Loading...
HomeMy WebLinkAbout8.3 Motion to Accept Bid for Street Resurfacing ProgramPage I of 3 Agenda Item Details Meeting Mar 19, 2019 - REGULAR MEETING OF THEM UT PROSPECT VILLAGE BOARD - 7:00 p.m. Category 8. VILLAGE MANAGER'S REPORT Subject 8.3 Motion to accept bid for Street Resurfacing Program in an amount not to exceed $4,390,952. Access Publi@ Type Action Preferred Date Mar 19, 20115' Absolute Date Mar 19, 20115' Fiscal Impact Yes Dollar Amount 4f39Of952.00 aTaget Source Street Improvement Cosntruction Fund and Motor Fuel Tax Fund Recommended Award the contract for the 2019 Street Resurfacing Program to the lowest cost, Action responsive bidder, Arrow Road Construction Company of Mount Prospect, Illinois in an amount not to exceed $4,390,952. Public Content Information The purpose of the Village"s Street Resurfacing Program is to maintain all Village streets on an average 20 year service life cycle. To meet this goal, at least 6.84 miles of Village streets must be resurfaced on a annual basis. The 2019 Street Resurfacing Program includes 7.29 miles of streets and is being funde through the Street Improvement Construction Fund and a portion of the Motor Fuel Tax (MFT) Fund. map denoting streets targeted in this year's program is attached. I Bid Results A notice to bidders was posted on the Demandstar by nvia website on February 27, 2019 and in the I Contractors Bulletin on March 1, 2019. Eight (8) general contractors obtained the bid documents. A copy of the bid document is attached. On March 11, 2019 at 1:00 PM, sealed bids for the 2019 Street Resurfacing Program were publicly opene and read aloud. Five contractors submitted bids for this project. The bids ranged from a low 0 $43f99lf774.88 by Arrow Road Construction Company, to a high of $4,783,200.00 by Johnson Pavin Company �1 Below is a summary of the bids: Bidders Total Bid Arrow Road Construction Company 99ii Builder's Asphalt $4f398f000.04 Page 2 of 3 Schroeder Asphalt Services, Inc. $4f5OOf454.79 A. Lamp Concrete Contractors, Inc. $4f596f998.39 Johnson Paving Company $4f783f2OO.00 Engineer's Estimate $4f296f650.40 Discsussion All bid submittals were checked for accuracy. All bidders submitted Bid Bonds in the amount of 5% of their total bids, as required. All bidders correctly signed their bids and bid bonds. Not considering the specialty construction items in this year's bid, which include concrete pavement patching of Wolf Road and full depth resurfacing and storm sewer replacement of recently annexed Malmo Drive, the comparative bid prices this year for typical street resurfacing items represent a 0.4% increase in cost compared to the 2018 bid. The cost to resurface one mile of village streets is $511,052, compared to $509,000 in 2018 and $497,000 in 2017. The low bidder, Arrow Road Construction Co. has previously completed street improvements for th Village, including the 2015, 2016f 2017, and 2018 Street Resurfacing Programs. The work from Arro Road Construction Co. has been acceptable. For reference, a copy of Arrow Road's bid submittal i attached. I Staff recommends including a 10% contingency in the project award to allow for quantity variances and unanticipated construction conflicts. In this instance, a 10% contingency added to the lowest cost bid would result in a total contract award of $4,390,952.00 (Base Bid: $3f99lf774.88 + 10% Contingency: $399fl77.12 = Total Recommended Award: $4,390,952.00). Alternatives 1. Accept lowest cost, responsive bid for the 2019 Street Resurfacing Program. 2. Action at discretion of Village Board. Staff Recommendation Staff recommends that the lowest cost, responsive bidder, Arrow Road Construction Company of Mount Prospect, Illinois be awarded the contract for the 2019 Street Resurfacing Program in the amount not to exceed $4,390,952. Project Map-.2.pff (92 KB) 201.9 [Zesurfaciing (Arrow [Zoad Bid).pdf (1,687 KB) B A.pdf (6,54.6 KB) id DOCLUme�r Administrative Content Executive Content Motion &Voting Award the contract for the 2019 Street Resurfacing Program to the lowest cost, responsive bidder, Arrow Road Construction Company of Mount Prospect, Illinois in an amount not to exceed $4,390,952. Page 3 of 3 Motion by Michael Zadl, second by Richard Rogers. Final Resolution: Motion Carries Yea: William Grossi, Eleni Hatzis, Paul Hoefert, Richard Rogers, Colleen Saccotelli, Michael Zadel 2019 STREET" RESURFACING RFA,CING FROG M VILLAGE OF MOUNT PROSPECT, COOK COUNTY PUBLIC WORKS DEPARTMENT 1700 W. CENTRAL ROAD MOUNT PROSPECT, IL 60056 T 847,870.5640 1 F 847„253.9377 LOCATION MAP 2019 IRli:::l:S JIRFACNG p..m"r s 2019 PROGRAM STREETS DESIGNED: BS APPROVED:ML DATE: 02-0479 RETURN WITH BID Illinois, pa Local Public Agency 11 of Transportation Formal Contract Proposal PROPOSAL SUBMITTED BY Arrow Road Construction Company Contractor's Name 1445 Oakton Street Street P.O. Box Elk Grove Village, IL 60007 City State Zip Code STATE OF ILLINOIS COUNTY OF Cook Villa e of Mount Prospect (Name of City, Village, Town or Road Dostnct) FOR THE IMPROVEMENT OF STREET NAME OR ROUTE NO. 2019 Resurfacing Program SECTION NO. 19 -000000 -01 -GM TYPES OF FUNDS MFT, Local ® SPECIFICATIONS (required) ® PLANS (required) For Municipal Projects Sub "tteB�o�arddpof /Aprov /P sed ent of MayorPres Trcrste Municipal Official Date For County and Road District Projects Submitted/Approved Highway Commissioner Date Submitted/Approved County Engineer/Superintendent of Highwaysmmmm mmmmm Date Department of Transportation pleased" for bid based on limited r view IT.�....�_...�..� e ifonalEngineer Date Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent loss when bids are processed. Printed 2/19/2019 Page 1 of 6 BLR 12200 (01/08/14) RETURN WITH BID County Cook NOTICE TO BIDDERS Local Public Agency Mount Prospect Section Number 19 -00000 -01 -GM Route 2019 Resurfacing Program Sealed proposals for the improvement described below will be received at the office of Villaae Manaaer, 50 S. Emerson Street, Mount Proect until 1:00 PM on March 11, 2019 Address Time Date Sealed proposals will be opened and read publicly at the office of Village Manager 50 S Emerson Street, Mount Prospect at 1:00 PM on March 11, 2019 Address Time Date DESCRIPTION OF WORK Name 2019 Street resurfacina Proaram Length: 38,502 feet ( 7.29 miles) Location Various Streets throughout the Villaae of Mount Prospect Proposed Improvement HMA surface removal, leveling binder(machine method), HMA surface course, curb and gutter replacement, HMA and PCC driveway repairs, PCC patching, PCC sidewalk replacement, drainage structure repairs Plans and proposal forms will be available in the office of Mount Prospect Public Works Department 1700 W. Central Pd, fount Prospect Illinois, Contact Project En lneer Merk Lsttner t 7 870-58 0 Address 2. ® Prequalification If checked, the 2 low bidders must file within 24 hours after the letting an "Affidavit of Availability" (Form BC 57), in duplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. One original shall be filed with the Awarding Authority and one original with the IDOT District Office. 3. 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. 4. The following BLR Forms shall be returned by the bidder to the Awarding Authority: a. BLR 12200: Local Public Agency Formal Contract Proposal b. BLR 12200a Schedule of Prices c. BLR 12230: Proposal Bid Bond (if applicable) d. BLR 12325: Apprenticeship or Training Program Certification (do not use for federally funded projects) e. BLR 12326: Affidavit of Illinois Business Office Printed 2/21/2019 Page 1 of 6 BLR 12200 (01/08/14) RETURN WITH BID 5. 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. 6. 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. 7. The bidder shall take no advantage of any error or omission in the proposal and advertised contract. 8. 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. 9. 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. Printed 2/20/2019 Page 2 of 6 BLR 12200 (01/08/14) RETURN WITH BID County Cook PROPOSAL Local Public Agency Mount Prospect Section Number 19 -00000 -01 -GM Route 2019 Resurfacing Pro ram. 1. Proposal of Arrow Road Construction Company 1445 Oakton Street, Elk Grove Village, IL 60007 for the improvement of the above section by the construction of HMA surface removal, levelina binder (machine method). HMA surface course, curb and cutter replacement PCC patching, PCC sidewalk replacement, drainaqe structure repairs., storm sewer a total distance of 38,502 feet, of which a distance of 38,502 feet, ( 7.29 miles) are to be improved. 2. The plans for the proposed work are those prepared by Village of Mount Prospect and approved by the Department of Transportation on 3. The specifications referred to herein are thoserepared b the Department of Trans ortation 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,. 5.,. The undersigned agrees to complete the work within working days or by 09/29/2019 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 be allowed as a proposal guaranty. Accompanying this proposal is either a bid bond if allowed, on Department form BLR 12230 or a proposal guaranty check, complying with the specifications, made payable to: Treasurer of The amount of the check is 5% of the total bid price 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 19-000 0-01-M 8. The successful bidder at the time of execution of the contract be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu thereof. 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 submits herewith the schedule of prices on BLR 12200a covering the work to be performed under this contract. 12. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on BLR 12200a, the work shall be in accordance with the requirements of each individual proposal for the multiple bid specified in the Schedule for Multiple Bids below. Printed 2/20/2019 Page 3 of 6 BLR 12200 (01/08/14) RETURN WITH BID �rIffinotsDe «rtment ,w A bid will be declared unacceptable if neither a unit price nor total price is shown. County /` NCny Local Public Agency Section Route Schedule for Multi le Bids Combination Letter Sections Included in Combinations Total Schedule for Single Bid (For complete information covering these items, see plans and Bidder's Pr000sal for makina Entire Imorovements "� , :(; I .'-)-t 4 .. "Jkl Item No. Items Unit Quantity Unit Price Total 1, Special Excavation CU YD 500 _T CLO r 2, Aqq. Base Crse, Type B TON 500 12 \, r�rn; .•„ _ 3. 4, Mix. for Joints, Cracks, & Flangeways jPavement Patches (special) TON SQ YD 12 200 1(�C,,% , On A Is orul 5. 6. IClass D Patches, Type IL 2" Class D Patches, Tvpe III, 2" SQ YD SQ YD 520 1,800 1"P,, , ®E v q . 2, Lf -. 0C) a Ann •r9, 7,. Class D Patches, Tvpe IV, 2" SQ YD 1,780 8. Class D Patches,, Tvpe II, 6" SQ YD 100 9. Class D Patches, Type III, 6" SQ YD 400 1�N ,CA3 10. Class D Patches, Type IV, 6" SQ YD 2,482 11. Hot Mix Asphalt Surface Removal, 3.0" SQ YD 97,468 12. Hot Mix Asphalt Surface Removal, 8.0" SQ YD 4,116 2 , q Q - (:a 13. Bit. Material (Tack Coat) POUND 68,569 14. 15. Levelinq Binder (Machine Method), N50, 1.5" Levelinq Binder (Machine Method), N70, 2.0" TON TON 8,187 461 ,4 y, . Cn 16. 17. Hot Mix Asphalt Binder Course. Mix "D", N70,, 4.0" Hot Mix Asphalt Surface Course, Mix "D", N50, 1.5" TON TON 922 8,533 r� . _ 1 JA 4. teC> �4'i -2 18. Hot Mix Asphalt Surface Course, Mix "D", N70, 2.0" TON 461 '2, 19. Comb. Conc. Curb & Gutter FOOT 500 20. Comb. Conc. Curb & Gutter Removal & Replacement FOOT 30,500 1 U . OLI :4 -7 1 21. Sidewalk Removal SQ FT 500 t . arc) 22. PCC Sidewalk, 5" SQ FT 2,000 A, 1 _ , CY 7) 23. PCC Sidewalk Removal & Replacement, 5" SQ FT 180,000 . -I<, , , 0 nor) , 24. Detectable Warninqs SQ FT 2,921 2 1 cV-; (o (. 'Z 4 i . c7t1 25. 1 PCC Drivewav Removal & Replacement, 5" SQ YD 3.345 1-1 3 9 4 C5 , 26. 27. HMA Drivewav Surface Removal & Replacement, 3" Driveway Base Removal & Replacement, 8" SQ YD SQ YD 1,395 465 tc9 r� . r "1'-7.34 1 . rin 4 . r. s- 28, 28, Trench Backfill CU YD 125 ► _ 1 , Q� 1 29. Solid PVC SDR 21 (Class 200), 8" FOOT 100 I :ko, _ , no 5 Printed 2/20/2019 Page 1 of 4 BLR 12200a (Rev, 01/24/19) RETURN WITH BID Bidder's Proposal for making Entire Imm rovements S i <j S Item No. Items Unit Quantity Unit Price Total 30. 31, Storm Sewer, PVC SDR 35, Type 1, 10" Storm Sewer, Rubber Gasket, Class A, Type 1, 12" FOOT FOOT 100 293 ?,ti .oc 32, Storm Sewer, Rubber Gasket, Class A, Tvpe 1, 15" FOOT 21 _ z 33, Storm Sewer, Rubber Gasket, Class A, Tvpe 1, 18" FOOT 225 4 5Z. crz� 1 ® 3-C, 34. Storm Sewer, Rubber Gasket, Class A, Type 1, 36" FOOT 560 _ _ �,003 ® e 35. Structures to be Adjusted EACH 134 -2G wp , cro 36. 'Structures to be Adiusted, with new MP Frame & Lid EACH 10 37, Structures to be Reconstructed EACH 5 1 , c-sc) 0. gm � C'3r*%C'\ . e 38. Inlets, Type A, MP Frame & Lid EACH 9q ' ,r `i L.)0 39. 'Catch Basins, Tvpe-C. MP Frame & Lid EACH 11 1 , �r�r�,.car A 100 00 40. 41, Catch Basins, Type -A, MP Frame & Lid Manholes, Type -A, 4' Dia, MP Frame & Lid EACH EACH 5 5 ► . -,1:Z`"3,A i ,Z uo,cc(B , 42, Manholes, Type -A, 5' Dia, MP Frame & Lid EACH 9 43, 'Gradinq and Shapinq Ditches FOOT 500 _ ea -w-, 44. Sodding, Special SQ YD 1,000 cj 45. Seeding, Special SQ YD 5,866 . ,w , :7 r1) --,Z \ , 46. 47, Thermoplastic Pavement Markinq - Line 4" Thermoplastic Pavement Markinq - Line 6" FOOT FOOT 700 2,771 ..4c1 , an 48. Thermoplastic Pavement Marking - Line 12" FOOT 1,360 �. C� A ° 49, Thermoplastic Pavement Marking - Line 24" FOOT 565 1 , 2C , , 50. Thermoplastic Pavement Marking - Letters & Sym. SQ FT 700 :2 .,. �� , OD 51. 52, Traffic Control & Protection, Standard 701501 Traffic Control & Protection, Standard 701701 L. SUM L. SUM 1 1 3R,boo. Cz t . , t 0 53. Traffic Control & Protection, Standard 701801 L. SUM 1 z t _ 1 54. Traffic Control & Protection, Standard 701901 L. SUM 1 ` .-, m 55. 56. 57. Structure to be Adiusted with New Hiqh Cap Fr & Lid Changeable Message Sign Class B Patches, Type 11, 12" EACH CAL DAY SQ YD 5 28 200 -10n -On .•r r)r] ! ['A , C�.c�r 58. Class B Patches, Type III, 12" SQ YD 500 9NO,ear CV Cq'% 59. Class B Patches, Type IV, 12" SQ YD 440 P, 0. on .fAr 60, Class B Patch - Expansion Joint FOOT 60 61. Deformed Bars - Expansion Joint EACH 60 , rs+� 1:2 62. 63. Dowel Bars - 1 1/2 Tie Bars EACH EACH 240 240 1 •®� ,� ��� 64. Polyurea Pavement Marking, Type 1, 6" Line FOOT 800 65. IRaised Reflective pavement Marker EACH 20 22-A . 7-0 a . O 66. 67, Raised Reflective Pavement Marker Removal Traffic Control & Protection, Standard 701422 EACH L. SUM 20 1 1 rry . LID,, esC°� , _ l • 0 Printed 2/20/2019 Page 2 of 4 BLR 12200a (Rev. 01/24/19) RETURN WITH BID County Cook CONTRACTOR CERTIFICATIONS Local Public Agency Mount Prospect Section Number 19 -00000 -01 -GM Route 2019 Resurfacing Program The certifications hereinafter made by the bidder are each a material representation of fact upon which reliance is placed should the Department enter into the contract with the bidder. 1. Debt Deliquency. The bidder or, contractor or subcontractor, respectively, certifies that it is not delinquent In the payment of any tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance with the procedures established by the appropriate revenue Act, its liability for the tax or the amount of tax. Making a false statement void's the contract and allows the Department to recover all amounts paid to the individual or entity under the contract in a civil action. 2. Bid -Rigging or Bid Rotating. The bidder or contractor or subcontractor, respectively, certifies that it is not barred from contracting with the Department by reason of a violation of either 720 ILCS 5/33E-3 or 720 ILCS 5/33E-4. A violation of Section 33E-3 would be represented by a conviction of the crime of bid -rigging which, in addition to Class 3 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be barred for 5 years from the date of conviction from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation. A violation of Section 33E-4 would be represented by a conviction of the crime of bid -rotating which, in addition to Class 2 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be permanently barred from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and. (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation. 3. Bribery. The bidder or contractor or subcontractor, respectively,, certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois or any unit of local government, 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. 4. Interim Suspension or Suspension. The bidder or contractor or subcontractor, respectively, certifies that it is not currently under a suspension as defined in Subpart I of Title 44 Subtitle A Chapter III Fart 6 of the Illinois Administrative Code. Furthermore, if suspended prior to completion of this work, the contract or contracts executed for the completion of this work may be cancelled. Printed 2/20/2019 Page 5 of 6 BLR 12200 (01/06/14) (If an individual) (If a partnership) RETURN WITH BID County Cook SIGNATURES Local Public Agency Mount Pros ec Section Number 19 -00000 -01 -GM Route 2019 Resurfacinq Proqram Signature of Bidder Business Address Firm Name Signed By Business Address Inset Names and Addressed of All Partners (If a corporation) Corporate Name Arrow Road Construction Company Signed Business Ad essaakton Street El} Grove Village, ,., President John F . Healy Insert Names of OfficersSecretary Michael J. Salmon Treasurer Michael J. Salmon Attest: ecref ary Printed 2/20/2019 Page 6 of 6 BLR 12200 (01/08/14) Return with Bid Apprenticeship or Training Program Certification Route 2019 Resurfacing County rook Local Agency Villa— of R-11 - int PmqnPCt Section IM- ponon-ol-nKA All contractors are required to complete the following certification: ® For this contract proposal or for all groups in this deliver and install proposal, ❑ For the following deliver and install groups in this material proposal: Illinois Department of Transportation policy, adopted in accordance with the provisions of the Illinois Highway Code, requires this contract to be awarded to the lowest responsive and responsible bidder. The award decision is subject to approval by the Department. In addition to all other responsibility factors, this contract or deliver and install proposal requires all bidders and all bidders' subcontractors to disclose participation in apprenticeship or training programs that are (1) approved by and registered with the United States Department of Labor's Bureau of Apprenticeship and Training, and (2) applicable to the work of the above indicated proposals or groups. Therefore, all bidders are required to complete the following certification: Except as provided in paragraph IV below, the undersigned bidder certifies that it is a participant, either as an individual or as part of a group program, in an approved apprenticeship or training program applicable to each type of work or craft that the bidder will perform with its own employees. The undersigned bidder further certifies for work to be performed by subcontract that each of its subcontractors submitted for approval either (A) is, at the time of such bid, participating in an approved, applicable apprenticeship or training program; or (B) will, prior to commencement of performance of work pursuant to this contract, establish participation in an approved apprenticeship or training program applicable to the work of the subcontract. Ila. The undersigned bidder, by inclusion in the list in the space below, certifies the official name of each program sponsor holding the Certificate of Registration for all of the types of work or crafts in which the bidder is a participant and that will be performed with the bidder's employees. Types of work or craft that will be subcontracted shall be included and listed as subcontract work. The list shall also indicate any type of work or craft job category for which there is no applicable apprenticeship or training program available. See Attached Listed Below Bidders Apprenticeship Participation ** Laborers International Union of North America ** International Brotherhood of Teamsters ** International Brotherhood of Operating Engineers Subcontractors Apprenticeship Participation ** All Unions Listed Above ** Cement Masons International Association ** United Brotherhood of Carpenters ** International Brotherhood of Electrical Workers Printed 2/20/2019 Page 1 of 2 BLR 12325 (Rev. 4/07) IV. Except for any work identified above, any bidder or subcontractor that shall perform all or part of the work of the contract or deliver and install proposal solely by individual owners, partners or members and not by employees to whom the payment of prevailing rates of wages would be required, check the following box, and identify the owner/operator workforce and positions of ownership. ❑ The requirements of this certification and disclosure are a material part of the contract, and the contractor shall require this certification provision to be included in all approved subcontracts. The bidder is responsible for making a complete report and shall make certain that each type of work or craft job category that will be utilized on the project is accounted for and listed. The Department at any time before or after award may require the production of a copy of each applicable Certificate of Registration issued by the United States Department of Labor evidencing such participation by the contractor and any or all of its subcontractors. In order to fulfill the participation requirement, it shall not be necessary that any applicable program sponsor be currently taking or that it will take applications for apprenticeship, training or employment during the performance of the work of this contract or deliver and install proposal. Bidder: Arrow Road Construction Company Address: 1445 Oakton Street RTk rove VITTage, IL 60007 Printed 2/20/2019 Page 2 of 2 BLR 12325 (Rev. 4/07) 1 P ;Drj n G-) i. cr� FT:l I C-) X" M LDr— CO LD 0 Q q �' � I I) 20o'S: S 3 M I kAi� I ERS LUCAL I J'y .0 U. 'J'1 Ya Vii, f a tC, r, I- .r_n L7 1.-. i , �y "C State of Illinois County of Cook RETURN WITH BID Affidavit of Illinois Business Office County Cook Local Public Agency villaae of Mount Pros ect Section Number 19 -00000 -01 -GM Route 2019 Resurfacing John F. Healy of Elk Grove Village Illinois f B f (Name of Affiant) (City of Affiant) (State of Affiant being first duly sworn upon oath, states as follows; 1. That I am the President of Arrow Road Construction Company officer or position bidder 2. That I have personal knowledge of the facts herein stated.: 3. That, if selected under this proposal, Arrow Road Construction Company will maintain a --- —.-_------- -- (bidder) business office in the State of Illinois which will be located in Cook County, Illinois. 4. That this business office will serve as the primary place of employment for any persons employed in the construction contemplated by this proposal. 5. That this Affidavit is given as a requirement of state law as provided in Section 30-22(8) of the Illinois Procurement Code. F. Healy, P dident (Print Name of Affiant) This instrument was acknowledged before me on 11th day ofar'ch 1 2019 (SEAL) oFIµItOEAL al.aAL. ,' .. CHERIE LYNN BROWN (Sint ro of Notary Public) NOTARY PUBLIC, STATE OF ILLINOIS Cly COMMIssion E xp$hes Au ust 28, 2021 Printed 2/20/2019 BLR 12326 (01/08/14) 11N,1no� Dewy M° + T�f^t�IC �( Contractor Certification Statement Prior to conducting any professional services at the site covered by this contract, the Contractor and every subcontractor must complete and return to the Resident Engineer the following certification. A separate certification must be submitted by each firm. Attach to this certification all items required by Section ILG of the Storm Water Pollution Prevention Plan (SWPPP) which will be handled by the Contractors/subcontractor completing this form. Route Marked Route Section Resurfacing Program N/A 19 -00000 -01 -GM Pro"ect Number � 2019 Street R County Contract Number N/A CookN/A This certification statement is a part of SWPPP for the project described above, in accordance with the General NPDES Permit No. ILR10 issued by the Illinois Environmental Protection Agency. I certify under penalty of law that I understand the terms of the Permit No. ILR10 that authorizes the storm water discharges associated with industrial activity from the construction site identified as part of this certification. In addition, I have read and understand all of the information and requirements stated in SWPPP for the above mentioned project; I have received copies of all appropriate maintenance procedures; and, I have provided all documentation required to be in compliance with the Permit ILR10 and SWPPP and will provide timely updates to these documents as necessary. ® Contractor ❑ Sub -Contractor Print Name John F. Healy Title President Name of Firm Arrow Road Construction Company Street Address 1445 Oakton Street nature I Date Telephone 847-437-0700 City/State/Zip Elk Grove Village, IL 60007 Items which the Contractor/subcontractor will be responsible for as in Section II.G. of SWPPP: Printed Page of BDE 2342 (Rev. 09/29115) March 11, 2019 Village of Mount Prospect Village Manager 50 S. Emerson Street Mount Prospect, IL 60056 Arrow Road Constmcfion Co. 1445 Oakton Street • Elk Grove Village, Illinois 60007 Phone: 847-437-0700 • Fax: 847-437-0779 . www.arrowroad.com Mount Prospect Plant Carpentersville Plant Algonquin Plant Phone: 847-472-7270 Phone: 847-783-6680 Phone: 847-658-1140 Fax: 847-437-9026 Fax: 847-783-6697 Fax: 847-783-6697 Re: March 11, 2019 Letting Request for Authorization to Bid Per the Illinois Department of Transportation Rules of Prequalification of Contractors, Arrow Road Construction Company is requesting a waiver to forgo filing the Affidavit of Availability, under Section 65 0.3 10 sub D, based on our current financial rating. If you have any questions, I can be reached at (847) 472-7260 office or (224) 325-2025 cell. Sincerely, Arrow Road Construction Co, Nick Eichenold Vice President Estimating/ EEO Compliance Officer a � w � �� � �r@r r �� �•�°ca ^ � µ ��;Gl�c c� �� NE/cb Enclosures (� = m I 0 0 0 0 00 00 C m D N J N W m O z= m -n ADO O o C7 CMZ= -Di z D o D pzDCDi) o a -n v 0 Z C7 � -D{ r m m z p m� Z 0 m m 0 T -:r 0 O �� < co > z z x 0 0 m n M�� *zz= o Oma= o M cn Z m Cn r= r z000 70 C M m C7 C7 0 -i C -i D r O z m v 0 C() m o �-� c> rte' O 0 C< rr- p) C o D D m `C -? Z -i r C)Orz a w Ul CO C) OS� N D Cn ,� MMmz O o 0 c m ��� w 4 m Onr--ID w m v c_n w a� N � m o o cJn 3' o O W r 0 0 0 o- o O D n 0 o 0 0 o n o � -� �cl) N 0 O Z O O -I-< -n O - mO O 2 '-D o° Xfl� U m Z m > 0 � M 0 mnm'� D 7oy 0 0 m 0 r D C 0' �z� CD n D o -Dino 0-�z c D 0 D DZ D z z _ U) Cl) 7J Z r -U m C U'mm s c V) m>z E rn Z CQ C C) 0 -i m m (D C> m m °70T1 @ I CO O > T c Ozm Z Z r c C) � ---im C) m m C,)m� _ V) _ - C C- u i 0 G) n7 O O z m m �G7n Ci m IT O m =_m co u m c M 0 T mrd oco J > JG7G mac � m n (,7 > i �c r, 1 `- o� a 111inob Department Local Agency of Transportation Proposal Bid Bond Route 2019 Resurfacing Program County Cook E.TURN WITH BID Local Agency Village of Mount Prospect R ... Section 19 -00000 -01 -GM PAPER BID BOND WE Arrow Road Construction Company, 1445 Oakton St. Elk Grove Village, Illinois 60007 as PRINCIPAL, Travelers Casualty and Surety Company of America, One Tower Square, Hartford, Ct. 06183 as SURETY, and Y Y p are held jointly, severally and firmly bound unto the above Local Agency (hereafter referred to as "LA") in the penal sum of 5% of the total bid price, or for the amount specified in the proposal documents in effect on the date of invitation for bids whichever is the lesser sum. We bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly pay to the LA this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LA acting through its awarding authority for the construction of the work designated as the above section, THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above designated section and the PRINCIPAL shall within fifteen (15) days after award enter into a formal contract, furnish surety guaranteeing the faithful performance of the work, and furnish evidence of the required insurance coverage, all as provided in the "Standard Specifications for Road and Bridge Construction" and applicable Supplemental Specifications, then this obligation shall become void; otherwise it shall remain in full force and effect. IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth 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 11th day of March, 2019 Arrow Road Construction Company By Principal PRINCITLE is a joint venture df-tVo or more contractors, the company namro ,s, and Suret± Casualty and Surety Company of America fly,,;' (Name of Surety) (Company Name) (Signature and Title) signatures of each contractor must be affixed.) (Signature STATE OF ILLINOIS, J,amC E, McNichols COUNTY OF do hereby / C' fa NotaryPublic in and for said county, 1, at ( Insert names of individaraVs sugnirng on e,o of PRINCIPAL & SURETY) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instruments as their free and voluntary act for the uses and purposes therein set forth. y and no , ai this day of c, Given under OF FICIAL SEAL m hand M a3... / —It1 HERE L LIO„STdB.Rtd! ._...... w�T t..: .t commission expires p'A .E ..... TE OF ILLINOIS ❑ Electronic bid bond is allowed (box must be checked by LA if electrontc ii and is allowed) The Principal may submit an electronic bid bond, in lieu of completing the above section of the Proposal Bid Bond Form. By providing an electronic bid bond ID code and signing below, the Principal is ensuring the identified electronic bid bond has been executed and the Principal and Surety are firmly bound unto the LA under the conditions of the bid bond as shown above. (If PRINCIPAL is a joint venture of two or more contractors, an electronic bid bond ID code, company/Bidder name title and date must be affixed for each contractor in the venture.) Electronic Bid Bond ID Code (Company/Bidder Name) (Signature and Title) Page 1 of 2 Printed on 3/5/2019 1:02:19 PM Date BLR 12230 (Rev. 7/05 State of Illinois County of Will On this 11th day of March 2019, before me personally appeared James E. McNichols known to me to be the Attorney -in -Fact of Travelers Casualty And Surety Company of America, the corporation that executed the within instrument and acknowledged to me that such corporation executed the same. In Witness Whereof, I have hereunto set my hand and affixed my official seal the day and year in this certificate first written above. Brenda K. Pichler (Notary Public) "OFFICIAL BEAD"' BRENDA K. 'ICN%R NOTARY PUBLIC, STATE OF ILLIN018 MY COMMISSION EXPIRES 1 W1,4 2022 INVALID WITHOUT THE RED 6tJi° R1 R 1 II , POWER OF ATTORNEY TRAVELS' S'.1 Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 225006 Certificate No. 007210177 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Robert A. McNichols, James E. McNichols, Brenda Pichler, M. Patricia West, and Laura M. Marshall of the City of Westchester State ,^ _- Y111-, Tlllnrn _------------ their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge an P � Y � g g y and all bonds, recoguizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 27th day of APril 2017 ....................................----- State of Connecticut City of Hartford ss. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 6TED 7 a.ry gJ4Yalr� �� � � � HARTFORD, lY47inW71# +I IdGaiRNp F' By: . _ _ .... Robert L„ Raney, ... P. ..- _.. — y, Sen for Vrr,t President On this the 27th day of April 2017 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. C , My Commission expires the 30th day of June, 2021. yNr Marie C. TetreauIt, Notary Public 58440-5-16 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED IOOIRDER RETURN WITH BID Illinois ea Local Public Agency 11 f Tran ai Formal Contract Proposal w.w PROPOSAL S U B M I ................_..__ TIED BY Contractor's Name Street P.O. Box City State Zip Code STATE OF ILLINOIS COUNTY OF Cook Village of Mount Prospect (Name of City, Village, Town or Road District) FOR THE IMPROVEMENT OF STREET NAME OR ROUTE NO. 2019 Resurfacing Program SECTION NO. 19 -000000 -01 -GM ® SPECIFICATIONS (required) TYPES OF FUNDS MFT. Local ® PLANS (required) For Municipal Projects Sub tted/Approv/P sed Mayor El Presu ent of Board of Truste � Municipal Official Date A10f y _......... For County and Road District Projects Submitted/Approved Highway Commissioner Date Submitted/Approved County Engineer%Su���erinten '­'— p dent of Highways Date Department of Transportation � released for bid based on, limited r view fie, Donal EngAo�ee�r� Date Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent loss when bids are processed. Printed 2/19/2019 Page 1 of 6 BLR 12200 (01/08/14) RETURN WITH BID NOTICE TO BIDDERS County Cook Local Public Agency Mount Prospect Section Number 19 -00000 -01 -GM Route 2019 Resurfacing Program Sealed proposals for the improvement described below will be received at the office of Village Manager, 50 S. Emerson Street, Mount Address until 1:00 PM on March 11, 2019 Time Date Sealed proposals will be opened and read publicly at the office of Village Manager 50 S Emerson Street, Mount Prospect at 1:00 PM on March 11, 2019 Address Time Date DESCRIPTION OF WORK Name 2019 Street resurfacing Program Length: 38,502 feet ( 7.29 miles) Location Various Streets throughout the Village of Mount Prospect Proposed Improvement HMA surface removal, leveling binder(machine method), HMA surface course, curb and gutter replacement, HMA and PCC driveway repairs, PCC patching, PCC sidewalk replacement, drainage structure repairs 1. Plans and proposal forms will be available in the office of Mount Prospect Public Works Department 1700 W. Central Rd, Mount Prospect Illinois, Contact Project Engineer Mark Lattner (847) 870-5640 Address 2. ® Prequalification If checked, the 2 low bidders must file within 24 hours after the letting an "Affidavit of Availability" (Form BC 57), in duplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. One original shall be filed with the Awarding Authority and one original with the IDOT District Office. 3. 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. 4. The following BLR Forms shall be returned by the bidder to the Awarding Authority: a. BLR 12200: Local Public Agency Formal Contract Proposal b. BLR 12200a Schedule of Prices c. BLR 12230: Proposal Bid Bond (if applicable) d. BLR 12325: Apprenticeship or Training Program Certification (do not use for federally funded projects) e. BLR 12326: Affidavit of Illinois Business Office Printed 2/21/2019 Page 1 of 6 BLR 12200 (01/08/14) RETURN WITH BID 5. 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. 6. 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. 7. The bidder shall take no advantage of any error or omission in the proposal and advertised contract. 8. 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. 9. 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. Printed 2/20/2019 Page 2 of 6 BLR 12200 (01/08/14) PROPOSAL 1. Proposal of RETURN WITH BID for the improvement of the above section by the construction of County Cook Local Public AgencyMount Prospect Section Number 19 -00000 -01 -GM Route 2019 Resurfacing Program HMA surface removal, leveling binder (machine method). HMA surface course. curb and autter replacement PCC patchina. PCC sidewalk replacement, drainage structure repairs. storm sewer a total distance of 38,502 feet, of which a distance of 38,502 feet, ( 7.29 miles) are to be improved. 2. The plans for the proposed work are those prepared by Village of Mount. Prospect 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. 5. The undersigned agrees to complete the work within working days or by unless additional time is granted in accordance with the specifications. 09/29/2019 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 be allowed as a proposal guaranty. Accompanying this proposal is either a bid bond if allowed, on Department form BLR 12230 or a proposal guaranty check, complying with the specifications, made payable to: Treasurer of The amount of the check is 5% of the total bid 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 19 -00000 -01 -GM 8. The successful bidder at the time of execution of the contract be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu thereof. 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 submits herewith the schedule of prices on BLR 12200a covering the work to be performed under this contract. 12. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on BLR 12200a, the work shall be in accordance with the requirements of each individual proposal for the multiple bid specified in the Schedule for Multiple Bids below. Printed 2/20/2019 Page 3 of 6 BLR 12200 (01/08/14) RETURN WITH BID Illinois Department of Transportation SCHEDULE OF PRICES A bid will be declared unacceptable if neither a unit price nor total price is shown. County Local Public Agency Section Route J 1�1IV U IVI IYI UIIIp V UIU.1. Combination Letter Sections Included in Combinations Total Schedule for Single Bid (For complete information covering these items, see plans and specifications) Bidder's Proposal for making Entire Improvements Item No. Items Unit Quantity Unit Price Total 1. Special Excavation CU YD 500 2. Agg. Base Crse, Type B TON 500 3. Mix. for Joints, Cracks, & Flangeways TON 12 4. Pavement Patches (special) SQ YD 200 5. Class D Patches, Type II, 2" SQ YD 520 6. Class D Patches, Type III, 2" SQ YD 1,800 7. Class D Patches, Type IV, 2" SQ YD 1,780 8. Class D Patches, Type II, 6" SQ YD 100 9. Class D Patches, Type III, 6" SQ YD 400 10. Class D Patches, Type IV, 6" SQ YD 2,482 11. Hot Mix Asphalt Surface Removal, 3.0" SQ YD 97,468 12. Hot Mix Asphalt Surface Removal, 8.0" SQ YD 4,116 13. jBit. Material (Tack Coat) POUND 68,569 14. Leveling Binder (Machine Method), N50, 1.5" TON 8,187 15. Leveling Binder (Machine Method), N70, 2.0" TON 461 16. Hot Mix Asphalt Binder Course, Mix "D", N70, 4.0" TON 922 17. Hot Mix Asphalt Surface Course, Mix "D", N50, 1.5" TON 8,533 18. lHot Mix Asphalt Surface Course, Mix "D", N70, 2.0" TON 461 19. Comb. Conc. Curb & Gutter FOOT 500 20. Comb. Conc. Curb & Gutter Removal & Replacement FOOT 30,500 21. Sidewalk Removal SQ FT 500 22. PCC Sidewalk, 5" SQ FT 2,000 23. 11PCC Sidewalk Removal & Replacement, 5" SQ FT 180,000 24. Detectable Warnings SQ FT 2,921 25. PCC Driveway Removal & Replacement, 5" SQ YD 3,345 26. HMA Driveway Surface Removal & Replacement, 3" SQ YD 1,395 27. Driveway Base Removal & Replacement, 8" SQ YD 465 28. Trench Backfill CU YD 125 29. Solid PVC SDR 21 (Class 200), 8" FOOT 100 Printed 2/20/2019 Page 1 of 4 BLR 12200a (Rev. 01/24/19) RETURN WITH BID Bidder's Proposal for making Entire Improvements Item No. Items Unit Quantity Unit Price Total 30. Storm Sewer, PVC SDR 35, Type 1, 10" FOOT 100 31. Storm Sewer, Rubber Gasket, Class A, Type 1, 12" FOOT 293 32. Storm Sewer, Rubber Gasket, Class A, Type 1, 15" FOOT 21 33. Storm Sewer, Rubber Gasket, Class A, Type 1, 18" FOOT 225 34. Storm Sewer, Rubber Gasket, Class A, Type 1, 36" FOOT 560 35. Structures to be Adjusted EACH 134 36. Structures to be Adjusted, with new MP Frame & Lid EACH 10 37. iStructures to be Reconstructed EACH 5 38. 1 Inlets, Type A, MP Frame & Lid EACH 9 39. Catch Basins, Type -C, MP Frame & Lid EACH 11 40. Catch Basins, Type -A, MP Frame & Lid EACH 5 41. Manholes, Type -A, 4' Dia, MP Frame & Lid EACH 5 42. Manholes, Type -A, 5' Dia, MP Frame & Lid EACH 9 43. lGrading and Shaping Ditches FOOT 500 44. ISodding, Special SQ YD 1,000 45. Seeding, Special SQ YD 5,866 46. Thermoplastic Pavement Marking - Line 4" FOOT 700 47. Thermoplastic Pavement Marking - Line 6" FOOT 2,771 48. Thermoplastic Pavement Marking - Line 12" FOOT 1,360 49. iThermoplastic Pavement Marking - Line 24" FOOT 565 50. Thermoplastic Pavement Marking - Letters & Sym. SQ FT 700 51. Traffic Control & Protection, Standard 701501 L. SUM 1 52. Traffic Control & Protection, Standard 701701 L. SUM 1 53. Traffic Control & Protection, Standard 701801 L. SUM 1 54. jTraffic Control & Protection, Standard 701901 L. SUM 1 55. IStructure to be Adjusted with New High Cap Fr & Lid EACH 5 56. Changeable Message Sign CAL DAY 28 57. Class B Patches, Type II, 12" SQ YD 200 58. Class B Patches, Type III, 12" SQ YD 500 59. Class B Patches, Type IV, 12" SQ YD 440 60. lClass B Patch - Expansion Joint FOOT 60 61. Deformed Bars - Expansion Joint EACH 60 62. Dowel Bars - 1 1/2 EACH 240 63. Tie Bars EACH 240 64. Polyurea Pavement Marking, Type 1, 6" Line FOOT 800 65. Raised Reflective pavement Marker EACH 20 66. Raised Reflective Pavement Marker Removal EACH 20 67. Traffic Control & Protection, Standard 701422 L. SUM 1 Printed 2/20/2019 Page 2 of 4 BLR 12200a (Rev. 01/24/19) RETURN WITH BID County Cook CONTRACTOR CERTIFICATIONS Local Public Agency T+ouect Section Number 19 -00000 -01 -GM Route 2019 Resurfacing Program The certifications hereinafter made by the bidder are each a material representation of fact upon which reliance is placed should the Department enter into the contract with the bidder. 1. Debt Deliquency. The bidder or contractor or subcontractor, respectively, certifies that it is not delinquent in the payment of any tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance with the procedures established by the appropriate revenue Act, its liability for the tax or the amount of tax. Making a false statement voids the contract and allows the Department to recover all amounts paid to the individual or entity under the contract in a civil action. 2. Bid -Rigging or Bid Rotating. The bidder or contractor or subcontractor, respectively, certifies that it is not barred from contracting with the Department by reason of a violation of either 720 ILCS 5/33E-3 or 720 ILCS 5/33E-4. A violation of Section 33E-3 would be represented by a conviction of the crime of bid -rigging which, in addition to Class 3 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be barred for 5 years from the date of conviction from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation. A violation of Section 33E-4 would be represented by a conviction of the crime of bid -rotating which, in addition to Class 2 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be permanently barred from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeps to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation. 3. Bribery. The bidder or contractor or subcontractor, respectively, certifies that it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois or any unit of local government, 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. 4. Interim Suspension or Suspension. The bidder or contractor or subcontractor, respectively, certifies that it is not currently under a suspension as defined in Subpart I of Title 44 Subtitle A Chapter III Part 6 of the Illinois Administrative Code. Furthermore, if suspended prior to completion of this work, the contract or contracts executed for the completion of this work may be cancelled. Printed 2/20/2019 Page 5 of 6 BLR 12200 (01/08/14) RETURN WITH BID County Cook SIGNATURES Local Public Agency Mount Prospect Section Number 19 -00000 -01 -GM Route 2019 Resurfacinq Program (If an individual) Signature of Bidder Business Address (If a partnership) Firm Name Signed By Business Address Inset Names and Addressed of All Partnersf — (If a corporation) Attest Corporate Name Signed By President Business Address President Insert Names of Officers Secretary Treasurer Secretary Printed 2/20/2019 Page 6 of 6 BLR 12200 (01/08/14) Illinois Department of Transportation Bureau of Construction 2300 South Dirksen Parkway/Room 322 Springfield, Illinois 62764 Part I. Work Under Contract Affidavit of Availability For the Letting of structions: Complete this form by either typing or using black ink. "Authorization to Bid" will not be issued iless both sides of this form are completed in detail. Use additional forms as needed to list all work. List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture, list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate, and must include work subcontracted to others. If no work is contracted, show NONE. 1 1 2 1 3 1 4 1 Awards Pendina Contract Number Contract With Estimated Completion Date Total Contract Price Uncompleted Dollar Value if Firm is the Prime Contractor Uncompleted Dollar Value if Firm is the Subcontractor Total Value of All Work Part II. Awards Pending and Uncompleted Work to be done with your own forces. Accumulated Totals List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work Accumulated 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 Totals company. If no work is contracted, show NONE. Earthwork Portland Cement Concrete Paving HMA Plant Mix HMA Paving Clean & Seal Cracks/Joints Aggregate Bases & Surfaces Highway, R. R. and Waterway Structures Drainage Electrical Cover and Seal Coats Concrete Construction Landscaping Fencing Guardrail Painting Signing Cold Milling, Planning & Rotomilling Demolition Pavement Markings (Paint) Other Construction (List) $ 0.00 Totals Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the "Illinois Procurement Code." Failure to comply will result in non -issuance of an "Authorization To Bid." This form has been approved by the State Forms Management Center. Printed 2/20/2019 Page 1 of 2 BC 57 (Rev. 08/17/10) Part III. Work Subcontracted to Others. For each contract described in Part I, list all the work you have subcontracted to others. I, being duly sworn, do hereby declare that this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates. Subscribed and sworn to before me this day of Type or Print Name Notary Public My commission expires (Notary Seal) Signed Company Address Officer or Director Title Printed 2/20/2019 Page 2 of 2 BC 57 (Rev. 08/17/10) 1 2 3 4 Awards Pending Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted I, being duly sworn, do hereby declare that this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates. Subscribed and sworn to before me this day of Type or Print Name Notary Public My commission expires (Notary Seal) Signed Company Address Officer or Director Title Printed 2/20/2019 Page 2 of 2 BC 57 (Rev. 08/17/10) (t Illinois Department of Transportation RETURN WITH BID PAPER BID BOND rM and Local Agency Proposal Bid Bond Route 2019 Resurfacing Program County Cook Local Agency Village of Mount Prospect Section 19 -000000 -01 -GM as PRINCIPAL, as SURETY, are held jointly, severally and firmly bound unto the above Local Agency (hereafter referred to as "LA") in the penal sum of 5% of the total bid price, or for the amount specified in the proposal documents in effect on the date of invitation for bids whichever is the lesser sum. We bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly pay to the LA this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above designated section and the PRINCIPAL shall within fifteen (15) days after award enter into a formal contract, furnish surety guaranteeing the faithful performance of the work, and furnish evidence of the required insurance coverage, all as provided in the "Standard Specifications for Road and Bridge Construction" and applicable Supplemental Specifications, then this obligation shall become void; otherwise it shall remain in full force and effect. IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth 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 Principal (Company Name) By: By: (Signature and Title) (Company Name) (Signature and Title) (If PRINCIPAL is a joint venture of two or more contractors, the company names, and authorized signatures of each contractor must be affixed.) S u rety By: (Name of Surety) STATE OF ILLINOIS, COUNTY OF I . do hereby certify that (Signature of Attorney -in -Fact) , a Notary Public in and for said county, ( Insert names of individuals signing on behalf of PRINCIPAL & SURETY) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instruments as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of My commission expires (Notary Public) ELECTRONIC BID BOND ❑ Electronic bid bond is allowed (box must be checked by LA if electronic bid bond is allowed) The Principal may submit an electronic bid bond, in lieu of completing the above section of the Proposal Bid Bond Form. By providing an electronic bid bond ID code and signing below, the Principal is ensuring the identified electronic bid bond has been executed and the Principal and Surety are firmly bound unto the LA under the conditions of the bid bond as shown above. (If PRINCIPAL is a joint venture of two or more contractors, an electronic bid bond ID code, company/Bidder name title and date must be affixed for each contractor in the venture.) Electronic Bid Bond ID Code (Company/Bidder Name) (Signature and Title) Date Page 1 of 1 BLR 12230 (Rev. 7/05 Printed on 2/20/2019 1:52:37 PM Illinois Department of Transportation Return with Bid Apprenticeship or Training Program Certification Route 2019 Restirf9ci •. • ••. All contractors are required to complete the following certification: ❑ For this contract proposal or for all groups in this deliver and install proposal. ❑ For the following deliver and install groups in this material proposal: Illinois Department of Transportation policy, adopted in accordance with the provisions of the Illinois Highway Code, requires this contract to be awarded to the lowest responsive and responsible bidder. The award decision is subject to approval by the Department. In addition to all other responsibility factors, this contract or deliver and install proposal requires all bidders and all bidders' subcontractors to disclose participation in apprenticeship or training programs that are (1) approved by and registered with the United States Department of Labor's Bureau of Apprenticeship and Training, and (2) applicable to the work of the above indicated proposals or groups. Therefore, all bidders are required to complete the following certification: Except as provided in paragraph IV below, the undersigned bidder certifies that it is a participant, either as an individual or as part of a group program, in an approved apprenticeship or training program applicable to each type of work or craft that the bidder will perform with its own employees. The undersigned bidder further certifies for work to be performed by subcontract that each of its subcontractors submitted for approval either (A) is, at the time of such bid, participating in an approved, applicable apprenticeship or training program; or (B) will, prior to commencement of performance of work pursuant to this contract, establish participation in an approved apprenticeship or training program applicable to the work of the subcontract. III. The undersigned bidder, by inclusion in the list in the space below, certifies the official name of each program sponsor holding the Certificate of Registration for all of the types of work or crafts in which the bidder is a participant and that will be performed with the bidder's employees. Types of work or craft that will be subcontracted shall be included and listed as subcontract work. The list shall also indicate any type of work or craft job category for which there is no applicable apprenticeship or training program available. Printed 2/20/2019 Page 1 of 2 BLR 12325 (Rev. 4/07) IV. Except for any work identified above, any bidder or subcontractor that shall perform all or part of the work of the contract or deliver and install proposal solely by individual owners, partners or members and not by employees to whom the payment of prevailing rates of wages would be required, check the following box, and identify the owner/operator workforce and positions of ownership. ❑ The requirements of this certification and disclosure are a material part of the contract, and the contractor shall require this certification provision to be included in all approved subcontracts. The bidder is responsible for making a complete report and shall make certain that each type of work or craft job category that will be utilized on the project is accounted for and listed. The Department at any time before or after award may require the production of a copy of each applicable Certificate of Registration issued by the United States Department of Labor evidencing such participation by the contractor and any or all of its subcontractors. In order to fulfill the participation requirement, it shall not be necessary that any applicable program sponsor be currently taking or that it will take applications for apprenticeship, training or employment during the performance of the work of this contract or deliver and install proposal. Bidder: Address: By: Title: (Signature) Printed 2/20/2019 Page 2 of 2 BLR 12325 (Rev. 4/07) Illinois Department of Transportation State of County of of RETURN WITH BID Affidavit of Illinois Business Office County Cook Local Public Agency Village of Mount Prospect Section Number 19 -00000 -01 -GM Route 2019 Resurfacing (Name of Affiant) (City of Affiant) (State of Affiant being first duly sworn upon oath, states as follows: 1. That I am the of officer or position bidder 2. That I have personal knowledge of the facts herein stated. 3. That, if selected under this proposal, will maintain a (bidder) business office in the State of Illinois which will be located in County, Illinois. 4. That this business office will serve as the primary place of employment for any persons employed in the construction contemplated by this proposal. 5. That this Affidavit is given as a requirement of state law as provided in Section 30-22(8) of the Illinois Procurement Code. This instrument was acknowledged before me on (SEAL) (Signature) (Print Name of Affiant) day of , (Signature of Notary Public) Printed 2/20/2019 BLR 12326 (01/08/14) INDEX FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS Adopted January 1, 2019 This index 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 4-1-16) (Revised 1-1-19) SUPPLEMENTAL SPECIFICATIONS Std. Sec, Sec. Palo.. 106 Control of Materials.............................................................................. 1 107 Legal Regulations and Responsibility to Public ..................................... 2 403 Bituminous Surface Treatment (Class A-1, A-2, A-3) ........................... 3 404 Micro -Surfacing and Slurry Sealing ...................................................... 4 405 Cape Seal........................................................................................... 15 406 Hot -Mix Asphalt Binder and Surface Course ........................................ 25 420 Portland Cement Concrete Pavement .................................................. 26 424 Portland Cement Concrete Sidewalk .................................................... 28 442 Pavement Patching.............................................................................. 29 502 Excavation for Structures..................................................................... 30 503 Concrete Structures ................................:.. ............... ...................... .... 32 504 Precast Concrete Structures................................................................ 35 542 Pipe Culverts........................................................................................ 36 586 Sand Backfill for Vaulted Abutments ................................. ....... __...... 37 602 Catch Basin, Manhole, Inlet, Drainage Structure, and Valve Vault Construction, Adjustment, and Reconstruction .................................... 39 630 Steel Plate Beam Guardrail.................................................................. 40 631 Traffic Barrier Terminals....................................................................... 43 670 Engineer's Field Office and Laboratory ................................................ 44 701 Work Zone Traffic Control and Protection ............................................ 45 704 Temporary Concrete Barrier................................................................. 46 780 Pavement Striping................................................................................ 48 781 Raised Reflective Pavement Markers .................................................. 49 888 Pedestrian Push-Button........................................................................ 50 1001 Cement................................................................................................. 51 1003 Fine Aggregates................................................................................... 52 1004 Coarse Aggregates.............................................................................. 53 1006 Metals................................................................................................... 56 1020 Portland Cement Concrete................................................................... 58 1043 Adjusting Rings.................................................................................... 60 1050 Poured Joint Sealers............................................................................ 62 1069 Pole and Tower.................................................................................... 64 1077 Post and Foundation............................................................................ 65 1096 Pavement Markers............................................................................... 66 1101 General Equipment.............................................................................. 67 1102 Hot-Mix Asphalt Equipment ......................_........................................ 68 1103 Portland Cement Concrete Equipment .............. __..a........ ........... ,.....,.. 70 1105 Pavement Marking Equipment ............................. ........ .........._.... 72 1106 Work Zone Traffic Control Devices .................................................. 74 K������G�����������0��� RIA !W 011rin Depa r entT TUor rt t�9741.ta on Special Provisions f U The Following Recurring Special Provisions Indicated By An "X" Are Applicable To This ContractAnd Are Included By Check Sheet # 1 [l Additional State Requirementsfor Federal -Aid Construction Contracts 75 2 Subletting ofContracts (Feden*l-AidContracts) 78 3 E] EEO 79 4 E] GpmnifiuEEO Responsibilities Non Federal -Aid Contracts 89 5 Required Provisions 'State Contracts 04 8 Asbestos Bearing Pad Removal 100 7 Ej Asbestos Waterproofing Membrane and Asbestos HMA Surface Removal 101 8 Temporary Stream Crossings and |n'GtnoomVVorh Pads 102 B Construction Layout Stakes Except for Bridges 103 10 Construction Layout Stakes 186 11 El Use ofQeotentUeFabric for Railroad Crossing 100 12 El 8ubnmo|ingofConcrete Pavements 111 13 E] Hot -Mix Asphalt Surface Correction 115 14 El Pavement and Shoulder Resurfacing 117 15 Fl Patching with Hot -Mix Asphalt Overlay Removal 118 16 El Polymer Concrete 120 17 PVCPipa|inmr 122 18 Bicycle Racks 123 19 El Temporary Portable Bridge Traffic Signals 125 20 El Work Zone Public Information Signs 127 21 Nighttime inspection ofRoadway Lighting 128 22 English Substitution ofMetric Bolts 129 23 Calcium Chloride Accelerator for Portland Cement Concrete 130 24 {]ua|ib/ Control of Concrete Mixtures at the Plant 131 25 Quality Control/Quality Assurance ofConcrete Mixtures 130 %G El Digital Terrain Modeling for Earthwork Calculations 155 27 El Raaammd 157 28 [l Preventive Maintenance ' Bituminous Surface Treatment 158 39 Fl Roomn/ed 164 30 Reserved 165 31 El Ranon/ed 166 32 Temporary Raised Pavement Markers 167 33 Restoring Bridge Approach Pavements Using High -Density Foam 168 34 El Portland Cement Concrete Inlay orOverlay 171 35 1:1 Portland Cement Concrete Partial Depth Hot -Mix Asphalt Patching 175 Printed 01/25/19 Page 1 of 2 BLR 11300 (Rev. 10/26/18) The Following Local Roads And Streets Recurring Special Provisions Indicated By An "X" Are Applicable To This Contract And Are Included By Reference: Check Sheet # Paleo LRS 1 Reserved 179 LRS 2 ❑ Furnished Excavation 180 LRS 3 ® Work Zone Traffic Control Surveillance 181 LRS 4 ❑ Flaggers in Work Zones 182 LRS 5 Contract Claims 183 LRS 6 ® Bidding Requirements and Conditions for Contract Proposals 184 LRS 7 ❑ Bidding Requirements and Conditions for Material Proposals 190 LRS 8 Reserved 196 LRS 9 ❑ Bituminous Surface Treatments 197 LRS 10 Reserved 198 LRS 11 ® Employment Practices 199 LRS 12 ® Wages of Employees on Public Works 201 LRS 13 Selection of Labor 203 LRS 14 ❑ Paving Brick and Concrete Paver Pavements and Sidewalks 204 LRS 15 ® Partial Payments 207 LRS 16 ❑ Protests on Local Lettings 208 LRS 17 ® Substance Abuse Prevention Program 209 LRS 18 ❑ Multigrade Cold Mix Asphalt 210 Printed 01/25/19 BLR 11300 (Rev, 10/26/18) INDEX FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS Adopted January 1, 2018 This index 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 4-1-16) (Revised 1-1-18) SUPPLEMENTAL SPECIFICATIONS Std. Spec. Sec. Page No. 106 Control of Materials.............................................................................. 1 403 Bituminous Surface Treatment (Class A-1, A-2, A-3) ........................... 2 404 Micro -Surfacing and Slurry Sealing ...................................................... 3 405 Cape Seal............................................................................................. 14 420 Portland Cement Concrete Pavement .................................................. 24 442 Pavement Patching.............................................................................. 26 502 Excavation for Structures..................................................................... 27 503 Concrete Structures............................................................................. 29 504 Precast Concrete Structures................................................................ 32 542 Pipe Culverts........................................................................................ 33 586 Sand Backfill for Vaulted Abutments .................................................... 34 630 Steel Plate Beam Guardrail.................................................................. 36 631 Traffic Barrier Terminals....................................................................... 39 670 Engineer's Field Office and Laboratory ................................................ 40 701 Work Zone Traffic Control and Protection ............................................ 41 704 Temporary Concrete Barrier................................................................. 42 781 Raised Reflective Pavement Markers .................................................. 44 888 Pedestrian Push-Button........................................................................ 45 1003 Fine Aggregates................................................................................... 46 1004 Coarse Aggregates.............................................................................. 47 1006 Metals................................................................................................... 50 1020 Portland Cement Concrete................................................................... 51 1050 Poured Joint Sealers............................................................................ 53 1069 Pole and Tower.................................................................................... 55 1077 Post and Foundation............................................................................ 56 1096 Pavement Markers............................................................................... 57 1101 General Equipment.............................................................................. 58 1102 Hot -Mix Asphalt Equipment.................................................................. 59 1103 Portland Cement Concrete Equipment ................................................. 61 1106 Work Zone Traffic Control Devices....................................................... 63 • Department N � C& U11 ! p b Local Public A enc County Section Number Mount Prospect Gook E19 -00000 -01 -GM The following Special Provision supplement the "Standard Specifications for Road and Bridge Construction", adopted January 1, 2019 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 Specification and Recurring Special Provisions indicated on the Check Sheet included here in which apply to and govern the construction of the above named section, and in case of conflict with any parts, or parts of said Specifications, the said Special Provisions shall take precedence and shall govern. Printed Page of BLR 11310 (Rev. 10/04/17) 19 -00000 -01 -GM: SPECIAL PROVISIONS INDEX TO SPECIAL PROVISIONS & SUPPORTING PERMIT DOCUMENTS Local Agency Mount Prospect) General Notes Local Agency Mount Prospect) Special Provisions LOCATION OF IMPROVEMENT DESCRIPTION OF WORK RESTRICTION OF WORK SPECIAL EXCAVATION PAVEMENT REVOMAL PAVEMENT PATCH (SPECIAL) COMBINATION CONCRETE CURB AND GUTTER HMA AND PCC DRIVEWAY REMOVAL AND REPLACEMENT DRIVEWAY BASE REMOVAL AND REPLACEMENT, 8" STORM SEWER, PVC SDR 35, TYPE 1 SOLID PVC SDR 21 (CLASS 200) GRADING AND SHAPING DITCHES SODDING, SPECIAL SEEDING, SPECIAL TRAFFIC CONTROL PLAN STRUCTURE TO BE ADJUSTED WITH NEW HIGH CAP. FR & LID MOT BDE Special Provisions (See Check Sheet) RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES (D-1) MOT BLRS Special Provisions LR 107-4 MOT District 1 Special Provisions MAINTENANCE OF ROADWAYS HMA MIXTURE DESIGN REQUIREMENTS (D1) FRICTION AGGREGATE (D-1) Sequence of Work Permit Documents STORM WATER POLLUTION PREVENTION PLAN NPDES PERMIT 19 -00000 -01 -GM: SPECIAL PROVISIONS LOCATION OF IMPROVEMENT 2018.02.02 The project is located within the Village of Mount Prospect and consists of the resurfacing of local Village owned streets for a total distance of 7.25 miles. DESCRIPTION OF WORK 2003.01.29 The work included in this contract consists of furnishing all labor, materials, equipment and other items necessary for the completion of hot mix asphalt surface removal, hot mix asphalt binder course installation, hot mix asphalt surface course installation, curb and gutter removal and replacement, sidewalk removal and replacement, pcc and hot mix asphalt driveway repairs, utility structure repairs and collateral work necessary to complete the improvements as shown on the details and as described herein. RESTRICTION OF WORK 2018.02.02 In general, the work on this project cannot start before April 16'. The project shall be completed by September 29'. All construction activities or alteration operations within the Village shall be performed only between the hours of 7:00 a.m. and 7:00 p.m. Monday through Saturday. No work will be allowed on Sundays and legal holidays as listed in Article 107.09 in the Standard Specifications. Variations from these time limitations shall be allowed only in the case of maintenance of operation of safety and traffic control devices such as barricades, signs and lighting, or to construction of an emergency nature. More stringent requirements may be assessed for work in state highway or railroad rights-of-way. Working hours outside these times must receive prior approval from the Village. SPECIAL EXCAVATION 2018.02.1 DESCRIPTION. In general this work shall be in accordance with Section 202 and 440 of the Standard Specifications for Road and Bridge Construction except as noted herein. This item includes all excavation necessary to remove and dispose of unsuitable pavement base and unsuitable subgrade that may be encountered. If, during construction, it is determined by the Engineer that unsuitable base and subgrade is to be removed, the Engineer will direct the Contractor to remove this material. The volume removed will be determined by the Engineer from field measurements. Open -cut trenches shall be sheeted and braced or otherwise protected as required by any governing Federal or State and municipal ordinances and as may be necessary to protect life, property, or the Contract Work. In any event, the minimum protection shall conform to the recommendations in the Occupational Safety and Health Act (OSHA) Standards for Construction. Sheeting, bracing, shoring and general safety measures will not be paid for separately but shall be included in the contract. METHOD OF MEASUREMENT. This work will be measured in its original position and the volume in cubic yards computed by the method of average end areas. BASIS OF PAYMENT. This work will be paid for at the contract unit price per cubic yard for SPECIAL EXCAVATION. The material replacement of unsuitable base and sub -base will be paid under the item for AGGREGATE BASE COURSE, TYPE B. If, at the direction of the Engineer, it is determined that unsuitable pavement base must be replaced with bituminous material, the pay item for CLASS D PATCHES, 6" of the type specified will be used and the required excavation will not be paid for separately. 19 -00000 -01 -GM: SPECIAL PROVISIONS PAVEMENT PATCHES (SPECIAL) 2018.02.12 DESCRIPTION. This work shall consist of constructing patches in accordance with Section 442 of the Standard Specifications for Road and Bridge Construction except as herein modified. CONSTRUCTION REQUIREMENTS. This work shall consist of the surface preparation, PCC patching of various pavement failures. The existing areas to be repaired shall be prepared by saw cutting at locations laid out by the Engineer and removing the existing material to the specified depth. After the areas have been cleaned and the excess material removed, the holes shall be filled with PCC concrete 6" in depth. BASIS OF PAYMENT. This work will be paid for at the contract unit price per square yards for PAVEMENT PATCHES (SPECILAL). This price shall include all costs for excavating, disposing of the excess excavated material, furnishing and placing the PCC material, and all other labor and materials necessary to furnish and install this item. PAVEMENT REMOVAL 2019.01.28 DESCRIPTION. This work shall consist of the removal and satisfactory disposal of the existing hot mix asphalt and stabilized base course as shown on the plans. This work shall be performed in accordance with the applicable portions of Section 440 of the Standard Specifications except as noted herein. CONSTRUCTION REQUIREMENTS. This work will include the milling of the existing HMA surface and stabilized base course to a depth of 8 inches. The contractor shall properly dispose off-site of the material. The contractor after the milling operation perform a proof roll of the remaining base material. Any unsuitable areas shall be repaired in accordance with the applicable portions of Section 358 of the Standard Specifications. METHOD OF MEASUREMENT and BASIS OF PAYMENT. This work will be measured in place and the area computed in square yards. This work will be paid for at the contract unit price per square yard for PAVEMENT REMOVAL. This price shall also include the cost for excavating to the proper grade, providing the labor, materials, and equipment to complete this item. COMBINATION CONCRETE CURB AND GUTTER 2018.02.02 DESCRIPTION. This work shall consist of constructing combination concrete curb and gutter in accordance with Section 606 of the Standard Specifications for Road and Bridge Construction except as noted herein. The type of curb and gutter shall match adjacent curb and gutter sections, unless otherwise directed by the engineer. CONSTRUCTION REQUIREMENTS. This work will include excavation and off-site disposal of excess material, supplying and placing CA -6 aggregate base, and backfilling. BASIS OF PAYMENT. This work will be paid for at the contract unit price per foot for COMBINATION CONCRETE CURB AND GUTTER. This price shall include all costs for excavating, disposing of the excess excavated material, furnishing and placing the aggregate base material, back filling and all other labor and materials necessary to furnish and install this item. 19 -00000 -01 -GM: SPECIAL PROVISIONS HMA AND PCC DRIVEWAY REMOVAL AND REPLACEMENT 2018.02.02 DESCRIPTION. This work shall consist of the removal and satisfactory disposal of existing hot mix asphalt and concrete driveways as shown on the plans. This work shall also consist of the construction of new Hot mix asphalt and concrete driveways as shown on the plans. This work shall be performed in accordance with the applicable portions of Section 406 and 420 of the Standard Specifications except as noted herein. CONSTRUCTION. At specific locations shown on the plans, existing concrete and hot mix asphalt driveways shall be removed and disposed of by the Contractor. The limits of removal will be marked by the Engineer. The driveway shall be sawcut full -depth. Any areas outside the limits of removal, which are damaged, shall be replaced by the Contractor at his own expense. The Contractor shall install a 5" Portland Cement Concrete surface, or a 3" HMA Surface Course, Mix "C", N50. The Portland Cement Concrete driveway shall be constructed in accordance with Section 420 of the Standard Specifications for Road and Bridge Construction insofar as applicable. The hot mix asphalt driveway shall be constructed in two lifts and in accordance with Section 406 of the Standard Specifications insofar as applicable. If directed by the Engineer, the Contractor shall remove the existing base and install a 2" compacted aggregate base course (CA -6) prior to the installation of the 5" Portland Cement Concrete surface. The removal and replacement of the base course under a new PCC surface shall be included in the pay item PCC DRIVEWAY REMOVAL AND REPLACEMENT, 5" If directed by the Engineer, the Contractor shall remove the existing base and install an 8" compacted aggregate base course (CA -6) prior to the installation of the 3" HMA surface. The removal and replacement of the existing aggregate under a new HMA surface will be paid for separately. METHOD OF MEASUREMENT and BASIS OF PAYMENT. This work will be measured in place and the area computed in square yards. This work will be paid for at the contract unit price per square yard for PCC DRIVEWAY REMOVAL AND REPLACEMENT, 5" or for HMA DRIVEWAY SURFACE REMOVE & REPLACE, 3". This price shall also include the cost for excavating to the proper grade, providing the labor, materials, and equipment to complete this item. DRIVEWAY BASE REMOVAL AND REPLACEMENT, 8" 2007.01.16 DESCRIPTION. This work shall also consist of the removal and replacement of the existing aggregate under a new HMA surface driveways as directed by the Engineer or shown on the plans. This work shall be performed in accordance with the applicable portions of Section 311 and 351 of the Standard Specifications except as noted herein. CONSTRUCTION. At specific locations directed by the Engineer or shown on the plans, existing aggregate base course shall be removed and disposed of by the Contractor. The Contractor shall install an 8" compacted aggregate base course (CA -6). METHOD OF MEASUREMENT and BASIS OF PAYMENT. This work will be measured in place and the area computed in square yards. This work will be paid for at the contract unit price per square yard for DRIVEWAY BASE REMOVAL & REPLACEMENT, 8". This price shall also include the cost for excavating to the proper grade, providing the labor, materials, and equipment to complete this item. 19 -00000 -01 -GM: SPECIAL PROVISIONS STORM SEWER, PVC SDR 35, TYPE 1 2018.02.02 DESCRIPTION. This work shall consist of the installation of polyvinyl chloride pipe (PVC) in accordance to Section 550 of the Standard Specifications for Road and Bridge Construction. CONSTRUCTION METHODS. Installation shall conform to Section 550 of the Standard Specifications for Road and Bridge Construction and any applicable requirements of the Metropolitan Water Reclamation District. BASIS OF PAYMENT. This work will be paid for at the contract unit price per foot for STORM SEWER, PVC SDR 35, TYPE 1, of the diameter specified in the proposal. This price shall include all the costs for excavating, disposing of excess material, furnishing and placing pipe bedding material, connecting to existing structures, and all other labor and material (including fittings) necessary to furnish and install this item. SOLID PVC SDR 21 (CLASS 200) 2018.02.02 DESCRIPTION. This work shall consist of the installation of polyvinyl chloride pipe (PVC) in accordance to Section 1040.03 (a) of the Standard Specifications for Road and Bridge Construction. CONSTRUCTION METHODS. Installation shall conform to Section 550 of the Standard Specifications for Road and Bridge Construction and any applicable requirements of the Metropolitan Water Reclamation District. BASIS OF PAYMENT. This work will be paid for at the contract unit price per foot for SOLID PVC SDR 21 (CLASS 200) of the diameter specified in the proposal. This price shall include all the costs for excavating, disposing of excess material, furnishing and placing pipe bedding material, connecting to existing structures, and all other labor and material (including fittings) necessary to furnish and install this item. GRADING AND SHAPING DITCHES 2018.02.1 DESCRIPTION. This work shall consist of grading and shaping existing ditches in accordance with Section 202 and 214 of the Standard Specifications for Road and Bridge Construction except as noted herein. Grading and shaping ditches shall be at the locations shown on the plans or directed by the engineer. CONSTRUCTION REQUIREMENTS. This work shall consist of grading and shaping existing ditches at driveways culvert and at high/low spots in the flow line of existing ditches. All disturbed turf areas will be restored in accordance with the special provision for SODDING, SPECIAL or SEEDING, SPECIAL. Excess material shall be disposed of by the contractor outside the limits of the right-of-way. The volume of any unstable and/or unsuitable material removed will be not be measured and shall be included in the cost for grading and shaping ditches. BASIS OF PAYMENT. This work will be paid for at the contract unit price per foot for DITCH EXCAVATION. This price shall include all costs for excavating, disposing of the excess excavated material and all other labor and materials necessary to furnish and install this item. SODDING, SPECIAL 2018.02.1 DESCRIPTION. This work shall consist of preparing the ground surface and furnishing and placing sod and other materials required in the sodding operations in accordance with Section 252 of the Standard Specifications for Road and Bridge Construction except as noted herein. CONSTRUCTION REQUIREMENTS. This work shall consist of furnishing and placing sod on a prepared surfaced. Prior to the placement of the sod, the ground should be prepared in accordance with section 212 and 252 of the standard Specifications for Road and Bridge Construction. 4" of Topsoil shall be furnished 19 -00000 -01 -GM: SPECIAL PROVISIONS and placed in accordance with section 211 of the Standard Specifications for Road and Bridge Construction. Excess materials shall be disposed of by the contractor outside the limits of the right-of-way. The volume of any unsuitable or excess material removed will be not be measured and shall be included in the cost for this item. BASIS OF PAYMENT. This work will be paid for at the contract unit price per square yard for SODDING, SPECIAL. This price shall include all costs for final shaping, trimming, furnishing and placing topsoil, furnishing and placing sod, sod watering, disposing of the excess material, and all other labor and materials necessary to furnish and install this item. SEEDING, SPECIAL 2018.02.02 DESCRIPTION. This work shall consist of preparing the ground surface and furnishing and placing topsoil and seed and other materials required in the seeding operations in accordance with Section 250 of the Standard Specifications for Road and Bridge Construction except as noted herein. CONSTRUCTION REQUIREMENTS. This work shall consist of furnishing and placing seed on a prepared surfaced. Prior to the placement of the seed, the ground should be prepared in accordance with section 212 and 250 of the standard Specifications for Road and Bridge Construction. 4" of topsoil shall be placed in accordance with section 211 of the Standard Specifications for Road and Bridge Construction. Excess material shall be disposed of by the contractor outside the limits of the right-of-way. The volume of any unsuitable or excess material removed will be not be measured and shall be included in the cost for this item. The seeding mixture shall be Class 1 or Class IA. Seeding methods for Class 1 seeds can include broadcasting. The contractor shall guarantee that a stand of grass acceptable to the Engineer is obtained. • Seeding done after April 16th and prior to June 1st shall have an acceptable stand of grass by July 15th. • Seeding done after June 1st and prior to August 15th shall have an acceptable stand of grass by October 15th. • Seeding done after August 15' shall have an acceptable stand of grass by the following June 1st The contractor shall be required to begin seeding and restoration within ten (10) working days after the installation of the sidewalk and curb and gutter, and aprons. BASIS OF PAYMENT. This work will be paid for at the contract unit price per square yard for SEEDING, SPECIAL. This price shall include all costs for final shaping, trimming, furnishing and placing topsoil, furnishing and placing sod, sod watering, disposing of the excess material, and all other labor and materials necessary to furnish and install this item. TRAFFIC CONTROL PLAN 2018.02.01 Traffic Control shall be according to 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, and the Special Provisions contained herein. Special attention is called to Article 107.09 of the Standard Specifications and the following Highway Standards, Details, Quality Standard for Work Zone Traffic Control Devices, Recurring Special Provisions and Special Provisions contained herein, relating to traffic control. The Contractor shall contact the District One Bureau of Traffic at least 72 hours in advance of beginning work near Cook County or IDOT highway ROW. 19 -00000 -01 -GM: SPECIAL PROVISIONS STANDARDS: 701301-04 Lane Closure. 2L, 2W, Short Time Operation 701311-03 Lane Closure 2L, 2W Moving Operations — Day Only 701501-06 Urban Lane Closure, 2L, 2W, Undivided 701701-09 Urban Lane Closure, Multilane Intersection 701801-06 Sidewalk Corner or Crosswalk Closure 701901-06 Traffic Control Devices DETAILS: Region One Traffic Control and Protection for Side Roads, Intersections, and Driveways Region One Typical Pavement Markings SPECIAL PROVISIONS: LRS 3 Construction Zone Traffic Control Maintenance of Roadways (D-1) BASIS OF PAYMENT. The work associated with the Traffic Control Plan will be paid for at the contract unit price Lump Sum for TRAFFIC CONTROL & PROTECTION, Standard 701501, TRAFFIC CONTROL & PROTECTION, Standard 701701, TRAFFIC CONTROL & PROTECTION, Standard 701801, and TRAFFIC CONTROL & PROTECTION, Standard 701901. STRUCTURE TO BE ADJUSTED WITH NEW HIGH CAP. FRAME & LID 2018.02.12 DESCRIPTION. This work shall consist of adjusting structures with new high cap. Frame and lid in accordance with Section 602 of the Standard Specifications for Road and Bridge Construction except as noted herein. CONSTRUCTION REQUIREMENTS. This work shall consist of adjusting structures with new high cap. Frame and lid. The high cap. Frame & lid shall be 3010 Neenah or 7010 East Jordan frame and lid or approved equal. BASIS OF PAYMENT. This work will be paid for at the contract unit price per cubic yard for STRUCTURE TO BE ADJUSTED WITH NEW HIGH CAP. FRAME & LID VILLAGE OF MOUNT PROSPECT - GENERAL NOTES 2018.02.02 Venue The parties hereto agree that for purposes of any lawsuit(s) between them concerning this Agreement, its enforcement, or the subject matter thereof, venue shall be in Cook County, Illinois, and the laws of the State of Illinois shall govern the cause of action. Mobilization. This contract contains no provisions for Mobilization. Therefore, Section 671 of the Standard Specifications will not be applicable to this contract. Trench Backfill. All trench backfill shall be crushed aggregate conforming to a CA -6 gradation. The Contractor shall backfill all utility structures immediately after installation. Structures with New Mount Prospect Frames and Lids. Where specified, the Contractor shall supply and install a new frame with an open or closed lid as required. The type of lid open or closed will be determined in the field by the engineer. The frame and open lid shall conform to the manufacturer's product number as indicated on the plan details. Closed lids shall be self-sealing and shall have the words "VILLAGE OF MOUNT PROSPECT" and "STORM", "SANITARY", or "WATER" cast into the lid in raised letters as is appropriate for the structure on which it is being installed upon. Within 3 days after replacement or removal, the Contractor shall deliver, at no cost to the Village, all old frames and lids to the Mt. Prospect Public Works Garage, 1700 W. Central Road. 2" Surface Removal and Resurfacing streets. The scope of work on the following streets will be a 2" HMA surface removal and a new 2" HMA surface placed. If required ADA ramps will be replaced if the sidewalk falls within the project limits. Not included in this scope of work will be any improvements to the existing curb and gutter, drainage structures, sidewalk, or driveways: VILLAGE OF MOUNT PROSPECT — SEQUENCE OF WORK 2018.02.02 SEQUENCE OF WORK (RESURFACING STREETS) As this project is located in a residential area, it is imperative that the Contractor adheres to a sequence of work based on the following for resurfacing streets: GENERAL • The Contractor shall follow the Village's resident notification process throughout construction. • The location map provided in the project specifications divides the Village divide into sections lettered A -J. The Contractor shall have a maximum of four of these sections under construction at the same time, unless otherwise given written permission by the Engineer. Streets located near school zones, as identified by the Engineer, are exempt from this requirement. • Once a section reaches substantial completion (all Stage 1 work items complete), the Contractor shall request a pre -final inspection of that section from the Engineer. The Engineer shall prepare a pre -final punch list within one week, per section. • All items on the pre -final punch list must be completed and approved by the Engineer prior to beginning Stage 2 construction in that section. • To begin construction in a fifth section of the Village, at least one of the four sections under construction must be substantially complete and under Engineer review. STAGE 1 CONSTRUCTION • The Contractor shall install all required traffic control prior to the start of construction. • The Contractor shall complete all Stage 1 work in a section within 15 working days from the start of construction. • The Contractor shall saw cut and remove existing curb & gutter, sidewalk, asphalt overlay, and additional earth as identified by the Engineer. • The Contractor shall remove existing aprons as identified by the Engineer. • Contractor shall adjust or replace structures located in the curb line or sidewalk as identified by the Engineer. • The Contractor shall frame and install new curb & gutter within 3 working days of the initial curb removal. • The Contractor shall frame and install new sidewalk within 3 working days of the initial sidewalk removal. • The Contractor shall front -fill the new curb within 5 working days of the initial installation. On streets with concrete base, the contractor shall remove front curb forms and install narrow continuous concrete base replacement. • The Contractor shall install replace aprons within 5 working days of the initial curb removal. • The Contractor shall restore access to driveway within 10 calendar days of removal. • The Contractor shall backfill the new curb & gutter, sidewalk, and aprons within 5 working days of the initial installation. • The Contractor shall restore the parkway with topsoil and seed or sod, as directed by the Engineer. • The Contractor shall mill existing asphalt surface of the pavement. VILLAGE OF MOUNT PROSPECT — SEQUENCE OF WORK • The Contractor, with the Engineer present, shall proof roll the existing pavement base. • The Contractor shall remove unsuitable base material at spot locations identified by the Engineer and replace with either Class C or Class D patches. • The Contractor shall install the hot asphalt level binder within 5 working days after the existing asphalt surface has been removed. • The Contractor shall adjust or replace structures located in the pavement, and pour concrete around the excavated frames, as identified by the Engineer. • The Contractor shall request pre -final inspection from the Engineer. The Contractor shall not proceed to Stage 2 construction until Stage 1 work in the section has been approved by the Engineer. STAGE 2 CONSTRUCTION The Contractor shall install the hot mix asphalt surface course within 3 weeks after the installation of the hot mix asphalt level binder. The Contractor shall install pavement markings. FINAL ACCEPTANCE The Contractor shall request a final inspection of a section by the Engineer. The Engineer shall provide the Contractor with approval or a final punch list within one week, per section. All final punch list work must be completed by the project's final completion date. Should the Contractor fail to complete the work within the above specified time schedules, the Contractor will be subject to calendar day liquidated damages equivalent to the amounts stated in Article 108.09 of the Standard Specifications for Road and Bridge Construction. BDE SPECIAL PROVISIONS For the January 19 and March 9, 2018 Lettings The following special provisions indicated by an "x" are applicable to this contract and will be included by the Project Development and Implementation Section of the BD&E. An * indicates a new or revised special provision for the letting. File Name # Special Provision Title Effective Revised 80099 1 Accessible Pedestrian Signals (APS) April 1, 2003 Jan. 1, 2014 80382 2 Adjusting Frames and Grates April 1, 2017 80274 3 Aggregate Subgrade Improvement April 1, 2012 April 1, 2016 80192 4 Automated Flagger Assistance Device Jan. 1, 2008 80173 5 Bituminous Materials Cost Adjustments Nov. 2, 2006 Aug. 1, 2017 80241 6 Bridge Demolition Debris July 1, 2009 50261 7 Building Removal -Case I (Non -Friable and Friable Asbestos) Sept. 1, 1990 April 1, 2010 50481 8 Building Removal -Case 11 (Non -Friable Asbestos) Sept. 1, 1990 April 1, 2010 50491 9 Building Removal -Case III (Friable Asbestos) Sept. 1, 1990 April 1, 2010 50531 10 Building Removal -Case IV (No Asbestos) Sept. 1, 1990 April 1, 2010 80366 11 Butt Joints July 1, 2016 80386 12 Calcium Aluminate Cement for Class PP -5 Concrete Patching Nov. 1, 2017 r r lME r r r r r r r rr r i r r r r r 1 80384 14 Compensable Delay Costs June 2, 2017 80198 15 Completion Date (via calendar days) April 1, 2008 80199 16 Completion Date (via calendar days) Plus Working Days April 1, 2008 80293 17 Concrete Box Culverts with Skews > 30 Degrees and Design Fills <_ 5 April 1, 2012 July 1, 2016 Feet 80311 18 Concrete End Sections for Pipe Culverts Jan. 1, 2013 April 1, 2016 80277 19 Concrete Mix Design - Department Provided Jan. 1, 2012 April 1, 2016 80261 20 Construction Air Quality - Diesel Retrofit June 1, 2010 Nov. 1, 2014 80387 21 Contrast Preformed Plastic Pavement Marking Nov. 1, 2017 80029 22 �1 r, t,1i2"OOOJ Disar1 d� vanrter drr ,Business Enter rise Partici ation Sl lr rr l 2, 20r1 6 rr SENIOR i I, f 80388 24 Equipment Parking and Storage Nov. 1, 2017 80229 25 Fuel Cost Adjustment April 1, 2009 Aug. 1, 2017 80304 26 Grooving for Recessed Pavement Markings Nov. 1, 2012 Nov. 1, 2017 80246�����27 Hot -Mix Asphalt - Density Testing of Longitudinal Joints Jan. 1, 2010 April 1, 2016 1111111191IIIIIIII9IIIIIIIIIIII ��lI 80383 29 Hot -Mix Asphalt - Quality Control for Performance April 1, 2017 Nov. 1, 2017 80376 30 Hot -Mix Asphalt - Tack Coat Nov. 1, 2016 r r rr r r r r r r r rr r. I ! 80336 32 Longitudinal Joint and Crack Patching April 1, 2014 April 1, 2016 rII, ME r rr r rr Irr V I r r r r r n r r r t r r rrr r ar r 80045 34 Material Transfer Device June 15, 1999 Aug. 1, 2014 , r rrr r r r r rrrr rn r. rrr rir rr ar r � l 80165 36 Moisture Cured Urethane Paint System Nov. 1, 2006 Jan. 1, 2010 80349 37 Pavement Marking Blackout Tape Nov. 1, 2014 April 1, 2016 80371 38 Pavement Marking Removal July 1, 2016 1 , , / 1 ,1 1 i 80377 40 Portable Changeable Message Signs Nov. 1, 2016 April 1, 2017 80389 41 Portland Cement Concrete Nov. 1, 2017 80359 42 Portland Cement Concrete Bridge Deck Curing April 1, 2015 Nov. 1, 2017 80385 43 Portland Cement Concrete Sidewalk Aug. 1, 2017 80300 44 Preformed Plastic Pavement Marking Type D - Inlaid April 1, 2012 April 1, 2016 80328 45 Progress Payments Nov. 2, 2013 34261 46 Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, 2006 File Name # Special Provision Title 80157 47 7_1 Railroad Protective Liabilitv Insurance (5 and 10 80340 50 Speed Display Trailer 80127 51 Steel Cost Adiustment 80317 53 Surface Testing of Hot -Mix Asphalt Overlays 80298 54 Temporary Pavement Marking (NOTE: This special provision was previously named "Pavement Marking Tape Type IV".) 20338 55 Trainina Special Provisions 80288 57 A Warm Mix Asphalt 80302 58 Weekly DBE Trucking Reports 80071 59 Working Days Effective Revised Jan. 1. 2006 April 2, 2014 Jan. 1, 2017 April 2, 2004 Aua. 1, 2017 Jan. 1, 2013 April 1, 2016 April 1, 2012 April 1, 2017 Oct. 15. 1975 Jan. 1, 2012 April 1, 2016 June 2, 2012 April 2, 2015 Jan. 1, 2002 The following special provisions are in the 2018 Supplemental Specifications and Recurring Special Provisions File Name Special Provision Title New Location Effective Revised 80368 Light Tower Article 1069.08 July 1, 2016 80369 Mast Arm Assembly and Pole Article 1077.03(a)(1) July 1, 2016 80338 Portland Cement Concrete Partial Depth Hot -Mix Recurring CS #35 April 1, 2014 April 1, 2016 Asphalt Patching 80379 Steel Plate Beam Guardrail Articles 630.02, 630.05, Jan. 1, 2017 630.06, and 630.08 80381 Traffic Barrier Terminal, Type 1 Special Article 631.04 Jan. 1, 2017 80380 Tubular Markers Articles 701.03, 701.15, Jan. 1, 2017 701.18, and 1106.02 The following special provisions require additional information from the designer. The additional information needs to be submitted as a separate document. The Project Development and Implementation section will then include the information in the applicable special provision. The Special Provisions are: • Bridge Demolition Debris 0 Building Removal -Case IV 0 Material Transfer Device • Building Removal - Case I • Completion Date • Railroad Protective Liability Insurance • Building Removal — Case II 0 Completion Date Plus Working Days 0 Training Special Provisions • Building Removal - Case III • DBE Participation • Working Days BUTT JOINTS (BDE) Effective: July 1, 2016 Add the following to Article 406.08 of the Standard Specifications. "(c) Temporary Plastic Ramps. Temporary plastic ramps shall be made of high density polyethylene meeting the properties listed below. Temporary plastic ramps shall only be used on roadways with permanent posted speeds of 55 mph or less. The ramps shall have a minimum taper rate of 1:30 (V:H). The leading edge of the plastic ramp shall have a maximum thickness of 1/4 in. (6 mm) and the trailing edge shall match the height of the adjacent pavement ± 1/4 in. (± 6 mm). The ramp will be accepted by certification. The Contractor shall furnish a certification from the manufacturer stating the temporary plastic ramp meets the following requirements. Physical Property Test Method Requirement Melt Index ASTM D 1238 8.2 /10 minutes Density ASTM D 1505 0.965 g/cc Tensile Strength @ Break ASTM D 638 2223 psi (15 MPa) Tensile Strength @ Yield ASTM D 638 4110 psi (28 MPa) Elongation @ Yieldpercent ASTM D 638 7.3 min. Durometer Hardness, Shore D ASTM D 2240 65 Heat Deflection Temperature, 66 psi ASTM D 648 176 OF (80 °C) Low Temperature Brittleness, F50 ASTM D 746 <-105 OF (<-76 °C) 1/ Crosshead speed -2 in./minute The temporary plastic ramps shall be installed according to the manufacturer's specifications and fastened with anchors meeting the manufacturer's recommendations. Temporary plastic ramps that fail to stay in place or create a traffic hazard shall be replaced immediately with temporary HMA ramps at the Contractor's expense." 80366 HOT -MIX ASPHALT - DENSITY TESTING OF LONGITUDINAL JOINTS (BDE) Effective: January 1, 2010 Revised: April 1, 2016 Description. This work shall consist of testing the density of longitudinal joints as part of the quality control/quality assurance (QC/QA) of hot -mix asphalt (HMA). Work shall be according to Section 1030 of the Standard Specifications except as follows. Quality Control/Quality Assurance (QC/QA). Delete the second and third sentence of the third paragraph of Article 1030.05(d)(3) of the Standard Specifications. Add the following paragraphs to the end of Article 1030.05(d)(3) of the Standard Specifications: "Longitudinal joint density testing shall be performed at each random density test location. Longitudinal joint testing shall be located at a distance equal to the lift thickness or a minimum of 4 in. (100 mm), from each pavement edge. (i.e. for a 5 in. (125 mm) lift the near edge of the density gauge or core barrel shall be within 5 in. (125 mm) from the edge of pavement.) Longitudinal joint density testing shall be performed using either a correlated nuclear gauge or cores. a. Confined Edge. Each confined edge density shall be represented by a one - minute nuclear density reading or a core density and shall be included in the average of density readings or core densities taken across the mat which represents the Individual Test. b. Unconfined Edge. Each unconfined edge joint density shall be represented by an average of three one -minute density readings or a single core density at the given density test location and shall meet the density requirements specified herein. The three one -minute readings shall be spaced 10 ft (3m) apart longitudinally along the unconfined pavement edge and centered at the random density test location." Revise the Density Control Limits table in Article 1030.05(d)(4) of the Standard Specifications to read: "Mixture Composition Parameter Individual Test (includes confined edges) Unconfined Edge Joint Density Minimum IL -4.75 Ndesi n = 50 93.0 — 97.4% 91.0% IL -9.5 Ndesi n = 90 92.0-96.0% 90.0% IL-9.5,IL-9.5L Ndesi n < 90 92.5-97.4% 90.0% IL -19.0 Ndesi n = 90 93.0-96.0% 90.0% IL -19.0, IL-19.OL Ndesi n < 9093.0 — 97.4% 90.0% SMA Ndesign = 50 & 80 93.5-97.4% 91.0%,, 80246 LR107-4 Page 1 of 1 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR INSURANCE Effective: February 1, 2007 Revised: August 1, 2007 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. The Contractor shall name the following entities as additional insured under the Contractor's general liability insurance policy in accordance with Article 107.27: Village of Mount Prospect The entities listed above and their officers, employees, and agents shall be indemnified and held harmless in accordance with Article 107.26. Maintenance of Roadways Effective: September 30, 1985 Revised: November 1, 1996 Beginning on the date that work begins on this project, the Contractor shall assume responsibility for normal maintenance of all existing roadways within the limits of the improvement. This normal maintenance shall include all repair work deemed necessary by the Engineer, but shall not include snow removal operations. Traffic control and protection for maintenance of roadways will be provided by the Contractor as required by the Engineer. If items of work have not been provided in the contract, or otherwise specified for payment, such items, including the accompanying traffic control and protection required by the Engineer, will be paid for in accordance with Article 109.04 of the Standard Specifications. RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES (BDE) Effective: November 1, 2012 Revise: January 1, 2018 Revise Section 1031 of the Standard Specifications to read: "SECTION 1031. RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES 1031.01 Description. Reclaimed asphalt pavement and reclaimed asphalt shingles shall be according to the following. (a) Reclaimed Asphalt Pavement (RAP). RAP is the material produced by cold milling or crushing an existing hot -mix asphalt (HMA) pavement. The Contractor shall supply written documentation that the RAP originated from routes or airfields under federal, state, or local agency jurisdiction. (b) Reclaimed Asphalt Shingles (RAS). Reclaimed asphalt shingles (RAS). RAS is from the processing and grinding of preconsumer or post -consumer shingles. RAS shall be a clean and uniform material with a maximum of 0.5 percent unacceptable material, as defined in Central Bureau of Materials Policy Memorandum, "Reclaimed Asphalt Shingle (RAS) Sources", by weight of RAS. All RAS used shall come from a Central Bureau of Materials approved processing facility where it shall be ground and processed to 100 percent passing the 3/8 in. (9.5 mm) sieve and 93 percent passing the #4 (4.75 mm) sieve based on a dry shake gradation. RAS shall be uniform in gradation and asphalt binder content and shall meet the testing requirements specified herein. In addition, RAS shall meet the following Type 1 or Type 2 requirements. (1) Type 1. Type 1 RAS shall be processed, preconsumer asphalt shingles salvaged from the manufacture of residential asphalt roofing shingles. (2) Type 2. Type 2 RAS shall be processed post -consumer shingles only, salvaged from residential, or four unit or less dwellings not subject to the National Emission Standards for Hazardous Air Pollutants (NESHAP). 1031.02 Stockpiles. RAP and RAS stockpiles shall be according to the following. (a) RAP Stockpiles. The Contractor shall construct individual, sealed RAP stockpiles meeting one of the following definitions. No additional RAP shall be added to the pile after the pile has been sealed. Stockpiles shall be sufficiently separated to prevent intermingling at the base. Stockpiles shall be identified by signs indicating the type as listed below (i.e. "Homogeneous Surface"). Prior to milling, the Contractor shall request the District provide documentation on the quality of the RAP to clarify the appropriate stockpile. (1) Fractionated RAP (FRAP). FRAP shall consist of RAP from Class I, HMA (High and Low ESAL) mixtures. The coarse aggregate in FRAP shall be crushed aggregate and may represent more than one aggregate type and/or quality, but shall be at least C quality. All FRAP shall be fractionated prior to testing by screening into a minimum of two size fractions with the separation occurring on or between the #4 (4.75 mm) and 1/2 in. (12.5 mm) sieves. Agglomerations shall be minimized such that 100 percent of the RAP shall pass the sieve size specified below for the mix into which the FRAP will be incorporated. Mixture FRAP will be used in: Sieve Size that 100 % of FRAP Shall Pass IL -19.0 1 1/2 in. (40 mm) IL -9.5 3/4 in. 20 mm IL -4.75 1/2 in. (13 mm) (2) Homogeneous. Homogeneous RAP stockpiles shall consist of RAP from Class I, HMA (High and Low ESAL) mixtures and represent: 1) the same aggregate quality, but shall be at least C quality; 2) the same type of crushed aggregate (either crushed natural aggregate, ACBF slag, or steel slag); 3) similar gradation; and 4) similar asphalt binder content. If approved by the Engineer, combined single pass surface/binder millings may be considered "homogeneous" with a quality rating dictated by the lowest coarse aggregate quality present in the mixture. (3) Conglomerate. Conglomerate RAP stockpiles shall consist of RAP from Class I, HMA (High and Low ESAL) mixtures. The coarse aggregate in this RAP shall be crushed aggregate and may represent more than one aggregate type and/or quality, but shall be at least C quality. This RAP may have an inconsistent gradation and/or asphalt binder content prior to processing. All conglomerate RAP shall be processed prior to testing by crushing to where all RAP shall pass the 5/8 in. (16 mm) or smaller screen. Conglomerate RAP stockpiles shall not contain steel slag. (4) Non -Quality. RAP stockpiles that do not meet the requirements of the stockpile categories listed above shall be classified as "Non -Quality". RAP/FRAP containing contaminants, such as earth, brick, sand, concrete, sheet asphalt, bituminous surface treatment (i.e. chip seal), pavement fabric, joint sealants, etc., will be unacceptable unless the contaminants are removed to the satisfaction of the Engineer. Sheet asphalt shall be stockpiled separately. (b) RAS Stockpiles. Type 1 and Type 2 RAS shall be stockpiled separately and shall not be intermingled. Each stockpile shall be signed indicating what type of RAS is present. Unless otherwise specified by the Engineer, mechanically blending manufactured sand (FM 20 or FM 22) up to an equal weight of RAS with the processed RAS will be permitted to improve workability. The sand shall be "B Quality" or better from an approved Aggregate Gradation Control System source. The sand shall be accounted for in the mix design and during HMA production. Records identifying the shingle processing facility supplying the RAS, RAS type, and lot number shall be maintained by project contract number and kept for a minimum of three years. 1031.03 Testing. RAP/FRAP and RAS testing shall be according to the following. (a) RAP/FRAP Testing. When used in HMA, the RAP/FRAP shall be sampled and tested either during or after stockpiling. (1) During Stockpiling. For testing during stockpiling, washed extraction samples shall be run at the minimum frequency of one sample per 500 tons (450 metric tons) for the first 2000 tons (1800 metric tons) and one sample per 2000 tons (1800 metric tons) thereafter. A minimum of five tests shall be required for stockpiles less than 4000 tons (3600 metric tons). (2) After Stockpiling. For testing after stockpiling, the Contractor shall submit a plan for approval to the District proposing a satisfactory method of sampling and testing the RAP/FRAP pile either in-situ or by restockpiling. The sampling plan shall meet the minimum frequency required above and detail the procedure used to obtain representative samples throughout the pile for testing. Each sample shall be split to obtain two equal samples of test sample size. One of the two test samples from the final split shall be labeled and stored for Department use. The Contractor shall extract the other test sample according to Department procedure. The Engineer reserves the right to test any sample (split or Department -taken) to verify Contractor test results. (b) RAS Testing. RAS or RAS blended with manufactured sand shall be sampled and tested during stockpiling according to Central Bureau of Materials Policy Memorandum, "Reclaimed Asphalt Shingle (RAS) Source". Samples shall be collected during stockpiling at the minimum frequency of one sample per 200 tons (180 metric tons) for the first 1000 tons (900 metric tons) and one sample per 250 tons (225 metric tons) thereafter. A minimum of five samples are required for stockpiles less than 1000 tons (900 metric tons). Once a <_ 1000 ton (900 metric ton), five-sample/test stockpile has been established it shall be sealed. Additional incoming RAS or RAS blended with manufactured sand shall be stockpiled in a separate working pile as designated in the Quality Control plan and only added to the sealed stockpile when the test results of the working pile are complete and are found to meet the tolerances specified herein for the original sealed RAS stockpile. Before testing, each sample shall be split to obtain two test samples. One of the two test samples from the final split shall be labeled and stored for Department use. The Contractor shall perform a washed extraction and test for unacceptable materials on the other test sample according to Department procedures. The Engineer reserves the right to test any sample (split or Department -taken) to verify Contractor test results. If the sampling and testing was performed at the shingle processing facility in accordance with the QC Plan, the Contractor shall obtain and make available all of the test results from start of the initial stockpile. 1031.04 Evaluation of Tests. Evaluation of test results shall be according to the following. (a) Evaluation of RAP/FRAP Test Results. All of the extraction results shall be compiled and averaged for asphalt binder content and gradation, and when applicable Gmm. Individual extraction test results, when compared to the averages, will be accepted if within the tolerances listed below. Parameter FRAP/Homogeneous/ Conglomerate 1 in. (25 mm) ±5% 1/2 in. (12.5 mm) +8% No. 4 (4.75 mm) +6% No. 8 (2.36 mm) +5% No. 16 (1.18 mm) No. 30 (600 pm) +5% No. 200 (75 pm) +2.0% Asphalt Binder +0.4 0/o'/ Gmm +0.03 1/ The tolerance for FRAP shall be ± 0.3 %. If more than 20 percent of the individual sieves and/or asphalt binder content tests are out of the above tolerances, the RAP/FRAP shall not be used in HMA unless the RAP/FRAP representing the failing tests is removed from the stockpile. All test data and acceptance ranges shall be sent to the District for evaluation. With the approval of the Engineer, the ignition oven may be substituted for extractions according to the ITP, "Calibration of the Ignition Oven for the Purpose of Characterizing Reclaimed Asphalt Pavement (RAP)". (b) Evaluation of RAS and RAS Blended with Manufactured Sand Test Results. All of the test results, with the exception of percent unacceptable materials, shall be compiled and averaged for asphalt binder content and gradation. Individual test results, when compared to the averages, will be accepted if within the tolerances listed below. Parameter RAS No.8 2.36 mm ±5% No. 16 (1.18 mm) ± 5 % No. 30 (600 pm) ± 4 % No. 200 (75 pm) ± 2.0 % Asphalt Binder Content ± 1.5 % If more than 20 percent of the individual sieves and/or asphalt binder content tests are out of the above tolerances, or if the percent unacceptable material exceeds 0.5 percent by weight of material retained on the # 4 (4.75 mm) sieve, the RAS or RAS blend shall not be used in Department projects. All test data and acceptance ranges shall be sent to the District for evaluation. 1031.05 Quality Designation of Aggregate in RAP/FRAP. (a) RAP. The aggregate quality of the RAP for homogeneous and conglomerate stockpiles shall be set by the lowest quality of coarse aggregate in the RAP stockpile and are designated as follows. (1) RAP from Class I, Superpave/HMA (High ESAL), or (Low ESAL) IL -9.51- surface mixtures are designated as containing Class B quality coarse aggregate. (2) RAP from Class I binder, Superpave/HMA (High ESAL) binder, or (Low ESAL) IL -19.01- binder mixtures are designated as containing Class C quality coarse aggregate. (b) FRAP. If the Engineer has documentation of the quality of the FRAP aggregate, the Contractor shall use the assigned quality provided by the Engineer. If the quality is not known, the quality shall be determined as follows. Coarse and fine FRAP stockpiles containing plus #4 (4.75 mm) sieve coarse aggregate shall have a maximum tonnage of 5000 tons (4500 metric tons). The Contractor shall obtain a representative sample witnessed by the Engineer. The sample shall be a minimum of 50 Ib (25 kg). The sample shall be extracted according to Illinois Modified AASHTO T 164 by a consultant laboratory prequalified by the Department for the specified testing. The consultant laboratory shall submit the test results along with the recovered aggregate to the District Office. The cost for this testing shall be paid by the Contractor. The District will forward the sample to the Central Bureau of Materials Aggregate Lab for MicroDeval Testing, according to ITP 327. A maximum loss of 15.0 percent will be applied for all HMA applications. 1031.06 Use of RAP/FRAP and/or RAS in HMA. The use of RAP/FRAP and/or RAS shall be the Contractor's option when constructing HMA in all contracts. (a) RAP/FRAP. The use of RAP/FRAP in HMA shall be as follows. (1) Coarse Aggregate Size. The coarse aggregate in all RAP shall be equal to or less than the nominal maximum size requirement for the HMA mixture to be produced. (2) Steel Slag Stockpiles. approved for use in all applications. Homogeneous RAP stockpiles containing steel slag will be HMA (High ESAL and Low ESAL) Surface and Binder Mixture (3) Use in HMA Surface Mixtures (High and Low ESAL). RAP/FRAP stockpiles for use in HMA surface mixtures (High and Low ESAL) shall be FRAP or homogeneous in which the coarse aggregate is Class B quality or better. FRAP from Conglomerate stockpiles shall be considered equivalent to limestone for frictional considerations. Known frictional contributions from plus #4 (4.75 mm) homogeneous FRAP stockpiles will be accounted for in meeting frictional requirements in the specified mixture. (4) Use in HMA Binder Mixtures (High and Low ESAL), HMA Base Course, and HMA Base Course Widening. RAP/FRAP stockpiles for use in HMA binder mixtures (High and Low ESAL), HMA base course, and HMA base course widening shall be FRAP, homogeneous, or conglomerate, in which the coarse aggregate is Class C quality or better. (5) Use in Shoulders and Subbase. RAP/FRAP stockpiles for use in HMA shoulders and stabilized subbase (HMA) shall be FRAP, homogeneous, or conglomerate. (6) When the Contractor chooses the RAP option, the percentage of RAP shall not exceed the amounts indicated in Article 1031.06(c)(1) below for a given Ndesign. (b) RAS. RAS meeting Type 1 or Type 2 requirements will be permitted in all HMA applications as specified herein. (c) RAP/FRAP and/or RAS Usage Limits. Type 1 or Type 2 RAS may be used alone or in conjunction with RAP or FRAP in HMA mixtures up to a maximum of 5.0 percent by weight of the total mix. (1) RAP/RAS. When RAP is used alone or RAP is used in conjunction with RAS, the percentage of virgin asphalt binder replacement shall not exceed the amounts listed in the Max RAP/RAS ABR table listed below for the given Ndesign. RAP/RAS Maximum Asphalt Binder Replacement (ABR) Percentage HMA Mixtures 1/,2/ RAP/RAS Maximum ABR % Ndesign Binder/Leveling Binder Surface Polymer Modified 30 30 30 10 50 25 15 10 70 15 10 10 90 10 10 10 1/ For Low ESAL HMA shoulder and stabilized subbase, the RAP/RAS ABR shall not exceed 50 percent of the mixture. 2/ When RAP/RAS ABR exceeds 20 percent, the high and low virgin asphalt binder grades shall each be reduced by one grade (i.e. 25 percent ABR would require a virgin asphalt binder grade of PG 64-22 to be reduced to a PG 58-28). If warm mix asphalt (WMA) technology is utilized and production temperatures do not exceed 275 OF (135 °C), the high and low virgin asphalt binder grades shall each be reduced by one grade when RAP/RAS ABR exceeds 25 percent (i.e. 26 percent RAP/RAS ABR would require a virgin asphalt binder grade of PG 64-22 to be reduced to a PG 58-28). (2) FRAP/RAS. When FRAP is used alone or FRAP is used in conjunction with RAS, the percentage of virgin asphalt binder replacement shall not exceed the amounts listed in the FRAP/RAS table listed below for the given Ndesign. FRAP/RAS Maximum Asphalt Binder Replacement (ABR) Percentage HMA Mixtures 1/,2/ FRAP/RAS Maximum ABR % Ndesign Binder/Leveling Binder Surface Polymer Modified 30 50 40 10 50 40 35 10 70 40 30 10 90 40 30 10 1/ For Low ESAL HMA shoulder and stabilized subbase, the FRAP/RAS ABR shall not exceed 50 percent of the mixture. 2/ When FRAP/RAS ABR exceeds 20 percent for all mixes, the high and low virgin asphalt binder grades shall each be reduced by one grade (i.e. 25 percent ABR would require a virgin asphalt binder grade of PG 64-22 to be reduced to a PG 58-28). If warm mix asphalt (WMA) technology is utilized and production temperatures do not exceed 275 OF (135 °C), the high and low virgin asphalt binder grades shall each be reduced by one grade when FRAP/RAS ABR exceeds 25 percent (i.e. 26 percent ABR would require a virgin asphalt binder grade of PG 64-22 to be reduced to a PG 58-28). 3/ For SMA the FRAP/RAS ABR shall not exceed 20 percent. 4/ For IL -4.75 mix the FRAP/RAS ABR shall not exceed 30 percent. 1031.07 HMA Mix Designs. At the Contractor's option, HMA mixtures may be constructed utilizing RAP/FRAP and/or RAS material meeting the detailed requirements specified herein. (a) RAP/FRAP and/or RAS. RAP/FRAP and/or RAS mix designs shall be submitted for verification. If additional RAP/FRAP and/or RAS stockpiles are tested and found that no more than 20 percent of the results, as defined under "Testing" herein, are outside of the control tolerances set for the original RAP/FRAP and/or RAS stockpile and HMA mix design, and meets all of the requirements herein, the additional RAP/FRAP and/or RAS stockpiles may be used in the original mix design at the percent previously verified. (b) RAS. Type 1 and Type 2 RAS are not interchangeable in a mix design. The RAP, FRAP, and RAS stone bulk specific gravities (Gsb) shall be according to the "Determination of Aggregate Bulk (Dry) Specific Gravity (Gsb) of Reclaimed Asphalt Pavement (RAP) and Reclaimed Asphalt Shingles (RAS)" procedure in the Department's Manual of Test Procedures for Materials. 1031.08 HMA Production. HMA production utilizing RAP/FRAP and/or RAS shall be as follows. (a) RAP/FRAP. The coarse aggregate in all RAP/FRAP used shall be equal to or less than the nominal maximum size requirement for the HMA mixture being produced. To remove or reduce agglomerated material, a scalping screen, gator, crushing unit, or comparable sizing device approved by the Engineer shall be used in the RAP feed system to remove or reduce oversized material. If the RAP/FRAP control tolerances or QC/QA test results require corrective action, the Contractor shall cease production of the mixture containing RAP/FRAP and either switch to the virgin aggregate design or submit a new RAP/FRAP design. (b) RAS. RAS shall be incorporated into the HMA mixture either by a separate weight depletion system or by using the RAP weigh belt. Either feed system shall be interlocked with the aggregate feed or weigh system to maintain correct proportions for all rates of production and batch sizes. The portion of RAS shall be controlled accurately to within ± 0.5 percent of the amount of RAS utilized. When using the weight depletion system, flow indicators or sensing devices shall be provided and interlocked with the plant controls such that the mixture production is halted when RAS flow is interrupted. (c) RAP/FRAP and/or RAS. HMA plants utilizing RAP/FRAP and/or RAS shall be capable of automatically recording and printing the following information. (1) Dryer Drum Plants. a. Date, month, year, and time to the nearest minute for each print. b. HMA mix number assigned by the Department. c. Accumulated weight of dry aggregate (combined or individual) in tons (metric tons) to the nearest 0.1 ton (0.1 metric ton). d. Accumulated dry weight of RAP/FRAP/RAS in tons (metric tons) to the nearest 0.1 ton (0.1 metric ton). e. Accumulated mineral filler in revolutions, tons (metric tons), etc. to the nearest 0.1 unit. f. Accumulated asphalt binder in gallons (liters), tons (metric tons), etc. to the nearest 0.1 unit. g. Residual asphalt binder in the RAP/FRAP material as a percent of the total mix to the nearest 0.1 percent. h. Aggregate and RAP/FRAP moisture compensators in percent as set on the control panel. (Required when accumulated or individual aggregate and RAP/FRAP are printed in wet condition.) (2) Batch Plants. a. Date, month, year, and time to the nearest minute for each print. b. HMA mix number assigned by the Department. c. Individual virgin aggregate hot bin batch weights to the nearest pound (kilogram). d. Mineral filler weight to the nearest pound (kilogram). e. RAP/FRAP/RAS weight to the nearest pound (kilogram). f. Virgin asphalt binder weight to the nearest pound (kilogram). g. Residual asphalt binder in the RAP/FRAP/RAS material as a percent of the total mix to the nearest 0.1 percent. The printouts shall be maintained in a file at the plant for a minimum of one year or as directed by the Engineer and shall be made available upon request. The printing system will be inspected by the Engineer prior to production and verified at the beginning of each construction season thereafter. 1031.09 RAP in Aggregate Surface Course and Aggregate Wedge Shoulders, Type B. The use of RAP in aggregate surface course (temporary access entrances only) and aggregate wedge shoulders, Type B shall be as follows. (a) Stockpiles and Testing. RAP stockpiles may be any of those listed in Article 1031.02, except "Non -Quality" and "FRAP". The testing requirements of Article 1031.03 shall not apply. RAP used shall be according to the current Central Bureau of Materials Policy Memorandum, "Reclaimed Asphalt Pavement (RAP) for Aggregate Applications". (b) Gradation. One hundred percent of the RAP material shall pass the 1 1/2 in. (37.5 mm) sieve. The RAP material shall be reasonably well graded from coarse to fine. RAP material that is gap -graded or single sized will not be accepted." 80306 HMA MIXTURE DESIGN REQUIREMENTS (D-1) Effective: January 1, 2013 Revised: April 1, 2016 1) Design Composition and Volumetric Requirements Revise the table in Article 406.06(d) of the Standard Specifications to read: "MINIMUM COMPACTED LIFT THICKNESS Mixture Composition Thickness, in. (mm) I L-4.75 3/4(19) SMA -9.5, I L-9.5, I L-9.51- 1 1/2(38) SMA -12.5 2 50 IL -19.0, IL -19.01- 2 1/4 (57)" Revise the table in Article 1004.03(c) of the Standard Specifications to read: "Use Size/Application Gradation No. Class A-1, 2, & 3 3/8 in. (10 mm) Seal CA 16 Class A-1 1/2 in. 13 mm Seal CA 15 Class A-2 & 3 Cover CA 14 HMA High ESAL IL -19.0 CA 11 1 L-9.5 CA 16, CA 133 HMA Low ESAL IL -19.01- CA 11 '/ IL -9.51- CA 16 Stabilized Subbase or Shoulders SMA2/ 1/2 in. (12.5mm) CA133/, CA14 or CA16 Binder & Surface I L 9.5 CA16, CA 133/ Surface 1/ CA 16 or CA 13 may be blended with the gradations listed. 2/ The coarse aggregates used shall be capable of being combined with stone sand, slag sand, or steel slag sand meeting the FA/FM 20 gradation and mineral filler to meet the approved mix design and the mix requirements noted herein. 3/ CA 13 shall be 100 percent passing the 1/2 in. (12.5mm) sieve. Revise Article 1004.03(e) of the Supplemental Specifications to read: "(e) Absorption. For SMA the coarse aggregate shall also have water absorption <_ 2.0 percent." Revise the last paragraph of Article 1102.01 (a) (5) of the Standard Specifications to read: "IL -4.75 and Stone Matrix Asphalt (SMA) mixtures which contain aggregate having absorptions greater than or equal to 2.0 percent, or which contain steal slag sand, shall have minimum surge bin storage plus haul time of 1.5 hours." Revise the nomenclature table in Article 1030.01 of the Standard Specifications to read: "High ESAL IL -19.0 binder; (a) Coarse Aggregate...............................................................................................1004.03 I L-9.5 surface; I L-4.75; SMA -12.5, (b) Fine Aggregate....................................................................................................1003.03 SMA -9.5 Low ESAL IL -19.01- binder; IL -9.51- surface; (d) Mineral Filler.............................................................................................................1011 Stabilized Subbase (HMA)"; (e) Hydrated Lime.....................................................................................................1012.01 HMA Shoulders21 1/ Uses 19.01- binder mix. 2/ Uses 19.01- for lower lifts and 9.51- for surface lift." Revise Article 1030.02 of the Standard Specifications and Supplemental Specifications to read: "1030.02 Materials. Materials shall be according to the following. Item................................................................................................. Article/Section (a) Coarse Aggregate...............................................................................................1004.03 (b) Fine Aggregate....................................................................................................1003.03 (c) RAP Material............................................................................................................1031 (d) Mineral Filler.............................................................................................................1011 (e) Hydrated Lime.....................................................................................................1012.01 (f) Slaked Quicklime (Note 1) (g) Performance Graded Asphalt Binder (Note 2) ..........................................................1032 (h) Fibers (Note 3) (i) Warm Mix Asphalt (WMA) Technologies (Note 4) Note 1. Slaked quicklime shall be according to ASTM C 5. Note 2. The asphalt binder shall be an SBS PG 76-28 when the SMA is used on a full - depth asphalt pavement and SBS PG 76-22 when used as an overlay, except where modified herein. The asphalt binder shall be an Elvaloy or SBS PG 76-22 for IL -4.75, except where modified herein. The elastic recovery shall be a minimum of 80. Note 3. A stabilizing additive such as cellulose or mineral fiber shall be added to the SMA mixture according to Illinois Modified AASHTO M 325. The stabilizing additive shall meet the Fiber Quality Requirements listed in Illinois Modified AASHTO M 325. Prior to approval and use of fibers, the Contractor shall submit a notarized certification by the producer of these materials stating they meet these requirements. Reclaimed Asphalt Shingles (RAS) may be used in Stone Matrix Asphalt (SMA) mixtures designed with an SBA polymer modifier as a fiber additive if the mix design with RAS included meets AASHTO T305 requirements. The RAS shall be from a certified source that produces either Type I or Type 2. Material shall meet requirements noted herein and the actual dosage rate will be determined by the Engineer. Note 4. Warm mix additives or foaming processes shall be selected from the current Bureau of Materials and Physical Research Approved List, "Warm Mix Asphalt Technologies"." Revise Article 1030.04(a)(1) of the Standard Specifications and the Supplemental Specifications to read: "(1) High ESAL Mixtures. The Job Mix Formula (JMF) shall fall within the following limits. High ESAL, MIXTURE COMPOSITION (% PASSING) Sieve IL -19.0 mm SMA 41 SMA 41 IL -9.5 mm IL -4.75 mm Size IL -12.5 mm IL -9.5 mm min max min max min max min max min max 1 1/2 in (37.5 mm) 1 in. 100 (25 mm) 3/4 in. 90 100 100 (19 mm) 1/2 in. 75 89 80 100 100 100 100 (12.5 mm) 3/8 in. 65 90 100 90 100 100 (9.5 mm) #4 40 60 20 30 36 50 34 69 90 100 (4.75 mm) 20 42 16 24" 16 325 34 si 52 v 70 90 (2.36 mm) #16 15 30 10 32 50 65 (1.18 mm) #30 12 16 12 18 (600 µm) #50 6 15 4 15 15 30 (300 m) #100 4 9 3 10 10 18 (150 m) #200 3 6 7.0 9.03/ 7.5 9.53/ 4 6 7 93/ (75 µm) Ratio Dust/Asphalt 1.0 1.5 1.5 1.0 1.0 Binder 1/ Based on percent of total aggregate weight. 2/ The mixture composition shall not exceed 44 percent passing the #8 (2.36 mm) sieve for surface courses with Ndesign = 90. 3/ Additional minus No. 200 (0.075 mm) material required by the mix design shall be mineral filler, unless otherwise approved by the Engineer. 4/ The maximum percent passing the #635 (20 pm) sieve shall be <_ 3 percent. 5/ When establishing the Adjusted Job Mix Formula (AJMF) the percent passing the #8 (2.36 mm) sieve shall not be adjusted above the percentage stated on the table. 6/ When establishing the Adjusted Job Mix Formula (AJMF) the percent passing the #8 (2.36 mm) sieve shall not be adjusted below 34 percent. Revise Article 1030.04(b)(1) of the Standard Specifications to read: "(1) High ESAL Mixtures. The target value for the air voids of the HMA shall be 4.0 percent and for IL -4.75 it shall be 3.5 percent at the design number of gyrations. The VMA and VFA of the HMA design shall be based on the nominal maximum size of the aggregate in the mix, and shall conform to the following requirements. VOLUMETRIC REQUIREMENTS High ESAL Ndesign Voids in the Mineral Aggregate Voids Filled Voids Filled (VMA), with Asphalt Mineral Aggregate % minimum Binder (VFA), Ndesign (VMA), % min. (VFA), % IL -4.75 IL-1 9.0 IL -9.5 804/ % 50 13.5 15.0 18.5 65-78 2/ 70 65-75 90 1/ Maximum Draindown for IL -4.75 shall be 0.3 percent 2/ VFA for IL -4.75 shall be 72-85 percent' Replace Article 1030.04(b)(3) of the Standard Specifications with the following: "(3) SMA Mixtures. Volumetric Requirements SMA 1/ Ndesign Design Air Voids Voids in the Voids Filled Target % Mineral Aggregate with Asphalt (VMA), % min. (VFA), % 17.0 804/ 3.5 75-83 16.0 1/ Maximum draindown shall be 0.3 percent. The draindown shall be determined at the JMF asphalt binder content at the mixing temperature plus 30 °F. 2/ Applies when specific gravity of coarse aggregate is >_ 2.760. 3/ Applies when specific gravity of coarse aggregate is < 2.760. 4/ Blending of different types of aggregate will not be permitted. For surface course, the coarse aggregate can be crushed steel slag, crystalline crushed stone or crushed sandstone. For binder course, coarse aggregate shall be crushed stone (dolomite), crushed gravel, crystalline crushed stone, or crushed sandstone. Add to the end of Article 1030.05 (d) (2) a. of the Standard Specifications: "During production, the Contractor shall test SMA mixtures for draindown according to AASHTO T305 at a frequency of 1 per day of production." Delete last sentence of the second paragraph of Article 1102.01(a) (4) b. 2. Add to the end of Article 1102.01 (a) (4) b. 2.: "As an option, collected dust (baghouse) may be used in lieu of manufactured mineral filler according to the following: (a.) Sufficient collected dust (baghouse) is available for production of the SMA mix for the entire project. (b.) A mix design was prepared based on collected dust (baghouse). 2) Design Verification and Production Revise Article 1030.04 (d) of the Standard Specifications to read: "(d) Verification Testing. High ESAL, IL -4.75, and SMA mix designs submitted for verification will be tested to ensure that the resulting mix designs will pass the required criteria for the Hamburg Wheel Test (IL mod AASHTO T-324) and the Tensile Strength Test (IL mod AASHTO T-283). The Department will perform a verification test on gyratory specimens compacted by the Contractor. If the mix fails the Department's verification test, the Contractor shall make the necessary changes to the mix and resubmit compacted specimens to the Department for verification. If the mix fails again, the mix design will be rejected. All new and renewal mix designs will be required to be tested, prior to submittal for Department verification and shall meet the following requirements: (1)Hamburg Wheel Test criteria. The maximum allowable rut depth shall be 0.5 in. (12.5 mm). The minimum number of wheel passes at the 0.5 in. (12.5 mm) rut depth criteria shall be based on the high temperature binder grade of the mix as specified in the mix requirements table of the plans. Illinois Modified AASHTO T 324 Requirements 11 Asphalt Binder Grade # Repetitions Max Rut Depth (mm) PG 70 -XX (or higher) 20,000 12.5 PG 64 -XX (or lower) 10,000 12.5 1/ When produced at temperatures of 275 ± 5 OF (135 ± 3 °C) or less, loose Warm Mix Asphalt shall be oven aged at 270 ± 5 OF (132 ± 3 °C) for two hours prior to gyratory compaction of Hamburg Wheel specimens. Note: For SMA Designs (N-80) the maximum rut depth is 6.0 mm at 20,000 repetitions. For IL 4.75mm Designs (N-50) the maximum rut depth is 9.Omm at 15,000 repetitions. (2) Tensile Strength Criteria. The minimum allowable conditioned tensile strength shall be 60 psi (415 kPa) for non -polymer modified performance graded (PG) asphalt binder and 80 psi (550 kPa) for polymer modified PG asphalt binder. The maximum allowable unconditioned tensile strength shall be 200 psi (1380 kPa)." Production Testing. Revise first paragraph of Article 1030.06(a) of the Standard Specifications to read: "(a) High ESAL, IL -4.75, WMA, and SMA Mixtures. For each contract, a 300 ton (275 metric tons) test strip, except for SMA mixtures it will be 400 ton (363 metric ton), will be required at the beginning of HMA production for each mixture with a quantity of 3000 tons (2750 metric tons) or more according to the Manual of Test Procedures for Materials "Hot Mix Asphalt Test Strip Procedures". Add the following after the sixth paragraph in Article 1030.06 (a) of the Standard Specifications: "The Hamburg Wheel test shall also be conducted on all HMA mixtures from a sample taken within the first 500 tons (450 metric tons) on the first day of production or during start up with a split reserved for the Department. The mix sample shall be tested according to the Illinois Modified AASHTO T 324 and shall meet the requirements specified herein. Mix production shall not exceed 1500 tons (1350 metric tons) or one day's production, whichever comes first, until the testing is completed and the mixture is found to be in conformance. The requirement to cease mix production may be waived if the plant produced mixture demonstrates conformance prior to start of mix production for a contract. If the mixture fails to meet the Hamburg Wheel criteria, no further mixture will be accepted until the Contractor takes such action as is necessary to furnish a mixture meeting the criteria" Method of Measurement: Add the following after the fourth paragraph of Article 406.13 (b): "The plan quantities of SMA mixtures shall be adjusted using the actual approved binder and surface Mix Design's Gmb." Basis of Payment. Replace the fourth paragraph of Article 406.14 of the Standard Specifications with the following: "Stone matrix asphalt will be paid for at the contract unit price per ton (metric ton) for POLYMERIZED HOT -MIX ASPHALT SURFACE COURSE, STONE MATRIX ASPHALT, of the mixture composition and Ndesign specified; and POLYMERIZED HOT -MIX ASPHALT BINDER COURSE, STONE MATRIX ASPHALT, of the mixture composition and Ndesign specified." FRICTION AGGREGATE (D-1) Effective: January 1, 2011 Revised: April 29, 2016 Revise Article 1004.03(a) of the Standard Specifications to read: "1004.03 Coarse Aggregate for Hot -Mix Asphalt (HMA). The aggregate shall be according to Article 1004.01 and the following. (a) Description. The coarse aggregate for HMA shall be according to the following table. Use Mixture Aggregates Allowed Class A Seal or Cover Allowed Alone or in Combination 51: Gravel Crushed Gravel Carbonate Crushed Stone Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Steel Slag Crushed Concrete HMA Stabilized Allowed Alone or in Combination 51: Low ESAL Subbase or Gravel Shoulders Crushed Gravel Carbonate Crushed Stone Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Steel Slag's Crushed Concrete HMA Binder Allowed Alone or in Combination 516/: High ESAL IL -19.0 Crushed Gravel Low ESAL or IL-19.OL Carbonate Crushed Stone 2/ SMA Binder Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Concrete 3/ Use Mixture Aggregates Allowed HMA C Surface and Allowed Alone or in Combination 51: High ESAL Leveling Binder Crushed Gravel Low ESAL IL -9.5 or IL -9.51- Carbonate Crushed Stone 21 SMA Crystalline Crushed Stone Ndesign 50 Crushed Sandstone Surface Crushed Slag (ACBF) Crushed Steel Slag4l Crushed Concrete 3/ HMA D Surface and Allowed Alone or in Combination 51: High ESAL Leveling Binder Crushed Gravel I L-9.5 Carbonate Crushed Stone (other than Limestone)2/ SMA Crystalline Crushed Stone Ndesign 50 Crushed Sandstone Surface Crushed Slag (ACBF) Crushed Steel Slag4l Crushed Concrete 3/ Other Combinations Allowed: Up to... With... 25% Limestone Dolomite 50% Limestone Any Mixture D aggregate other than Dolomite 75% Limestone Crushed Slag (ACBF) or Crushed Sandstone HMA E Surface Allowed Alone or in Combination 516/: High ESAL IL -9.5 SMA Crystalline Crushed Stone Ndesign 80 Crushed Sandstone Surface Crushed Slag (ACBF) Crushed Steel Slag No Limestone. Other Combinations Allowed: up to... I With... Use Mixture Aggregates Allowed 50% Dolomite 21 Any Mixture E aggregate 75% Dolomite 21 Crushed Sandstone, Crushed Slag (ACBF), Crushed Steel Slag, or Crystalline Crushed Stone 75% Crushed Crushed Sandstone, Grave 12/ or Crushed Crystalline Crushed Concrete 31 Stone, Crushed Slag (ACBF), or Crushed Steel Slag HMA F Surface Allowed Alone or in Combination 516/: High ESAL IL -9.5 Crystalline Crushed Stone SMA Crushed Sandstone Ndesign 80 Crushed Slag (ACBF) Surface Crushed Steel Slag No Limestone. Other Combinations Allowed: Up to... With... 50% Crushed Crushed Sandstone, Gravel2/, Crushed Crushed Slag Concrete3/, or (ACBF), Crushed Dolomite 2/ Steel Slag, or Crystalline Crushed Stone 1/ Crushed steel slag allowed in shoulder surface only. 2/ Carbonate crushed stone (limestone) and/or crushed gravel shall not be used in SMA Ndesign 80. In SMA Ndesign 50, carbonate crushed stone shall not be blended with any of the other aggregates allowed alone in Ndesign 50 SMA binder or Ndesign 50 SMA surface. 3/ Crushed concrete will not be permitted in SMA mixes. 4/ Crushed steel slag shall not be used as leveling binder. 5/ When combinations of aggregates are used, the blend percent measurements shall be by volume." 6/ Combining different types of aggregate will not be permitted in SMA Ndesign 80." ��lUVStorm Water Pollution Prevention Plan � ir�t ils�tor a n9 n Route Marked Route Section _.._ _..._. .._.......... .__ 2019 Resurfacing Program N/A 19 -00000 -01 -GM Project Number County Contract Number NIA Cook This plan has been prepared to comply with the provisions of the National Pollutant Discharge Elimination System (NPDES) Permit No. ILR10 (Permit ILR10), issues by the Illinois Environmental Protection Agency (TEPA) for storm water discharges from construction site activities. I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate and complete, I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Print Name Title agency Mark Lattner Project Engineer [Village of Mount Prospect Signature ///,o P �� I. Site Description A. Provide a description of the location (include latitude and lonitude): Date Various public street right of ways within the Village of Mount Prospect. Lat, Ing 42.066, -87.9362 B. Provide a description of the construction activity which is subject of this plan:. asphalt pavement resurfacing with misc. curb replacement adjacent to grass parkways C. Provide the estimated duration of this oroiect:. 6 months D. The total area of the construction site is estimated to be 25 acres. The total area of the site estimated to be disturbed by excavation, grading or other activities is 1.1 acres. E. The following is a weighted average of the runoff coefficient for this project after construction activities are 0.7 (same as before construction activities were started F. List all soils found within project boundaries Include map unit name, slope information and erosivity: ......................... Soils are typically topsoil and low plasticitysilty clay. Flat terrain, local vegetation growth and low erosivity G. Provide an aerial extent of wetland acreage at the site: None H. Provide a description of potentially erosive areas associated with this project Disturbed topsoil for limited duration I. The following is a description of soil disturbing activities by stages, their locations, and their erosive factors (e.g, steepness of slopes, length of scopes, etc.): Removal of existing curb that is adjacent to grassed parkway with underlying topsoil Printed Page of BDE 2342 (Rev. 09/29/15) J. See the erosion control plans and/or drainage plans for this contract for information regarding drainage patterns, approximate slopes anticipated before and after major grading activities, locations where vehicles enter or exit the site and controls to prevent off site sediment tracking (to be added after contractor identifies locations), areas of soil disturbance, the location of major structural and non-structural controls identified in the plan, the location of areas where stabilization practices are expected to occur, surface waters (including wetlands) and locations where storm water is discharged to surface water including wetlands. K. Identify who owns the drainage system (municipality or agency) this project will drain into: Village of Mount Prospect L. The following is a list of General NPDES ILR40 permittees within whose reporting jurisdiction this project is located. Village of Mount Prospect M. The following is a list of receiving water(s) and the ultimate receiving water(s) for this site. The location of the receiving, waters can be found on the erosion and sediment control plans: ................. ......w �.....__ _. __ ........ Mount Prospect storm sewers discharging to McDonald Crk, Weller Crk, Higgins Crk, Feehanville Drainage ditch N. Describe areas of the site that are to be protected or remain undisturbed. These areas may include steep slopes, highly erodible soils, streams, stream buffers, specimen trees, natural vegetation, nature preserves, etc. O. The following sensitive environmental resources are associated with this project, and may have the potential to be impacted by the proposed development: ❑ Floodplain ❑ Wetland Riparian ❑ Threatened and Endangered Species ❑ Historic Preservation ❑ 303(d) Listed receiving waters for suspended solids, turbidity, or siltation ❑ Receiving waters with Total Maximum Daily Load (TMDL) for sediment, total suspended solids, turbidity, or siltation ❑ Applicable Federal, Tribal, State or Local Programs ❑ Other 1. 303(d) Listed receiving waters (fill out this section if checked above); a. The name(s) of the listed water body, and identification of all pollutants causing impairment b. Provide a description of how erosion and sediment control practices will prevent a discharge of sediment resulting from a storm event equal to or greater than a twenty-five (25) year, twenty-four (24) hour rainfall event: c. Provide a description of the location(s) of direct discharge from the project site to the 303(d) water body: d. Provide a description of the location(s) of any dewatering discharges to the MS4 and/or water body: 2. TMDL (fill out this section if checked above) a. The name(s) of the listed water body. b. Provide a description of the erosion and sediment control strategy that will be incorporated into the site design that is consistent with the assumptions and requirements of the TMDL: Printed Page of BDE 2342 (Rev. 09/29/15) c. If a specific numeric waste load allocation has been established that would apply to the project's discharges, provide a description of the necessary steps to meet the allocation: P. The following pollutants of concern will be associated with this construction project: ® Soil Sediment ❑ Concrete ® Concrete Truck waste ❑ Concrete Curing Compounds ❑ Solid waste Debris ❑ Paints ❑ Solvents ❑ Fertilizers / Pesticides II. Controls ❑ Petroleum (gas, diesel, oil, kerosene, hydraulic oil / fluids) ❑ Antifreeze / Coolants ❑ Waste water from cleaning construction equipment ❑ Other (specify) ❑ Other (specify) ❑ Other (specify) ❑ Other (specify) ❑ Other (specify) This section of the plan addresses the controls that will be implemented for each of the major construction activities described in I.C. above and for all use areas, borrow sites, and waste sites. For each measure discussed, the Contractor will be responsible for its implementation as indicated. The Contractor shall provide to the Resident Engineer a plan for the implementation of the measures indicated. The Contractor and subcontractors, will notify the Resident Engineer of any proposed changes, maintenance, or modifications to keep construction activities compliant with the Permit ILR10. Each such Contractor has signed the required certification on forms which are attached to, and are a part of, this plan: A. Erosion and Sediment Controls: At a minimum, controls must be coordinated, installed, and maintained to: 1. Minimize the amount of soil exposed during construction activity; 2. Minimize the disturbance of steep slopes; 3. Maintain natural buffers around surface waters, direct storm water to vegetated areas to increase sediment removal and maximize storm water infiltration, unless infeasible; 4. Minimize soil compaction and, unless infeasible, preserve topsoil. B. Stabilization Practices: Provided below is a description of interim and permanent stabilization practices, including site- specific scheduling of the implementation of the practices. Site plans will ensure that existing vegetation is preserved where attainable and disturbed portions of the site will be stabilized. Stabilization practices may include but are not limited to: temporary seeding, permanent seeding, mulching, geotextiles, sodding, vegetative buffer strips, protection of trees, preservation of mature vegetation, and other appropriate measures. Except as provided below in II(B)(1) and II(B)(2), stabilization measures shall be initiated immediately where construction activities have temporarily or permanently ceased, but in no case more than one (1) day after the construction activity in that portion of the site has temporarily or permanently ceases on all disturbed portions of the site where construction will not occur for a period of fourteen (14) or more calendar days. 1. Where the initiation of stabilization measures is precluded by snow cover, stabilization measures shall be initiated as soon as practicable. 2. On areas where construction activity has temporarily ceased and will resume after fourteen (14) days, a temporary stabilization method can be used. The following stabilization practices will be used for this project: ❑ Preservation of Mature Vegetation ❑ Erosion Control Blanket / Mulching ❑ Vegetated Buffer Strips ❑ Sodding ❑ Protection of Trees ❑ Geotextiles ® Temporary Erosion Control Seeding ❑ Other (specify) ❑ Temporary Turf (Seeding, Class 7) ❑ Other (specify) ❑ Temporary Mulching ❑ Other (specify) ® Permanent Seeding ❑ Other (specify) Printed Page of BDE 2342 (Rev. 09/29/15) Describe how the stabilization practices listed above will be utilized during construction: Disturbed parkways are to be restored with topsoil and seed within 14 days after the initial disturbance. ._.w ....... Describe how the stabilization practices listed above will be utilized after construction activities have been Grass growth from seed will provide stabilization. ....... _.............— C. Structural Practices: Provided below is a description of structural practices that will be implemented, to the degree attainable, to divert flows from exposed soils, store flows or otherwise limit runoff and the discharge of pollutants from exposed areas of the site. Such practices may include but are not limited to: perimeter erosion barrier, earth dikes, drainage swales, sediment traps, ditch checks, subsurface drains, pipe slope drains, level spreaders, storm drain inlet protection, rock outlet protection, reinforced soil retaining systems, gabions, and temporary or permanent sediment basins. The installation of these devices may be subject to Section 404 of the Clean Water Act. The following stabilization practices will be used for this project: ❑ Perimeter Erosion Barrier ❑ Rock Outlet Protection ❑ Temporary Ditch Check ❑ Storm Drain Inlet Protection ® Sediment Trap ❑ Temporary Pipe Slope Drain ❑ Temporary Sediment Basin ❑ Temporary Stream Crossing ❑ Stabilized Construction Exits ❑ Turf Reinforcement Mats ❑ Permanent Check Dams ❑ Permanent Sediment Basin ❑ Aggregate Ditch ❑ Paved Ditch ❑ Riprap ❑ Gabions ❑ Slope Mattress ❑ Retaining Walls ❑ Slope Walls ❑ Concrete Revetment Mats ❑ Level Spreaders ❑ Other (specify) ❑ Other (specify) ❑ Other (specify) ❑ Other (specify) ❑ Other (specify) uescribe how the structural practices listed above will be utilized during construction, Sediment traps will be installed in drainage structures located adjacent to disturbed areas if there is a potential for disturbance. Describe how the structural practices listed above will be utilized after construction activities have been completed: Sediment traps will be removed after grass is established on disturbed areas. D. Treatment Chemicals Will polymer flocculents or treatment chemicals be utilized on this project: ❑ Yes ® No If yes above, identify where and how polymer flocculents or treatment chemicals will be utilized on this E. Permanent Storm Water Management Controls: Provided below is a description of measures that will be installed during the construction process to control volume and pollutants in storm water discharges that will occur after construction operations have been completed. The installation of these devices may be subject to Section 404 of the Clean Water act. Printed Page of BDE 2342 (Rev. 09/29/15) 1. Such practices may include but are not limited to: storm water detention structures (including wet ponds), storm water retention structures, flow attenuation by use of open vegetated swales and natural depressions, infiltration of runoff on site, and sequential systems (which combine several practices). The practices selected for implementation were determined on the basis of the technical guidance in Chapter 41 (Construction Site Storm Water Pollution Control) of the IDOT Bureau of Design & Environment Manual. If practices other than those discussed in Chapter 41 are selected for implementation or if practices are applied to situations different from those covered in Chapter 41, the technical basis for such decisions will be explained below. 2. Velocity dissipation devices will be placed at discharge locations and along the length of any outfall channel as necessary to provide a non-erosive velocity flow from the structure to a water course so that the natural physical and biological characteristics and functions are maintained and protected (e.g. maintenance of hydrologic conditions such as the hydroperiod and hydrodynamics present prior to the initiation of construction activities). Description of permanent storm water management controls: (None needed for this type of project.) F. Approved State or Local Laws: The management practices, controls, and provisions contained in this plan willbe in accordance with IDOT specifications, which are at least as protective as the requirements contained in the Illinois Environmental Protection Agency's Illinois Urban Manual. Procedures and requirements specified in applicable sediment and erosion site plans or storm water management plans approved by local officials shall be described or incorporated by reference in the space provided below. Requirements specified in sediment and erosion site plans, site permits, storm water management site plans or site permits approved by local officials that are applicable to protecting surface water resources are, upon submittal of an NOI, to be authorized to discharge under the Permit ILR10 incorporated by reference and are enforceable under this permit even if they are not specifically included in the plan. Description of procedures and requirements specified in applicable sediment and erosion site plans or storm water management plans approved by local officials: Mount Prospect Codes and Ordinances. Mount Prospect Notice of Intent For General Discharge from MS4. G. Contractor Required Submittals: Prior to conducting any professional services at the site covered by this plan, the Contractor and each subcontractor responsible for compliance with the permit shall submit to the Resident Engineer a Contractor Certification Statement, BDE 2342a. 1. The Contractor shall provide a construction schedule containing an adequate level of detail to show major activities with implementation of pollution prevention BMPs, including the following items: • Approximate duration of the project, including each stage of the project • Rainy season, dry season, and winter shutdown dates • Temporary stabilization measures to be employed by contract phases • Mobilization time frame • Mass clearing and grubbing/roadside clearing dates • Deployment of Erosion Control Practices • Deployment of Sediment Control Practices (including stabilized construction entrances/exits) • Deployment of Construction Site Management Practices (including concrete washout facilities, chemical storage, refueling locations, etc.) • Paving, saw -cutting, and any other pavement related operations • Major planned stockpiling operations • Time frame for other significant long-term operations or activities that may plan non -storm water discharges such as dewatering, grinding, etc. • Permanent stabilization activities for each area of the project 2. The Contractor and each subcontractor shall provide, as an attachment to their signed Contractor Certification Statement, a discussion of how they will comply with the requirements of the permit in regard to the following items and provide a graphical representation showing location and type of BMPs to be used when applicable: Printed Page of BDE 2342 (Rev. 09/29/15) • Vehicle Entrances and Exits - Identify type and location of stabilized construction entrances and exits to be used and how they will be maintained. • Material delivery, Storage, and Use - Discuss where and how materials including chemicals, concrete curing compounds, petroleum products, etc. will be stored for this project. • Stockpile Management - Identify the location of both on-site and off-site stockpiles. Discuss what BMPs will be used to prevent pollution of storm water from stockpiles. • Waste Disposal - Discuss methods of waste disposal that will be used for this project. • Spill Prevention and Control - Discuss steps that will be taken in the event of a material spill (chemicals, concrete curing compounds, petroleum, etc.). • Concrete Residuals and Washout Wastes - Discuss the location and type of concrete washout facilities to be used on this project and how they will be signed and maintained. Litter Management - Discuss how litter will be maintained for this project (education of employees, number of dumpsters, frequency of dumpster pick-up, etc.). • Vehicle and Equipment Cleaning and Maintenance - Identify where equipment cleaning and maintenance locations for this project and what BMPs will be used to ensure containment and spill prevention. • Dewatering Activities - Identify the controls which will be used during dewatering operations to ensure sediments will not leave the construction site. • Polymer Flocculants and Treatment Chemicals - Identify the use and dosage of treatment chemicals and provide the Resident Engineer with Material Safety Data Sheets. Describe procedures on how the chemicals will be used and identify who will be responsible for the use and application of these chemicals. The selected individual must be trained on the established procedures. • Additional measures indicated in the plan. III. Maintenance When requested by the Contractor, the Resident Engineer will provide general maintenance guides to the Contractor for the practices associated with this project. The following additional procedures will be used to maintain, in good and effective operating conditions, the vegetation, erosion and sediment control measures and other protective measures identified in this plan. It will be Contractor's responsibility to attain maintenance guidelines for any manufactured BMPs which are to be installed and maintained per manufacture's specifications. None IV. Inspections Printed Page of BDE 2342 (Rev. 09/29/15) Qualified personnel shall inspect disturbed areas of the construction site which have not yet been finally stabilized, structural control measures, and locations where vehicles and equipment enter and exit the site using MOT Storm Water Pollution Prevention Plan Erosion Control Inspection Report (BC 2259). Such inspections shall be conducted at least once every seven (7) calendar days and within twenty-four (24) hours of the end of a storm or by the end of the following business or work day that is 0.5 inch or greater or equivalent snowfall. Inspections may be reduced to once per month when construction activities have ceased due to frozen conditions. Weekly inspections will recommence when construction activities are conducted, or if there is 0.5" or greater rain event, or a discharge due to snowmelt occurs. If any violation of the provisions of this plan is identified during the conduct of the construction work covered by this plan, the Resident Engineer shall notify the appropriate IEPA Field Operations Section office by e-mail at: spa nsv_wrtncou,p@,'ll,ipoisov,g, telephone or fax within twenty-four (24) hours of the incident. The Resident Engineer shall then complete and submit an "Incidence of Non -Compliance" (ION) report for the identified violation within five (5) days of the incident. The Resident Engineer shall use forms provided by IEPA and shall include specific information on the cause of noncompliance, actions which were taken to prevent any further causes of noncompliance, and a statement detailing any environmental impact which may have resulted from the noncompliance. All reports of non-compliance shall be signed by a responsible authority in accordance with Part VI. G of the Permit ILR10. The Incidence of Non -Compliance shall be mailed to the following address: Illinois Environmental Protection Agency Division of Water Pollution Control Attn: Compliance Assurance Section 1021 North Grand East Post Office Box 19276 Springfield, Illinois 62794-9276 Additional Inspections Required. V. Failure to Comply Failure to comply with any provisions of this Storm Water Pollution Prevention Plan will result in the implementation of a National Pollutant Discharge Elimination System/Erosion and Sediment Control Deficiency Deduction against the Contractor and/or penalties under the Permit ILR10 which could be passed on to the Contractor. Printed Page of BDE 2342 (Rev. 09/29/15) UTDseppatt:M TranC�C Contractor Certification Statement Prior to conducting any professional services at the site covered by this contract, the Contractor and every subcontractor must complete and return to the Resident Engineer the following certification. A separate certification must be submitted by each firm. Attach to this certification all items required by Section II.G of the Storm Water Pollution Prevention Plan (SWPPP) which will be handled by the Contractors/subcontractor completing this form. Route Marked Route Section 2019 Street Resurfacing Program N/A 19 -00000 -01 -GM Project Number County Contract Number This certification statement is a part of SWPPP for the project described above, in accordance with the General NPDES Permit No. ILR10 issued by the Illinois Environmental Protection Agency. I certify under penalty of law that I understand the terms of the Permit No. ILR10 that authorizes the storm water discharges associated with industrial activity from the construction site identified as part of this certification. In addition, I have read and understand all of the information and requirements stated in SWPPP for the above mentioned project; I have received copies of all appropriate maintenance procedures; and, I have provided all documentation required to be in compliance with the Permit ILR10 and SWPPP and will provide timely updates to these documents as necessary. ® Contractor ❑ Sub -Contractor Print Name Title Name of Firm Street Address Items which the Contractor/subcontractor will be Signature Date Telephone City/State/Zip ible for as required in Section II.G. of SWPPP: Printed Page of BIDE 2342 (Rev. 09/29/15) NPDES Permit A separate Notice of Intent (NOI) will not be required for this construction project. The Village of Mount Prospect has filed a Notice of Intent for General Permit for Discharges from a Small Municipal Separate Storm Sewer Systems (MS4s) under the National Pollutant Discharge Elimination System Phase II. This NOI covers all Village sponsored construction projects. A copy of the Village of Mount Prospect NOI is maintained on file at the Public Works Department of the Village of Mount Prospect. Prevailing Wage rates for Cook County effective Sept. 1, 2017 Trade Title Region Type Class Base Fore- M -F OSA OSH H/W Pension Vacation Training Wage man OT Wage ASBESTOS ABT -GEN ALL ALL 41.20 42.20 1.5 1.5 2 14.65 12.32 0.00 0.50 ASBESTOS ABT -MEC ALL BLD 37.46 39.96 1.5 1.5 2 11.62 11.06 0.00 0.72 BOILERMAKER ALL BLD 48.49 52.86 2 2 2 6.97 19.61 0.00 0.90 BRICK MASON ALL BLD 45.38 49.92 1.5 1.5 2 10.45 16.68 0.00 0.90 CARPENTER ALL ALL 46.35 48.35 1.5 1.5 2 11.79 18.87 0.00 0.63 CEMENT MASON ALL ALL 44.25 46.25 2 1.5 2 14.00 17.16 0.00 0.92 CERAMIC TILE FNSHER ALL BLD 38.56 38.56 1.5 1.5 2 10.65 11.18 0.00 0.68 COMM. ELECT. ALL BLD 43.10 45.90 1.5 1.5 2 8.88 13.22 1.00 0.85 ELECTRIC PWR EQMT OP ALL ALL 50.50 55.50 1.5 1.5 2 11.69 16.69 0.00 3.12 ELECTRIC PWR GRNDMAN ALL ALL 39.39 55.50 1.5 1.5 2 9.12 13.02 0.00 2.43 ELECTRIC PWR LINEMAN ALL ALL 50.50 55.50 1.5 1.5 2 11.69 16.69 0.00 3.12 ELECTRICIAN ALL ALL 47.40 50.40 1.5 1.5 2 14.33 16.10 1.00 1.18 ELEVATOR CONSTRUCTOR ALL BLD 51.94 58.43 2 2 2 14.43 14.96 4.16 0.90 FENCE ERECTOR ALL ALL 39.58 41.58 1.5 1.5 2 13.40 13.90 0.00 0.40 GLAZIER ALL BLD 42.45 43.95 1.5 1.5 2 14.04 20.14 0.00 0.94 HT/FROST INSULATOR ALL BLD 50.50 53.00 1.5 1.5 2 12.12 12.96 0.00 0.72 IRON WORKER ALL ALL 47.33 49.33 2 2 2 14.15 22.39 0.00 0.35 LABORER ALL ALL 41.20 41.95 1.5 1.5 2 14.65 12.32 0.00 0.50 LATHER ALL ALL 46.35 48.35 1.5 1.5 2 11.79 18.87 0.00 0.63 MACHINIST ALL BLD 11111 111111 1.5 1.5 2 7.05 8.95 1.85 111 MARBLE FINISHERS ALL ALL 33.95 33.95 1.5 1.5 2 10.45 15.52 0.00 0.47 MARBLE MASON ALL BLD 44.63 49.09 1.5 1.5 2 10.45 16.28 0.00 0.59 MATERIAL TESTER I ALL ALL 31.20 31.20 1.5 1.5 2 14.65 12.32 0.00 0.50 MATERIALS TESTER II ALL ALL 36.20 36.20 1.5 1.5 2 14.65 12.32 0.00 0.50 MILLWRIGHT ALL ALL 46.35 48.35 1.5 1.5 2 11.79 18.87 0.00 0.63 OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER OPERATING ENGINEER ORNAMNTL IRON WORKER PAINTER PAINTER SIGNS PILEDRIVER PIPEFITTER PLASTERER PLUMBER ROOFER SHEETMETAL WORKER SIGN HANGER ALL BLD 1 50.10 54.10 2 2 2 18.80 14.35 2.00 1.30 ALL BLD 2 48.80 54.10 2 2 2 18.80 14.35 2.00 1.30 ALL BLD 3 46.25 54.10 2 2 2 18.80 14.35 2.00 1.30 ALL BLD 4 44.50 54.10 2 2 2 18.80 14.35 2.00 1.30 ALL BLD 5 53.85 54.10 2 2 2 18.80 14.35 2.00 1.30 ALL BLD 6 51.10 54.10 2 2 2 18.80 14.35 2.00 1.30 ALL BLD 7 53.10 54.10 2 2 2 18.80 14.35 2.00 1.30 ALL FLT 1 55.90 55.90 1.5 1.5 2 18.05 13.60 1.90 1.30 ALL FLT 2 54.40 55.90 1.5 1.5 2 18.05 13.60 1.90 1.30 ALL FLT 3 48.40 55.90 1.5 1.5 2 18.05 13.60 1.90 1.30 ALL FLT 4 40.25 55.90 1.5 1.5 2 18.05 13.60 1.90 1.30 ALL FLT 5 57.40 55.90 1.5 1.5 2 18.05 13.60 1.90 1.30 ALL FLT 6 38.00 55.90 1.5 1.5 2 18.05 13.60 1.90 1.30 ALL HWY 1 48.30 52.30 1.5 1.5 2 18.80 14.35 2.00 1.30 ALL HWY 2 47.75 52.30 1.5 1.5 2 18.80 14.35 2.00 1.30 ALL HWY 3 45.70 52.30 1.5 1.5 2 18.80 14.35 2.00 1.30 ALL HWY 4 44.30 52.30 1.5 1.5 2 18.80 14.35 2.00 1.30 ALL HWY 5 43.10 52.30 1.5 1.5 2 18.80 14.35 2.00 1.30 ALL HWY 6 51.30 52.30 1.5 1.5 2 18.80 14.35 2.00 1.30 ALL HWY 7 49.30 52.30 1.5 1.5 2 18.80 14.35 2.00 1.30 ALL ALL 46.75 49.25 2 2 2 13.90 19.79 0.00 0.75 ALL ALL 45.55 51.24 1.5 1.5 1.5 11.56 11.44 0.00 1.87 ALL BLD 37.45 42.05 1.5 1.5 2 2.60 3.18 0.00 0.00 ALL ALL 46.35 48.35 1.5 1.5 2 11.79 18.87 0.00 0.63 ALL BLD 47.50 50.50 1.5 1.5 2 Iff lo 17.85 0.00 11 ALL BLD 42.75 45.31 1.5 1.5 2 14.00 15.71 0.00 0.89 ALL BLD 49.25 52.20 1.5 1.5 2 14.34 13.35 0.00 1.28 ALL BLD 42.30 45.30 1.5 1.5 2 9.08 12.14 0.00 0.58 ALL BLD 43.50 46.98 1.5 1.5 2 11.03 23.43 0.00 0.78 ALL BLD 31.31 33.81 1.5 1.5 2 4.85 3.28 0.00 0.00 SPRINKLER FITTER ALL BLD 47.20 49.20 1.5 1.5 2 12.25 11.55 0.00 0.55 STEEL ERECTOR ALL ALL 42.07 44.07 2 2 2 13.45 19.59 0.00 0.35 STONE MASON ALL BLD 45.38 49.92 1.5 1.5 2 10.45 16.68 0.00 0.90 TERRAZZO FINISHER ALL BLD 40.54 40.54 1.5 1.5 2 10.65 12.76 0.00 0.73 TERRAZZO MASON ALL BLD 44.38 47.88 1.5 1.5 2 10.65 14.15 0.00 0.82 TILE MASON ALL BLD 45.49 49.49 1.5 1.5 2 10.65 13.88 0.00 0.86 TRAFFIC SAFETY WRKR ALL HWY 33.50 111 1.5 1.5 2 6.00 7.25 0.00 0.50 TRUCK DRIVER E ALL 1 35.60 36.25 1.5 1.5 2 8.56 11.50 0.00 0.15 TRUCK DRIVER E ALL 2 35.85 36.25 1.5 1.5 2 8.56 11.50 0.00 0.15 TRUCK DRIVER E ALL 3 36.05 36.25 1.5 1.5 2 8.56 11.50 0.00 0.15 TRUCK DRIVER E ALL 4 36.25 36.25 1.5 1.5 2 8.56 11.50 0.00 0.15 TRUCK DRIVER W ALL 1 35.98 36.53 1.5 1.5 2 8.25 10.14 0.00 0.15 TRUCK DRIVER W ALL 2 36.13 36.53 1.5 1.5 2 8.25 10.14 0.00 0.15 TRUCK DRIVER W ALL 3 36.33 36.53 1.5 1.5 2 8.25 10.14 0.00 0.15 TRUCK DRIVER W ALL 4 36.53 36.53 1.5 1.5 2 8.25 10.14 0.00 0.15 TUCKPOINTER ALL BLD 45.42 46.42 1.5 1.5 2 8.32 15.42 0.00 0.80 Legend M -F OT Unless otherwise noted, OT pay is required for any hour greater than 8 worked each day, Mon through Fri. The number listed is the multiple of the base wage. OSA Overtime pay required for every hour worked on Saturdays OSH Overtime pay required for every hour worked on Sundays and Holidays H/W Health/Welfare benefit Explanations COOK COUNTY The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL. TRUCK DRIVERS (WEST) -That part of the county West of Barrington Road. EXPLANATION OF CLASSES ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date. ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain. CERAMICTILE FINISHER The grouting, cleaning, and polishing of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for tile made in tile -like units; all mixtures in tile like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where tile is to form a finished interior or exterior. The mixing of all setting mortars including but not limited to thin -set mortars, epoxies, wall mud, and any other sand and cement mixtures or adhesives when used in the preparation, installation, repair, or maintenance of tile and/or similar materials. The handling and unloading of all sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in the preparation, installation, repair, or maintenance of tile and/or similar materials. Ceramic Tile Finishers shall fill all joints and voids regardless of method on all tile work, particularly and especially after installation of said tile work. Application of any and all protective coverings to all types of tile installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect tile installations, Blastrac equipment, and all floor scarifying equipment used in preparing floors to receive tile. The clean up and removal of all waste and materials. All demolition of existing tile floors and walls to be re -tiled. Ki7► I►AIli 011*111lei 01..1aI*o1114Fil0 Installation, operation, inspection, maintenance, repair and service of radio, television, recording, voice sound vision production and reproduction, telephone and telephone interconnect, facsimile, data apparatus, coaxial, fibre optic and wireless equipment, appliances and systems used for the transmission and reception of signals of any nature, business, domestic, commercial, education, entertainment, and residential purposes, including but not limited to, communication and telephone, electronic and sound equipment, fibre optic and data communication systems, and the performance of any task directly related to such installation or service whether at new or existing sites, such tasks to include the placing of wire and cable and electrical power conduit or other raceway work within the equipment room and pulling wire and/or cable through conduit and the installation of any incidental conduit, such that the employees covered hereby can complete anyjob in full. MARBLE FINISHER Loading and unloading trucks, distribution of all materials (all stone, sand, etc.), stocking of floors with material, performing all rigging for heavy work, the handling of all material that may be needed for the installation of such materials, building of scaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble, holding water on diamond or Carborundum blade or saw for setters cutting, use of tub saw or any other saw needed for preparation of material, drilling of holes for wires that anchor material set by setters, mixing up of molding plaster for installation of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone any foreign or domestic materials as are specified and used in building interiors and exteriors and customarily known as stone in the trade), carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate tile and precast tile, steps, risers treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner. MATERIAL TESTER I: Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt. MATERIAL TESTER II: Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures. OPERATING ENGINEER - BUILDING Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with Caisson Attachment; Batch Plant; Benoto (requires Two Engineers); Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End -loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Conveyor (Truck Mounted); Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; Concrete Pump (Truck Mounted); Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar Type); Creter Crane; Spider Crane; Crusher, Stone, etc.; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader, Elevating; Grouting Machines; Heavy Duty Self -Propelled Transporter or Prime Mover; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment); Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre -Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops -Tractor Drawn; Slip -Form Paver; Straddle Buggies; Operation of Tie Back Machine; Tournapull; Tractor with Boom and Side Boom; Trenching Machines. Class 2. Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over); Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2-1/4 yd.; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Laser Screed; Rock Drill (Self -Propelled); Rock Drill (Truck Mounted); Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame. Class 3. Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators (remodeling or renovation work); Hydraulic Power Units (Pile Driving, Extracting, and Drilling); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Low Boys; Pumps, Well Points; Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches. Class 4. Bobcats and/or other Skid Steer Loaders; Oilers; and Brick Forklift. Class 5. Assistant Craft Foreman. Class 6. Gradall. Class 7. Mechanics; Welders. OPERATING ENGINEERS - HIGHWAY CONSTRUCTION Class 1. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments); Concrete Breaker (Truck Mounted); Concrete Conveyor; Concrete Paver over 27E cu. ft.; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Spider Crane; Crusher, Stone, etc.; Derricks, All; Derrick Boats; Derricks, Traveling; Dredges; Elevators, Outside type Rack & Pinion and Similar Machines; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Heavy Duty Self -Propelled Transporter or Prime Mover; Hydraulic Backhoes; Backhoes with shear attachments up to 40' of boom reach; Lubrication Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig; Pre -Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill -Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip -Form Paver; Snow Melters; Soil Test Drill Rig (Truck Mounted); Straddle Buggies; Hydraulic Telescoping Form (Tunnel); Operation of Tieback Machine; Tractor Drawn Belt Loader; Tractor Drawn Belt Loader (with attached pusher - two engineers); Tractor with Boom; Tractaire with Attachments; Traffic Barrier Transfer Machine; Trenching; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft); Underground Boring and/or Mining Machines 5 ft. in diameter and over tunnel, etc; Underground Boring and/or Mining Machines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO). Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments); Compressor and Throttle Valve; Compressor, Common Receiver (3); Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft.; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type); Drills, All; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments); Hydro -Blaster; Hydro Excavating (excluding hose work); Laser Screed; All Locomotives, Dinky; Off -Road Hauling Units (including articulating) Non Self-Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc., self-propelled; Self-Propelled Compactor; Spreader - Chip - Stone, etc.; Scraper - Single/Twin Engine/Push and Pull; Scraper - Prime Mover in Tandem (Regardless of Size); Tractors pulling attachments, Sheeps Foot, Disc, Compactor, etc.; Tug Boats. Class 3. Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2); Concrete Mixer (Two Bag and Over); Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc.; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post-Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper-Form-Motor Driven. Class 4. Air Compressor; Combination - Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling); Light Plants, All (1 through 5); Pumps, over 3" (1 to 3 not to exceed a total of 300 ft.); Pumps, Well Points; Vacuum Trucks (excluding hose work); Welding Machines (2 through 5); Winches, 4 Small Electric Drill Winches. Class 5. SkidSteer Loader (all); Brick Forklifts; Oilers. Class 6. Field Mechanics and Field Welders Class 7. Dowell Machine with Air Compressor; Gradall and machines of like nature. OPERATING ENGINEER - FLOATING Class 1. Craft Foreman; Master Mechanic; Diver/Wet Tender; Engineer; Engineer (Hydraulic Dredge). Class 2. Crane/Backhoe Operator; Boat Operator with towing endorsement; Mechanic/Welder; Assistant Engineer (Hydraulic Dredge); Leverman (Hydraulic Dredge); Diver Tender. Class 3. Deck Equipment Operator, Machineryman, Maintenance of Crane (over 50 ton capacity) or Backhoe (115,000 lbs. or more); Tug/Launch Operator; Loader/Dozer and like equipment on Barge, Breakwater Wall, Slip/Dock, or Scow, Deck Machinery, etc. Class 4. Deck Equipment Operator, Machineryman/Fireman (4 Equipment Units or More); Off Road Trucks; Deck Hand, Tug Engineer, Crane Maintenance (50 Ton Capacity and Under) or Backhoe Weighing (115,000 pounds or less); Assistant Tug Operator. Class 5. Friction or Lattice Boom Cranes. Class 6. ROV Pilot, ROV Tender TERRAZZO FINISHER The handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics. TRAFFIC SAFETY Effective November 30, 2018, the description of the traffic safety worker trade in this County is as follows: Work associated with barricades, horses and drums used to reduce lane usage on highway work, the installation and removal of temporary, non -temporary or permanent lane, pavement or roadway markings, and the installation and removal of temporary road signs. TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION - EAST & WEST Class 1. Two or three Axle Trucks. A -frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry -alts; Fork Lifts and Hoisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2 -man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2 -man operation; Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters; Unskilled Dumpman; and Truck Drivers hauling warning lights, barricades, and portable toilets on the job site. Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self -loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yards; Ready -mix Plant Hopper Operator, and Winch Trucks, 2 Axles. Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self -loading equipment or similar equipment over 16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1 -man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1 -man operation; Winch trucks, 3 axles or more; Mechanic --Truck Welder and Truck Painter. Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories; Foreman; Master Mechanic; Self - loading equipment like P.B. and trucks with scoops on the front. Other Classifications of Work For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this document. If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217-782-1710 for wage rates or clarifications. LANDSCAPING Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver. MATERIAL TESTER & MATERIAL TESTER/INSPECTOR I AND II Notwithstanding the difference in the classification title, the classification entitled "Material Tester I" involves the same job duties as the classification entitled "Material Tester/Inspector I". Likewise, the classification entitled "Material Tester II" involves the same job duties as the classification entitled "Material Tester/Inspector II". LL N Otl 93Altl 0 O t —......„„ -f atl 83A18 ui n & umuuumumumuuuuv�uvll f 7 u, H � � � a !� a- �l 1 1 w r 6 rs�w o L l ravrwl 1 l wa ° 1 as i o 1 l wNNW- 1{ +� �� �I •� � � ;t Prt N^Mr1 a 11� Irk �; s� w av r,aul 1"'a Aoa�, T�'Aa aANrbro .n sa s� � lnxev ewa x ,. _ I I III N 44 d+ +m a 1 � � 1 s"^�I m Nallv4is { � �;a i �= I tl 1� no1s� '� erm re arur:, � k r utlwrw a ulama ; l 11 mull 5 CL µ � 1 IL. 1 « � � is Jeruurw 4 �� Il �W y'� 15 1Nb03 1srv3na �w i s uvmim P bo aoamxoe f all �aWa, YatlNIDAtlAb R� r a s J of nN r f com 1 lig ll 1r re ainoe N OOOM3903M F,� � l - i � /ry 1 I 1s 3Nm a w rt rv��a I 1s 3ssnb �€ I. � f� q Ila „r r sxo AY —1b 1-1— A* µ3a1 ba N im a)14AOuW, Aw iWfNBq 1, AV,UO" F 01, nmm. Nra +Nuaverna dAY NtlNb31YA1 � � 1f$I'j" Ic 3 CD O N %000 N O 6 no r � s nv rHa � 7Ir � _ � F � oHuuuummPbrommmmmmuuui uw o J ra m+w, mh m ar a4 r k7 xd P�gr j >U w �pwy 7m r'yY i'. u�+✓�95b kw'a"rv'.„"'M, �rr.,uus m ,I �If rrjryn�aom: �” �rIViP�., 7 Ma rru6w � � � f ra m+�" j 1 � n I rve armrwxF I llo 'm Mm " i z i ltl3mtl ol '� mw im°re t 1 1 l� k�l f rt lyJ� ��i A rlJ.e By�3ltlat1319 !�� 'W. rl �� I� } I7 9YY IMM'W"b ($fJpl J �t II E 1 Rja F r 16 �M14fi Q.:E'" M1ip� 8" '"' by ,rwdu 6wxa6 f1 1 M I e w tl tl3 �slsx �tJ�FI er. I I J v MWltl 4i��� khvUdM .� It �f MWBV NitI µµ 47' 1 �1Y rvuvm�tia I(B lb) Ob 15b0HW13 0 Z W W J m (EB 18) Ob 158HHWl3 ,? 1 08 133d50bd 114 ✓ tl031tl3 81NNI j V, I rl f; ✓ �i r OtlNV1UNNI mM W gym,° :Vol A W5 PC ^N/w ) � 15 N13 it l� � i q4 v:YNN r J�'- rN wN P � g& �1 �f ' Iw xWl l j [ Sti h n W MON r � s nv rHa � 7Ir � _ � F � oHuuuummPbrommmmmmuuui uw o J ra m+w, mh m ar a4 r k7 xd P�gr j >U w �pwy 7m r'yY i'. u�+✓�95b kw'a"rv'.„"'M, �rr.,uus m ,I �If rrjryn�aom: �” �rIViP�., 7 Ma rru6w � � � f ra m+�" j 1 � n I rve armrwxF I llo 'm Mm " i z i ltl3mtl ol '� mw im°re t 1 1 l� k�l f rt lyJ� ��i A rlJ.e By�3ltlat1319 !�� 'W. rl �� I� } I7 9YY IMM'W"b ($fJpl J �t II E 1 Rja F r 16 �M14fi Q.:E'" M1ip� 8" '"' by ,rwdu 6wxa6 f1 1 M I e w tl tl3 �slsx �tJ�FI er. I I J v MWltl 4i��� khvUdM .� It �f MWBV NitI µµ 47' 1 �1Y rvuvm�tia I(B lb) Ob 15b0HW13 0 Z W W J m (EB 18) Ob 158HHWl3 ,? 1 w it 1I I j V, I rl r OtlNV1UNNI a w l� 1 S co x RUNG I I 5 r�C X41 MF 1 n IJ MfP Klxfn]M.� W MON A} OM1*4 mY9 zmmo ' � k3tl N^�St16! 'i -v+r m r i�0� Ima�EY9ti j) -� MMJJ01M. P MxL � JJJ � u4"/� "yYY ,ulttFinaJ 111 / 0.91, jNgl V J , l �� 1 9% 7I AI✓ w�i y�' Mf/ rvWpauG l VILLAGE OF MOUNT PROSPECT 2019 STREET RESURFACING PROGRAM 3.0" RESURFACING ASH DR ASH DR W1100 W1101 F `" GRACE DR BEECHWOOD DR ; Ta ," CYPRESS DR GRACE DR Lr� 290 275 'WIC 29.5 CG 29.5 CG AUDREY LN isoloo CONNIE LN GRINDEL DR 908 24.2 CG BRENTWOOD LN BRENTWOOD LN N1000 N0900 HACKBERRY LN IIRONWOOD LN GREENWOOD DR HACKBERRY LN 305 420 24.5 24.4 CG CG BEECH RD N1700 MAYA LN SENECA LN 1196 24 CG COUNCIL TRL w W0000 WILLIE STREET MAIN ST 380 23.2 CG COUNCIL TRL E COUNCIL TRL E E0000 E0100 MAIN ST EMERSON ST EMERSON ST MAPLE ST 390 370 23.5 23.2 CG CG COUNCIL TRL E E0200 MAPLE ST ELM ST 355 23.2 CG COUNCIL TRL E E0300 ELM ST SCHOOL ST 380 26 CG COUNCIL TRL E E0400 SCHOOL ST OWEN ST 345 28.1 CG COUNCIL TRL E E0500 OWEN ST WILLIAM ST 315 28 CG CREE LN E1801 PEACHTREE LN COLUMBINE DR 314 24 CG DRESSER DR W0700 SEE GWUN AV CAN DOTA AV 780 24 CG DRESSER DR W0800 BUSSE AV SEE GWUN AV 880 24 CG EMERSON ST N EMERSON ST N FAIRVIEW AV FOREST AV N0000 N0100 N0100 N0800 CENTRAL RD HENRY ST HENRY ST ORIOLE LN HENRY ST THAYER ST THAYER ST LARKDALE 635 650 660 365 24 24 26 24 CG CG CG SE FOREST AV N0900 LARKDALE ALBION LN 380 24 SE FOREST AV N0950 ALBION LN BUNTING 365 24 SE FOREST AV N0960 BUNTING BOB O LINK RD 375 24 SE FOREST AV N1000 BOB O LINK RD END OF PAVE 350 21.2 SE GREGORY ST W-7 W0100 PINE ST WILLE ST 330 26 CG GREGORY ST W W0200 RUSSEL ST PINE ST 327 26 CG HICKORY DR S1400 COTTONWOOD DR EVA LN 890 24 CG HI LUSI AV S0801 SUNSET RD LONNQUIST BLV 657 26 CG HI LUSI AV S0800 GOLF RD SUNSET RD 944 26 CG HIGHLAND AVE E0401 WINDSOR DR WILSHIRE DR 290 24 CG HIGHLAND AV E E0500 WILSHIRE DR EASTMAN DR 525 24 CG HIGHLAND AV E E0400 RAND RD WINDSOR DR 109 32 CG INNER CIRCLE DR S0500 CITY LIMIT CUL DE SAC 385 28 CG ISABELLA ST W W1000 DALE AV MAC ARTHUR DR 660 28 SH JUDITH ANN DR E0000 MAIN ST END OF PAVE 180 32 CG MALMO DR S1700 ALGONQUIN RD CUL DE SAC 1260 32 CG MURA LN MURA LN MURA LN N1500 N1501 N1700 PARK DR PAWNEE LN MAYA LN PAWNEE LN MAYA LN CAYUGA LN 343 356 165 24 24 24 CG CG CG MURA LN N1702 CAYUGA LN WOODVIEW DR 307 24 CG NW HWY ALLEY E0800 EDWARD ST GEORGE ST 240 14.6 SE OJIBWA TRL SO400 END OF PAVEMENT LINCOLN ST 550 20 SE ORIOLE LN OWEN STS OWEN STS W0400 S0800 S0801 PROSPECT MANOR GOLF RD SUNSET RD ELMHURST AV SUNSET RD LONNQUIST BLV 650 798 584 20.8 28 28.1 SE CG CG PALM DR W1800 TAMRACK DR LAVERGNE DR 1026 24 CG PALM DR W1701 LAVERGNE DR OAKWOOD DR 257 CG PINE ST N N0500 MEMORY LN HIGHLAND ST 647 CG PRAIRIE AV S0200 WHITE OAK ST END OF PAVE 650 L44 SE PROSPECT ALLEY' W1000 LANCASTER ST END OF PAVE 180 CG PROSPECT AV E E0000 MAIN ST EMERSON ST 394 CG VILLAGE OF MOUNT PROSPECT 2019 STREET RESURFACING PROGRAM 3.0" RESURFACING STREET-AOd PROSPECT AV W W0000 From WILLE ST A T ► ; MAIN ST Lena ter 420 Wit 44 Curb CG PROSPECT AV W PROSPECT AV W W0100 W0200 PINE ST ELMHURST AV WILLE ST PINE ST 445 460 44 44 CG CG PROSPECT AV W W0300 I OKA AV ELMHURST AV 450 44 1 CG PROSPECT AV W W0400 HI LUSI AV I OKA AV 432 44 CG PROSPECT AV W W04.40 CENTRAL RD HI LUSI AV 125 44 CG PROSPECT AV W W1200 KENILWORTH AV WAVERLY PL 495 28 CG RUSSEL ST N0700 HIGHLAND ST KENSINGTON RD 1300 24.4 CG SCHOOL STS SUNSET RD E S0000 E0400 BUSSE AV SCHOOL ST CENTRAL RD OWEN ST 587 323 28 28 CG CG SUNSET RD E E0500 OWEN ST WILLIAM ST 343 28.3 CG SUNSET RD W W1000 LANCASTER AV WE GO TRL 320 28 CG SUNSET RD W W1001 WAVERLY AV jLANCASTER AV 314 28 CG WAVERLY PL N WAVERLY PL N N0100 N0000 HENRY ST CENTRAL RD PROSPECT AV HENRY ST 772 627 24 22.8 CG CG WAVERLY AV S S0800 ROBIN LN LONNQUIST BLV 446 28 CG WAVERLY AV S S0801 SUNSET RD ROBIN LN 314 28 CG WEDGEWOOD LN N1000 RAND RD MEADOW LN 442 24 SH WEDGEWOOD LN IN1001 MEADOW LN OXFORD PL 240 24 SH WEDGEWOOD LN N1100 OXFORD PL STRATFORD PL 422 24 SH WEDGEWOOD LN WOLF RD N1101 N0700 STRATFORDPL KENSINGTON RD EUCLID AV 660 FT 442 780 24 60 SH CG WOLF RD N0700660 FT GREENWOOD DR 780 60 CG WOLF RD N1100-1000 GREENWOOD DR HERITAGE DR 660 60 CG WOLF RD N1600 HERITAGE DR EUCLID AV 430 60 CG WINDSOR DR N0600-700 HIGHLAND AV GARWOOD DR 746 24 CG TOTAL FEET 38502.00 TOTAL MILES 7.29'' CG = Curb and Gutter CGB = Curb and overlaid Gutter SE = Shoulder with Earthe Edge SH = Shoulder with Sod/Stone Edge OW 66' & Variable 27' & Variable --------------- Proposed COMB, CONC. CURB & GUTTER REM. & REPLACEMENT As Directed by the Engineer See Detail for CURB OR CURB & GUTTER REMOVAL & REPLACEMENT Existing Asphalt Pavement, approx. 3" +/- Proposed HOT MIX ASPHALT SURFACE REMOVAL, 3" Existing aggregate base course, approx. 9" ./- or concrete base course, approx. 6" Proposed 1.5" HOT MIX ASPHALT SURFACE COURSE, MIX "D", NSO Proposed 1.5" LEVELING BINDER (MACHINE METHOD), NSO Proposed repair to existing base course as directed by Engineer 1; Proposed Typical Section - 3.0" Resurfacing Curbed Street ASH DR AUDREY., LN BRENTWOOD LN BEECH RD COUNCIL TRL W COUNCIL TRL E CREE LN DRESSER DR EMERSON ST FAIRVIEW AV GREGORY ST HICKORY DR HI LUSI AV HIGHLND AV INNER CIRCLE DR JUDITH ANN DR MURA LN OWEN ST PALM DR PINE ST PROSPECT ALLEY PROSPECT AV E PROSPECT AV W RUSSEL ST SCHOOL ST SUNSET RD E SUNSET RD W WAVERLY PL N WAVERLY PL S WINDSOR DR HOT MIX ASPHALT MIXTURE REQUIREMENTS MIXTURE TYPE., AIR VOIDS HOT -MIX ASPHALT SURFACE COURSE, MIX "D", N50 (IL 9.5 mm) 4% @ 50 GYR LEVELING BINDER (MACHINE METHOD), N50 (IL 9.5 mm) 4% @ 50 GYR PATCHING: CLASS D PATCHES (HMA BINDER IL -19 mm) 4% @ 70 GYR DRIVEWAYS: (Pay Item = HMA DRIVEWAY SURFACE REMOVE & REPLACE, 3") HOT -MIX ASPHALT SURFACE COURSE, MIX "D", N50 (IL 9.5 mm) 4% @ 50 GYR The unit weight used to calculate all HMA Surface Mixture quantities is 112 lbs/SgYd/in. The "AC Type" for polymerized HMA mixes shall be "SBS/SBR PG 70-22" and for non -polymerized HMA the "AC Type" shall be "PG 64-22" unless modified by District One Special Provisions. * When RAP exceeds 20%, the new asphalt binder in the mix shall be PG 58-22. STREET RESURFACING PROGRAM 2016.02.02 ROW 66' & Variable 24' & Variable Proposed HOT MIX ASPHALT SURFACE REMOVAL, 3" Proposed 1.5" HOT MIX ASPHALT SURFACE COURSE, MIX "O", NSO Proposed 1.5" LEVELING BINDER (MACHINE METHOD), NSo Proposed repair to existing base course as directed by Engineer See Special Provisions for base repair requirements and pay items, 2: Proposed Typical Section Resurfacing Non -Curbed Street FOREST AV PRARIE AV ISABELLA ST WEDGEWOOD LN ORIOLE LN OJIBWA TRL HOT MIX ASPHALT MIXTURE REQUIREMENTS (See detail for Curbed Street) STREET RESURFACING PROGRAM 2019.02.02 Existing Asphalt Pavement, approx. 3" +/- ROW 66'& Variable 3: Proposed Typical BARBERRY LN (CRABTREE TO HEMLOCK) BEVERLY LN (LINCOLN TO HATLEN) BURNING BUSH LN (CAMP MCDONALD TO YUMA) CEDAR LN (BARBERRY TO SYCAMORE) CLEVEN AV (WELLER TO KENILWORTH) CLEVEN AV (WAVERLY TO LANCASTER) CONNIE LN (HATLEN TO AUDREY) ELM ST (THAYER TO ISABELLA) ELMHURST AV (MEMORY TO HIGHLAND) HATLEN AV (CONNIE TO CENTRAL) P ------------ ;ACE REMOVAL, 2" • I., .... I ..... — � — — I —rACI COURSE, MIX "D", N50 Section - 2.0" Mill & Overlay Curbed Street HENRY ST (EMERSON TO ELM) HIGHLAND AV (EMERSON TO MAPLE) MAPLE ST (HENRY TO ISABELLA) MEIER RD (LINCOLN TO WHITE OAK) MEMORY LN (ELMHURST TO RUSSEL) OWEN ST (ISABELLA TO GREGORY) PINE ST (HENRY TO THAYER) SMALL LN (DENEEN TO STEVENSON) STEVENSON (GREEN TO THAYER) WILLE ST (MEMORY TO HIGHLAND) HOT MIX ASPHALT MIXTURE REQUIREMENTS MIXTURE TYPE AIR VOIDS HOT -MIX ASPHALT SURFACE COURSE, MIX "D", N50 (IL 9.5 mm) 4% @ 50 GYR The unit weight used to calculate all HMA Surface Mixture quantities is 112 lbs/SgYd/in. The "AC Type" for polymerized HMA mixes shall be "SBS/SBR PG 70-22" and for non -polymerized HMA the "AC Type" shall be "PG 64-22" unless modified by District One Special Provisions. * When RAP exceeds 20%, the new asphalt binder in the mix shall be PC 58-22. STREET RESURFACING PROGRAM 2019,01.25 Exlsting PC( -- ----_T—,w..,,-.— rl vPaa rcPmr iv umsimy ease course as directed by Engineer 4; Proposed Typical Section - Class C Patches Curbed Street NW HWY ALLEY WOLF ROAD HOT MIX ASPHALT MIXTURE REQUIREMENTS MIXTURE TYPE AIR VOIDS HOT -MIX ASPHALT SURFACE COURSE, MIX "D", N50 (IL 9.5 mm) 4% @ 50 GYR LEVELING BINDER (MACHINE METHOD), N50 (IL 9.5 mm) 4% @ 50 GYR PATCHING: CLASS D PATCHES (HMA BINDER IL -19 mm) 4% @ 70 GYR DRIVEWAYS: (Pay Item = HMA DRIVEWAY SURFACE REMOVE & REPLACE, 3") HOT -MIX -ASPHALT SURFACE COURSE, MIX "D", N50 (IL 9.5 mm) 4% @ 50 GYR The unit weight used to calculate all HMA Surface Mixture quantities is 112 lbs/SgYd/in. The "AC Type" for polymerized HMA mixes shall be "SBS/SBR PG 70-22" and for non -polymerized HMA the "AC Type" shall be "PG 64-22" unless modified by District One Special Provisions. * When RAP exceeds 20%, the new asphalt binder in the mix shall be PG 58-22. STREET RESURFACING PROGRAM 2018.02.02 Existing Asphalt Pavement. approx.q" +/- Existing aggregate base course, approx. 9" ./- or poz base course, approx. a' +/- ROW 66' & Variable 27' & Variable _----,_---„-- 11" proposed COMB. CONC, CURB & GUTTER REM. & REPLACEMENT LAs Directed by the Engineer See Detail for CURB OR CURB & GUTTER REMOVAL & REPLACEMENT Proposed PAM Removal" Proposed HOT MIX ASPHALT SURFACE REMOVAL, 4" Proposed 4" HOT MIX ASPHALT BINDER COURSE, N70 Proposed 2.0" HOT MIX ASPHALT SURFACE COURSE, MIX "D", N70 Proposed 2.0" LEVELING BINDER (MACHINE METHOD), N7o Proposed repair to existing base course as directed by Engineer 5: Proposed Typical Section - 8,0" Resurfacing (N70) Curbed Street MALMO DR HOT MIX ASPHALT MIXTURE REQUIREMENTS MIXTURE TYPE AIR VOIDS HOT -MIX ASPHALT SURFACE COURSE, MIX "D", N70 CIL 9.5 mm) 4% @ 70 GYR LEVELING BINDER (MACHINE METHOD), N70 CIL 9.5 mm) 4% @ 70 GYR PATCHING: CLASS D PATCHES (HMA BINDER IL -19 mm) 4% Cd 70 GYR DRIVEWAYS: (Pay Item = NMA DRIVEWAY SURFACE REMOVE & REPLACE, 3") HOT -MIX ASPHALT SURFACE COURSE, MIX "D", N50 CIL 9.5 mm) 4% @ 50 GYR The unit weight used to calculate all HMA Surface Mixture quantities is 112 lbs/SgYd/in. The "AC Type" for polymerized HMA mixes shall be "SBS/SBR PG 70-22" and for non -polymerized HMA the "AC Type" shall be "PG 64-22" unless modified by District One Special Provisions. * When RAP exceeds 20%, the new asphalt binder in the mix shall be PG 58-22. STREET RESURFACING PROGRAM 2019.01,25 as aanfe LL a Auxnw o M PA4Db f q •.. oa a3nfa N � °II �"� � K ew ` W rt {/ IIuI Lu I'll d - LAMA LN qy` VC V Mur. w/',' O 111111 iwT,rrllf II -rN bll wuikvr I� ',�I� wm ,,, W , , , < �z '.,✓I Nf4wm rAmom MOwwr. 1'v r rrP a%,Nr �r,u.d � f vr'mi w, IR I IINWM,w L +xr nanwN r� r1W" 3 ^% fia J� M,j "'�w s 1 w wN ffN"NSW Nw fl d'r r§ x 4L nre Lib' ., r A J u w, Afrr dMafn N nAbs " I it f wi LAO""Ci � �kn 4ayA barl `� f 9M MlM AM 9� � r� O I f wl Wt t� uq .......... .. „' f1 NmsoNi>tw w. wnr°vo:r li f 3 N, MFd P:RYr iiw ON Vll33NVW" CL � � c Lr S oN rA 1 1 aA wG Awf VfiA J .�� 4o�N;{ 15ILtl30ltl I f fkl .Aw f nfu' Am aofnra 1 MMMM� � ti•.' 1 1� ;� ar,w f . „ � I. U'A dWW w o�•� r � „�, Wr r, n,"I NO OOOM%09 C f ' ° N NR uAy vNµ � ` I ( � 115 N3M0 & J11 l J f I_ r wr mnChni,ry � f I r�, IAwrNY 1 I NCSb3W3 (e NI CNi }GV kL i 1 �� 1 � ai$P urb 8X0MWI�' �Lo (f00M3903M 15 311IH A ,� „�' i �NYIYIYIYIYIYIYIYIYIW'M'V� "Y u is-sntl AV A' r ffl nv 111,A1111 (AM ��„`.:.1 Toll a .............M.. r ,. � o. AV 153NOj AY R1 iWFd;f tbF reFWVkf lri•M ✓ f 15 Mtl0 £I J hW )tN41J�f�" w' "s"sNFMArR t AV NVWN31VM t. 0 a) ',.00 CL C\i Z W i Alz 0 ad iDaasoaa iw W � 77 r B i lib. �mr b r�'� F. ( 'is I Ya fe r/, ., `! bm N41mWMYl� ° ac F II N * , , � � . woxj s,n t k"ll "Vr = is uvnvm J 3i 6w,l�utrw4.l5 1 %wo a 1 a. sxmar f / � � I u�oolos r r i n+, Ott l'I� /1r/ J " � is W13 I Im w rJ•t I aa+" " +M dawxw J h1 NOStl3W3� rF A - M, a tea' Ica id) as isanHWI3(ED lal oa isanHw13 oop i r � Iv. f � ,.vi iT .,If r I, ✓ r. .i } ff mm �ttlNNnITW13 F I� '� r viur *'+ nN a ema�m Yeb rvrw r Umar �l 7I Ai evn iMw wavriwri It - 1 j1 f mart rop d �i 11 1 ` -ra wI vN,vN , xx, iwmm�wn Nm q t v „% .m f xp�"dsR7 �� U r n�trtm:vu a 1`�� s �� aauiw-urvnr 1/ / /r (( 1.. '� x,,nr.tlpH�,"J1 nN Navur rw 1� hmrYNl"h, rr urxkiw A, Ndi rrr tl arw+NRi�mwnvb tvl ,1� Im is 315V]Ntll� µ I Mrr Y f� � It 'm4v ItAVM+ r Aw NFk1A �1"" to µYl xp pa i�n ,rte" lCk h TmG!< it dun r z t rg VUN alM14lM S� 'Rli "IIJ fJ kff1 U194Mt "rhe i'Mi GWuI't �a /r rcs NN wr{H ;Ietl.0.W I l 1 4WI flcu m�341b1 f S lh eP;.M5N iM9 VNn o J, �� w f( eYs 3ltlON319 p -- rou YdaN roN Cx ' � I N'N PIR` Yd6 � py pp qry f " 0 P ( roam IYd �w/M � ro l "� f fT IViI I" IMINu f IIIc f j! IIFMrI1F ,w, YLJ 11 P(f IN P7f,yb b.1KWM ( 0:1 m`I XI bfi '�I M � A N]000rn3oa3 yn v�� ,✓ r"Wl � 1 / / N l Ydttrl �� ¢err �xs�� itff r�dsauAa� �, oa assns �l w End a II� / �I tww'� t� fl �! a3 rat 3/ JK 11P Mhurm"O j �. isms nv analav �� r 1 wrvhr'� mYnr r,Inmv t ,1 �� o „„ _.. ..".".._.. n ,. j Nl Doom Ivs if ,� t !i i ,v IA' rd a a+krenaruYa �o J �n>" 1 w N� J w �W9M uE M r. f. j "ti i:. Ky uvw.wvw u r hwu x" I� � r n IauuWiWVLWVVViWWm9 ^' t b It ( n x41 flaU g" f� NI siaW] f it i n t umRanv 1 inn fib' a - w wrI irw ra sn^ru 1 r lvwtuv, --ILL I4 AW �.!NArINAbI� 1Ni. R�©Ir t , z� °YS m VILLAGE OF MOUNT PROSPECT 2019 STREET RESURFACING PROGRAM 2.0" RESURFACING # Street To From 1 Barberry Ln Crabtree Greenfield 2 Barberry Ln Greenfield Hemlock 3 Beverly Ln Lincoln St Hatlen Av 4 Burning Bush Ln Yuma Ln Camp McDonald 5 Cedar Ln Barberry Ln Sycamore Ln 6 Cleven Av Weller Ln Bobby Ln 7 Cleven Av Bobby Ln Kenilworth Av 8 Cleven Av Waverly PI Lancaster Av 9 Connie Ln Hatlen Av Audrey Ln 10 Elm St Thayer Isabella 11 Elmhurst Memory Ln Highland 12 Hatlen Av Grindel Dr Central Rd 13 Hatlen Av Connie Ln Grindel Dr 14 Henry St Emerson st Maple St 15 Henry St Maple St Elm St 16 Highland Av Emerson St Maple St 17 Maple St Henry St Thayer St 18 Maple St Thayer St Isabella St 19 Meier Rd Lincoln St White Oak St 20 Memory Ln Elmhurst Av Russel St 21 Owen St Isabella St Gregory ST 22 Pine St Henry St Thayer St 23 Small Ln Deneen Ln Stevenson Ln 24 Stevenson Ln Emmerson Ln Thayer 25 Stevenson Ln Green Ln Emmerson Ln 26 Wille St Memory Ln Highland St 27 Other location within the village as determined by the Engineer * NOT ALL STREETS LISTED ABOVE WILL BE PATCHED IN 2018. MOST OF THE PATCHING WORK WILL BE BASED ON THE AMOUNT OF FUNDS AVAILABLE AFTER 3.0" RESURFACING AND 2.0" MILL & OVERLAY CONSTRUCTION. A NOTES 3'x Tx 112" METAL PLATES SHALL REMAIN THE PROPERTY OF THE CONTRACTOR PAVEMENT MATERIAL AND THICKNESSES SHALL BE ACCORDING TO PLANS, DETAILS AND SPECIFICATIONS. FRAME AND LIDS SHALL BE ACCORDING TO PLANS, DETAILS AND SPECIFICATIONS. THE CONTRACTOR SHALL KEEP A RECORD OF THE LOCATION OF THE BURIED STRUCTURES ACCORDING TO THE STATION AND THE DISTANCE LEFT OR RIGHT OF THE CENTERLINE OF PAVEMENT. UPON COMPLETION OF THE WORK, THE CONTRACTOR SHALL DELIVER SAID RECORD TO THE ENGINEER. G CONSTRUCTION PROCEDURE STAGE A) REMOVE THE EXISTING FRAME AND LID FROM THE EXISTING STRUCTURE. B) COVER THE STRUCTURE OPENING WITH A Tx Tx 112" METAL PLATE C) CONSTRUCT SUB -BASE, BASE COURSE AND BINDER COURSE ACCORDING TO PLANS AND DETAILS. STAGE 2 A) SCORE A MIN. 1" DEPTH IN THE HMA BINDER COURSE 4'x 4' AROUND THE STRUCTURE. B) REMOVE THE HMA BINDER COURSE AND FLEXIBLE BASE. ADJUST THE STRUCTURE CONE TO THE REQUIRED ELEVATION. INSTALL THE FRAME AND LID AND PLACE P.C. CONCRETE TO THE ELEVATION OF THE BIT. CONC. BINDER COURSE. P.C. CONCRETE SHALL MEET THE REQUIREMENTS OF SECTION 353 OF THE STD SPECS. C) PLACE HMA SURFACE COURSE TO FINAL GRADE. LEGEND 1 SUB -BASE GRANULAR MATERIAL 2 BASE COURSE 3 3' x 3' x 112" METAL PLATE 4 HMA BINDER COURSE 5 STRUCTURE 6 FRAME AND LID 7 SCORE (MIN 1" DEPTH) S P.C. CONCRETE 9 HMA SURFACE COURSE 10 CONCRETE ADJUSTING RINGS BASIS OF PAYMENT: STRUCTURES TO BE ADJUSTED, EACH NEW FRAMES AND LIDS, WHEN SPECIFIED, SHALL BE PAID FOR SEPARATELY. WHEN STRUCTURES ARE NEW OR STRUCTURES ARE TO BE RECONSTRUCTED, THE LOWERING OR RAISING OF THE FRAMES AND LIDS WILL NOT BE PAID FOR SEPARATELY BUT WILL BE INCLUDED IN THE COST OF THE RECONSTRUCTION ITEM. Village of Mount Prospect Public Works Department Engineering Division Street Resurfacing STR_ADJA,,g 2008.01.1.5 Pavement Replacement At Drainage & Utility Structure Frame VARIABLE - TO MEET EXISTING DIMENSIONS ANO FIELD CONDITIONS (SEE NOTE O2 1 SEE STATE STANDARD 606001 1 EXISTING OR PROPOSED HMA SURFACE IIF APPLICABLEI \ EXISTING CONCRETE PAVEMENT, CONCRETE BASE COURSE OR FLEXIBLE PAVEMENT f 3" 1751 MINIMUM FROM TOP AND BOTTOM OF THE CONCRETE PAVEMENT OR BASE COURSE. \ * IF THE FINAL SURFACE OF THE PAVEMENT IS CONCRETE, THE GUTTER IS i0 BE FLUSH WITH THE PAVEMENT. NOTE: (D SIDEWALK, DRIVEWAY PAVEMENT OR MEDIAN SURFACE SHALL BE SIMILAR TO THE MATERIAL BEING REMOVED AND WILL BE PAID FOR SEPARATELY. SALT TOLERANT SOD AND TOP SOIL. 4" 1100) RESTORATION WILL NOT BE PAID FOR SEPARATELY, BUT SHALL BE INCLUDED IN THE COST OF CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT. Q CURB 0R CURB AND GUTTER REPLACEMENT SHALL MATCH THE SHAPE OF THE EXISTING CURB OR CURB AND GUTTER UNLESS OTHERWISE SPECIFIED. Q FO q CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT ADJACENT TO FLEXIBLE PAVEMENT DELETE EPDXY COATED TIE BARS. Q LONGIiUpINAL BARS, IF ENCOUNTERED IN THE EXISTING CURB OR CURB AND CUTTER, ARE NOT TO BE REPLACED. CUi TING AND REMOVING LONGITUDINAL BARS SHALL BE INCLUDED IN THE COST OF CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT. Q THE COST OF HNA SURFACE REMOVAL IN THE EXISTING GUTTER FLAG SHALL BE INCLUDED IN THE COST OF THE CURB AND GUTTER REMOVAL AND REPLACEMENT. © THE REMOVAL AND REPLACEMENT OF THE EXISTING CURB OR CURB AND GUTTER SHALL BE DONE IN ACCORDANCE WITH THE APPLICABLE PORTIONS OF SECTION 440 AND 606 OF THE STANDARD SPECIFICATIONS. O THE LOCATIONS OF REMOVAL AND REPLACEMENT OF EXISTING CURB OR CURB AND GUTTER SHALL BE DETERMINED BY THE RESIDENT ENGINEER AT THE TIME OF CONSTRUCTION. PROP. CONC. CURB OR CURB AND GUTTER REPLACEMENT IN ACCORDANCE WITH STATE STANDARD 606001. <SEE NOTE Q2 ) SAW CUT FULL DEPTH - INCLUDED IN THE COST OF SIDEWALK. DRIVEWAY OR MEDIAN SURFACE REMOVAL 3” (75) MIN.(INCLUDED IN THE COST OF CURB OR CURB ANO GUTTER THE AND REPLACEMENT' PROPOSED Y4" 120) PREFORMED EXPANSION JOINT AT CON RETE SIDEWALKS, DRIVEWAYS, AND MEDIANS. (INCLUDED IN THE COST OF CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT.) UNSUITABLE SUB -BASE MATERIAL TO BE REMOVED, IF DIRECTED BY THE ENGINEER, SHALL BE REPLACED WITH EITHER SUB -BASE GRANULAR MATERIAL, TYPE B OR ADDITIONAL THICKNESS OF CONCRETE. REMOVAL AND REPLACEMENT 4" 1100) OR LESS IS INCLUDED IN THE COSI OF CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT. REMOVAL AND REPLACEMENT IN EXCESS OF 4•' (1001 WILL BE PAID FOR IN ACCORDANCE WITH ARTICLE 109.04 OF THE STANDARD SPECIFICATIONS. PROPOSED •6 1201 EPDXY COATED TIE BARS 24" (6001 LONG AT 24" 1600) CENTERS WILL NOT BE PAID FOR SEPARATELY. DELETE EPDXY COATED TIE BARS IF EXISTING TIE BARS ARE USUABLE AS DETERMINED BY THE ENGINEER. (SEE NOTE3Q). BASIS OF PAYNENT: THIS WORK WILL BE PAID FOR AT THE CONTRACT UNIT PRICE PER FOOT INETERI FOR "CURB REMOVAL AND REPLACEMENT" OR .COMB 'NATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT". CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT D -------------------------- .. 0. ______________ .,. D .•_ EXISTING SIDEWALK, DRIVEWAY, MEDIAN SURFACE OR GROUND. .• D _ PROPOSED SIDEWALK. DRIVEWAY PAVEMENT, MEDIAN SURFACE OR SALT TOLERANT SOD AND TOP SOIL, 4" 1100) _: L„•;;_; +•�s, .• SOD RESTORATION ISEE NOTEIQ). 3” (75) MIN.(INCLUDED IN THE COST OF CURB OR CURB ANO GUTTER THE AND REPLACEMENT' PROPOSED Y4" 120) PREFORMED EXPANSION JOINT AT CON RETE SIDEWALKS, DRIVEWAYS, AND MEDIANS. (INCLUDED IN THE COST OF CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT.) UNSUITABLE SUB -BASE MATERIAL TO BE REMOVED, IF DIRECTED BY THE ENGINEER, SHALL BE REPLACED WITH EITHER SUB -BASE GRANULAR MATERIAL, TYPE B OR ADDITIONAL THICKNESS OF CONCRETE. REMOVAL AND REPLACEMENT 4" 1100) OR LESS IS INCLUDED IN THE COSI OF CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT. REMOVAL AND REPLACEMENT IN EXCESS OF 4•' (1001 WILL BE PAID FOR IN ACCORDANCE WITH ARTICLE 109.04 OF THE STANDARD SPECIFICATIONS. PROPOSED •6 1201 EPDXY COATED TIE BARS 24" (6001 LONG AT 24" 1600) CENTERS WILL NOT BE PAID FOR SEPARATELY. DELETE EPDXY COATED TIE BARS IF EXISTING TIE BARS ARE USUABLE AS DETERMINED BY THE ENGINEER. (SEE NOTE3Q). BASIS OF PAYNENT: THIS WORK WILL BE PAID FOR AT THE CONTRACT UNIT PRICE PER FOOT INETERI FOR "CURB REMOVAL AND REPLACEMENT" OR .COMB 'NATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT". CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT NO O� 0 OF -A V4R:E .!A- L.I. => D D so 12, .-ND �l 11-1 -E <= 'EL- MW "I LINE LINE .1 1-! 111 Ir". TYPICAL ISLAND MARKING - ----- ----- ----- - --- - -- -- ----- _.:�l LANE LINE 'E"' w1l E- .1FLA.A FO Ll TIPE "Ll' )r Q11 OF 11 -IG T- OF -N .11. 1 1- -IE .111 -LANE LIDF- I -D KTVgM . ..... 1-T M III -TE -E LINE Ff 1;211 LL.1 1. "1 ILL. 'T, -FFFFtUFUM 0-1 MM -TI Tl-. _.F- .1 - LANE Ll. T. .11 -T -.1 T.O -.11 EFT TUNIN LANE LINE - .11 => 1.� EZOE 1-1-1E D.N'.. TYPICAL PAINTED MEDIAN MARKING 1.1 WT� E T11- 1=1T T.. -1 -AN NOTE, MEDIANS WITI -- - DO NO, TYPICAL LANE AND EDGE LINE MARKING 11 1111 A-E LINE T. 11- E -11L I T. I E -lE D -NAL. I Ell T- -1 I �11711 S_ T-T',E- B -CLE 4 EDIES11111 O -OL "OE -AN Ol T.T- IT. I L- E .. OF AN MA, Zll�=�4�11T-� -T IE 721w"' =-'=Eft TO ­lE I -L 1111121T 11 TIANIP11ATIl" <A -L -1- LEFT IOR A-1 LANE TRICT ONE �ETA- 1111L TYDI PICAL PAVEMENT TYPICAL CROSSWALK MARKING TYPICAL TURN LANE MARKING MARKINGS oil A, TRAFFIC CONTROL AND PROTECTION FOR SIDE ROADS, INTERSECTIONS, AND DRIVEWAYS 1 -111S CE -1-1 �l l-- ­Tl. TRAFFIC �ONTROL ANC PROTECTION FOR SIDE ROADS, 1NTERSECTICNS, AND DRIVEWAYS Sidewalk width 5" (1.52 m) Typical. 4 11.22 ml min. _Sidewalk width 5' (1.52 ml typical. Ramp Side Sv \V \V \V \V Detectable \V \V \V \V DeT ectable In � \V \V G1 \II warning 11 \II \II \II 5' U setback warning 11 \II p \ maz setba \V \V \V \V \V \V \V \V \ ......... 1:5D maz. ..i,//,,. A isoo m i ii>sttys,;"/ €r o i -urnng a lssssi tyt, spa „�ttt Lower oo�-T talo oo oo .. ......... 1-d" -I,, g pace 1.50 and W W W W W W W � 1 -dr, W sae o p VV AV AV AV AV AV u D anal Rump side gu1:maz. �Depressad t+er flare � 50 Remp 51, barb end vl vl vl vl �flere � gutter W VV AV AV AV V ao maz. w w W 1:10 m 1a0 m �Eace of roadway curb !length ndi less than Face of roadway _ ........................ ,p beiwaen curb amps preferred) cur° / Edge of gutter Edge L eof ur,er g 1tvp., L•B /6' 11.83m) m ma mro we K Depressed, ml m'r. drking t yp.� curb and RAMPS IN LANDSCAPED AREA gutter RAMPS IN PAVED AREA De Dressed, SETBACK s 5'°dr° °n° getter SETBACK <_ 5' rnlnq speoe Ramp Lower --q Depressed c and guYTer ° ing space Ramp Depressed c Det actable warning petecia Dle ra end guff ar 1:50 m 2 warn ing� See DETAIL A 1:50 m 02 1z oETA1L A asee O 142 m 1:50 mox SECTION B—B SECTION A—A o T =lope oft amp = o T 44!49 slope of Y amp s regal en The Temp IengtheI. exceed ]5� 41.54 m1. r egulre the ramp IengY he to exceed 15 h(o4.5 ml. 6 ash with top of (150)tdway curb and op ofi sloe walk oe Sea Sheet 2 for GENERAL NOTES. 1j31 Variable 2 50 R Ramp DATE REVISIONS ���,Ed no= }� p" pdnslan La�nt RM1 � PERPENDICULAR CURB RAMPS daPatme1t of TransPortato Added 2 a mnsn act.�° fa setbaoke FOR SIDEWALKS greeter then 5'. 1-1-15 ©not appl. td Int. sidewalks. 6heeY 1 dt 21 °d ` d 2111 — DETAIL A SIDE CURB DETAIL ReA. gen. —tes. CIL, uDDer STANDARD 424001-09 1—di, to Turnng apace. De+e I, gDle warning RAMP IN LANDSCAPED AREA SETBACK > 5' Ramp flare Re�R ecn able Ig� Low 24 \ 5' Thabu5 1.52 greumer g� !6101 \ C c /... i�oep�esse �ru uua gutrer I of r way `!urn Rump side Eage of flare ing spuee 10 gutter RAMP IN PAVED AREA SETBACK > 5' e 10 R—P Lu we lunaing Depressed Duro 1.zz m� mi, 1.2r W W W W L W W 24 \V \V oeiecidDle \U \II \U \V g�\V f91D1 \,I \V \ \V \,I V Wa Hing All slope , Tios gr expressed as units o+ ver Tical W W W W 1.12 m displacement is units of ho rizontul displacement See DETAIL A MAO i ,✓ \ 1:50 \••• ;,,..;:}:• Sidewalk width lift Where t ming space Is c r ulnad o side i' 11.52 m) IIII 4 111..2222 .......... . Sidewalk wldiD Where 1:50 maximum slope is shown. 1:64 is ty D2 SECTION C—C pre+erred. 4' L1 2 12221 see Etundurd 606001 for def ells oT depressed cur oepre�sed -J""' to euro rump. 2�T I, e run Ing slope o+ +D nmp s n b nd maosswulk me ramp Ie.....o exceed 15�w1.e ml. of guitar king fiyp.l roadway IIFD vurning nonce Di Edge of gutter RAMP IN LANDSCAPED AREA SETBACK > 5' Ramp flare Re�R ecn able Ig� Low 24 \ 5' Thabu5 1.52 greumer g� !6101 \ C c /... i�oep�esse �ru uua gutrer I of r way `!urn Rump side Eage of flare ing spuee 10 gutter RAMP IN PAVED AREA SETBACK > 5' e 10 R—P Lu we lunaing Depressed Duro 1.zz m� mi, 1.2r and gu+ter oeiecidDle GENERAL NOTES Wa Hing All slope , Tios gr expressed as units o+ ver Tical 1:50 -1,, 1.12 m displacement is units of ho rizontul displacement See DETAIL A 1:50 m tV:HI. Where t ming space Is c r ulnad o side opposite a amp, t eng+h of + t urning space In the direction o+ iDe r mp-run shall (1.52 m). Where 1:50 maximum slope is shown. 1:64 is SECTION C—C pre+erred. !urning spuce not required for ramp slopes see Etundurd 606001 for def ells oT depressed cur +lu+ter +Dan 1:20. -J""' to euro rump. 2�T I, e run Ing slope o+ +D nmp s n me ramp Ie.....o exceed 15�w1.e ml. All dimensions u nches fm Illlmeier5l unless omerwiseesnown. ................................................................................................ ����������������������������I MENNEr mommo► momo w mommoo► mommommommommommor 00 ANNE ....� r 1mmmmmm► mommommoommorloommoommommommommor mommommommommoor moommommommomm e��ommommommor - 111MEE11111111110,11111A '4mmmmm loommoom Ioommoom \oommommommommommommoF lormmoormommrmmommn ■mommommommommomor loommoommommommoor mo\mmor' \������FF �����SNE\. -----m\mmm UNIONS 1oomom111111 ���r�� VENOM NONE ]MENS loom� OEM INN� 0\.111 ����I� N MENEM MENEM � D NONE Iiiiiiii 1111 iiiiii iiiiiii iiiiiiiii NONE M 11� 11 If I MENEM MENEM MENEMJMlMM MENEM MENEM ■ Ill A1111111111 111111111 AIIII... A i i 20' (6 m): urban 50' (15 m): r , I ]0 (Between a w 36 O O 11.2 m f3 m Ond WOrd O Or w ween !9141 ( betds) INTERNATIONAL brew SYMBOL OF ACCESSILITY 20° 24 !6001 l2. m1 (2. ml LANE—REDUCTION ARROW WORD AND ARROW LAYOUT Right lane -reduction a shown. Ilse mirror image For lets lane. 10' W ) L SHARED mI D LANE (.O m) 30 SYMBOL BIKE SYMBOL (750) IArrow Is ODilon 10 (5 m) WRONG WAY ARROW �) o oePa ,me a. a sPo ,a„o TYPICAL PAVEMENT MARKINGS lSheeT 3 of 31 PPRo�I zoos — STANDARD 780001-05 PL 0-12 f200-300) r IB 5 1 _ AD 6 RUN - = 4-6 aoo-Ism S T r rr%ir orange Drange �4-6 l]DO-Ism Pose ea speed < 45 mph Passed speed > 45 mph nge 777%( CONE FOR REFLECTORIZED CONE TUBULAR MARKER DAYTIME FOR NIGHTTIME VERTICAL PANEL ARUM POST MOUNTED 114> 114> R ,r rr �S yy yy Iz 1300 r\/J/ %A SI o �S = E m pr - ,r s 4' 11.i2 z4 rpom min. yyy / . TYPE I BARRICADE TYPE II BARRICADE TYPE III BARRICADE DIRE/CTIION\INDICATOR VERTICAL BARRICADE BARRICADE RE wnrning ngh+s (1E r­7rem GENERAL NOTES All ho me —gh, ehe mensnred Ho,he _ pavemen+ surraoa� ' II.2 m) All dimensions are 'n Inches fm llllmeiers) otherwise shown. �E DATE REVISIONS TRAFFIC CONTROL m. gn�ess )no�s 1e 1 men+ of Transpor+a+.a I -1 -IT Changed FLEXIBLE DELINEATOR - PPR °: ,n TDRDLAR MARhFR. DEVICES o DETECTABLE PEDESTRIAN 4 -I -I6 Add aim's +o hnrriondas. Ren rmee+ I dr 3I PPR04E12- - CHANNELIZING BARRICADE re Ynr p." m" slgn,. crmmnnen imemse War Oing Ilght I(If equlredl ]2 .. m �36 11 a posy o �- ` ElevaTian of edge of pavemenT 5' 0.5 m . POST MOUNTED SIGNS ** When c r paved s"d" r a d ee pese.Y 16ao1 Y This a1111 face ofecUbe24 0 m he auYSlde edge of TIP paved shoulder. MAX WIDTH X MILES AHEAD W]2-1103-4848 WIDTH RESTRICTION SIGN XX ' -X X" —11 and X m11e6 are variable. za - ]o mI 0 Edge of (600 - 3 paavemeni r faced of cur ElevaYlan of edge of pavement SIGNS ON TEMPORARY SUPPORTS T IdTmne e I— days. Y dimension Eh' 11 e 5' 00 m If o Y elghY evlces. dshallh be su ffilclenY Yo bees oompl—ly above the devloesn 0 (200) Federal series C 201/z - 5131 18x18 (450x4501 Orange flags SIGN "I SPECIFIED HIGH LEVEL WARNING DEVICE FLAGGER TRAFFIC CONTROL SIGN ROAD CONS TFOCTION END NEXT IT MILES CONSTROCTION 020-11D4(01-6036 G20-1105(01-6024 This sighing Is reaul red For all proleoYs 2 miles (3200 m) or more in length. ROAD CONSTRUCTION NEXT k MILES sign shall — eha of the lob unless oho - lob Is wLlLi, 2 miles (3200 mt. Dual sign displays shall be dYili— on "hi- la'. h'I gh Ways. WORK LIMIT SIGNING WORK W21-1115(0)-3618 ZONE SPEED LIMIT R2-1-3648 XX PHOTO R10 -1108p-36]8 --• ENFORCED $KKK MUM FINE R2-Ila6p-3618 MINI Sign —.—y as shown on SYandards pr as allowed by D'isTricT OperaT'ions. END WORK ZONE 820-1103(0)-6036 SPCCD LIMIT This sign shall be used when the above sigh assembly Is used. HIGHWAY CONSTRUCTION SPEED ZONE SIGNS ---- RIO-I108D ehall only ba used along roadways under The JurisYiction of the SYate. Edge of pavement Edge of pavement 0.s sped tied � ` tallow � (0 30 Vellow J 3.05 ml 19.15 ml 0 0 0 T�� � 30 ]0 While t9.1� E3 Whiie N 3 As spec! fled Edge at pavement DIVIDED UNDIVIDED 2 LANE 2g X zp !6001 6001 10' 25' 25' 13.05 m) f].6 ml R.6 ml LANE AND EDGE LINES MULTI LANE Approzima Tery IS" t4.S ml from n e5Y r 8' 12.4 m) Dack From ga Tea it prgesen T. Step line placed perpendicular To center line. 8 f2.4 s Y dlr ec EnVglneer . ,R R R \6 �1 1a0 gone 2 NorEs spread of t "X, may __ ding to lane w�dth. on mwr-lane roads, me stop rues ped, d porton of ma "moa should De local ed dire fly a nt to the Advance Warning Slgn (Wl tW10-1) s placed o/ 1aDle 2C-4, Condition B of +he MICE. PAVEMENT MARKINGS AT RAILROAD—HIGHWAY GRADE CROSSING 1� TYPE A ROOF MOUNTED 5' 1� TYPE B ROOF OR TRAILER MOUNTED ARROW BOARDS BB' f� TYPE C TRAILER MOUNTED r. A ------------- ------------- O ° 0 0 o c 0 I 111111 000000 111111 p ° 111111 000000 111111 o 0 zoo zoo zoo advance weep Holes lB m 0 m 8 m CDnstructlon W. ml _ l60 ml i "0 ml t warning signs L. A w F -V V-4 E fl 4059L tiAsner OAD CLOSEdge o+ ROAD CLOSED TO ALL TRAFFIC Rlf-tlr'ized sTrip'i ng may de omitted n the Dack side of The Dar ri-E— IF a Type Ill sign panel —,h de NCHRP 35o is gn may b NCHRP 4350 Temporary sign Supp -I di 1-11YI, FISII of The Dar Facade. TYPICAL APPLICATIONS OF TYPE III BARRICADES CLOSING A ROAD PLAN 1Y' f451 ± —Face may be s+eppea DF smdd+h i i Trat+ic Epoxy dhAppeis i� SECTION A—A TEMPORARY RUMBLE STRIPS ROAD CLOSED TO THRD TRAFFIC R -111-1d —T 119 s appear a of T It a mdddes. TYpe Ill Dar rlcade ,t, C aTTaah ed "t panel which meets NCHRP 350 Is no+ CHRI 11S rhe 'IS" may oe p untea n NCHRP 350 temporary sign supports dir ecTly 'in front of The barricad, TYPICAL INSTALLATION zs' 1.5 m 0 0 0 re 1 0-0 0 0 0 0 0 0 0 0 0 0 0 0 0 TYPICAL INSTALLATION SYMBOLS Wlrk area p Sign on porTlDle o permanent support �--� Barricade ar drum K cone, arum or oar rich. LL IS, IIIbornane 1anq11—g b ble pear.dae l c I I J Por long spore. ypla°l �\ 25' 18 ml Spacing m00% dddddd////// WAD W2o-ll03101-48 IS, on p�a)ecrs or O n�ao w20 -1101-4e UI- I TI liTy pr °'eel. SIDEWALK DIVERSION I I � W20-1103!01-48 Lar R4W contract roNsrW�nn� P, ,— 0on TI P, oe cis or OROAD U20^110...— 8 Lar woe. Il 1(0 e DroJects a Al r3 mI spoang 1LEWALK CLOSED SIDEWALK R CLOSEDW1-1101-2418usLs�oEnre R11-1102-2430 Rll-1102-2430 SIDEWALK CLOSURE ID 1,11 w dupllalTrd by roc work Ter attic con rDl. GENERAL NOTES Ibis Standard Is used where, IT any Tlme, pedesTno ItILLI, muss be rerouted due To work being perfiormed. Ibis standard must be used In 11j"Itlon 111r, r at Lic Control & Protection STond or ds wbe roadway T_ I, Is offecY ed. a eccessl taclIti— shall be detectable and The Temporary Oed est rlln facllk les shall be "I vided on TheIm s e side cf the closed tadllit ies ,bene... p...Ible. e SIDEWALK CLOSED I USE DIMER SIDE sign dh,II Ad placed a eat Y eEwd.11 where T igns s Tr°m T T—I Lbe SIDEWALK CLOSED signs De useadITathe re ends of the Ia Tudl closures. Type III Darric ad es and R11-2-4830 signs shall De poli+io ned as show In 'ROAD CLOSED ID ALL IRAEEIC' detail an STond°rd I019o1. AIL uless oT her wise sba wn. s (mllllmeter st SIDEWALK CLOSED 4— u5E DTHER SIDE Rl1-1102-2430 O ONSiW 10 W20-1]0310)-48 For onrauc p�o Je - Tion Or CC ROAD W20-1101-48 For /� \� W0 PNEP and uTnanc prole cTs Y ]0' f3 m 1 pa(3 SIDEWALK O W20-1103(0)-48 For CLOSED SIDEWALK p°nlecTs 1O CLOSED USE oltiER sloE SIDEWALK Rv-uor24le R11-1102-24ED or CLOSED SIDEWALK ♦R cLoseo /q� W20- TH IIon 4a Tor s2- �i�Tye Rv-u oz-z43o R]1-um-2418 DroleoTs CORNER CLOSURE SIDEWALK CLAIED USE OTHER SIDEWALK R11-1102-2430 CLOSED USE U1HER noE R11-1102-2430 LL. R3-]-2424 O R3-2-2424 O no=D.1-1-11.1T1.1sporTaTo SIDEWALK, CORNER OR R4 a Rea-3.0,-4a CROSSWALK CLOSURE Ell o� s,�E* CROSSWALK CLOSURE ISneeT 2 e4 2) PPRo�E zoos - STANDARD 101801-06 W20 -1101-18:1.1.µx EA➢ � Or W20-710-48� NAHEAOE axsWm pna W20-4101-48 0 W20-110310)-48 a Ona way , o p lanp 'p" '11" 100�iso I), � Type I or Type II Barricades ��� 00 000 YDa I or Typa II Darricadas © 1O 1O �I loa maxo m� ROAD J Tvpe III Caaas T T TTT � CLOSED �z all -z sono a�osm fl0A➢ 1E LAN - AEI➢ W20-If01-48 R �0 W20-3101-48 For W20 -410)-4B Or lye appal ut i W20-1(01-48 FITntrac 0le48FIT s ONSWIfl Oil ROfllt W20-1103(01-48 Or nstruct on W20-]101-48 p,'j.— SIGN j. sSIGN SPACING STMBO� Posted Speed Sign CIL— q 55 500'(150 m) ® Work area © Re Fer 1. SIGN SPACING TABLE 50-45 350TOO m '45 200' 160 IT for distances. O Cone, drum ' barricade O For appy oven s moT ragwrad for moving ooaraTlons) 'deram aloe°res. GENERAL NOTES p Sign — P.,Table or perT"— supp.,I o Cones aT 25' 18 ml -11%16 for 250' This STandard is used 'hers at any Tima, day o 115 m). AddlT tonal c may 1e placed nighT, any vehi ale, aqui pmanT, wo 1— or their Qt 50' 115 m) ae.T er5B5 When drums or actio iT ies Flagger —I Tr a fflc c.—of sign Type 1 or Typa II barricades a e pavement requiring T e closure xx DeY ween devices .1 .,A11 If[, lane in an urban area. �y Barricade or drum with Flashing li,11 may De —Gl— Canes, a un d arrMITO t cenT er s, rrlcades aT s mIIIImeT ers Type III D lcade flashing Ilgh Ts 20' 6 m G20-1101-2430 (appropriate arrow) G20-1101-2430 (appropriate arr owl TYPICAL APPLICATIONS Landscaping work Utility work Pavement marking Weed spraying RoadomeTer measurements Debris cleanup Crack pouring KEEP MY -!,." (60 m) R1GHT R4 -Ta -2430 Distance v s depending on to, and s ceptibil ity of pavement marking or crank sealant to wheel tracking. SYMBOLS ' Arrow board (Hazard Mod- only) Truck withhe°dl'ights, emergency flashers and flashing amber light. (visible from all directions) PiSx19 (450x450) m . nge flag (use when guide (wheeloraIs used Truck m°°rated °Itemsat., GENERAL NOTES Thls Standard Is used where any vehicle, equipment, workers or their activities will require a continuous vingoperation where the average speed is greater than 3 mph (5 km/h). For shoulder operations not e oaching n the pavement, use DETAIL A, Standard 701426. All pimeneions Ore in inohee (millimeters) unle55 Other Wise sh0Wn. For nny opernTio � TheT eno onch n be e e za reooi o r� edge oterhe pavemenTe+area perladnot ess an 15 dminuT es. loo' i3o ml min. Vehicle with dual Flashers or +lashing amber dome light operating. 1, any aperaYion Y n 24 1600Y o sd edge of T e pavemenTTtan perlad of less hen 60 em lnuT es. Vehicle w al flashers or flashing amber dome IaghT aperaTing. .�I A OXE LME any operatlan Y eoui eche fag m O W20 -F101-48 O W2o-4101-4e The cent. rune and a IIn(6001 riod Insldeetheeedge of in pavement for a peexcess of ]5 minutes but lees Than 60 minuies. yMl, \Hl, p T66' i36 mil SIS SP wG UH=LME XOI➢ PoeTed SpseaI sign sooting 55 500' U50 m) 50-45 350' u00 m) 145 200' (60 m) YE0 W20-4101-48 W20 F101 49 OS = P.C., To SIGN SPACING Table for distances. TYPICAL APPLICATIONS SYMBOLS All dim ens nches fmllllmaters) s At 1-1- A-1. Morins pet ches �Il��o�= eapa�Tma�T of TIa .p.1t.110 eld r y WorK area DATE REVISIONS pul=ed tln 99er sign. LANE CLOSURE, 2L, 2W, string line sign on Dortable or Derma...+ support o e„ u °pergTigns SHORT TIME OPERATIONS INIIN111 IF s'r '121y Cleaning up debris on pavement Flogger with Tra FFic control sign I-1-09 'WIl PRObEe ed —Il, Ta L STANDARD 701301-04 Doweled o0m r0orion �olnr Placed In pr olApt1 lon w h pavemenr )oinrsl construct lon option: 1. Form with �/a r3) thick sisal template 2 '501 deep, and seal. 2. Saw OT 4 To 24 hours, .11 seal. (SIs ori r uch a entrances. 5iode sTe gets and r p Turns). � �Ceonlr0etion 1 int 2-N1. 4 tNo. 131 pars DlO ced OT mid -de Dih !when space per mit sl 1a '4501 long dowel bars '-T" ucTlon bCur ex A— c—" 0 I T�I 0., n.a m F 15'-0" IS' -0" IS' -0" � Edge of min. f4.5 m) t4.5 ml f4.5 ml Pavement Pavement expansion joins — wiTh ror wrrhouTi dowels PLAN ADJACENT TO PCC PAVEMENT OR PCC BASE COURSE e A Pavement slop s a. Tie bar BARRIER CURB B C a /one s — =R Tle oar J MOUNTABLE CURB 2 -No. 4 'No. 13) b with 2 '501 min. cl. 2 -No. 4 'No. 131 pars — plaCed at mid -depth !when sDoce permlT sl0 A Drainage c ing Bach of curb O aditeaOlt us Ig, nT 1m T e OdlOce Pavement+M1 GUTTee flag T— 7 qo d f emor l]T51 Pavent cu ype.` L 7, Ti, bar DEPRESSED DEPRESSED CURB (TYPICAL) HMA surfacing n� _� Mountable cu b shown LOY her Types per mlTTedl — — bs l 910 (2125) n PCC "TI wnen PCCbase 1 1 PCC Dasa ` Tle bar course > a (200) ADJACENT TO PCC BASE COURSE WITH HMA SURFACING 6 P Pavement RI SIO pe 2'/. IL Rx DATE Ti. oar 1-1-15 Added e M-2.06 (M-5.75) and M-2.72 (M-5.30 - Drn�nnge o Inox wiSTn ou u Dt curb ]0 1450) long d el OA Dar IDIOced at w Id -de pi hl. 12 t300)' fty D) 1 1251 .0 m) min m �n. '111 depth a widen DETAIL A 1 '25) Thiox 'min.) EXPANSION JOINT preformed expans1— IDini tiller. Gous+Tar flag Mdth T e ou d fo '1251 Pavement cu ype. ops Si 7. Ti. oar J DEPRESSED CURB ADJACENT TO CURB RAMP ACCESSIBLE TO THE DISABLED GENERAL NOTES t - Thickness of pavement. Longitudinal Joint Tie —1shall De ND. 6 fNo. 19) aY 24 'a0D) c e Is for OngiTudin0lnc Tr—l— JoinTsho wn on S+OndOrd 420001. A m of 2 '501 b of the tieu Te bar sand nth, back of T he wcurb shdllbe —nt0ined. The dowel bars shown in onY ra c1iDn Joints will only De required for monolithic construction. See Standard SO -1 far details of earner All dimensions drs n Inches fmllllm.1-1 utile 55 other wiseShown. CLASS C A Angles not less than 60'-� 36 min. 4'-0" m f900) (1.2) m Existing longitudinal Joint +rDD B B B B B 4A4� Anglee not less then 60� 36 m f900) In �A Angles not less than 60' FIFB�6 In. 7rG900) Ei L. A 1" N L. C Angles not less than 60° CLASS D 4"-0" min m Variable Longitudinal Joint - (one aper atlon) o Exist. pav't fowed rmed (two operatlonslr L Than 60° C t t Joint Exist. pa t FIVer able SECTION A -A SECTION B -B Exist. Pqx't � E"st. pav't sawed graax� Y al/z width 4 f1.2 m)to of pgv't. 6'--0 0" U.8 ml n•—,,,,, n, n, DETAIL OF SAWED NOTE Longitudinal Joints shall be us detailed on standard 420001, e xcept tie bars are not required for patches 20"-0'" (6.0 ml or lessin length. -Existing longitudinal Joint variable I�rF lI �ariaDle B E_ 1 B rL�j z B 1 B / 4F 4G Angles not less —Angles not less than 45° GENERAL NOTES Than 60° C t t Joint Exist. pa t Exist. p t 3-0 f09 )to 5 0 f15 1 removed. Marginal burs shoo be out. f0.9 m)to .....'. V 'aDl Ex' s 4 0 f1.2 m) to (I, Ex st. Pav t m) SECTION E -E SECTION A -A SECTION B -B SECTION C -C SECTION D -D CLASS C and (Built in two operations) Construction Joint �¢ ull oeparmm-11 -1 .ra„sporrm3'-0" (0.9 m)to 3'-0" f0.9 m)to lo— 'Z""', m) �,e"°°°`200 SECTION F -F 4. 7✓0� (Built in two operations) GENERAL NOTES Exlsting 1Ie bars shall be either cut or removed. Marginal burs shoo be out. f0.9 m)to All aimensions are in inches (millimeters) 5"-0" (1.5 m) - unless Otherwise shown. DATE REyISIONS 1-1-08 switched units to CLASS C and —Exist. pint En fish (metric). D PATCHES SECTION G -G 1-1-07 R—l-d Nate for (Cass c utahes. STANDARD 442201-03 P, O Sn ori radius curve 2 -No. 4 1N o. Dars— placed at mida -depth Contraction Joi nT 1W he space per m'its) al 25'-a" R.6 d" ypl O O Pc s -a a.1 i tr —11l a n lainr 1Typ.) aonsuatlonnop+Ions canstr ucT ion "T"2 -Na. a ma. 13i rs b - 1. Form with �/s 13) Thick steel Template with 2 1501 ml . cl. 2 rs. deep. and seal. 2 -No. 4 1No. 13) bars 2. Saw 2 —1 deep aT 4 To 24 hours, and seal. placed aT nii d - d .. . !when space per mit sl O 3. 1—T j',120) T k pr afar mad 7ailf filler full depth and w clth. PLAN MounTa die c fo thar Types pas mite dl HMP surfacing Base course ON DISTURBED SUBGRADE HMA surfacing Base c urs �Dr alnage casTing ih rb box Back of curb O - 12 30013001 fil Yp.� s._o., Fdge of n.e m) paoemenT 1� "uaTe oua drinox Back of cudrb O 12 30013001 fTl yp. ON UNDISTURBED SUBGRADE P avemenT 7 DEPRESSED CURB Pavement R1 BARRIER CURB ADJACENT TO FLEXIBLE PAVEMENT 7 PavemanT 1171) ., o El � 7 re oar DEPRESSED CURB B�I P avemeni R 71e bdr J BARRIER CURB ADJACENT TO PCC PAVEMENT OR PCC BASE COURSE CONCRETE CURB TYPE B CONCRETE CURB TYPE B AND COMBINATION CONCRETE CURB AND GUTTER fSheeY 2 of 2) STANDARD 606001-06 ADJACENT TO FLEXIBLE PAVEMENT 1e 11-11 at T1.1 ... 11.1ia PAl— m zo„ P avemenT 7 DEPRESSED CURB Pavement R1 BARRIER CURB ADJACENT TO FLEXIBLE PAVEMENT 7 PavemanT 1171) ., o El � 7 re oar DEPRESSED CURB B�I P avemeni R 71e bdr J BARRIER CURB ADJACENT TO PCC PAVEMENT OR PCC BASE COURSE CONCRETE CURB TYPE B CONCRETE CURB TYPE B AND COMBINATION CONCRETE CURB AND GUTTER fSheeY 2 of 2) STANDARD 606001-06 PLAN !WELDED WIRE FABRIC) A D Bar C Bar C 11 L _ � �Daa mprtar� D or sealer D Rlsen (R IF) SECTION A—A ALTERNATE JOIN npo os BAR C TABLE PLAN (REINFORCEMENT BARS' D Bar C Bar C p _ � —DD rRlsen o5e5eOieF IRlsan T CONFIGURATIONS SECTION B—B GENERAL NOTES TheFlat slab top may A, used 1, Ila, of ITS IIparad tops shown - Standards 602001. 602011. 602016. 602306. 602401. or All dune -1— ar 1, mll11—t,r 011—),mass o,h,,,, shown. A L A / OHO B E�C� r —f Lc.�OIOO O � O \000 L X22, CAST FRAME SECTION C—C 24 f58 21 (533) za reom - 25yz rs5o1 ' SECTION A—A c�av o -aa 22%a t5�81 s/a1591 1291 tTYP.I —{ 1291 • %a (191 ftYP�l SECTION B—B CAST OPEN LID E E '1131-'"9' SECTION F—F 22%a t5�81 4 L/a (1021 1�/B 291 291 v 81 T t19) 16° SECTION E—E ADA COMPLIANT CAST OPEN LID r❑�❑❑)E) ❑ ❑ L ❑ ❑ D❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 22,a 501 f31 STack ing lugs aT ]20topT lonall SECTION D—D CAST CLOSED LID Gray Iron Lld All almenslons a -1— t 1— mown. ELEVATION — ECCENTRIC ELEVATION — CONCENTRIC 2 150) o soba e�eh�eh Preee , redtereed concrete slab Sand cushion Preeeer r ir,t. o b e preoe t reef. ALTERNATE BOTTOM SLAB ALTERNATE F MALERLALS FOR WALLS C tmin.l Concrete Masonry Unit4-0" 11.2 m 11.5 m 30 0 3'-9' (1.15501 m) 15 (125)(1251 Brldk Masonry 11.2 m) 5'-0"3'-9" 30 (150) (1.15 m) 8 1200) 12001 Precast Reln Forced 4'-0" 11.2 m) 30 (750) 4 (1001 Concraie Section 5'-0" 11.5 m) 3'-9" (1.15 m) 5 (1251 Casa in-place CancreYe 4-0O 11.2 ml 5'-0" 11.5 m) 30 050) "_9" (1.15 m) 6 1150) 6 1150) For precast reinforced I.— rete tions. may vary f, sec om the dimension g �i v�en sto plus 6 0501. GENERAL NOTES with d —T— spacing of 12 (300). Bottom slabs may A. conne tad to the r dot—l"d by the fabricator: however. only a single r of reinforcement around the perimeter may be — ll-- Standard 602701 tar details of steps. see St J., d 602601 for oP-111 Precast Relnforbed concrete Fldt slab lop. All dimensions ar 1, inohes (millimeter > unless otherwise -- PLAN see Dldns for Dioe size. conorera fT a ELEVATION ALTERNATE MATERIALS FOR WALLS BRICK MASONRY 8 (2001 CAST -IN-PLACE CONCRETE 6 (150) CONCRETE MASONRY ON17 5 (1251 PRECAST REINFORCED CONCRETE SECTIBN 3 (75) Dreca st reln f.conc. se ctlon att ernaie �s used ALTERNATE METHODS GENERAL NOTES 0.20 s inforced w of azosA. r5(oh sA� m der eor7ons with a maximum s —g of ID x(250). Bottom s may o loos e conned ed to me user as de+ermined oy me taonca+or: however, only a singler of "of ....... I around the p"i"t" he ouiiliz ed. All dimensions a nch es (milli--) PreecsY reiAfAreea m�r',S01 1 ELEVATION �v ]5 (3801 lJnless rwlse n d nhthe planS.Ye Pref AbncAtea c rete elcb, when the preccet e�ntorcea c rete SecylOnS att arnaYa is used. ALTERNATE MATERIALS FOR WALLS Precast Relntarced CancreYe SecYlan 3 f151 CoeYe Masonry 11niT 5ncr 51 Cosi-in-Place CAncrete 6 !1501 Brick Masonry & (2— GENERAL NOTES BOY tom Slabs shall be re ntorced , A." a imum of 0.27 sA. n/ts+. (Im,m 'p -mg n f 9 (2m diraci'ions with i u spacing of 9 1230). Bottom sbby Y may b e tabrncaYo eah only a ALTERNATE BOTTOM SLAB pem� �Af r �AfAreem-1 crAAnh the penmeYer —Y be AY�iaea. All dimensions a aches fmlllimetersl urness AYhsrwisa spopn. Halt trap To ba I— '111 1 sedYIe1� Pipe or greater � Undisrdrbed ground 0) R Prefabricated c rete slab, coPracasTetre'�notorcad e pr ecasT r inforced ncre sl2 is used secTion alT er 1� 2 Sand cushion n Sand cushion ALTERNATE BOTTOM SLAB ALT— TE MATERIALS FpR WALLS D C* T t—.l Concrete Masonry BniT 4-0" f1.2 m) 30 tT501 ml 5 (1251 5 (1251 Briak Masonry 4-0 f1.2 m 5'-0"" f1.5 ml 3o LT5ot 3'-9' 11.15 ml 8 It 8 t2ooPoot Pr ecasT Reinforced ConcreTe Section 4'-0" 11.2 m 5'-0" f1.5 ml 30 tT5ot 3'-9" 11.15 ml 4 (1001 5 d251 Cast -In-place ConcreTe 4-0" f1.2 m) 5'-0"3'-9" 30 tT501 11.15 ml 6 U50) 6 U50) ELEVATION ELEVATION GENERAL NOTES tSTnnd"d O't-) wait Trdw Bottom slabs sit all be re'inforcad will a of o.2o ,. 71—T 1420 , m directions —M a maximum spacing of 12 rdool. b sottom edmoy o ay Y e TabncaTordh onry a rmined single of reinforceme i around the perlmei er M, De "Ili—d. Sea STondnrd 602601 for opTi—I p-11 reinforced ConcreTe fI'T slab Top.