resulting from such failure or neglect of the bidder. The bidder shall take no advantage of any error or omission in the proposal and advertised contract. 9. __If a special envelope is supplied by the Awarding Authority, each proposal should be submitted in that envelope _ furnished by the Awarding Agency and the blank spaces on the envelope shall be filled in correctly to clearly indicate its contents. When an envelope other than the special one furnished by the Awarding Authority is used, it shall be marked to clearly indicate its contents. When sent by mail, the sealed proposal shall be addressed to the Awarding Authority at the address and in care of the official in whose office the bids are to be received. All proposals shall be filed prior to the time and at the place specified in the Notice to Bidders. Proposals received after the time specified will be returned to the bidder unopened. 10. Permission will be given to a bidder to withdraw a proposal if the bidder makes the request in writing or in person before the time for opening proposals. By Order of City of Yorkville Jackie Milschewski (Awarding Authority) County Engineer/County Superintendent of Highways/Municipal Clerk ote: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent .jss when bids are processed. BLR 5704(Rev. 10/01) Page 2 of 2 Illinois Department of Transportation Special Provisions The following Special Provisions supplement the"Standard Specifications for Road and Bridge Construction", Adopted T January 1, 2002 the latest edition of the"Manual on Uniform Traffic Control Devices for Streets and Highways", and the "Manual of Test Procedures of Materials" in effect on the date of invitation of bids, and the Supplemental Specifications and Recurring Special Provisions indicated on the Check Sheet included here in which apply to and govern the construction of Various Streets, 2004 Joint& Crack Filling , and in case of conflict with any part, or parts, of said Specifications, the said Special Provisions shall take precedence and shall govern. DESCRIPTION OF WORK: This project consists of routing, cleaning, and sealing joints and cracks in flexible pavement with Rubberized asphalt cement on various city streets. Refer to the attached location map. BID SECURITY: Bid security shall be in the form of a bid bond, bank draft, certified or cashier's check in the amount of five (5%) percent of the bid proposal. PREQUALIFICATIONS OF BIDDERS: Prequalifications 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 id these special provisions. No payment will be made for any items or materials until proper certification is submitted to the ngineer. 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 and bituminous materials. The delivery tickets shall be given to the Engineer each day at the end of the working day. WORK SCHEDULE: The Contractor shall complete all work on or before August 31, 2004. The allowed hours of work are between 7:00 AM and 4:00 PM. Equipment shall not be started onsite before 6:45 AM. BASELINES: All work shall be constructed on the streets shown on the drawings or as directed by the Engineer. The Contractor shall have the responsibility for determining cracks to be routed and filled, subject to concurrence of the Engineer. The Contractor's work shall be subject to check and review of the Engineer. CRACK FILLING: In addition to Section 451 of the Standard Specifications, this item shall also be used at curbline joints. All cracks and curbline joints will be routed. Crack Routing shall not be paid for separately, but shall be included in the cost of Crack Filling. TRAFFIC CONTROL AND PROTECTION: The Contractor will handle traffic control as necessary for ease of application and public safety. The Contractor's representative and the Engineer will coordinate traffic control and the application schedule. The city shall distribute letters to the area residents advising them to not park on the street and not wash cars or water lawns on the day the work is performed. This work shall not be paid for separately, but shall be incidental to the contract. - 1 - BLR 5709(Rev.4/02) STREET SWEEPING: The City of Yorkville will be responsible for street sweeping after crack cleaning/routing and crack filling operations are complete. It is the responsibility of the contractor to make sure that the streets are in acceptable condition before beginning work. The city will arrange for street sweeping prior to the Contractor beginning work if needed. -2 - BLR 5709(Rev.4/02) rl (3 I t [ � i I I I S � i t 6� e I 18 16 3� 19 X00 r 20 F ij 1 j 34 C3 29 28 1 P.N.A. Youth i Camp HIGH SCHOOL CD ' C�nMry � �❑�� i i River --i 31 32 O� ^I, t i CRACK; FILLING PROGRAM 7 T F tai �B� LIVY"1 Lit i`< IA I ©00 �,; Chicago Council Boy SCOLAS„of AP 7A j America t O .t " — ' j ! { STREET L J: i''. C 00 O N > m r O ►n M r I-- O O co 0o to � O I- � m O W 0004 000000) 1- Lr) 0) ct t*- OLO Oto it M Ul 000 N Lf r0 — (0000rNOet "tC) W0NNr 0 CM (Or 'ct L (N r r M N F1 a0 C O ° C V � o. C O o N 4) a L _ a ca 'c Z_ Z_ Z_ Z_ ZZZ_ Z_ Z_ Z_ Z_ ZZZZ_ ZZZ Z Zzz yQ 0) J _JJJ _J _J _JJ_ _J _J _J _J _J _J _J _J _J _J _J _J _J LL LL LL LL LL LL LL LL_ E LL_ LL_ LL LL LL LL LL LL LL LL LL LL. LL_ cc Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y J Q c U U U U U U U U U U U U U U U U U U U U U Q o .0 c U U U U U U U U 000000000 U U U U F- � o Z 111 1-1 r r r s U, cC MMMLOLn10 1 LO MLO10 "1 "1 "110 LOA cu '00 (o N ce MMcoNNNNNMNNNNNNNN > MMM N C L C U C c` M I-- r 00 co O co It w JC 0 LO N d' 0 0 0 M 0 w O M w to O w O N O O r LALO I- NNM00 (00C) C) MtO14' toLO I- N (J •V (* r I— 00 r N r r N 00 r r M r r (") U 0 0 � fA w F- F- F- I- I- F- F- F- F- F- F- F- H F- F- F- F- f- F- F- 0 CL CCmmmmmmmmmmmmmmmcom m mmm W O ., O D LL > cr- U F- E � zWZWZZWZU) LLWZZZZWW F- F- ZZ C_ � Z � Z � � Z � Z -' z � � 22zz Z LL 22 FY-- � 2 == w co M: H0I Ow 0WWWWn � J wH n F- -I 0 F- I- F 0 F- F- F- Q LL_ o � >- mwz of000m O > co o LL wwJ ^ 20002 ^ ^ mQ 81 u � � � � � � � w � � � � xzz n � � z ° C 00 F- rMF- azzzQF- F- O wU) U) W wU) w000wmm w wF- F- GUF- ZQQ (l1zzF- Z 'J {{-- F- F- - z I F- LL Q L JS2UUw = 2 � - wF- F- F- w = = oN2 > — O0 >- >- = 0000 - 000 - 00 O O � ��//�� cr 0� n ACAU � � fY � 0000ann Q Of L W � U r. fY � z � V v � OowwOZZQ O aQa ai w w w � 0009C� O J zZa � � °- °a w � oo0 F- F- Ooz - ZJf1WZzwwzu) of D U � 2gF- OF- zw OOWWOWO w F" w 2ZQQUDW WF- Jh- - ZZF- Xwo z W W2 = = UUwC� wa = WF- F- 00F- awJ z = _ 2 CO } >- = w = m 00PP0 >- > — w o � cncnUcnUa � oUUcncnUUW � Y s � U N O cp O r 0 O M O c0 st N M 00 00 ^ M O O r +-' r• c0 LO NON H L N ( O - N M O Cl) r co O I� r N N O N (D co N ch G U m �^ N c* ~O d r Z Q) O O N II ch c0 O N ^ M C7 U m aOO co r- O Orr m O o c1i O cn Cl)° v m O o N N Q1 C C N Y Nr Or- v Oc7Cl) co co C R N 0) M M O Li-00tf N ~ M C-) (NLo 66 T r- N Cr) C N ^ C X O LL �r N ! r- c0 LO vl 0) c0 c7 O O D7 V r Ci N N 0) c0 N c+3 �t Co N N r ' :C r" C 1 X X O LL F LL m v U Cl) N N ° m CL U) M O N Y J N a5 U .. O N L U @ cn a N a s E U) c ° U +0 �'.' Co t0 17 C (� . O N N V O 1`0 Lu + _ � C (0 Q U N N ` U O U C_ Z > c U O Q' a U a cu ti C U C 2 b m `m q) ° m t°o m U -0 FO QQ FO- UCH INDEX FOR - SUPPLEMENTAL SPECIFICATIONS — AND RECURRING SPECIAL PROVISIONS Adopted January 1, 2004 This sheet contains a listing of SUPPLEMENTAL SPECIFICATIONS, frequently used RECURRING SPECIAL PROVISIONS and LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS. ERRATA Standard Specifications for Road and Bridge Construction (Adopted 1-1-02) (Revised 1-1-04) SUPPLEMENTAL SPECIFICATIONS Std. Spec. Sec. Page No. 101 Definition of Terms................................................................................... 1 105 Control of Work........................................................................................ 2 205 Embankment ........................................................................................... 3 251 Mulch ...................................................................................................... 4 440 Removal of Existing Pavement and Appurtenances ................................ 5 442 Pavement Patching ................................................................................. 6 449 Removal and Replacement of Preformed Elastomeric Compression JointSeal ............................................................................................ 7 501 Removal of Existing Structures................................................................ 8 503 Concrete Structures ................................................................................ 9 505 Steel Structures ....................................................................................... 10 506 Cleaning and Painting Metal Structures .................................................. 13 508 Reinforcement Bars ................................................................................ 14 512 Piling 540 Box Culverts............................................................................................. 16 669 Removal and Disposal of Regulated Substances ................................... 18 671 Mobilization .............................................................................................. 19 702 Work Zone Traffic Control Devices ......................................................... 20 1003 Fine Aggregates ...................................................................................... 21 1004 Coarse Aggregate ................................................................................... 22 1020 Portland Cement Concrete ...................................................................... 25 1021 Concrete Admixtures ............................................................................... 32 1022 Concrete Curing Materials ...................................................................... 33 1024 Nonshrink Grout ...................................................................................... 35 1056 Preformed Flexible Gaskets and Mastic Joint Sealer for Sewer and Culvert Pipe ...................................................................... 37 1060 Waterproofing Materials .......................................................................... 38 1069 Pole and Tower ....................................................................................... 39 1070 Foundation and Breakaway Devices ....................................................... 40 1077 Post and Foundation ............................................................................... 42 1080 Fabric Materials ....................................................................................... 43 1083 Elastomeric Bearings .............................................................................. 46 1094 Overhead Sign Structures ....................................................................... 47 1103 Portland Cement Concrete Equipment .................................................... 48 ii RECURRING SPECIAL PROVISIONS -- The following RECURRING SPECIAL PROVISIONS indicated by an "X" are — applicable to this contract and are included by reference: CHECK SHEET# PAGE NO. 1 State Required Contract Provisions All Federal-aid Construction Contracts (Eff. 2-1-69) (Rev. 10-1-83)......................................................................... 49 2 Subletting of Contracts (Federal-aid Contracts) (Eff. 1-1-88) (Rev. 5-1-93) ......... 51 3 EEO (Eff. 7-21-78) (Rev. 11-18-80)..................................................................... 52 4 Specific Equal Employment Opportunity Responsibilities NonFederal-aid Contracts (Eff. 3-20-69) (Rev. 1-1-94)................................ 63 5 Required Provisions - State Contracts (Eff. 4-1-65) (Rev. 4-1-93)....................... 69 6 Reserved ............................................................................................................ 74 7 Asphalt Quantities and Cost Reviews (Eff. 7-1-88).............................................. 75 8 National Pollutant Discharge Elimination System Permit (Eff. 7-1-94) (Rev. 1-1-03)........................................................................... 76 9 Haul Road Stream Crossings, Other Temporary Stream Crossings and In-Stream Work Pads (Eff. 1-2-92) (Rev. 1-1-98)......................................... 77 10 Construction Layout Stakes Except for Bridges (Eff. 1-1-99) (Rev. 1-1-02) ......... 78 11 Construction Layout Stakes (Eff. 5-1-93) (Rev. 1-1-02)....................................... 81 12 Use of Geotextile Fabric for Railroad Crossing (Eff. 1-1-95) (Rev. 1-1-97) .......... 84 13 Asphaltic Emulsion Slurry Seal and Fibrated Asphaltic Emulsion Slurry Seal (Eff. 8-1-89) (Rev. 2-1-97)........................................................................... 86 14 Bituminous Surface Treatments Half-Smart (Eff. 7-1-93) (Rev. 1-1-97)............... 92 15 Quality Control/Quality Assurance of Bituminous Concrete Mixtures (Eff. 1-1-00) (Rev. 1-1-04)........................................................................... 98 16 Subsealing of Concrete Pavements (Eff. 11-1-84) (Rev. 2-1-95)......................... 117 17 Bituminous Surface Removal (Cold Milling) (Eff. 11-1-87) (Rev. 10-15-97) ......... 121 18 Resurfacing of Milled Surfaces (Eff. 10-1-95)...................................................... 123 19 PCC Partial Depth Bituminous Patching (Eff. 1-1-98).......................................... 124 20 Patching with Bituminous Overlay Removal (Eff. 10-1-95) (Rev. 7-1-99)............. 126 21 Reserved ........................................................................................................... 128 22 Protective Shield System (Eff. 4-1-95) (Rev. 1-1-03)............................ .............. 129 23 Polymer Concrete (Eff. 8-1-95) (Rev.1-1-04)....................................................... 131 24 Controlled Low-Strength Material (CLSM) (Eff. 1-1-90) (Rev. 1-1-00).................. 133 25 Pipe Underdrains (Eff. 9-9-87) (Rev. 1-1-98)....................................................... 138 26 Guardrail and Barrier Wall Delineation (Eff. 12-15-93) (Rev. 1-1-97)................... 139 27 Bicycle Racks (Eff. 4-1-94) (Rev. 1-1-97)............................................................ 144 28 Give em a Brake Sign (Eff. 8-1-89) (Rev. 8-1-91)................................................ 146 29 Portable Changeable Message Signs (Eff. 11-1-93) (Rev. 2-1-96)...................... 147 30 Reserved ........................................................................................................... 148 31 Night Time Inspection of Roadway Lighting (Eff. 5-1-96)..................................... 149 32 Reserved ........................................................................................................... 150 33 English Substitution of Metric Bolts (Eff. 7-1-96).................................................. 151 34 English Substitution of Metric Reinforcement Bars (Eff. 4-1-96) (Rev. 1-1-03) 152 35 Polymer Modified Emulsified Asphalt (Eff. 5-15-89) (Rev. 1-1-04)....................... 154 36 Corrosion Inhibitor(Eff. 3-1-80) (Rev. 7-1-99) ..................................................... 156 37 Quality Control of Concrete Mixtures at the Plant-Single A (Eff. 8-1-00) (Rev. 1-1-04)........................................................................... 157 38 Quality Control of Concrete Mixtures at the Plant-Double A (Eff. 8-1-00) (Rev. 1-1-04)........................................................................... 163 39 Quality Control/Quality Assurance of Concrete Mixtures (Eff. 4-1-92) (Rev. 1-1-04)........................................................................... 171 iii CHECK SHEET# PAGE NO. 40 Traffic Barrier Terminal Type 1, Special (Eff. 8-1-94) (Rev. 1-1-03)....................... 185 41 Reserved ............................................................................................................. 186 42 Segregation Control of Bituminous Concrete (Eff. 7-15-97)................................... 187 T 43 Reserved ............................................................................................................. 190 iv LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS Table of Contents CHECK SHEET # PAGE NO. LRS1 Cooperation With Utilities ............................................................ 192 LRS2 Furnished Excavation .................................................................. 194 LRS3 AConstruction Zone Traffic Control ................................................ 195 LRS4 Flaggers In Work Zones .............................................................. 196 LRS5Reserved ..................................................................................... 197 LRS6 X Bidding Requirements And Conditions For Contract Proposals .. 198 LRS7 Bidding Requirements And Conditions For Material Proposals ... 204 LRS8 X Failure To Complete The Work On Time ..................................... 210 LRS9 Bituminous Surface Treatments ................................................... 211 LRS10 Reflective Sheeting Type C ......................................................... 212 LRS11 )(Employment Practices ................................................................. 213 LRS12 )(Wages Of Employees On Public Works ...................................... 215 LRS 13 )(Selection Of Labor ....................................................................... 216 v State of Illinois Department of Transportation ERRATA STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION Adopted: January 1, 2002 Revised: January 1, 2004 Page vi Change "SECTION 501. BITUMINOUS TREATED EARTH SURFACE..." to "SECTION 501. REMOVAL OF EXISTING STRUCTURES...". Page x Change the heading "WIRE AND CABLE" to "LIGHTING, WIRE AND CABLE". Page x Change the heading "CONTROLLER" to "LIGHTING CONTROLLER". Page xi Change the heading "POLE AND TOWER" to "LIGHTING POLE AND TOWER". Page xi Change "SECTION 830. METAL POLES..." to "SECTION 830. LIGHT POLES...". Page A Change the heading "FOUNDATION AND BREAKAWAY DEVICES" to "LIGHTING FOUNDATION AND BREAKAWAY DEVICES". Page xi Change the heading "SIGNAL MAINTENANCE" to "TRAFFIC SIGNAL MAINTENANCE". Page xi Change the heading "CONTROLLERS" to "TRAFFIC SIGNAL CONTROLLERS". Page xii Change the heading "CONTROL EQUIPMENT" to "TRAFFIC SIGNAL CONTROL EQUIPMENT". Page xii Change the heading "WIREWAY AND CONDUIT SYSTEM" to "TRAFFIC SIGNAL WIREWAY AND CONDUIT SYSTEM". Page xii Change the heading "WIRE AND CABLE" to "TRAFFIC SIGNAL WIRE AND CABLE". Page xii Change the heading "POST AND FOUNDATION" to "TRAFFIC SIGNAL POST AND FOUNDATION". Page xii Change the heading "SIGNAL HEAD" to "TRAFFIC SIGNAL HEAD". Page xii Change the heading "DETECTION" to "TRAFFIC SIGNAL DETECTION". vi Page xii Change the heading "MISCELLANEOUS" to "TRAFFIC SIGNAL MISCELLANEOUS". Page xiii Change the heading "REMOVAL AND RELOCATION" to "TRAFFIC SIGNAL REMOVAL AND RELOCATION". Page 12 Article 104.07(d). In the third line of the sixth paragraph change "(B- AC)" to "(B-A-C)". Page 13 Article 104.07(d). In the third line of the ninth paragraph change "(13- AC)" to "(B-A-C)" Page 30 Article 107.16. In the second sentence of the first paragraph delete "Legal Regulations and Responsibility to Public". Page 34 Article 107.22(b). In the fifth line of the first paragraph change "Illinois Department of Conservation" to "Illinois Department of Natural Resources". Page 35 Article 107.22(c). In the seventh line of the first paragraph change "Illinois Department of Conservation" to "Illinois Department of Natural Resources". Page 35 Article 107.22(c)(2). In the first line of the second paragraph change "Department of Conservation" to "Department of Natural Resources". Page 40 Article 107.30. In the third line of the third paragraph change "tp" to "to". Page 46 Article 108.04. In the fourth line of the first paragraph change "40 days" to "ten days". Page 71 Article 202.03. In the fourth line of the fifth paragraph change "sight" to "site". Page 81 Article 205.04(a). In the first line of the second paragraph change "0.5 sq m" to "0.2 sq m". Page 81 Article 205.04(a). In the last line of the fourth paragraph change "205.06" to "205.05". Page 81 Article,205.04(b). In the last line of the first paragraph change "205.06" to "205.05". Page 98 Article 250.07. Change the last CLASS - TYPE listing in the first column from "4 Native Grass 4, 6/" to "4 Native Grass 6/, 8/". Page 110 Article 252.12. In the first line of the fourth paragraph change "250.08" to "250.09". Page 110 Article 252.12. In the second line of the fifth paragraph change "250.08" to "250.09". vii Page 110 Article 252.13. In the second line of the third paragraph change "250.09" to "250.10". Page 130 Article 282.03. Delete the first three sentences of the first paragraph. Page 140 Article 301.05. In the second line of the first paragraph change "Type 8" to "Type B". Page 144 Article 302.08. In the first sentence of the second paragraph change "not than" to "not less than". Page 171 Article 312.31. In the seventh line of the second paragraph change "relative durability" to "minimum relative dynamic modulus of elasticity". Page 183 Article 352.18(a). Revise the first paragraph to read, "Per square meter (square yard) for PROCESSING SOIL-CEMENT BASE COURSE, of the thickness specified." Page 185 Article 353.07. Change "420.10(8)" to "420.10(f)". Page 185 Article 353.11. In the third line of the second paragraph change "(160 ft)" to "(16 ft)". Page 194 Article 355.11. In the fourth line of the first paragraph change "penalties" to "requirements". Page 246 Article 406.23. In the fifth and sixteenth lines of the fifth paragraph change "1102.01(a)(13)" to "1102.01(a)(9)". Page 257 Article 420.02(d). Change 1050" to "1050.01, 1050.02". Page 257 Article 420.02. Delete "(g) Preformed Elastomeric Compression Joint Seals for Concrete......1053.01". Page 301 Article 442.10. In the first line of the second paragraph change "extend" to "extent". Page 302 Article 442.10. In the first sentence of the last paragraph change "Class A, Class B, or Class B (Hinge Jointed)" to "Class A or Class B". Page 321 Article 450.02(b). Add Article "1051.09" for Preformed Expansion Joint Filler. Page 338 Article 501.05. Revise the fifth paragraph to read "Removal of existing pipe culverts will be paid for at the contract unit price per meter (foot) for PIPE CULVERT REMOVAL, which price shall include any headwalls or aprons attached to the culvert." Page 338 Article 501.05. Revise the sixth paragraph to read "Removal of existing slope wall will be paid for at the contract unit price per square meter (square yard) for SLOPE WALL REMOVAL." viii Page 355 Article 503.10(d). In the sixteenth line of the fifth paragraph change "block" to "black". Page 363 Article 503.17(e)(1). Delete the last sentence of the first paragraph. Page 370 Article 504.04(a). In the fourth line of the first paragraph change "594" and "841" to "600" and "900" respectively. Page 380 Article 504.06(c)(6). In the second and sixth lines of the fifth paragraph change "4 °C (40 °F)" to "22 °C (40 °F)". Page 395 Article 505.04(f)(2). Delete the last sentence of the ninth paragraph. Page 395 Article 505.04(f)(2). Add the following paragraph after the ninth paragraph, "The fastening systems shall meet the following requirements:". Page 404 Article 505.04(1)(5). In the fourth line of the first paragraph, change "(32 in.)" to "(1/32 in.)". Page 406 Article 505.04(q)(1). Change subparagraph "(a)" and "(b)" to "a." and "b." respectively. Page 407 Article 505.04(q)(2). In the fourth line of the third paragraph change "ant" to "and". Page 409 Article 505.04(q)(5). In the fourth line of the sixth paragraph change "+20 mm" to "±20 mm". Page 417 Article 505.08(h). In the eighth line of the third paragraph change "mm" to "1 mm". Page 425 Article 506.04(d). In the first line of the first paragraph change "wither" to "either". Page 426 Article 506.04(k). In the first and fourth lines of the first paragraph change "must" to "shall". Page 455 Article 512.14. In the definitions at the top of the page revise the symbol "P" to "p". Page 459 Article 512.18(1). In the second line of the first paragraph change "TEST PILES" to "TEST PILE". Page 465 Article 540.08. In the fifth line of the fourth paragraph change "elects use" to "elects to use". Page 484 Article 542.02(aa). Change "Bank" to "Band". Page 485 Article 542.03. In the material list for Class D pipes, change the reference for Corrugated Polyethylene (PE) Pipe with a Smooth Interior from "Article 1040.23" to "Article 1040.22". ix Page 486 Article 542.03. In the first line of the seventh paragraph, change "Drain, and" to "Drain and". Page 490 Article 542.03, Table IB (English). In the fifth column change the eight occurrences of "0.07" to "0.079", the seven occurrences of "0.10" to "0.109" and the four occurrences of"0.13" to "0.138". Page 492 Article 542.03, Table IC (English). In the third column change the seven occurrences of "0.10" to "0.105", the two occurrences of "0.13" to "0.135" and the two occurrences of"0.16" to "0.164". x Page 499 Article 542.03, Table IIIB (English). Revise the table to read: xi Page 500 Article 542.03, Table IIIC (English). Revise the table to read: xii Page 505 Article 542.04(h). Add the following paragraphs after the first paragraph: "For PVC and PE pipe culverts with diameters 600 mm (24 in.) or smaller, a mandrel drag shall be used for deflection testing. For PVC and PE pipe culverts with diameters over 600 mm (24 in.), deflection measurements other than by a mandrel shall be used. Where the mandrel is used, the mandrel shall be furnished by the Contractor and pulled by hand though the pipeline with a suitable rope or cable connected to each end. Winching or other means of forcing the defection gauge through the pipeline will not be allowed. The mandrel shall be of a shape similar to that of a true circle enabling the gauge to pass through a satisfactory pipeline with little or no resistance. The mandrel shall be of a design to prevent it from tipping from side to side and to prevent debris build-up form occurring between the channels of the adjacent fins or legs during operation. Each end of the core of the mandrel shall have fasteners to which the pulling cables can be attached. The mandrel shall have nine various sized fins or legs of appropriate dimension for various diameter of pipes. Each fin or leg shall have a permanent marking that states its designated pipe size and percent of deflection allowable. The outside diameter of the mandrel shall be 95 percent of the base inside diameter, where the base inside diameter is: (1) For all PVC pipe and Profile Wall PE pipe: as defined using ASTM D 3034 methodology. (2) For all other PE pipe: the average inside diameter based on the minimum and maximum tolerances specified in the corresponding ASTM or AASHTO material specifications. If the pipe is found to have a deflection greater than that specified, that pipe section shall be removed, replaced and retested." Page 508 Article 542.04(h). Delete the first four paragraphs appearing on the page. Page 567 Article 602.04. Delete the second sentence of the third paragraph. Page 579 Article 606.14. In the third line of the second paragraph change "mm (4 in.)" to "MM (4 INCH)". Page 582 Article 609.07. In the third line of the first paragraph change "TYPE C or D INLET BOX STANDARD 609006" to "TYPE B, C or D INLET BOX STANDARD 609006". Page 599 Articles 638.02(a) and 638.02(d). Change "1086" to "1085". xiii Page 635 Article 701.03. Revise the first paragraph to read: "Equipment. Equipment shall be according to the following Articles of Section 1100 - - Equipment:". Page 650 Article 701.06(g). Delete the second paragraph. Page 652 Article 701.08(x). In the third line of the first paragraph change "TARAFFIC" to "TRAFFIC". Page 652 Article 701.08(a). In the seventh line of the first paragraph change "401411" to 701411". Page 652 Article 701.08(a). In the ninth line of the first paragraph change "AT THE LOCATION SPECIFIED" to ", at the location specified". Page 655 Article 702.03(b). Delete the last sentence of the second paragraph. Page 661 Article 703.04. In the eighth line of the first paragraph change "four . degree" to " 45 degree". Page 693 Article 780.10. Revise the second sentence of the ninth paragraph to read "The bond shall be executed prior to acceptance and final payment of the non-pavement marking items and shall be in full force and effect until final performance inspection and performance acceptance of the epoxy, thermoplastic, preformed thermoplastic, and preformed plastic pavement markings." Page 693 Article 780.10. In the twelfth line of the ninth paragraph change "thermoplastic" to "pavement marking". Page 696 Article 781.03(a). In the last sentence of the second paragraph change "ASTM C 881, Type IV, Grade 2 or 3" to "AASHTO M 237". Page 701 Article 801.03. In the second listing of Article 801.03, revise "801.03" to "801.05". Page 715 Article 806.03. In the last sentence of the first paragraph change "the top of the grounding electrode" to "100 mm (4 in.) below the exothermic connection". Page 728 Change the heading "WIRE AND CABLE" to "LIGHTING, WIRE AND CABLE". Page 728 Article 816.03(a). Revise the first sentence of the first paragraph to read, "The unit duct shall be installed according to the NEC, directly from the reels on which the unit duct was shipped, in continuous spans from terminal to terminal without splicing the duct or cables." Page 730 Article 817.03. Revise the third sentence of the sixth paragraph to read, "The cable shall be installed in continuous spans between terminal points and splicing will only be permitted in pole handholes or junction boxes on bridge structures above grade." xiv Page 734 Article 821.07. Revise the third paragraph to read, "The mounting shall provide the correct position of the luminaire as recommended by the - manufacturer and shall be able to withstand assigned loading according to AASHTO. The sign lighting installation shall include all aluminum conduit, fittings, attachment hardware, cable and a disconnect switch with a lockable exterior handle mounted within reach from the walkway". Page 735 Change the heading "CONTROLLER" to "LIGHTING CONTROLLER". Page 735 Article 825.01. Revise the first sentence of the first paragraph to read "This work shall consist of furnishing and installing an electrical control cabinet with control device(s), distribution equipment, foundation, grounding and wiring for control of roadway lighting." Page 738 Change the heading "POLE AND TOWER" to "LIGHTING POLE AND TOWER". Page 738 Change "SECTION 830. METAL POLES" to " SECTION 830. LIGHT POLES". Page 741 Change the heading "FOUNDATION AND BREAKAWAY DEVICES" to "LIGHTING FOUNDATION AND BREAKAWAY DEVICES". Page 745 Article 837.03(b). In the fourth line of the first paragraph change "503.07(a)" to "503.07'. Page 754 Change the heading "SIGNAL MAINTENANCE" to "TRAFFIC SIGNAL MAINTANENCE". Page 756 Change the heading "CONTROLLERS" to "TRAFFIC SIGNAL CONTROLLERS". Page 758 Change the heading "CONTROL EQUIPMENT" to "TRAFFIC SIGNAL CONTROL EQUIPMENT". Page 761 Change the heading "WIREWAY AND CONDUIT SYSTEM" to "TRAFFIC SIGNAL WIREWAY AND CONDUIT SYSTEM". Page 762 Change the heading "WIRE AND CABLE" to "TRAFFIC SIGNAL WIRE AND CABLE". Page 770 Change the heading "POST AND FOUNDATION" to "TRAFFIC SIGNAL POST AND FOUNDATION". Page 772 Article 878.02(a). Change "1087.01(b)" to "1087.02". Page 773 Change the heading "SIGNAL HEAD" to "TRAFFIC SIGNAL HEAD". Page 774 Article 880.03. In the fourth line of the second paragraph change "optic all" to "optically". xv Page 776 Change the heading "DETECTION" to "TRAFFIC SIGNAL DETECTION". Page 786 Article 1001.06. Delete the second paragraph. Page 798 Article 1004.01(c). In the fifth line of the second table, Coarse Aggregate Gradations (English), delete "8±4", the percent of CA 1 passing of the No. 200 sieve. Page 798 Article 1004.01(c). In the sixth line of the second table, Coarse Aggregate Gradations (English), add "8±4" for the percent of CA 2 passing the No. 200 sieve. Page 799 Article 1004.01(c). In notes 4/, 5/, and 6/, replace the four occurrences of°❑" with "+" Page 814 Article 1006.04(b). In the third line of the first paragraph change "A 769M" to "A 709M" and "A 769" to "A 709". Page 815 Article 1006.09. Delete the paragraph after the table. Page 820 Article 1006.25. In the fourth line of the second paragraph change "toinstallation" to "to installation". Page 822 Article 1006.27(b). In the first line of the second paragraph change "ASTM F 669" to "ASTM F 1043". Page 847 Article 1009.05. Delete the last sentence of the first paragraph. Page 847 Article 1009.05(a). In the second line of the first paragraph, change "MP 1" to "M 320". Page 847 Article 1009.05(b). In the second line of the first paragraph, change "MP 1" to "M 320". Page 854 Article 1009.08. Add the following after the table: "The different grades are, in general, used for the following: RC-70 — For prime coats. RC-250 — For road mix surfaces, open-graded aggregate type. RC-800 — For machine mix and traveling plant mix surfaces open- graded aggregate type, for surface treatment and seal coat. RC- 3000 — For machine mix surfaces open graded aggregate type, for surface treatment and seal coat." Page 872 Article 1020.06. Revise the second paragraph to read, "When fly ash, ground granulated blast furnace slag, high-reactivity metakaolin, or microsilica are used as part of the cement in a concrete mix, the water/cement ratio will be based on the total cementitious material contained in the mixture." xvi Page 876 Article 1020.11(c). Revise the last sentence of the seventh paragraph to read "The testing shall be conducted according to the Bureau of Materials and Physical Research's Policy Memorandum, "Field Test Procedures for Mixer Performance and Concrete Uniformity Tests"." Page 877 Article 1020.11(c). Revise the second sentence of the ninth paragraph to read "The Contractor shall furnish the labor, equipment and material required to perform the testing according to the Bureau of Materials and Physical Research's Policy Memorandum, "Field Test Procedures for Mixer Performance and Concrete Uniformity Tests", with the cost being included in the unit bid prices for the various items of Portland Cement Concrete involved.". Page 887 Article 1020.13(d)(4). Revise the second sentence of the first paragraph to read, "On non-traffic surfaces which receive protective coat according to Article 503.19, a linseed oil emulsion curing compound meeting the requirements of Article 1022.01 will be permitted between April 16 and October 31 of the same year, provided it is applied with a mechanical sprayer meeting the requirements of Article 1101.09(b)." Page 905 Article 1050.02. In the second line of the first paragraph change "ASTM D 3405" to "ASTM D 6690". Page 932 Article 1067.01(x)(1). Revise the first paragraph to read, "The lamp socket shall be mogul type, glazed porcelain, one piece rolled threads with stationary socket lead connectors that will not move during lamp insertion and removal. It shall be provided with a grip or suitable device to hold the lamp against vibration. The rating of the socket shall exceed the lamp starting voltage, or starting pulse voltage rating." Page 933 Article 1067.01(a)(5)a. Delete the last two sentences of the sixth paragraph. Page 934 Article 1067.01(a)(5)b. Revise the fifth sentence of the third paragraph to read, "Proper ignition shall be provided over a range of-15 percent to +5 percent of rated voltage." Page 938 Article 1067.01(c)(1)a. In the first line of the second paragraph change "60 to 75 mm (2 3/8 to 3 in.)"to "50 to 60 mm (2 to 2 3/8 in.)". Page 945 Article 1067.01(f)(2)e. At the end of the first sentence of the first paragraph change "maximum voltage of 3,300 volts." to "rated voltage of 600 V.". Page 954 Article 1068.01(e)(2)h. In the third line of the first paragraph change "350" to "377", "520" to "560" in the fourth line and "illmination" to "illumination" in the fifth line. Page 960 Article 1069.01(b)(2)d. In the eleventh line of the first paragraph change "anit-sieze" to "anti-seize". xvii Page 964 Article 1069.01(c)(1). In the fourth line of the second paragraph change "10" to "11". Page 967 Article 1069.01(c)(2)c.2. Revise the first sentence of the second paragraph to read "The davit arm shall have a 90 mm (3 1/2 in.) minimum inside diameter at the slip joint." Page 967 Article 1069.01(c)(2)c.2. In the fourth line of the second paragraph change "50 mm (2 in.)" to "60 mm (2 3/8 in.)". Page 969 Article 1069.01(c)(3)b.2. In the second line of the second paragraph revise "50 mm (2 in.)" to "60 mm (2 3/8 in.)". Page 972 Article 1069.01(e)(4). Revise the second sentence of the first paragraph to read, "Poles shall have a single piece shaft with a 250 mm (10 in.) minimum outside bottom diameter at ground line, tapering to a 130 mm (5 in.) minimum outside top diameter." Page 978 Article 1069.04(b). In the first line of the eighth paragraph change "door" to "pocket door". Page 981 Article 1069.04(d)(1). In the fourth line of the second paragraph change "Feferal" to "Federal". Page 981 Article 1069.04(d)(3). In the first line of the first paragraph change "Towrs" to "Towers". Page 1020 Article 1079.02. Change second subparagraph "(b)" to "(c)". Page 1048 Article 1086.01(a)(7). Add the following to the end of the first paragraph, "Where installed in a heavy salt spray environment, the enclosure shall be stainless steel." Page 1058 Article 1090.03. In the first sentence of the sixth paragraph, change "ASTM 276" to "ASTM A 276". Page 1094 Article 1095.05(k). Delete the second sentence of the fifth paragraph. Page 1095 Article 1095.06. In the fourth line of the third paragraph change "R," to „RL„ Page 1152 Change "DETECOR LOOP" to "DETECTOR LOOP". Page 1160 In the Index of Pay Items, change the following referenced page number: Sand Backfill from "533" to "553". Page 1162 In the Index of Pay Items, change the following referenced page number: Thermoplastic Pavement Marking from "639" to "693". Page 1162 In the Index of Pay Items, change the pay item "TREE TRUCK PROTECTION" to "TREE TRUNK PROTECTION". xviii Page 1165 In the subject Index change the following referenced page numbers: Aboriginal Records and Antiquities from "26" to °33". - Backfill, for pipe drains from "657" to "561". Backfill, for pipe underdrains from "658" to "561". Backfill, for sight screens from "600, 604" to "601, 605". Backfill, for underground storage tanks from "616"to "626". Page 1166 In the subject Index change the following referenced page numbers: Bolts, anchor from "368" to "356". Bolts, high strength steel from "422" to "393". Bolts, turned and ribbed from "421" to "393". Cable, road guard from "712" to "595". Chemical Adhesive from "1053" to "899". Concrete, collars from "595" to "512". Concrete, Materials, haul time from "874" to "880". Controller, master from "996" to "757". Curb, bituminous shoulder from "727" to "606". Curb, concrete shoulder from `729" to "607". Page 1167 In the subject Index change the following referenced page numbers: Ditch, paved, removal from "303" to "283". Elastic Joint Sealer from "651" to "555". Fence, chain link from "610"to "608". Fiber Optic Cable from "1187" to "764". Fiberglass Fabric Repair System from "335" to "308". Fire Hydrant, moving from "632" to "538". Flaggers from `776" to "638". Foundations, concrete, for sign structures from "818" to "682". Gates, sluice from "688" to "580". Grout, epoxy, materials from "897" to "898". Guardrail, temporary from "801" to "665". Page 1168 In the subject Index change the following referenced page number: Mulch from "96" to "104". Page 1169 In the subject Index change the following referenced page numbers: Patching, class A, B, C & D from "228" to "288". Pavement Marking from "823" to "687". Pole, metal light from "971" to `738". Page 1170 In the subject Index change the following referenced page numbers: Reinforcement Bars from "482" to "434". Rumble Strips, temporary from '791" to "653". Screen, chain link fence sight from "722" to "602". Screen, glare from `718" to "599". xix Page 1171 In the subject Index change the following referenced page numbers: Signs, construction from "1221" to "1042". Signs, maintenance of from "1225' to "1045". Slope Wall from "494" to 442". Sodium Chloride, Material from "1012" to "860". Terminals, traffic barrier from "702" to "589". Page 1172 In the subject Index change the following referenced page numbers: Trench, for electrical work from "860" to `726". Vaults, valve from "665" to "566". Waiver of Legal Rights from "343" to "43". Waterproofing, railway structures from "634" to "539". xx LR 109 Page 1 of 1 State of Illinois Department of Transportation Bureau of Local Roads and Streets T SPECIAL PROVISION FOR CONTRACT CLAIMS Effective: January 1, 2002 Revised: May 1, 2002 All references to Sections or Articles in this specification shall be construed to mean specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation. 109.09 Contract Claims. Revise the second sentence of subparagraph (a) of Article 109.09 to read: "All claims shall be submitted to the Engineer." Revise subparagraph (e) of this Article to read: "Procedure. All Claims shall be submitted to the Engineer. The Engineer shall consider all information submitted with the claim. Claims not conforming to this Article will be returned without consideration. The Engineer may schedule a claim presentation meeting if in the Engineer's judgement such a meeting would aid in resolution of the claim, otherwise a decision will be based on the claim documentation submitted. A final decision will be rendered within 90 days of receipt of the claim. Full compliance by the Contractor with the provisions specified in this Article is a contractual condition precedent to the Contractor's right to seek relief in the Court of Claims. The Engineer's written decision shall be the final administrative action of the Department. Unless the Contractor files a claim for adjudication by the Court of Claims within 60 days after the date of the written decision, the failure to file shall constitute a release and waiver of the claim." ISP 04-47 Page 1 of 1 Flagger Vests Effective: April 1, 2003 Revise the first sentence of Article 701.04(c)(1)of the Standard Specifications to read: "The flagger shall be stationed to the satisfaction of the Engineer and be equipped with a fluorescent orange, fluorescent yellow/green or a combination of fluorescent orange and fluorescent yellow/green vest meeting the requirements of the American National Standards Institute specification ANSI/ISEA 107-1999 for Conspicuity Class 2 garments and approved flagger traffic control signs conforming to Standard 702001 and Article 702.05(e)." Revise Article 701.04(c)(6)of the Standard Specifications to read: "(6) Nighttime Flagging. The flagger station shall be lit by additional overhead lighting other than streetlights. The flagger shall be equipped with a fluorescent orange or fluorescent orange and fluorescent yellow/green garment meeting the requirements of the American National Standards Institute specification ANSI/ISEA 107-1999 for Conspicuity Class 2 garments." ISP 04-83 Page 1 of 1 Work Zone Traffic Control Devices Effective: January 1, 2003 Revised: April 1, 2003 Add the following to Article 702.01 of the Standard Specifications: "All devices and combinations of devices shall meet the requirements of the National Cooperative Highway Research Program (NCHRP) Report 350 for their respective categories. The categories are as follows: Category 1 includes small, lightweight, channelizing and delineating devices that have been in common use for many years and are known to be crashworthy by crash testing of similar devices or years of demonstrable safe performance. These include cones, tubular markers, flexible delineators and plastic drums with no attachments. Category 1 devices shall be crash tested and accepted or may be self-certified by the manufacturer. Category 2 includes devices that are not expected to produce significant vehicular velocity change but may otherwise be hazardous. These include drums and vertical panels with lights, barricades and portable sign supports. Category 2 devices shall be crash tested and accepted for Test Level 3. Category 3 includes devices that are expected to cause significant velocity changes or other potentially harmful reactions to impacting vehicles. These include crash cushions, truck mounted attenuators and other devices not meeting the definitions of Category 1 or 2. Category 3 devices shall be crash tested and accepted for Test Level 3. Category 4 includes portable or trailer-mounted devices such as arrow boards, changeable message signs, temporary traffic signals and area lighting supports. Currently, there is no implementation date set for this category and it is exempt from the NCHRP 350 compliance requirement. The Contractor shall provide a manufacturer's self-certification letter for each Category 1 device and an FHWA acceptance letter for each Category 2 and Category 3 device used on the contract. The letters shall state the device meets the NCHRP 350 requirements for its respective category and test level, and shall include a detail drawing of the device." Delete the third,fourth and fifth paragraphs of Article 702.03(b)of the Standard Specifications. Delete the third sentence of the first paragraph of Article 702.03(c)of the Standard Specifications. Delete the fourth paragraph of Article 702.05(a)of the Standard Specifications. Revise the sixth paragraph of Article 702.05(a)of the Standard Specifications to read: "When the work operations exceed four days, all signs shall be post mounted unless the signs are located on the pavement or define a moving or intermittent operation. When approved by the Engineer, a temporary sign stand may be used to support a sign at 1.2 m (5 ft) minimum where posts are impractical. Longitudinal dimensions shown on the plans for the placement of signs may be increased up to 30 m (100 ft) to avoid obstacles, hazards or to improve sight distance, when approved by the Engineer. "ROAD CONSTRUCTION AHEAD" signs will also be required on side roads located within the limits of the mainline "ROAD CONSTRUCTION AHEAD" signs:" Delete all references to "Type 1A barricades" and "wing barricades" throughout Section 702 of the Standard Specifications. Kendall County Prevailing Wage for May 2004 Page 1 of 6 Kendall County Prevailing Wage for May 2404 Trade Name RG TYP C Base FRMAN *M-F>8 OSA OSH H/W Pensn Vac Trng ASBESTOS ABT-GEN ALL 29. 000 29.750 1.5 1. 5 2 . 0 4. 170 3.380 0.000 0. 170 ASBESTOS ABT-MEC BLD 23.300 24.800 1.5 1.5 2 . 0 3. 640 5 .520 0. 000 0. 000 BOILERMAKER BLD 35. 6600 38. 800 2. 0 2. 0 2. 0 4 . 550 5. 690 0. 000 0.210 BRICK MASON BLD 30.550 32.550 1.5 1. 5 2 . 0 4. 950 5. 860 0. 000 0.550 CARPENTER ALL 33. 320 34. 820 1.5 1. 5 2 . 0 4. 930 4.150 .0. 000 0. 440 CEMENT MASON ALL 31.000 34. 100 2 .0 1.5 2 . 0 4. 800 7. 060 0. 000 0. 050 CERAMIC TILE FNSHER BLD 24. 450 0. 000 2.0 1. 5 2. 0 4.750 3.950 0.000 0.210 COMMUNICATION TECH BLD 29. 680 31.480 1.5 1 .5 2 . 0 5.390 6. 830 0.000 0.590 ELECTRIC PWR EQMT OP ALL 26. 940 34.540 1.5 1.5 2 . 0 3.250 6.740 0. 000 0. 130 ELECTRIC PWR GRNDMAN ALL 20. 970 34.540 1.5 1. 5 2 . 0 3.250 5.240 0. 000 0. 100 ELECTRIC PWR LINEMAN ALL 31. 980 34.540 1.5 1. 5 2. 0 3.250 8.000 0.000 0. 160 ELECTRIC PWR TRK DRV ALL 21. 640 34.540 1.5 1.5 2 . 0 3 .250 5. 410 0.000 0. 110 ELECTRICIAN BLD 35. 910 39. 500 1.5 1. 5 2. 0 5.390 8.260 0.000 0. 720 ELEVATOR CONSTRUCTOR BLD 37.245 41.900 2 . 0 2 . 0 2 . 0 6. 525 3. 150 2.230 0. 340 FENCE ERECTOR ALL 32. 490 33. 840 2. 0 2. 0 2. 0 5.440 11.82 0. 000 0.230 GLAZIER BLD 29.000 30.000 1.5 2 . 0 2 . 0 5.340 7. 900 0.000 0. 400 HT/FROST INSULATOR BLD 30.450 32.200 1.5 1.5 2 . 0 6. 810 8.010 0.000 0.230 IRON WORKER ALL 32. 490 33. 840 2 .0 2 . 0 2 . 0 5 . 440 11. 82 0. 000 0.230 LABORER ALL 29. 000 29.750 1.5 1. 5 2 . 0 4. 170 3.380 0.000 0. 170 LATHER BLD 33.320 34.820 1.5 1.5 2 . 0 4.930 4. 150 0.000 0. 440 MACHINIST BLD 33.230 34.980 2. 0 2. 0 2. 0 3.200 3. 600 2.290 0. 000 MARBLE FINISHERS ALL 24. 050 26.050 1.5 1.5 2 . 0 4. 470 5.860 0.000 0.550 MARBLE MASON BLD 30.550 32.550 1.5 1.5 2 . 0 4.950 5.860 0. 000 0. 550 MILLWRIGHT ALL 33.320 34.820 1.5 1.5 2.0 4. 930 4.150 0.000 0. 440 OPERATING ENGINEER BLD 1 35.700 39.700 2.0 2. 0 2 .0 5. 700 4.500 1.800 0.550 OPERATING ENGINEER BLD 2 34. 400 39.700 2.0 2.0 2. 0 5.700 4.500 1.800 0.550 OPERATING ENGINEER BLD 3 31.850 39.700 2.0 2 . 0 2. 0 5.700 4.500 1. 800 0.550 OPERATING ENGINEER BLD 4 30. 100 39. 700 2. 0 2.0 2. 0 5. 700 4.500 1. 800 0.550 OPERATING ENGINEER HWY 1 33.900 37 . 900 1.5 1. 5 2. 0 5.700 4.500 1. 800 0. 550 OPERATING ENGINEER HWY 2 33.350 37. 900 1. 5 1.5 2 . 0 5. 700 4.500 1. 800 0.550 OPERATING ENGINEER HWY 3 31.300 37 .900 1.5 1. 5 2 . 0 5.700 4. 500 1. 800 0. 550 OPERATING ENGINEER HWY 4 29. 900 37 . 900 1.5 1. 5 2 . 0 5.700 4.500 1.800 0. 550 OPERATING ENGINEER HWY 5 28.700 37. 900 1.5 1. 5 2 . 0 5.700 4.500 1. 600 0.550 ORNAMNTL IRON WORKER ALL 32.490 33. 840 2 . 0 2 . 0 2 . 0 5. 440 11.82 0. 000 0.230 PAINTER ALL 30. 980 31. 980 1.5 1.5 2. 0 4. 400 3.700 0.000 0.300 PAINTER SIGNS BLD 25. 150 28.240 1.5 1. 5 1 . 5 2 . 600 2.010 0.000 0. 000 PILEDRIVER ALL 33.320 34.820 1.5 1. 5 2. 0 4. 930 4. 150 0. 000 0. 440 PIPEFITTER BLD 33. 010 35.010 1.5 1.5 2. 0 5.550 6.240 0. 000 0.800 PLASTERER BLD 29.990 30. 990 1.5 1. 5 2. 0 4 . 500 5. 450 0. 000 0. 400 PLUMBER BLD 33. 010 35. 010 1.5 1. 5 2. 0 5. 550 6.240 0.000 0.800 ROOFER BLD 31. 450 33. 450 1.5 1. 5 2 . 0 4.790 2 . 630 0.000 0.330 SHEETMETAL WORKER BLD 32.530 34.280 1.5 1. 5 2. 0 5. 170 6.390 0.000 0. 440 SIGN HANGER BLD 26. 070 27. 570 1.5 1. 5 2. 0 3.800 3.550 0. 000 0. 000 SPRINKLER FITTER BLD 33.500 35.500 1.5 1.5 2 . 0 6. 600 5. 000 0. 000 0. 450 STEEL ERECTOR ALL 32. 490 33. 840 2.0 2 . 0 2. 0 5. 440 11.82 0. 000 0.230 STONE MASON BLD 30.550 32.550 1.5 1.5 2. 0 4. 950 5. 860 0.000 0.550 TELECOM WORKER ALL 22. 900 24. 400 1.5 1.5 2. 0 3. 000 2.650 1. 430 0.000 TERRAZZO FINISHER BLD 25. 140 0. 000 2.0 1.5 2. 0 5.450 4. 630 0.000 0.200 TERRAZZO MASON BLD 29. 050 30.550 2.0 1.5 2 . 0 5. 450 5.550 0.000 0. 160 TILE MASON BLD 29. 850 31.850 2.0 1. 5 2. 0 4.750 4.750 0. 000 0. 430 TRUCK DRIVER ALL 1 29. 040 29.590 1.5 1. 5 2 . 0 4. 825 3.275 0. 000 0. 000 TRUCK DRIVER ALL 2 29.190 29.590 1.5 1.5 2. 0 4. 825 3.275 0.000 0. 000 TRUCK DRIVER ALL 3 29.390 29.590 1.5 1.5 2. 0 4. 825 3.275 0. 000 0.000 TRUCK DRIVER ALL 4 29. 590 29.590 1.5 1. 5 2 . 0 4. 825 3.275 0.000 0. 000 TUCKPOINTER BLD 32.200 33.200 1.5 1 .5 2. 0 3. 760 5. 590 0. 000 0. 580 Legend: j t 3 z N O o w J Q r N O u m cr M z m W LJ r aa'_^ N N o Es OO n cL N W Q m O — CC a N a L Q N " Im zcc a mm JO IL I I I as O aJ O a p¢ ° _� m N O in I I I Z N o Q o m c C 0 o • o� ma = gym 0 n V m m I o I C v I r O O+ O _ L — O� I m a O C 3 I �o I uLim I n LOO I O O C o E 009 °- 009 m ;o° I Lm ° - c 0 m L s o E C U m O m O >a I U m N L U m E J o a O _m o co c D O ` N m n 3 IO C L O m I JE — o I m I m I L f I m� I'• D P �mm omm ° V7 OL ] vi mm m L 3 Z m I �vE m«C N L<« EO aa—m°a O ONO L n U N uOj C m O D °oom I m ¢ L ,,m OU « as I mmo I Nm c`o°m Q °mcnn n> > oca 0.9 L:L: o c O F U Yo �=° «Oc m C o aS C c ° —m m a a P c om` n�Iy 5n�+� on -°aa� Q aLa V U mm om a0 I o� ac0C V U v$ °. Tcc r� om«E ooa o m 3 E I oa >'c Co I m. L m> Loa o o E LL+a m c n ``m o Lot _ iss.Eu 1-1-91 I I I fi I I I _E E b 'J o � ® 3 S f pp x OL c a 8 �_ I °pC«°E �Lmat 000 N� 3 C I W .YEoo; oaton coon ` J z" 04 S E I O °paond r�+gym oEV ►-A+ Z s3`c ooNt Ec- oE c0v° < u�C�°cE �EOEN o+a �g� NWQ m I �E°°>:P _°mo2E °c°�� s`7 �OW a c Z -v7Sc«E cm°oH -°mss ti ,s4 F I W vmvo+oY oDO �- ■ 3 Q 0 °Em'°,o +ocoo .ocmi � 0 L 0 o t m 0 °V m 0 0 E p 4:00VEEm M;5 0o -+E 00 � Vf I o ^ Cm ° o ) o c o o #f p 2-0 E I E OLLk m- > + v a > c a v a m I ¢o° o¢�- • � � m o_ +�4 0 8 N 3 L 0 0 ■ OSi t `c J ° o 1 c L 0 E 0 l ° G U L U J _m 0 co O ° C.00S1 L t ■ OSI } o° c s c ° 0 O Y c O Y ; N 3 1 _C E I z m 0 I � ~ s a a L V L°mo m m �lc- J m 0 0 0 m}+L pS ° m Q O O J c m I m m U CC IS4fD HT E - O L U O r p a om^ E]m E L c O LID 0 R 00, 0 c L < �aUQ tiOQ I 7 m 4 Q t _ m > o o a Q O m c 1..1...N L - L !� W m Z N v N m E m O W O O m c U(—) n D Q ` Z =c J LO CL U> CC aPOQ W Q N` N W Q O O Q W 3-N O N c J w t y` Q Z \ N C C 7777 Q � rE Q N E °L (� E 07 L i m O F— cn m pu EN / (9V U « a 0 O N (9£) °n 006 ` + 006 W m m > co E Z - O C O O p t N a C w y w T m av E 9C5 m L O= m n � O m ¢ E L m i s Z, 00£ rml U W W fr7m r 17 0 0 Q c c d Z Z U CL o ,w Z O Q ' Q o U m U n°o m •Uiw 009 C= a (9£) LLJ N bl W 006 • 'UlW W Z•j � � m L 7 O m L O m O N n_ L p F6 m O _ N p c O c 1— W o C Q N. x ; LLJ E (b) (b) @1 (b) 561001001001 J C cr cr W E Q (HZ) W co 001 J E (n N X .-. W W ... Q_ LLJ •u)w w gt (%-9Z) °Z 006-001 ° O o fJ o O N � n_ N W W o m (b-£) O 001-S1 cr Q (9) � U OSj U CC (Z1 J E Q OS (b) W 0 m LLJ W b awm o-ai (%) a 'Ulw 006 8 p 006 OSb c e o ZI �o O U b Y € 5 0 c • u L N m J N mE ; u Q = c L �I N N o u ° N N O Za mo m O W o 0 0 o Na mm z E n v °+ o m t w� O 75 om JU Q� U CG N W z Q Y-1 O O OC �O O N N mm LL D Q O m H N m ~ o; LL- I, Z a cC Q Z w A cr Z C N NL �J o 00 00 =^ c0 I..._. y Vim' Y EN O�x O N m 31� o P E C z X v N o O= V CN 2. v1aN yE Boa o0E ID U m wo 31 L N O Z c N (bZ) 009 (U (57 51( SZE N P ° ( — m V- N m m ° C L W m O O W N I I V O � N� v m W Ob w X-; o Z V) Z m J 2, a I O N 3 W 06 U • 'u(w w b•Z W U J _ ^t �l) � C7 V)C)0-CL (ZI) a D w S,t'uiw 00£ m '� W we CE om cr 00 Q N LL > cr m O p O > O mw C E � W O W N O O � o w O •.: VI z 0 0 C:0.0 m V1 C. E 7 0 o 0 a m mm�u m a QOL' C oL w0.o0 °m ° E p O m C m - o uoQJn -u(w LU w !•Z +o E+ t mL IoJnJ -u!w (,S) w S i °° -m c 00 N mw E + O I w 0 E 0 m �E 0.Q0 _m V) mC.a Z 0F� U E ] V) ao o ` I ao_0 I - O o°°D N ma Ec a rrn E Q°a uoQJn t.9) w ti•t Z v m N fi W iv Qa IOJnJ (.b) w Z't mamma ri > m 4 -0 O oLL> $ § g 03 g nmoo E� LCI]a 5 m OE I--- O2L0 o� V) 'a c0 ^ O LM 1E +uawenoG }o a6p3 O_ o l o o e c mm m v u O LL Oa n V _ 0 w O N CD J O C N L O ° v C L N 0 • IO 7 m P w N O ° c� m r Zln N v>3 � m OU W c L o U O c L U> C _ W m m L Z Q p L Q N °L F- EN N mo m N m N z E am J « n U 1 N E JE cr 1- N o m m 0 l t `� N O .9 OR C C L=O - L Q V T } OZOr m D n t m h O C-m Op m �? °mE° I II s I D = _ `TEEN TO E Q 0�-UD O I II m l EO f- o c s m QD3T0 ow O N p o��..: a ¢ °�mEh I I I DI};DJl to O n n - L °C c C n N O W n-NLL` I II I a o Z��-°o « Z •xow LOOI) w 0£ a m c , �' N n U m E L Q m p vlw (,OE) w I.6 n q a I II p a 2° W NorCa2«4 c(n wmt m �UL m93O I II I L I I I I my PO W N Q A(z�i£) I fZ�d K ll, £i � Q O O m N Z o x o Z N w E vo O O c z o Ln J E "0 1f iD o a o Q U W mD= E p, L-x c C U N v" w -Z°T J W CO m N m U d C) 0_ Q Q V �TmC� Q r aW r °EE_ -� ulw w Z•I -ulw w I•Z o o- J m .3 T n° a 0] Dmm°h >- z TvcE H (n _ 000cc O EoaPNm W C m m W P L c N O d E W Q N C°-m T° } WJ O m OJ CID NL L°L E (� E U L.'D-L L 0 in 0> c N+L m D.D °- ter« o O E ¢ o°« 'UIW !O 0 O p (L' --- 0, 0> 0 C> (,U I Q .. °H c°n° ¢sun 1-1 e7 O51 'u)w w I'Z � m Y -c c w°�_C=° p ¢D 3 2 X 0 5 W ti C <Z <m D E a C , � e � Up F g (bZ) 009 'u)w w g•I f . Illinois Department of Transportation Proposal Various Streets Route 2004 Joint& Crack Filling County Kendall RETURN WITH BID Local Agency Citv of Yorkville Section 04-00000-01-GM T 1. Proposal of for the improvement of the above section by the construction of the routing, cleaning, and sealing of joints and cracks in the pavement with hot poured rubberized sealer including traffic control for project safety. a total distance of N/A feet, of which a distance of N/A feet ,( N/A miles) are to be improved. 2. The plans for the proposed work are those prepared by City of Yorkville and approved by the Department of Transportation on 3. The specifications referred to herein are those prepared by the Department of Transportation and designated as "Standard Specifications for Road and Bridge Construction" and the"Supplemental Specifications and Recurring Special Provisions" thereto, adopted and in effect on the date of invitation for bids. 4. The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the"Check Sheet for Recurring Special Provisions" contained in this proposal. The undersigned agrees to complete the work within working days or by 08/31/2004 unless additional time is granted in accordance with the specifications. 6. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for contract Proposals, will be required. Bid Bonds ® will ❑ will not be allowed as proposal guaranties. Accompanying this proposal is either a bid bond if allowed, on Department form BLR 5708 or a proposal guaranty check, complying with the specifications, made payable to: City Treasurer of City of Yorkville the amount of the check is ) 7. In the event that one proposal guaranty check is intended to cover two or more proposals, the amount must be equal to the sum of the proposal guaranties, which would be required for each individual proposal. If the proposal guaranty check is placed in another proposal, it will be found in the proposal for: Section Number 8. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the Bid Bond or check shall be forfeited to the Awarding Authority. 9. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. 10. A bid will be declared unacceptable if neither a unit price nor a total price is shown. 11. The undersigned firm certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. The undersigned firm further certifies that it 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. 12. The undersigned submits herewith the schedule of prices on BLR 5706 covering the work to be performed under this contract. BLR 5705(10/01) y. Illinois Department of Transportation Schedule of Prices Various Streets Route 2004 Joint & Crack Filling County Kendall Local Agency Yorkville Section 04-00000-01-GM RETURN WITH BID (For complete information covering these items, see plans and specifications) Item No. Items Unit Quantity Unit Total Price 1 Crack Filling LB 24272 Carried forward from Page Page Total To be carried forward to Pa e ) BLR 5706(Rev. 3/02) Page 1 of 2 a ' • Illinois Department of Transportation Schedule of Prices - Agency City of Yorkville RETURN WITH BID Section No. 04-00000-01-GM (For complete information covering these items, see plans and specifications) Item. Unit No Items Unit Quantity Price Total 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 schedule below. Schedule of Multiple Bids Combina- tion Letter Sections Included in Combination Total Page 1 of 2 BLR 5707(Rev.7/01) (If an individual) Signature of Bidder Business Address (If a partnership) Firm Name Signed By Business Address Insert Names and Addresses of All Partners "f a corporation) Corporate Name Signed By President Business Address President Insert Names of Secretary Officers Treasurer Attest: Secretary Page 2 of 2 BlR 5707(Rev. 7/01) Illinois Department of Transportation Division of Highways/ District 3 700 East Norris Drive/ Ottawa, Illinois/61350-0697 Telephone 815/434-6131 May 26, 2004 Ms. Jacquelyn Milschewski City Clerk 800 Game Farm Road Yorkville, IL 60560 CITY- MFT Yorkville Section 04-00000-00-GM Dear Ms. Milschewski: The supplemental resolution adopted by the City Council on May 11, 2004 appropriating $25,485.60 of Motor Fuel Tax funds for the maintenance of streets and highways in the city from May 1, 2004 to April 30, 2004 was approved today. With the additional funds appropriated above, a total of $88,917.60 of Motor Fuel Tax funds has been appropriated for this program. The supplemental municipal estimate of maintenance costs for $25,485.60, the maintenance engineering statement, and contract proposal were also approved today Authorization to expend Motor Fuel Tax funds will be given upon approval of a contract for this section. Bids are required for purchases of materials if the expenditures exceed $10,000 during any calendar year either (1) for the same type of material or (2) from any one vendor if the purchase includes the placement or incorporation of the material. Ms. Jacquelyn Milschewski May 26, 2004 Page 2 One copy of the approved maintenance papers has been forwarded to Joseph Wywrot. If you have any questions or require additional information, please contact Roger Blakley at 815-434-8495. Sincerely, Diane O'Keefe, P.E. District Engineer By: James R. Threadgill III, P.E. District Local Roads & Streets Engineer cc: Debra Baxter, MFT Auditor Joseph Wywrot, City Engineer RB:bbNorkville04GM