Loading...
HomeMy WebLinkAbout8.2 Motion to accept bid for Street Resurfacing Program4/15/2020 BoardDocs® Pro Agenda Item Details Meeting Mar 17, 2020 - REGULAR MEETING OF THE MOUNT PROSPECT VILLAGE BOARD - 7:00 p.m. Category 8. VILLAGE MANAGER'S REPORT Subject 8.2 Motion to accept bid for Street Resurfacing Program in an amount not to exceed $4,850,000. Access Public Type Action Preferred Date Mar 17, 2020 Absolute Date Mar 17, 2020 Fiscal Impact Yes Dollar Amount 4,850,000.00 Budgeted Yes Budget Source Motor Fuel Tax Fund and Street Improvement Construction Fund Recommended Action Award the contract for the 2020 Street Resurfacing Program to the lowest cost, responsive bidder, Arrow Road Construction Company of Elk Grove Village, Illinois in an amount not to exceed $4,850,000. 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 an annual basis. The 2020 Street Resurfacing Program includes 7.60 miles of streets and is being funded through the Street Improvement Construction Fund and a portion of the Motor Fuel Tax (MFT) Fund. A map denoting streets targeted in this year's program is attached. A notice to bidders was posted on the online bid service Demandstar on February 19, 2020 and in the Illinois Department of Transportation's Contractors Bulletin on March 21, 2020. Four (4) general contractors obtained the bid documents. A copy of the bid document is attached. On March 9, 2020 at 1:00 PM, sealed bids for the 2020 Street Resurfacing Program were publicly opened and read aloud. Five (5) contractors submitted bids for this project. The bids ranged from a low of $4,631,509.81 by Arrow Road Construction Company, to a high of $6,359,036.95 by A Lamp Concrete Contractors. Below is a summary of the bids: Bidders Total Bid Arrow Road Construction Company $4,631,509.81 Builder's Asphalt $5,880,000.00 Schroeder Asphalt Services, Inc. $5,956,798.53 A. Lamp Concrete Contractors, Inc. $6,359,036.95 https://go.boarddocs.com/il/vomp/Board.nsf/Private?open&login 1/2 4/15/2020 BoardDocs® Pro Engineer's Estimate $4,768,923.23 J 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. Arrow Road Construction Co. resurfacing bid is $137,413.42 (2.88%) below the engineers estimate. Excluding specialty pay items in this year's bid, such as concrete pavement patching of Wolf Road, bid prices this year for street resurfacing represent a 3.5% increase in cost compared to the 2019 bid. The cost to resurface one (1) mile of village streets is $529,000 compared to $511,000 in 2019. Prices in 2018 and 2017 were $509,000 and $497,000, respectively. The low bidder, Arrow Road Construction Co. has previously completed street improvements for the Village, including the 2015-2018, and 2019 Street Resurfacing Programs. The work from Arrow Road Construction Co. has been acceptable. For reference, a copy of Arrow Road's bid submittal is attached. Staff recommends including a contingency in the project award to allow for quantity variances and unanticipated construction conflicts. In this instance, the budget for resurfacing, Street Improvement Construction Fund, MFT, and resurfacing carryover from 2019 would result in a total contract award of $4,850,000.000 (Street Improvement Construction Fund $3,400,000.00 + MFT $1,150,000.00 + 2019 carryover $300,000.00 = Total Recommended Award: $4,850,000.00). Alternatives 1. Accept lowest cost, responsive bid for the 2020 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 Elk Grove Village, Illinois be awarded the contract for the 2020 Street Resurfacing Program in the amount not to exceed $4,850,000. '�.�' ♦ r-.i� Administrative Content Executive Content Motion & Voting Award the contract for the 2020 Street Resurfacing Program to the lowest cost, responsive bidder, Arrow Road Construction Company of Elk Grove Village, Illinois in an amount not to exceed $4,850,000. Motion by Paul Hoefert, second by Michael Zadel. Final Resolution: Motion Carries Yea: William Grossi, Eleni Hatzis, Paul Hoefert, Richard Rogers, Colleen Saccotelli, Michael Zadel https://go.boarddocs.com/il/vomp/Board.nsf/Private?open&login 2/2 Oki Bid Request For 2020 Street Resurfacing Program BID OPENING: March 9, 2020 — 1:00 P.M. Local Time Mount Prospect Public Works Department 1700 W. Central Road, Mount Prospect, Illinois 60056-2229 NOTICE TO BIDDERS Bid for 2020 Street Resurfacing • Sealed bids will be received until 1:00 p.m. on March 9, 2020 in the office of the Village Manager, 3rd Floor, 50 S. Emerson Street, Mount Prospect, Illinois 60056. In a separate, sealed envelope please submit bid clearly marked: "Sealed Bid for 2020 Street Resurfacing Program" The project consists of resurfacing approximately 7.11 miles of local streets at various locations throughout the village. The project includes, but is not limited to the following bid items: HMA Surface Removal 3", HMA Leveling Binder and Surface, Curb and Gutter Replacement, Sidewalk Replacement, Utility Structure Repair and Replacement, Thermoplastic Pavement Markings, and misc. concrete and PVC storm sewer. Illinois Department of Transportation Prequalification is required. Plans and specifications may be obtained at the Village of Mount Prospect's Onvia Demandstar website by using the following link: www.mountprospect.org/bids All work under this Bid and the resulting contract shall comply with the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq. and the other applicable laws and ordinances. Offers may not be withdrawn for a period of ninety (90) days after the bid date without the consent of the Board of Trustees. Any Bid submitted unsealed, unsigned, sent via email or fax or received subsequent to the aforementioned date and time, will be disqualified and returned to the bidder. The Village reserves the right in its sole discretion, to reject any and all bids or parts thereof, to waive any irregularities technicalities and informalities in bid procedures and to award the contract in a manner best serving the interests of the Village. Questions regarding this project should be directed to Jeff Wulbecker, Village Engineer, Village of Mount Prospect, Public Works Department, 847-870-5640. Village Manager Michael Cassady Illinois Deparbrent of Tanspbttafion STATE OF ILLINOIS Local Public Agency Formal Contract Proposal PROPOSAL SUBMITTED BY Arrow Road Construction Company Contractors Name 1445 Oakton Street S reet P; Elk Grove Village, IL 60007 Gity State Zip Code COUNTY OF Cook .Yiflaaeof"Mount PLo�sec�t (Name of City, Village, Town or Road District) FOR THE IMPROVEMENT OF STREET NAME OR ROUTE NO. —2020 ResurfaciUL.Progam_",.,_,_. SECTION NO. 20 -00000 -01 -GM TYPES OF FUNDS WT., Local For Municipal Projects ubm"tt App, ved/Passed t Mayor President of 8 air ayor ' 1, ,, `Trustees 4 Municipal Official For County and Road District Projects S u bm itted/Ap proved Highway Commissioner Date . . ........... . . ...... .. ........................ . ................ . ............. County Engineer/Superintendent of Highways . . . . ..................... Date Depa ment of Transpo 11,6n rt Opn ilz bid basi I e I dr 41111 ate Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent loss when bids are processed. Printed 2/512020 Page 1 of 6 BLR 12200 (01/08/14) RETURN WITH BID County Cook NOTICE TO BIDDERS Local Public Agency Mount -pi-, eet Section Number 20 -00000 -01 -GM Route 2020 Resurrfheil% Pr Sealed proposals for the improvement described below will be received at the office of Villa_ge Manager, 50 S. Emerson Street, Mount Pres until 1:00 PM on March 9, 2020 Address Time Date Sealed proposals will be opened and read publicly at the office of Villa�ge Man �TV�Iag,er 50 S. Emerson Street, Mount Prospect at 1:00 PM on March 9, 20201, Address Time Date KAMV12�► * M 3, Name 2020 Street Resurfacing Proram I Length: 37539.00., feet 7.11, miles) Location Various streets throug4out the Villa e of Mount Prospect Proposed Improvement I 11MA surface Removal, Levelipl, Binder Machine Method), HMA Surface Course, Curb and Gutter Replacement, A and PCC driveway Repairs, PCC Sidewalk, REJaceei,i,ttit, Drainage Structure R airs 1. Plans and proposal formswill be available in the office of Mount Pr est Public Works tie artt ent 1700 W. Central Rd Mount Prospect, Illinois, Contact Project grigineer Mark Lattrier 847-870-5640 Address FOR W " 6 , If checked, the 2 low bidders must file within 24 hours after the letting an "Affidavit of AvailabiliV (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 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 2/7/2020 Page 2 of 6 BLR 12200 (01/08/14) RETURN WITH BID County Cook Local Public Agency Mount Pros ect PROPOSAL !Ill. Section Number 20--00000-01-GM Route 2020 Resurfiaclinp, Pr 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, Level Method HMA (Machine MeA ��nSurface Course It Curb and Gutter Re !ace e° Lt, ILMA and PCC Driveway Repairs, PCC Sidewalk Replacement, . . . ................ Drama Structure e airs LLU .. ...... ......................... a total distance of 37539.00 feet, of which a distance of 37539 feet, 7.11 miles) are to be improved. 2. The plans for the proposed work are those prepared by Villa e of Mt Pros2ect, Public Works Department - Villa, and approved by the Department of Transportation on 3. The, specificationts, referred to herelflare , those repared by, the Department of Transportation a;nd designated as onstruction" and the "Supplemental Specifications and Standard Speciff"cati omfor Road and B,r �11 - Recurring Special Prov*lsions" 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 09/25/2020 unless additional time is granted in accordance with the specifications. 6. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals, will be required. Bid Bonds will 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 proposial g,,uaranty chepk is,int ended to cover two, orTnore proposals, the amount, must be equal to the sum of the proposal gUarantles,which would berequiredfor each 11ndividual proposal. If the proposal guaranty check is placed In another proposal, It, will be found In the proposal for,-, Seictim NtImber''20-00000-0 1 -GM, 8. The successful bidder at the time of execution of the contract will 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 2/7/2020 Page 3 of 6 BLR 12200 (01/08/14) RETURN WITH BID County _,Cook CONTRACTOR CERTIFICATIONS Local Public Agency Mount Pros act Section Number 20 -00000 -01 -GM Route 1-2020 Resurfacin Pr 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 ILLS 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, res ' pectively, 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 1/22/2020 Page 5 of 6 BLR 12200 (01/08/14) Mrs1* RETURN WITH BID SCHEDULE OF PRICES Local Public Agency Mount Prospect Section 20 -00000 -01 -GM Route 11.2020 Resurfacing Program Schedule for Single Bid (For, complete information covering these items, see plans and specifications) Bidder's Proposal for ma!I Entire ImprovementsW. ,,$ Printed 2/11/2020 Page 5-1 BLR 12200a (01/08/14) Quantity Unit Price Earth Excavation III- owdgMe - III 1W Aqq. Base Crse, Type B . . . ........ Mix. for Joints, Cracks, & Flangeways Class D Patches, Type 'Class D Patches, Type . . . . . ........... . . ........... 'Class D Patches, Type 11, 6" ...... ......... . . ..... . ...... ....M . .... . ........... . . ..................... . ................... ass Patch ICl•D es, Type 111, 6" . ......... • Hot Mix Asphalt Surface Removal, 2.0" ............. .... ......... �'Hot Mix Asp halt Surface Removal, 3.0" .. .. .. ......... . . .... .............. . Material.(Tack C.oat I.. I IN - Leveling Binder (Machine Method), ... ..... .... ..... law . ......... ..... .. . ... ,Hot Mix Asphalt Surface Course, Mix "D", N5011.5" ......... .... . .. . ............. III YIIIYI. 1111110 010"M IN =I% . . . . . .. .. ........... 111p 11 All, IIIII111 �40 Hot Mix Asphalt Surface Course, Mix "D", N501 2.011 . . .... .... .... .......................................... ........ ... iClass C Patches, Type 1, 811 . . . ......... . . . Class C Patches, Type 11, 8" V& C la. ss B Patches, Type . . ........ Class B Patches, Type • Class B Patch - Expansion Joint . .... .................... Deformed Bars - Expansion Joint .............. . . . . . . ................. Dowel Bars - 1 1/2 lComb. Conc. Curb & Gutter Removal . .......... co-mb. Conc. Curb & Gutter .................... - ---- - . . . ............ . . . . ,Comb. Conc. Curb & Gutter Removal it ReplaceI . . . ....... ........................ Remove and Replace Mount Prospect Brick ILIIn PCIC Sidewalk, Removal - - - ------- FCC Sidewalk, 5" ,�,Detectable Warnings M.- PCC Driveway Removal & Replacement, 511 H A Driveway Surface Removal & Replacement, 3" . ................ briveway Base Removal & Replacement, 8" Printed 2/11/2020 Page 5-1 BLR 12200a (01/08/14) RETURN WITH BID i ............ .. .. . Bidder's Pro, M W.� Item . . .. . . ............ . .......... - - - - - ------- No., Unit . . . ........... Unit Price Trench Backfill I'll, ........... - NVA P3 1,11 �ujjijiijj N a No RAW A�W, A�= I ,,Storm Sewer,SDR 35, Type �Sltorm Sewer, PVC SD11R 35, Type 1, 112 . ........ . .............................. M 103 E V% M �Storrn Sewer, PVC SDR 35, Type 1, 18" ... ............ Structures to be Adjusted lNew MP Frame & Lid Type 1, Type A, Open FN—ew MP Frame & Lid Type 1 , Type A, Closed ♦ to be Reconstructed I V f .043 Inlets, Type A, MP Frame 0C Catch Basins, Type -C, MP Frame t11 Catch Basins, Type -A, MP Frame Manholes, Type -A, a, MP Frame Manholes, Type -A, 5'Dia, MP Frame & Lid . . . .....e ........... Wool ............ ,Structurs to be Adjusted, with new High Cap Fr & Lid ---- IStructures to be Abandoned Grading and Shaping Ditches . .. . ..... ... Special ... ....... . . . .......... jEerm6piastic Pavement Marking - Line 4 Thermoplastic Pavement Marking - Line 6 Thermoplastic Pavement Mar�� - Line 24" Thermoplastic Pavement Mar Letters . ............ .............. - Polyurea Pavement Mark,ip- Type 1, 6" Line . ........... - ----- - ........... Fill I folyurea Pavement Ma..rkinlg,, Type 1, Letters & Sym �Raised RefleQtive Pavement Marker .. .......... 20-31"410.'M =03W fIfil"11111111- - . ...... . . ......... . .�............. . Control & Protection, Staa ndrd 701501 .............. PillTraffic '0 ? M Traffic Control & Protection, Standard 701701 Traffic Control & Protection, Standard 701801 - ---------- . . . ..................... - ................... ----------- ...... . . . . . . ........................ . ........ -- - - - - ---------- - - Im N INIM I I IMIT17-FT "00 RETURN WITH BID County Cook SIGNATURES Local Public Agency Mount Pros ect Section [Number 20 -00000 -01 -GM Route 2020c" "r (If an individual) Signature of Bidder Business Address (If a partnership) Firm Name Signed By President John F. Healy Insert Names of Officers Secretary John F. Healy, Jr Treasurer Michael J. Salmon Attest: 4,ecr6tary Printed 1/22/2020 Page 6 of 6 BLR 12200 (01/08/14) in ois Department of Oft'nspo'dation . ...... ........... , Return with Bid Apprenticeship or Training Program Certification County LocalAgency _Nb1ML nect . . . ..... Section 20 -DD==0J-GM­11_11­ All contractors are required to complete the following certification: El For this contract proposal or for all groups in this deliver and install proposal, F 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. Il 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 (13) 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. I 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 1/22/2020 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. [I -- --------------- 11- -"- 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 By: Address: 1445 Oakton Street Tit Elk Grove Village, IL 60007 (SI n F. Healy,, P ire) dent Printed 1/22/2020 Page 2 of 2 BLR 12325 (Rev, 4/07) RPM Jo Y -may �ltt`C£Ilt II��ppt'�tlfC:9�lijl lid' �Tll�[C�Q � `jjg�tlDfl CEMENT MASOPfS' AREA JOINT R?pREN7IGESHIP & CEMENT MASONS UNION LOG, f€Q, 5p BELLW00D, ILLINOIS 2 FOR THE T RAD P OF: CEMENT MASON `.�e�isfereo�ar par f of fl e ,�aLionez� `,�jpprenfices�- Jro ram m accoro�arzce mifli i�ze Ficcrrc sianar� f aPP1ea�i`ces�ip ecfa6is�Zec�6y IIe c�.ecrefary of Ba(or Ab- I$Urmu laf (.1 Ira m u Vff Jot • C+L Cf lan a4f rlS l :1 •if-wLtuni./�y� �' Y \��i-£ L�.ia�L � Y yifS! Y` S,p�? �a..r' a7 ■ � G I f J 4 f� (If i"1�C. D#1. Y'C.z� r e��slerec►f as p arl 01 1A xazional,/IP��-e��,�ee,�,�p in accorir�nce w.,Z6 fie 6asic jidno(ar-� of a��red�'�icesjesia4fishecf- 4y If2 e cS e �>12 1999 ILOLI 7-00 tjVf1oa tra 0 Tj"i �Imw— 606 RETURN WITH BID I .MftW&W- IllinoskDo�ePartment 'Of TrarnaWpOrtation County Cook . ................ . . ..... Local Public Agency Mount Prosect Section Number 20-0-11 Route 2020 R1, State of Illinois )ss. County of Cook John F. Healy of Elk Grove Village Illinois (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. - 9 " ( attire) n F. Healy, I-esident (Print Name of'Affiant) This instrument was acknowledged before me on 9th day of March (SEAL) W I whim (51g.riatim,of—of Notary Public,,) OFFICIAL 6E AL CHERIE LYNN BROWN I ­ Printed 1/22/2020 LINOTAIRY PUBLIC, STATE OF ILLINOIS BLR 12326 (01/08/14) M NOTARY My comrnlsslan F."xplres Ari qtAst 23o 2021 1111"nois, Departmen, Contractor CI TM 14 Certification Statement 1. of, Transportabon 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 ILL of the Storm Water Pollution Prevention Plan (SWPPP) which will be handled by the Contractor/subcontractor completing this form. Route, Marked Route lection Number 2020, Street Resurfacing Program /A1 -00000-01 -GM ILG mmmmm Project Number County Contract Number N/A Cook, 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. ILR 10 that authorizes the storm water discharges associated with industrial activity from the construction site identified as part of this certification. Additionally, 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 I LR 10 ,and SWP P P and will provide ti mely updates to these documents as necessary. X Contractor 0 Sub -Contractor Date 3/9/20 fff ftl�o R6, Nam Title f J Healy President . ..... ........... . . . . Narneof Firm Phone �Arrow Road Construction Company 847-437-0700 1 1 Street Address cit v State ZIP, Code 11445 Oakton Street HElk Grove Village ul 60007 q III ip;!�pl III I I Printed 01/23/20 BCE 2342A (07/19/19) Villa�,)e of Mount Prospect 0-11 Village Manager 50 S. Emerson Street, 3 d Floor Mount Prospect, IL 60056 Arrow Road Con, S- truction 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 9, 2020 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 650.3 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, MONMEMI Vice President Estimating/ EEO Compliance Officer Illinois Deparuneht of Transporta�a�i � -Certificate of E11*-g1'vbwI[ity Allow Road Construction Company Contractor No 0231 1445 Oaktan Street ELK GROVE. VILLAGE; fL 6040 WHO HAS FILED TH THE � APPLI ATI FOR PRE U KATION STATEMENT EQUIPMENTAND FINANCIAL CONDITION IS HEREBY QUALIFIED TO BID AT ANY OF DEPARTMENT F T _ T ATION LE I NNGS IN THE CLASSES OF WORK AND WITHIN THE AMOUNT AND OTHER LIMITATIONS OF EACH CLASSIFICATION, AS LISTED BELOW, FOR SUCH PERIOD AS TIME UNCOMPLETED WORK FROM ALL SOURCES DOES NOT *EXCEED SUPER UNLIMITED 001 EARTHWORK $2,575,000 003 HNIA PLANT MIX Unlimited 012 DRAINAGE $550,000 017 CONCRETE CONSTRUCTION $650,000 032 COLD MILL,PLAN. & ROTOMILL £ E $121575,000 08A AGGREGATE BASES & SURF. (A) $4,375,000 a e THIS CERTIFICATE OF ELIGIBILITY IS VALID FROM. 414/2b 19 TO ' 4.301 Q 0 INCLUSIVE, AND SUPERSEDES ANIS' CERTIFICATE PREVIOUSLY ISSUED, BUT IS SUBJECT TO REVISION OR RE D-CATI N, -IF ANIS WHEN CHALICES IN THE FINANCIAL CONDITION OF THE CONTRACTING FIRM OR OTHER FACT&JUSTIFY SUCH REVISIONS OR REVOCATION. ISSUED AT SPRINGFIELD, ILLINOIS ON .415/2019. Engineer of Construction 3 2L 494-0645 '111nd D --p is,- e I artment ofllanspbrtabon 1-4 i T �► a 0 P-0 Route 2020 Resurfracing Program County Cook RETURN WITH BIDLocal Agency Mount Prospect Section 20 -00000 -01 -GM PAPER BID BOND z. WE Arrow Road Construction Company, 1445 Oakton St. Elk Grove Village, Illinoisl60007 as PRINCIPAL, and Travelers Casualty and Surety Company of America, One Tower Square, Hartford, Ct. 06183 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 (115) 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 9th day of March, 2020 Principal Arrow Road Construction Company I (ComP4,ny Name) A (Company Name) By: By: 1(sina Iu, and ft (Signature and Title) (If P I 1RIC1­11 E is a joint venture At, "o or more contractors, the company names, and authorized signatures of each contractor must be affixed.) Surety Travelers Jer asualty and Surety Company of America By: (Name of Surety) (Signature of Attorney -in -Fact) STATE OF ILLINOIS, Robert A, McNichols COUNTY OF /J a Notary Public in and for said county, do hereby certify , that Insert names of iindividuals sl ing o, behalf of P,RJNhCIPAL & 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 19.1 day of . - - - - I 1 1241 OFFICIAL SEAL My commission expires CHERIE LYNN BROWN NOTARY PUBLIC, STATE OF ILLINOIS (Notary Public) 0 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 2 BLR 12230 (Rev. 7/05 Printed on 2/20/2020 11:40:15 AM State of Illinois County of Will On this 9th day of March 2020� before me personally appeared Robert A. 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 I In Witness Whereof, I have hereunto set my hand and affixed my official seal the day and year in this certificate first written above. (Notary Public) 100 R"I ..I 111 ........... Mi Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company . . . . ................................ ..... - ---- POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Robert A. McNichols of WESTCHESTER Illinois , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, 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 17th day of January, 2019. State of Connecticut City of Hartford ss. By: Robert L. Rarer 4tenior''Vice Presi,,dent On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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 said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. INOTAW My Commission expires the 30th day of June, 2021 4440 ZZU pualo OLW4-1-A0e Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 9th day of March 1 2020 , Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power ofAttorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney in -Fact and the details of the bond to which this Power of Attorney is attached. Mount Prospect Bid Request For 2020 Street Resurfacing Program BID OPENING: March 9,2020 — 1:00 P.M. Local Time Mount Prospect Public Works Department 1700 W. Central Road, Mount Prospect, Illinois 60056-2229 NOTICE TO BIDDERS Bid for 2020 Street Resurfacing Program Sealed bids will be received until 1:00 p.m. on March 9, 2020 in the office of the Village Manager, 3rd Floor, 50 S. Emerson Street, Mount Prospect, Illinois 60056. In a separate, sealed envelope please submit bid clearly marked: "Sealed Bid for 2020 Street Resurfacing Program" The project consists of resurfacing approximately 7.1 1 miles of local streets at various locations throughout the village. The project includes, but is not limited to the following bid items: HMA Surface Removal 3", HMA Leveling Binder and Surface, Curb and Gutter Replacement, Sidewalk Replacement, Utility Structure Repair and Replacement, Thermoplastic Pavement Markings, and misc. concrete and PVC storm sewer. Illinois Department of Transportation Prequalification is required. Plans and specifications may be obtained at the Village of Mount Prospect's onvia Demandstar website by using the following link: www.mountprospect.org/bids All work under this Bid and the resulting contract shall comply with the Illinois Prevailing Wage Act, 820 I LCS 130/0.01 et seq. and the other applicable laws and ordinances. Offers may not be withdrawn for a period of ninety (90) days after the bid date without the consent of the Board of Trustees. Any Bid submitted unsealed, unsigned, sent via email or fax or received subsequent to the aforementioned date and time, will be disqualified and returned to the bidder. The Village reserves the right in its sole discretion, to reject any and all bids or parts thereof, to waive any irregularities technicalities and informalities in bid procedures and to award the contract in a manner best serving the interests of the Village. Questions regarding this project should be directed to Jeff Wulbecker, Village Engineer, Village of Mount Prospect, Public Works Department, 847-870-5640. Village Manager Michael Cassady PX Oils irtment (A an, ion 1 AIIIII! &t4ill I t I 1 01 W- N ff OW ro"16 ED gfi��MIIW "WIM I Local Publ,ic Agency Formal Contract Proposal PROPOSAL SUBMITTED BY Contractor's Name Street 0. city State Zip Code . ... .... . .. COUNTY OF —Cook. Vill iiii, Mount Pro ect (Name of City, Village, Town or Road District) STREET NAME OR ROUTE NO. 2020 Resurifiaci,ng,Pry grare SECTION NO. 20 -00000 -01 -GM TYPES OF FUNDS MFT, Local Submitt Ap, ved/Passed T'ruste!esi Municipal Official I For County and' Road District Projec, Submitted/Approved Highway Commissioner Date . W ..... I ..... I ........ I Cou t Engineer/Supe:rintendent of Highways Date Department, of Transport ion rt Relo bid basq, n d r 10W 771 101 ` egional&gineer Ce —a -ion'L C,7? lfb aft e Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent loss when blids are processed. Printed 2/512020 Page 1 of 6 BLR 12200 (01/08/14) RETURN WITH BID NOTICE TO BIDDERS County Cook Local Public Agency Mount Prospect Section Number 20 -00000 -01 -GM Route 2020 Resurfacing Pr Sealed proposals for the improvement described below will be received at the office of Village Manager, 50 S. Emerson Street, Mount Prospect until 1:00 PM on Address Time March 9, 2020 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 9, 2020 Address Time Date DESCRIPTION OF WORK Name 2020 Street Resurfacing Pro ram Length: 37539.00 feet 7.11 miles) Location Various streets throughout the Village of Mount Prospect Proposed Improvement HMA surface Removal, Leveling Binder (Machine Method), HMA Surface Course, Curb and Clutter Replacement, HMA and PCC driveway Repairs, PCC Sidewalk Replaceemnt, Drainage Structure Repairs. 1 . Plans and proposal forms, will be available in the office of Mount Pros ect Public Works Department 1700 W. Central Rd, Mount Prospect, Illinois, Contact Project En ineer 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 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 217/2020 Page 2 of 6 BLR 12200 (01108/14) PROPOSAL 1. Proposal of RETURN WITH BID for the improvement of the above section by the construction of County Cook Local Public Agency .Mount Prospect Section Number 20 -00000 -01 -GM Route 2020 Resurfacing Pr HMA surface Removal, Leveling Binder (Machine Method), HMA Surface Course Curb and gutter Replacement, HMA. and PCC Driveway Re airs, PCC Sidewalk Replacement, Drainage Structure Repairs a total distance of 37539.00 feet, of which a distance of 37539 feet, ( 7.11 miles) are to be improved. 2. The plans for the proposed work are those prepared by Village of Mt Prospect, Public works Department 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. 09/25/2020 5. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals, will be required. Bid Bonds will 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 20-00000--0I-GM 8. The successful bidder at the time of execution of the contract will 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 2/7/2020 Page 3 of 6 BLR 12200 (01/08/14) RETURN WITH BID County Cook CONTRACTOR CERTIFICATIONS Local Public Agency _Mount Prospect Section Number 20 -00000 -0 -GM Route 2020 Resurfacing Pr 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 5133E-3 or 720 ILCS 5133E-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 Park 5 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 1/22/2020 Page 5 of 6 BLR 12200 (01/08/14) RETURN WITH BID Illinois Department of Transportation SCHEDULE OF PRICES County Cook Local Public Agency Mount Prospect Section 20 -00000 -01 -GM Route 2020 Resurfacing Program A 1 II f r a s ■ ■ ■ r.� r ■ ouneauie Tor fvluiiipie cSias Combination Letter I 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 QuantityUnit Price Total 1. Earth Excavation CU YD 111153 2. Agg. Base Crse, Type B TON 476 3. Mix. for Joints, Cracks, & Flangeways TON 40 4. Class D Patches, Type 111, 2" SQ YD 134 5. Class D Patches, Type 1V, 2" SQ YD 41111 6. Class D Patches, Type 11, 6" SQ YD 11128 7. Class D Patches, Type 111, 6" SQ YD 1,895 8. Not Mix Asphalt Surface Removal, 2.0" SQ YD 937 9. Hot Mix Asphalt Surface Removal, 3.0" SQ YD 1121930 10. Bit. Material -(Tack Coat) POUND 76,228 11. Leveling Binder (Machine Method), N50,1.5" TON 91486 12. Hot Mix Asphalt Surface Course, Mix "D", N5011.5" TUN 91486 13. Hot Mix Asphalt Surface Course, Mix "D", N50, 2.0" TON 105 14. Class C Patches, Type 1, 8" SQ YD 108 15. Class C Patches, Type Il, 8" SQ YD 400 16. Class B Patches, Type 111, 12" SQ YD 617 17. Class B Patches, Type IV, 12" SQ YD 500 18. Class B Patch W Expansion Joint FOOT 60 19. Deformed Bars - Expansion Joint EACH 60 20. Dowel Bars - 1 112 EACH 240 21. Comb. Conc. Curb & Gutter Removal FOOT 38,776 22. Comb. Conc. Curb & Gutter FOOT 381576 23. Comb. Conc. Curb &. Gutter Removal & Replacement (B FOOT 200 24. Remove and Replace Mount Prospect Brick SQ FT 21365 25. PCC Sidewalk, Removal SQ FT 1921472 26. PCC Sidewalk, 5" SQ FT 196,134 27. Detectable Warnings SQ FT 1,504 28. PCC Driveway Removal & Replacement, 5" SQ YD 71050 29. HMA Driveway Surface Removal & Replacement, 3" SQ YD 21385 30. Driveway Base Removal & Replacement, 8" SQ YD 103 Printed 2/11/2020 Page 5-1 BLR 12200a (01108114) RETURN WITH BID Bidder's Proposal for making Entire Improvements Item No. Items Unit Quantity Unit Price Total 31. Trench Backfill CU YD 70 32. Storm Sewer, PVC SDR 35, Type 1, 10" FOOT 30 33. Storm Sewer, PVC SDR 35, Type 1, 12" FOOT 150 34. Storm Sewer, PVC SDR 35, Type 1, 15" FOOT 30 35. Storm Sewer, PVC SDR 35, Type 1, 18" FOOT 30 36. Structures to be Adjusted EACH 208 37. New MP Frame & Lid Type 1, Type A, Open EACH 10 38. New MP Frame & Lid Type 1, Type A, Closed EACH 10 39. Structures to be Reconstructed EACH 5 40. Inlets, Type A, MP Frame & Lid EACH 20 41. Catch Basins, Type -C, MP Frame & Lid EACH 2 42. Catch Basins, Type -A, MP Frame & Lid EACH 5 43. Manholes, Type -A, 4' Dia, MP Frame & Lid EACH 2 44. Manholes, Type -A, 5' Dia, MP Frame & Lid EACH 1 45. Structures to be Adjusted, with new High Cap Fr & Lid EACH 5 46. Structures to be Abandoned EACH 3 47. Grading and Shaping Ditches FOOT 11950 48. Sodding, Special SQ YD 1,000 49. Seeding, Special SQ YD 261P679 50. Thermoplastic Pavement Marking - Line 4" FOOT 51669 51. Thermoplastic Pavement Marking - Line 6" FOOT 445 52. Thermoplastic Pavement Marking - Line 12" FOOT 1,821. 53. Thermoplastic Pavement Marking - Line 24" FOOT 104 54. Thermoplastic Pavement Marking - Letters & Sym. SQ FT 158 55. Polyurea Pavement Markin2, Type 1, 4" Line FOOT 90 56. Polyurea Pavement Marking, Type 1, 6" Line FOOT 1100 57. Polyurea Pavement Marking, Type 1, Letters & Sym SQ FT 27 58. Raised Reflective Pavement Marker EACH 30 59. Raised Reflective Pavement Marker Removal EACH 30 60. Traffic Control & Protection, Standard 701501 L. SUM 1 61. Traffic Control & Protection, Standard 701701 L. SUM 1 62. Traffic Control & Protection, Standard 701801 L. SUM 1 63. Changeable Message Sign CAL DA 28 Printed 2/11/2020 Page 5-2 BLR 12200a (01108114) RETURN WITH BID County Cook SIGNATURES Local Public Agency Mount Prospect Section Number 20 -00000 -01 -GM Route 2020 Resurfacing Pr (If an individual) Signature of Bidder Business Address (if a partnership) Firm Name Signed By Business Address Inset Names and Addressed of All Partners (if a corporation) Corporate Name Signed By President Business Address President Insert Names of Officers Secretary Treasurer Attest: Secretary Printed 1/22/2020 Page 6 of 6 BLR 12200 (01108114) Illinois Department of Transportation RETURN WITH BID Local Agency Proposal Bid Bond Route 2020 Resurfacing Program County Cook Local Agency Mount Prospect Section 20-00000--01-GM _ PAPER BID BOND WE as PRINCIPAL, and 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 far 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 By: Principal (Company Name) (Company Name) By: (Signature and Title) (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.) Surety By: STATE OF ILLINOIS, COUNTY OF i. do hereby certify that (Name of Surety) (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) Page 1 of 1 Printed on 1/22/2020 10:27:56 AM Date BLR 12230 (Rev. 7105 Illinois Department of Transportation Bureau of Construction 2306 South Dirksen Parkway/Room 322 Springfield, Illinois 62764 Part I. Work Under Contract Affidavit of Availability For the Letting of Instructions: Complete this form by either typing or using black ink. "Authorization to Bid" will not be issued unless 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. F 1 1 2 1 3 1 4 1 Awards Pending 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 11. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work subcontracted to others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your company. 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) Accumulated Totals Accumulated Totals $ 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 1/22/2020 Page 1 of 2 BC 57 (Rev. 08117110) Part 111. Work Subcontracted to Others. For each contract described in Part I, list all the work you have subcontracted to others. ................ 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 1, 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 Sea[) Signed Company Address Officer or Director Title Printed 1/22/2020 Page 2 of 2 SC 57 (Rev. 08117110) Illinois Department of Transportation Return with Bid Apprenticeship or Training Program Certification Route 2020 Resurfac"noRroaram County Local Agency Section All contractors are require' to complete tfie 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. ! 1. 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 1/22/2020 Page 1 of 2 BLR 12325 (Rev. 4107) 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. �■- Address: By: Title: (Signature) Printed 1/22/2020 Page 2 of 2 BLR 12325 (Rev. 4107) Illinois Department of Transportation State of RETURN WITH BID Affidavit of Illinois Business office County cook Local Public Agency Mount Pros ect Section Number 20.00000.01 _CM Route 202- Resurfacing )SS. County of } 1, of , (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(3) of the Illinois Procurement Code. This instrument was acknowledged before me on day of (SEAL) (Signature) (Print Name of Affiant) (Signature of Notary Public) Printed 1/22/2020 BAR 12326 (01108114) INDEX FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS Adopted January 1, 2020 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 4-1-15) (Revised 1-1-20) SUPPLEMENTAL SPECIFICATIONS Std._. apec. aec. Page Indo. 105 Control of Materials.............................................................................. 1 107 Legal Regulations and Responsibility to Public .................................... 2 109 Measurement and Payment................................................................. 3 205 Embankment........................................................................................ 4 403 Bituminous Surface Treatment (Class A-1, A-2, A-3) ........................... 5 404 Micro -Surfacing and Slurry Sealing ...................................................... 5 405 Cape Seal............................................................................................. 17 405 Not -Mix Asphalt Binder and Surface Course ........................................ 27 420 Portland Cement Concrete Pavement .................................................. 28 424 Portland Cement Concrete Sidewalk ............. .. 30 442 Pavement Patching.............................................................................. 31 502 Excavation for Structures..................................................................... 32 503 Concrete Structures............................................................................. 35 504 Precast Concrete Structures 505 Cleaning and Painting New Steel Structures ........................................ 39 522 Retaining Walls ................ .......................... 40 542 Pipe Culverts........................................................................................ 41 585 Sand Backfill for Vaulted Abutments .................................................... 42 502 Catch Basin, Manhole, Inlet, Drainage Structure, and Valve vault Construction, Adjustment, and Reconstruction ..................................... 44 503 Adjusting Frames and Orates of Drainage and Utility Structures ......... 45 630 Leel Plate Beam Guardrail .......................... ......... . ..... I ................... ...... 45 531 Traffic Barrier Terminals.......................................................................49 070 Engineer's Field Office and Laboratory ................................................ 50 701 Work Zone Traffic Control and Protection ............................................ 51 704 Temporary Concrete Barrier................................................................. 53 780 Pavement Striping................................................................................ 55 781 Raised Reflective Pavement Markers .................................................. 55 888 Pedestrian Push-Button........................................................................ 57 1001 Cement................................................................................................. 58 1003 Fine Aggregates................................................................................... 59 1004 Coarse Aggregates.............................................................................. 50 1006 Metals................................................................................................... 03 1020 Portland Cement Concrete................................................................... 55 1043 Adjusting Rings.................................................................................... 67 1050 Poured Joint Sealers .......:........:,. ................. 69 1009 Pole and Tower........................................ ........... .a... .sw.a....asaasa•sa. .a+ . 71 1077 Post and Foundation ............... .........ars......,...... ........ .......... s,............ ... 72 1096 Pavement Markers.............. a.......... .,®................y...... dl.0**.»a..W*.saa....a...*e. 73 1101 General Equipment.a.a.........,......................;•.,.......... I.......... li*...... aa,. 74 1102 Hot-Mix Asphalt Equipment ...... ...:i.;i3cxc�.•i.......... aa ass® n•, ers rsx�ea:aaaa ss,a�ave.. e. 75 1103 Portland Cement Concrete Equipment ....................... ::...:...:....,..... 77 1105 Pavement Marking Equipment............................................................. 79 1105 Work Zone Traffic Control Devices..................., 81 110nos.Department Check Sheet For Recurring n ,o ��►" of Transportation Special Provisions The Following Recurring Special Provisions Indicated By An "X" Are applicable To This Contract And Are Included By Reference: r . _gQ�1t`�'i_ng eclat P a r 1%om Check Sheet #. 1 ❑ Additional State Requirements for Federal -Aid Construction Contracts 64 2 ❑ Subletting of Contracts (Federal -Aid Contracts) 67 3 EEO 68 4 ❑ Specific EEO Responsibilities Non Federal -Aid Contracts 78 5 Ej Required Provisions - State Contracts 83 6 ❑ Asbestos Bearing Pad Removal gg 7 ❑ Asbestos Waterproofing Membrane and Asbestos Hot -Mix Asphalt Surface Removal 90 8 ❑ Temporary Stream Crossings and In -Stream Work Pads 91 9 ❑ Construction Layout Stakes Except for Bridges 92 10 ❑ Construction Layout Stakes 95 11 El Use of Geotextile Fabric for Railroad Crossing gg 12 ❑ Subsealing of Concrete Pavements 100 13 ❑ Hot -Mix Asphalt Surface Correction 104 14 ❑ Pavement and Shoulder Resurfacing 106 15 ❑ Patching with Hot -Mix Asphalt Overlay Removal 107 16 [:1 Polymer Concrete 109 17 ❑ PVC Pipeliner 111 18 ❑ Bicycle Racks 112 19 ❑ Temporary Portable Bridge Traffic Signals 114 20 ❑ Work Zone Public Information Signs 116 21 ❑ Nighttime Inspection of Roadway Lighting 117 22 ❑ English Substitution of Metric Bolts 118 23 ❑ Calcium Chloride Accelerator for Portland Cement Concrete 119 24 ❑ Quality Control of Concrete Mixtures at the Plant 120 25 Quality Control/Quality Assurance of Concrete Mixtures 128 26 ❑ Digital Terrain Modeling for Earthwork Calculations 144 27 ❑ Reserved 146 28 El Preventive Maintenance -Bituminous Surface Treatment 147 29 ❑ Reserved 153 30 ❑ Reserved 154 31 El Reserved 155 32 E:1 Temporary Raised Pavement Markers 156 33 ❑ Restoring Bridge Approach Pavements Using High -Density Foam 157 34 El Portland Cement Concrete Inlay or Overlay 160 35 El Portland Cement Concrete Partial Depth Hot -Mix Asphalt Patching 164 Printed 01123/20 Page 1 of 2 BLR 11300 (10/17/17) The Following Local Roads And Streets Recurring Special Provisions Indicated By An "X" Are Applicable To This Contract And Are Included By Reference: Local Reads And Streets Rq urring S e�ial Provjsions Check Sheet # LRS 1 Reserved 168 LRS 2 El Furnished Excavation 169 LRS 3 M Work Zone Traffic Control Surveillance 170 LRS 4 Z Flaggers in Work Zones 171 LRS 5 Z Contract Claims 172 LRS 6 X Bidding Requirements and Conditions for Contract Proposals 173 LRS 7 E]Bidding Requirements and Conditions for Material Proposals 179 LRS 8 Reserved 185 LRS 9 Bituminous Surface Treatments 186 LRS 10 Reserved 187 LRS 11 Z Employment Practices egg LRS 12 El Wages of Employees on Public Works 190 LRS 13 Selection of Labor 192 LRS 14 ❑ Paving Brick and Concrete Paver Pavements and Sidewalks 193 LRS 15 Partial Payments 196 LRS 16 ❑ Protests on Local Lettings 197 LRS 17 N Substance Abuse Prevention Program 198 LRS 18 El Multigrade Cold Mix Asphalt egg Printed 01/23/20 BLR 11300 (10117117) State of Illinois Department of Transportation ERRATA STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION Adopted: April 1, 2016 Revised: January 1, 2020 Page 13 Article 104.07(d)(l )b. In the fifth line of the first paragraph change "portion to" to "portion up to". Page 28 Article 107.09. In the first sentence of the tenth paragraph change "State of Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" to "MUTCD". Page 84 Article 204.02. In the seventh line of the first paragraph change "AASHTO T 99 (Method C)" to "Illinois Modified AASHTO T 99 (Method C)" Page 90 Article 205.06. In the first sentence of the third paragraph change "AASHTO T 99 (Method C)" to "Illinois Modified AASHTO T 99 (Method C)" Page 91 Article 205.06. In the first sentence of the fourth paragraph change "AASHTO T 99 (Method C)" to "Illinois Modified AASHTO T 99 (Method C)", and in the second sentence change "AASHTO T 224" to it Modified AASHTO T 99 (Annex Al , Page 91 Article 205.06. In the second line of the fifth paragraph change "AASHTO T 191 " to "Illinois Modified AASHTO T 191 ". Page 91 Article 205.06. In the sixth line of the eighth paragraph change "AASHTO T 99 (Method C)" to "Illinois Modified AASHTO T 99 (Method C)". Page 148 Article 302.09. In the second sentence of the fifth paragraph change "AASHTO T 191" to "Illinois Modified AASHTO T 191 ", and in the third sentence change "AASHTO T 99" to "Illinois Modified AASHTO T 99". Page 152 Article 310.09. In the second sentence of the second paragraph change "AASHTO T 191" to "Illinois Modified AASHTO T 191", and in the third sentence change "AASHTO T 99" to "Illinois Modified AASHTO T 99". Page 155 Article 311.05(a). In the first sentence of the fifth paragraph change "AASHTO T 99 (Method C)" to "Illinois Modified AASHTO T'99 (Method C)", and in the second sentence change "AASHTO T 224" to "Illinois Modified AASHTO T 99 (Annex Al)". v Page 155 Article 311.05(x). In the second line of the sixth paragraph change "AASHTO T 191" to "Illinois Modified AASHTO T 191". Page 153 Article 351.05(a). In the second sentence of the fifth paragraph change "AASHTO T 99 (Method c)" to "Illinois Modified AASHTO T 99 (Method c)", and in the third sentence change "AASHTO T 224" to "Illinois Modified AASHTO T 99 (Annex All)". Page 153 Article 351.05(a). In the second line of the sixth paragraph change "AASHTO T 191" to "Illinois Modified AASHTO T 191 ". Page 159 Article 352.11. In the second sentence of the fourth paragraph change "AASHTO T 191" to "Illinois Modified AASHTO T 191 ", and in the third sentence change "AASHTO T 134 (Method B)" to "Illinois Modified AASHTO T 134 (Method B)". Page 159 Article 352.12. In the first sentence of the first paragraph change "AASHTO T 22" to "Illinois Modified AASHTO T 22", and in the second sentence change "AASHTO T 134 (Method B )" to "Illinois Modified AASHTO T 134 (Method B)". Page 190 Article 405.07(a). After the footnotes in Table 1 - Minimum Roller Requirements for HMA add the following: "EQUIPMENT DEFINITION. VS Vibratory roller, static mode, minimum 125 Win. (2.2 kg/mm) of rosier width. Maximum speed = 3 mph (5 km/h) or 254 ft/min (80 m/min). If the vibratory roller does not eliminate` roller marks, its use shall be discontinued and a tandem roller, adequately ballasted to remove roller marks, shall be used. VD - Vibratory roller, dynamic mode, operated at a speed to produce not less than 10 impacts/ft (30 impacts/m). P Pneumatic -tired roller, max. speed 3 1/2 mph (5.5 km/h) or 308 ft/min (92 m/min). The pneumatic -tired roller shall have a minimum tire pressure of 80 psi (550 kPa) and shall be equipped with heat retention shields. The self- propelled pneumatic -tired roller shall develop a compression of not less than 300 Ib (53 N) nor more than 500 lb (88 N) per in. (mm) of width of the tire tread in contact with the HMA surface. TB - Tandem roller for breakdown rolling, 8 to 12 tons (7 to 11 metric tons), 250 to 400 Ib/in. (44 to 70 N/mm) of roller width, max. speed = 3 1/2 mph (5.5 km/h) or 308 ft/min (92 m/min). TF - Tandem roller for final rolling, 200 to 400 lb/in. (35 to 70 Nlmm) of roller width with minimum roller width of Vii 50 in. (1.25 m). Ballast shall be increased if roller marks are not eliminated. Ballast shall be decreased if the mat shoves or distorts. 3W - Three wheel roller, max. speed = 3 mph (5km/h) or 264 ft/min (80 m/min), 300 to 400 lb/in. (53 to 70 Nlmm) of roller width. The three -wheel roller shall weigh 10 to 12 tons (9 to 11 metric tons)." Page 313 Article 504.06(e). In the fourth line of the fifth paragraph change "cotton mats" to "curing material". Page 324 Article 505.04(f)(3)b.1. Change "ASTM A 325 A 325M)" to "ASTM F 3125 Grade A 325 (F 3125M Grade A 325M)". Page 325 Article 505.04(f)(3)b.7. In the second sentence change "ASTM A 325 (A 325M)" to "ASTM F 3125 Grade A 325 (F 3125M Grade A 325M)". Page 331 Article 505.04(p). In the first and second lines of the first table Change. "Nominal Range of Clearance Tolerance from Nominal Sizes Diameter Hole Pin 1 in. in. x14-6 a in. u in." to "Nominal Range of Clearance Tolerance from Nominal Sizes Diameter Hole Pin in. in. x 10-3 in. x 10's in. x 10-1" Page 333 Article 505.04(q)(1 )c. In the first sentence change "1 .3.6" to 111.3.7". Page 335 Article 505.04(g)(5). In the sixth paragraph change "±3/4 in. (±20 mm)" to "+314 in. (+20 mm) to 0 in. (0 mm)' Page 338 Article 505.04(t). In the fourth line of the first paragraph change "pins ends" to "pin ends'. Page 338 Article 505.04(t). In the fifth line of the first paragraph change "6 threads to the 1 in. (4.2 mm)" to "6 threads per inch (4.2 mm per thread)'f. Page 411 Article 522.09(a)(1). In the third line of the first paragraph change "design life for epoxy and aluminizing„ to "design life for aluminizing" Page 418 Article 522.11 (b)(1). In the fourth line of the fourth paragraph change TA 71 81 11, 13, 14, 15, and 16" to "CA 13, 14, 15, and 16". Page 421 Article 522.15(b). Revise the last sentence of the third paragraph to read "The area measured shall be the minimum vertical exposed viii surface area envelope of the excavation supported by the temporary soil retention system.,' Page 444 Article 542.03. In the Notes in Table IIIB add "CPP corrugated Polypropylene (CPP) pipe with smooth interior". Page 445 Article 542.03. In the fourth column in Table 11113 (metric) change the heading for Type 5 pipe from "CPE" to "CPP". Page 445 Article 542.03. In the Notes in Table 11113 (metric) change "PE Polyethylene (PE) pipe with a smooth interior" to "DPP Corrugated Polypropylene (CPP) pipe with smooth interior". Page 449 Article 542.04(f)(2). In the third line of the second paragraph change "AASHTO T 99 (Method C)" to "Illinois Modified AASHTO T 99 (Method C)". Page 450 Article 542.04(h). In the third sentence of the second paragraph change "in the table below" to "per the Contractor's design". Page 451 Article 542.04(i). In the fourth line of the fourth paragraph change "form" to "from". Page 544 Article 639.03. In the first sentence of the first paragraph change "AASHTO Standard. Specifications for Structural Supports for Highway Signs, Luminaires, Traffic Signals," to "AASHTO LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals," Page 546 Article 640.03. In the first sentence of the first paragraph change "AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals" to "AASHTO LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals". Page 546 Article 641.03. In the first sentence of the first paragraph change "AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaire and Traffic Signals,," to "AASHTO LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals,". Page 604 Article 702.06(a). In the third line of the first paragraph change 19 m)" to "(7.6 m)". Page 605 Article 702.07(e). In the last sentence change "(7.6 m)" to "(4.5 m)". Page 621 Article 727.03. In the first sentence of the third paragraph change "AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals" to "AASHTO LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals". Page 029 Article 734.03(a). In the fourth line of the second paragraph change "AASHTO T 99 (Method C)" to "Illinois Modified AASHTO T 99 (Method C)". Page 840 Article 781.04. In the second sentence of the fifth paragraph change "final pavement" to "final payment". Page 849 Article 801.02. In the first sentence of the first paragraph change "AASHTC's Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals" to "AASHTO LRF[ Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals". Page 742 Article 1003.04(c). Under Gradation in the table change "(see Article 1003.02(c)}" to "(see Article 1003.01 (c))IT . Page 755 Article 1004.03(b). Revise the third sentence of the first paragraph to read "For Class A (seal or cover coat), and other binder courses, the coarse aggregate shall be class C quality or better.". Page 755 Article 1004.03(c). In the table for class A-1, 2, & 3, change the Gradation No. "CA 18" to "CA 15 or CA 20". Page 758 Article 1004.05(c). In the second line of the first paragraph change "epoxy coated steel, geosynthetic, or geotextile" to "geosynthetic or geotextile' . Page 704 Article 1005.08. In the first sentence change "ASTM A 325 (A 325M)" to "ASTM F 3125 Grade A 325 (F 3125M Grade A 325M)" Page 755 Article 1008.08(c). Change "ASTM A 325 (A 325M)" to "ASTM F 3125 Grade A 325 (F 3125M Grade A 325M)". Page 777 Article 1005.29(d). Revise the third sentence of the third paragraph to read "Stainless steel washers shall be plain flat, conforming to ANSIWASME 813.22.1, Type A or S as appropriate, or MS 15795, and made of 18-8 stainless steel." Page 790 Article 1008.05(c)(3). Change "ASTM A 325 (A 325M) or A 490 (A 490M)" to "ASTM F 3125 Grade A 325 or A 490 (F 3125M Grade A 325M or A 490M)". Page 809 Article 1020.04(e). In the third line of the first paragraph change "ITP SCC -3" to "ITP SCC -4". Page 810 Article 1020.05(b). In the second line of the first paragraph change '$according the qualified products list" to "according to the qualified products list.". Page 810 Article 1020.05(b). Delete the first sentence of the second paragraph. x Page 838 Article 1020.15(b)(1 )c. Replace the fourth sentence of the first paragraph with the following: "The Contractor shall provide freeze/thaw test results according to AASHTO T 151, and the relative dynamic modulus of elasticity of the mix design shall be a minimum of 80 percent. Testing shall be performed by an independent laboratory accredited by the AASHTO Materials Reference Laboratory (AMRL) for Portland Cement concrete." Page 852 Article 1030.04(d)(2). In the first sentence change "550 kPa (80 psi)" xi to "80 psi (550 kPa)'. Page 852 Article 1030.05(a)(8). Change "Hot -Mix Asphalt QC/QA Start -Up Procedures" to "Hot -Mix Asphalt Test Strip Procedures". Page 000 Article 1052.02(d). Change "ASTM A 325 (A 325M)" to "ASTM F 3125 Grade A 325 (F 3125M Grade A 325M)", Page 945 Article 1089.05. In the first sentence of the tenth paragraph change ""Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals"" to "AASHTO LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals". Page 951 Article 1070.04(b)(1). In the third sentence of the firstara ra h p 9 p change ""Standard Specifications of Structural Supports for Highway Signs, Luminaires and Traffic Signals" published by AASHTQ" to "AASHTO LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals". Page 989 Article 1077.01. In the second sentence of the first paragraph change "Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals, as published by AASHTO" to "AASHTO LRFD Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals"., Page 1121 Article 1103.13(a). In the first line of the first paragraph change "Bridge deck Approach Slabs." to "Bridge Decks and Approach Slabs. xi 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 50 S Emerson St, Mount Prospect IL, 60056 The entities listed above and their officers, employees, and agents shall be indemnified and held harmless in accordance with Article 107.26. Illinois Department o a Of T �i'ispa#�1tioii. Special Provisions Local Public enc Count Section Number Mount Prospect Cook 20 -00000 -01 -GM The following Special Provision supplement the "Standard Specifications for Road and Bridge Construction", adopted i� 4 20 0----- I , 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 appy to and govern the construction of the above named section, and in case of conflict with any parts, or pans of said Specifications, the said Special Provisions shall take precedence and shall govern. Printed 01/23120 Page I of 1 BLR 11310 (Rev. 10104117) 20 -00000 -01 -GM: SPECIAL PROVISIONS INDEX TO SPECIAL PROVISIONS & SUPPORTING PERMIT DOCUMENTS Local Agency (Mount Prospect) General Notes Local A enc Mount Prospect) Special Provisions LOCATION OF IMPROVEMENT DESCRIPTION OF WORK RESTRICTION OF WORK EARTH EXCAVATION ,COMBINATION CONCRETE CURB AND GUTTER BRICK PAVER REMOVAL & REPLACEMENT PCC SIDEWALK 5" HMA AND PCC DRIVEWAY REMOVAL AND REPLACEMENT DRIVEWAY BASE REMOVAL AND REPLACEMENT, S" STORM SEWER, PVC SDR 35, TYPE 1 NEW NIP FRAME AND LID STRUCTURE To BE ADJUS'T'ED WITH NEW HIGH CAP. FR & LID GRADING AND SHAPING DITCHES SODDING, SPECIAL SEEDING, SPECIAL TRAFFIC CONTROL PLAN IDOT BDE Special Provisions (See Check Sheet) IDOT BLRS Special Provisions LR 107-4 IDOT District 1 Special Provisions MAINTENANCE OF ROADWAYS HMA MIXTURE DESIGN REQUIREMENTS (D1) FRICTION AGGREGATE (D-1) IDOT Local Roads and Streets Recurring Special Provisions LRS #3 LRS #4 LRS #5 LRS #6 LRS #9 LRS #11 LRS #13 LRS #15 LRS #17 Sequence of Work Permit Documents STORM WATER POLLUTION PREVENTION PLAN NPDES PERMIT 20 -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 I st. The project shall be completed by September 3rd. 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. EARTH EXCAVATION 2018.02.1 DESCRIPTION. This work shall be in accordance with Section 202 of the Standard Specifications except as noted herein. This item includes all excavation necessary to remove and dispose of unsuitable subgr ade 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 EARTH EXCAVATION. 20 -00000 -01 -GM: SPECIAL PROVISIONS COMBINATION CONCRETE CURB & GUTTER 2020.01.10 DESCRIPTION. This work shall consist of constructing combination concrete curb and gutter in accordance with Section 606 of the Standard Specifications 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. Construction requirements shall be in accordance to Section 606 except for the combination concrete curb and gutter shall be place on a 4 inch sub -base of CA -6. All unsuitable subgrade material shall be removed and shall be replaced with CA -6 and shall not be paid for separately, but shall be included in the work for COMBINATION CONCRETE CURB &GUTTER. Curb backfill shall be in accordance to Section 606.13 except for backfill along the flag (or front) of the curb shall be portland cement concrete on concrete base streets, and backfilled with asphalt grindings on flexible base streets. The back of the curb shall be backfilled with topsoil and placed flush up to the top of the curb and parkway grade. All backfilling of the front and back of the new curb shall be completed within 5 days of the curb pour. BASIS OF PAYMENT. This work shall be paid for at the contract unit price per foot for COMBINATION CONCRETE CURB & GUTTER in accordance to Section 606 except for the 4 inch, CA -6 sub --base and the removal of unsuitable subgrade shall not be paid for separately but shall be considered as included in the contract unit price for COMBINATION CONCRETE CURB & GUTTER. BRICK PAVER REMOVAL AND REPLACEMENT 2020.01.21 DESCRIPTION. This work shall consist of the removal of existing brick pavers, storing, and resetting of the existing brick pavers to its original section. This work shall be performed in accordance with the applicable portions of Check Sheet #LRS 14 of the Local Roads and Streets Recurring Special Provisions except as noted herein. CONSTRUCTION REQUIREMENTS. All excavation needed to remove old or defective brick work shall be included as part of this work. During curb, driveway or sidewalk removal, the existing brick pavers are to be salvaged for reuse. Use caution in removing and handling the existing brick pavers to prevent breakage or spalling. The brick pavers shall be stored at a location that is safe from damage by Contractor's ongoing operations, and from vandalism, theft or other mishap. Brick pavers are not to be stacked more than five high, with bottom row placed on level ground to provide even bearing across entire brick paver surface. Brick pavers that become soiled are to be cleaned before use. After removing existing brick pavers, existing setting bed material is to be removed, and if necessary concrete foundation, and all removed materials properly disposed of. A 6" crushed stone course shall be placed on the approved subgrade. Existing subgrade material that is determined to be undesirable is to be removed and replaced with select granular fill material. A I" layer of setting bed sand shall be placed over the stone base course. The sand shall be evenly graded, compacted with a mechanical compactor to provide a uniformly even surface. An allowance should be made in overall thickness of setting bed material for compaction during brick paver installation. Overall placement thickness of setting bed material should be established so that after brick pavers have been compacted, top surface of brick pavers will be maximum of 11$ inch above finished grade to allow for 2000000 -01 -GM: SPECIAL PROVISIONS limited in-service settlement. After final shaping, the bedding shall not be disturbed prior to laying the brick. Each and every course of brick shall be laid true and even and brought to grade by use of wooden mallets or similar tools. Brick laying shall take place in a continuous sequence and shall follow the completion of the bedding within 50 feet. Brick pavers are not to be installed when ambient air temperature is under 40°F, or is expected to fall below 40°F within following 24 hour period. Required cutting of bricks shall be accomplished with a mason's saw using a diamond blade cutting straight edges of brick pavers is to be done with water cooled radial cut-off type masonry saw for sharp, straight edge. Cutting circular edges of brick pavers is to be done with concrete hole saw which produces sharp circular edge. Brick pavement restoration area is to be in accordance with existing pattern, joints, grade, and crown so as to blend in with adjacent existing brick pavement areas, and to provide uniformly even surface. Brick pavement is to be restored using combination of existing and new replacement brick pavers. Existing brick pavers are those that are excavated from project site. Existing brick pavers that are designated for reuse, and are subsequently damaged due to Contractor's operations, are to be replaced with new replacement brick pavers. Before existing brick pavers are reset, existing brick pavers are to be redressed and cleaned to obtain smooth surface and to provide for good fit with adjacent brick pavers where they are being installed. Joints shall be hand tight to match existing joints. Immediately after placement of brick, brick surfaces shall be swept and inspected. Any imperfect brick as determined by the Engineer shall be lifted out and reset. The contractor shall coordinate his work so that the area of bedding course placed and rolled in any workday shall be scheduled so that no bedding course remains at the end of the day without the brick course placed. If setting bed material is disturbed, it is to be loosened and rescreeded. Extensive areas of setting bed material should not be left exposed overnight unless they are properly protected from disturbance and moisture. Moisture content of setting bed material should be kept as uniform as possible to minimize undulations in brick paver surface. Stockpiled- setting bed material is to be covered to protect it from wind and rain. Brick pavers are to be placed by hand on setting bed material, in required pattern, with straight courses. Brick pavers should be tamped down and leveled with mechanical vibrator. Joints between brick pavers are to be between 1116 and 3116 of an inch, with no joint width to exceed 3116 of an inch. Dry sand shall be swept over the brick pavers until the joints are completely filled. The Contractor shall be responsible for the removal of any extra pavers, sand, dust and other debris left on site. If any grass or mulch areas are destroyed this must also be put back to its original state of 4" of topsoil and seed or 4" of dark brown mulch. The Contractor will also be responsible for the clean up of debris on the roadway and work area. Any damage done to roadway or sidewalk/curb will be the responsibility of the Contractor to repair or replace. METHOD OF MEASUREMENT. This work will be measured in place and the area computed in square feet. BASIS OF PAYMENT. This work will be paid for at the contract unit price per square yard for BRICK PAVER. REMOVAL and REPLACEMENT. This price shall also include the cost for removing and reinstalling existing brick pavers; saw cutting; mortar; water; cleaning; light acid wash; concrete foundation; crushed stone; excavation; and furnishing all labor material and equipment necessary to complete this item. 20 -00000 -01 --OM: SPECIAL PROVISIONS PCC SIDEWALK 5" 2020.01.10 DESCRIPTION. This work shall consist of constructing portland cement concrete sidewalk on a prepared subgrade in accordance to Section 424 of the Standard Specifications except as herein modified. CONSTRUCTION REQUIREMENTS. Construction requirements shall be in accordance to Section 424 except for the portland cement concrete sidewalk shall be placed on a 4 inch sub -base of CA -6. All unsuitable subgrade material shall be removed and shall be replaced with CA -6 which shall have a thickness of 4 inches and shall not not be paid for separately but shall be considered as included in the work for PCC Sidewalk 5". METHOD OF MEASUREMENT and BASIS OF PAYMENT. This work will be paid for at the contract unit price per square foot for PCC SIDEWALK. 5", in accordance to Section 424 except for the 4 inch, CA -6 sub- base shall not be paid for separately but shall be considered as included in the contract unit price for PCC SIDEWALK. 5". When it is determined by the Engineer that new sidewalk be installed where none exists, removal of unsuitable material will be paid for at the unit price of EARTH EXCAVATION. 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 423 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 Contraotor 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 S" 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. 20 -00000 -01 -GM: SPECIAL PROVISIONS DRIVEWAY BASE REMOVAL AND REPLACEMENT, 811 2007.01.15 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 S" 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. 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. NEW MP FRAME AND LID 2020.0 1.1 0 DESCRIPTION. Where specified or as directed by the Engineer, new frames and lids are to be installed on existing structures according to Section 504 of Standard Specifications except as noted herein. CONSTRUCTION METHODS. Where specified, the contractor shall supply and install a new frame with an open or closed lid as required. 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. BASIS OF PAYMENT. This work will be paid for at the contract unit price of NEW MP FRAME AND LID. This price shall include the cost of furnishing all labor, materials and equipment to furnish and install the neve frame and lid to the proper final grade. 20 -00000 -01 -GM: SPECIAL PROVISIONS 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 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 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, trine-ning, 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. 20 -00000 -01 -GM: SPECIAL PROVISIONS 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 I or Class IA. Seeding methods for Class I 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 1 st shall have an acceptable stand of grass by July 15th. ■ Seeding done after June I st 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 Is'. 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. 20 -00000 -01 -GM: SPECIAL PROVISIONS TRAFFIC CONTROL FLAN 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. STANDARDS: 701301-04 Lane Closure. 2L, 2W, Short Time Operation 701311-03 Lane Closure 2L, 2W Moving Operations — Day Only 701.501-06 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. COMPENSABLE DELAY COSTS (DDE) Effective: June 2, 2017 Revised: April 1, 2019 Revise Article 107.40(b) of the Standard Specifications to read: "(b) Compensation. Compensation will not be allowed for delays, inconveniences, or damages sustained by the Contractor from conflicts with facilities not meeting the above definition; or if a conflict with a utility in an unanticipated location does not cause a shutdown of the work or a documentable reduction in the rate of progress exceeding the limits set herein. The provisions of Article 104.03 notwithstanding, compensation for delays caused by a utility in an unanticipated location will be paid according to the provisions of this Article governing minor and major delays or reduced rate of production which are defined as follows. (1) Minor Delay, A minor delay occurs when the work in conflict with the utility in an unanticipated location is completely stopped for more than two hours, but not to exceed two weeks. (2) Major Delay. A major delay occurs when the work in conflict with the utility in an unanticipated location is completely stopped for more than two weeks. (3) Reduced Rate of Production Delay. A reduced rate of production delay occurs when the rate of production on the work in conflict with the utility in an unanticipated location decreases by more than 25 percent and lasts longer than seven calendar days," Revise Article 107.40(c) of the Standard Specifications to read:. "(c) Payment. Payment for Minor, Major, and Reduced Rate of Production Delays will be made as follows. (1) Minor Delay. Labor idled which cannot be used on other work will be paid for according to Article 109.04(b)(1) and (2) for the time between start of the delay and the minimum remaining hours in the work shift required by the prevailing practice in the area. Equipment idled which cannot be used on other work, and which is authorized to standby on the project site by the Engineer, will be paid for according to Article 109.04(b)(4). (2) Major Delay. Labor will be the same as for a minor delay.. Equipment will be the same as for a minor delay, except Contractor -owned equipment will be limited to two weeks plus the cost of move -out to either the Contractor's yard or another job and the cost to remobilize, whichever is less. Rental equipment may be paid for longer than two Weeks provided the Contractor presents adequate support to the Department (including lease agreement) to show retaining equipment on the job is the most economical course to follow and in the public interest. (3) Reduced Rate of Production Delay. The Contractor Will be compensated for the reduced productivity for labor and equipment time in excess of the 25 percent threshold for that portion of the delay in excess of seven calendar days. Determination of compensation will be in accordance with Article 104.02, except labor and material additives Will not be permitted. Payment for escalated material costs, escalated labor costs, extended project overhead, and extended traffic control will be determined according to Article 109.13." Revise Article 108.04(b) of the Standard Specifications to read: "(b) No working day will be charged under the following conditions. (1) When adverse weather prevents work on the controlling item. (2) When job conditions due to recent Breather prevent work on the controlling item. (3) When conduct or lack of conduct by the Department or its consultants, representatives, officers, agents, or employees; delay by the Department in making the site available; or delay in furnishing any items required to be furnished to the Contractor by the Department prevents work on the controlling item. (4) When delays caused by utility or railroad adjustments prevent work on the controlling item. (5) When strikes, lock -outs, extraordinary delays in transportation, or inability to procure critical materials prevent work on the controlling item, as long as these delays are not due to any fault of the Contractor. (5) When any condition over Which the Contractor has no control prevents Work on the controlling item." Revise Article 109.09(f) of the Standard Specifications to read: "(f) Basis of Payment. After resolution of a claim in favor of the contractor, any adjustment in time required for the work will be made according to Section 108. Any adjustment in the costs to be paid will be made for direct labor, direct materials, direct equipment, direct jobsite overhead, direct offsite overhead, and other direct costs allowed by the resolution. Adjustments in costs will not be made for interest charges, loss of anticipated profit, undocumented loss of efficiency, home office overhead and unabsorbed overhead other than as allowed by Article 109.13, lost opportunity, preparation of claim expenses and other consequential indirect costs regardless of method of calculation. The above Basis of Payment is an essential element of the contract and the claim cost recovery of the Contractor shall be so limited." Add the following to Section 109 of the Standard Specifications. "109.13 Payment for contract Delay. Compensation for escalated material costs, escalated. labor costs, extended project overhead, and extended traffic control will be allowed when such costs result from a delay meeting the criteria in the following table. Contract Type Cause of Delay Working Days Article 108.04(b)(3) or Article 108.04(b)(4) CompletionI Article 108.08(b)(1) or Date Article 108.08(b)(7) Length of Delay No working days have been charged for two - consecutive weeks. The Contractor has been granted a minimum two week extension of contract time, according to Article 108.03. Payment for each of the various costs will be according to the following (a) Escalated Material and/or Labor Costs. /when the delay causes work, which would have otherwise been completed, to be done after material and/or labor costs have increased, such increases will be paid. Payment for escalated material costs will be limited to the increased costs substantiated by documentation furnished by the Contractor. Payment for escalated labor costs will be limited to those items in Article 109.04(b)(1) and (2), except the 35 percent and 10 percent additives will not be permitted. (b) Extended Project Overhead. For the duration of the delay, payment for extended project overhead will be paid as follows. (1) Direct Jobsite and offsite Overhead. Payment for documented direct jobsite overhead and documented direct offsite overhead, including onsite supervisory and administrative personnel, will be allowed according to the following table. Original Contract Supervisory and Administrative Amount Personnel Up to $5,000,000 one Project Superintendent One Project Manager, over $ 510001000 - one Project Superintendent or up to $25,000,000 Engineer, and One Clerk Over $25,000,000 - One Project Manager, up to $50,000,000 One Project Superintendent, One Engineer, -and One Clerk One Project Manager, Over $50,000,000 Two Project Superintendents, One Engineer, and One Clerk (2) Home Office and Unabsorbed Overhead. Payment for home office and unabsorbed overhead will be calculated as 8 percent of the total delay cost. (c) -Extended Traffic Control. Traffic control required for an extended period of time due to the delay will be paid for according to Article 100.04. When an extended traffic control adjustment is paid under this provision, an adjusted unit price as provided for in Article 701.20(a) for increase or decrease in the value of work by more than ten percent will not be paid. Upon payment for a contract delay under this provision, the Contractor shall assign subrogation rights to the Department for the Department's efforts of recovery from any other party for monies paid by the Department as a result of any claim under this provision. The Contractor shall fully cooperate with the Department in its efforts to recover from another party any money paid to the Contractor for delay damages under this provision." 80384 CONCRETE MIX DESIGN —DEPARTMENT PROVIDED (BDE) Effective: January 1, 2012 Revised: April 1, 2018 For the concrete mix design requirements in Article 1020.05(a) of the Standard Specifications, the Contractor has the option to request the Engineer determine mix design material proportions for Class PV, PP, RR, BS, DS, SC, and SI concrete. A single nix design for each class of concrete will be provided. Acceptance by the Contractor to use the mix design developed by the Engineer shall not relieve the Contractor from meeting specification requirements. 80277 DISPOSAL FEES (BDE) Effective: November 1, 2018 Replace Articles 100.04(b)(5) — 109.04(b)(8) of the Standard Specifications With the following; "(5) Disposal Fees. When the extra work performed includes paying for disposal fees at a clean construction and demolition debris facility, an uncontaminated soil fill operation or a landfill, the Contractor shall receive, as administrative costs, an amount equal to five percent of the first $10,000 and one percent of any amount over $10,000 of the total approved costs of such fees. (6) Miscellaneous. No additional allowance Will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. (7) Statements. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with itemized statements of the cost of such force account work. Statements shall be accompanied and supported by invoices for all materials used and transportation charges. However, if materials used on the force account Work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the Invoices, the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. Itemized statements at the cost of force account work shall be detailed as follows. a. Name, classification, date, daily hours, total hours, rate, and extension for each laborer and foreman. Payrolls shall be submitted to substantiate actual Wages paid if so requested by the Engineer. b. Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. c. Quantities of materials, prices and extensions. d. Transportation of materials. e. Cost of property damage, liability and workmen's compensation insurance premiums, unemployment insurance contributions, and social security tax. (8) Work Performed by an Approved Subcontractor. When extra work is performed by an approved subcontractor, the Contractor shall receive, as administrative costs, an amount equal to five percent of the total approved costs of such Work With the minimum payment being $100. (9) All statements of the cost of force account work shall be furnished to the Engineer not later than 80 days after receipt of the Central Bureau of Construction form "Extra Work Daily Report". If the statement is not received within the specified time frame, all demands for payment for the extra work are waived and the Department is released from any and all such demands. It is the responsibility of the Contractor to ensure that all statements are received within the specified time regardless of the manner or method of delivery." 80402 DOWEL BAR INSERTER (BDE) Effective: January 1, 2017 Revised: January 1, 2018 Add the following to Article 420.03 of the Standard Specifications. "(I) Mechanical Dowel Bar Inserter.........�.............s...........o4..0,..3A..K440l.lfA*06 ....d;....1103.20" Revise the first paragraph of Article 420.05(b)(1) of the Supplemental Specifications to read: "Preformed or Drilled Holes. If applicable, the tie bars shall be installed after the dowel bars have been tested with the MIT scan -2 device according to Article 420.08(c)(2)b.2. The tie bars shall be installed with a nonshrink grout or chemical adhesive providing a minimum pull-out strength as follows." Revise Article 420.05(c) of the Standard Specifications to read: "M Transverse Contraction Joints. Transverse contraction joints shall consist of planes of weakness created by sawing grooves in the surface of the pavement and shall include load transfer devices consisting of dowel bars. Transverse contraction joints shall be according to the following." Revise Article 420,05(c)(2) of the Standard Specifications to read. "(2) Dowel Bars. Dowel Bars shall be installed parallel to the centerline of the pavement and parallel to the proposed pavement surface. Installation shall be according to one of the following methods. a. Dowel Bar Assemblies. The assembly shall act as a rigid unit with each component securely held in position relative to the other members of the assembly. The entire assembly shall be held securely in place by means of nails which shall penetrate the stabilized subbase. At least ten nails shall be used for each 10, 11, or 12 ft (3, 3.3, or 3.6 m) section of assembly. Metal stakes shall be used instead of nails, with soil or granular subbase. The stakes small loop over or attach to the top parallel spacer bar of the assembly and penetrate the subgrade or subbase at least 12 in. (300 mm). At the location of each dowel bar assembly, the subgrade or subbase shall be reshaped and re -tamped when necessary. Prior to placing concrete, any deviation of the dowel bars from the correct horizontal or vertical alignment (horizontal skew or vertical tilt) greater than 3/8 in. in 12 in (9 mm in 300 mm) shall be corrected and a light coating of oil shall be uniformly applied to all dowel bars. Care shall be exercised in depositing the concrete at the dowel bar assemblies so the horizontal and vertical alignment will be retained. b. Dowel Bar Insertion. The dowel bars may be placed in the pavement slab with a mechanical dowel bar inserter (DBI) attached to a formless paver for pavements L> 7.0 in. (175 mm) in thickness. A light coating of oil shall be uniformly applied to all dowel bars. The DBI shall insert the dowel bars with vibration into the plastic concrete after the concrete has been struck off and consolidated without deformation of the slab. After the bars have been inserted, the concrete shall be refinished and no voids shall exist around the dowel bars. The forward movement of the paver shall not be interrupted by the inserting of the dowel bars. The location of each row of dowel bars shall be marked in a manner to facilitate where to insert the bars, and where to saw the transverse joint. 1. Placement Tolerances for Dowel Bars. The DBI shall place the dowel bars in the concrete pavement within the following tolerances. (a.) Longitudinal Translation (Mislocation). Longitudinal translation (mislocation) shall be defined as the position of the center of the dowel bar along the longitudinal axis, in relation to the sawed joint. The quality control tolerance for longitudinal translation shall not exceed 2.0 in (50 mm). If this tolerance is exceeded, adjustments shall be made to the paving operation. Any joint having two or more dowel bars with an embedment length less than 4.0 in. (100 mm) within 12 in. (300 mm) of the same wheelpath will be considered unacceptable. The left and right wheelpaths shall be determined by excluding the middle 2.5 ft (0.8 m) of the pavement lane, and by excluding the outer 1.0 ft (0.3 m) measured from each pavement lane edge. Any joint having an average dowel bar embedment length less than. 5.25 in. (130 mm) will also be considered unacceptable. Embedment length shall be defined as the length of dowel bar embedded on the short side of the sawed joint. An unacceptable joint shall be replaced with a minimum of 6 ft (1.8 m) of pavement centered over the joint according to Section 442 for Class B patches. (b.) Horizontal Translation (Mislocation). Horizontal translation (mislocation) shall be defined as the difference in the actual dowel bar location parallel to the longitudinal or edge joint from its theoretical position as shown on the plans. The quality control tolerance for horizontal translation shall not exceed 2.0 in. (50 mm). If this tolerance is exceeded, adjustments shall be made to the paving operation. Any joint having a dowel bar with a translation greater than 4.0 in. (100 mm) will be considered unacceptable, but may remain in place unless the Engineer determines the joint will not function. If the joint is unable to remain in place, the joint shall be replaced with a minimum of 8 ft (1.8 m) of pavement centered over the joint according to Section 442 for Class B patches. (c.) Vertical Translation (Mislocation). Vertical translation (mislocation) shall be defined as the difference in the vertical position of the dowel bar relative to the theoretical midpoint of the slab. The quality control tolerance for vertical translation shall be as shown in the following table. if these tolerances are exceeded, adjustments shall be made to the paving operation. Any joint having a dowel bar with top concrete cover less than T13, where T is slab thickness, will be considered unacceptable. Any joint having 2 or more dowel bars with bottom concrete cover less than 2.0 in. (50 mm) will also be considered unacceptable. An unacceptable joint shall be replaced with a minimum of 8 ft (1.8 m) of pavement according to Section 442 for Class B patches. (d.)Vertical Tilt or Horizontal Skew (Misalignment). vertical tilt or horizontal skew (misalignment) shall be defined as the difference in position of the dowel bar ends with respect to each other. Vertical tilt is measured in the vertical axis whereas horizontal skew is measured in the horizontal anis. Misalignment shall be measured in terms of a joint score. The joint score shall be defined as the degree of misalignment evaluated for a single Vertical Vertical Dowel Bar Translation Translation Pavement Thickness Dia Diameter Tolerance Tolerance Above Below Mid oint Mid oint �!7 in. to <8 in. 1.25 in. 0.25 in. 0.5 in. X175 mm to <200 mm) mm 6 mm 3 mm z8 in. to <9 in. 1.50 in. 0.25 in. 0.5 in. x200 mm to <225 mm) (38 mm 8 mm) (13 mm �:9 in. to <10 in. 1.50 in. 0.75 in. 0.75 in. ?225 mm to<25omrn(38 mm(1-9mm (19 mm) zl0 in. 1.50 in. 0.75 in. 1.0 in. (?250 mm 38 mm 9 mm) (25 mm Any joint having a dowel bar with top concrete cover less than T13, where T is slab thickness, will be considered unacceptable. Any joint having 2 or more dowel bars with bottom concrete cover less than 2.0 in. (50 mm) will also be considered unacceptable. An unacceptable joint shall be replaced with a minimum of 8 ft (1.8 m) of pavement according to Section 442 for Class B patches. (d.)Vertical Tilt or Horizontal Skew (Misalignment). vertical tilt or horizontal skew (misalignment) shall be defined as the difference in position of the dowel bar ends with respect to each other. Vertical tilt is measured in the vertical axis whereas horizontal skew is measured in the horizontal anis. Misalignment shall be measured in terms of a joint score. The joint score shall be defined as the degree of misalignment evaluated for a single transverse joint for each lane of pavement. The joint score shall be determined as follows: x_n Joint Score - (1+(Xn)lwi) i=1 where: Wi weighting factor (Table 1) for dowel 1 x number of dowels in a single joint n = number of dowels excluded from the joint score calculation due to measurement interference Single Dowel Misalignment -- The degree of misalignment applicable to a single dowel bar, calculated as: Single Dowel Misalignment = (Horizontal Skew)z + (Vertical Titt)z ................... Table 1. Weighting Factors in Joint Score Determination Single Dowel Bar Misalignment (SDM) W, Weighting Factor SDM:5 0.6 in.15 mm 0 0.6 in. 15 mm < SDM s 0.8 in. 20 mrr 2 0.8 in. 20 mm < SDM:5 1 in. 25 mm 4 1 in. 25 mm SDM 51.5 in. 38 mm 5 1.5 in. 38 mm < SDM 10 The quality control tolerance for vertical tilt or horizontal skew shall not exceed 0.6 in. (15 mm). if the tolerance is exceeded for either one, adjustments shall be made to the paving operation. Any joint having a dowel bar with a vertical tilt or horizontal skew greater than 1.5 in. (38 mm) shall be cut. If more than one dowel bar is required to be cut in the joint, the joint will be considered unacceptable and shall be replaced with a minimum of 6 ft (1.8 m) of pavement centered over the joint according to Section 442 for Class B patches. Single dowel bar misalignment shall be controlled to provide the joint scores shown in the following table. Number of Dowel Bars in the Joint Maximum Joint Score C5 4 �5buts 9 8 >9 12 A joint score greater than the specified maximum will be considered locked. Three consecutive joints with a score greater than the specified maximum total score will all be considered unacceptable. Three consecutive locked joints shall be corrected by selecting one joint and cutting a dowel bar. Preference shall be given to cutting a dowel bar within the middle 2.5 ft (0.8 m) of the pavement lane to avoid the wheelpaths. If none of the three locked joints will have a joint score less than or equal to the specified maximum after selecting one dowel bar to cut, one of the joints shall be replaced with a minimum of 8 ft (1.8 m) of pavement centered over the joint according to Section 442 for Class B patches. (e.) For unacceptable work, the Contractor may propose alternative repairs for consideration by the Engineer. 2. Testing of Dowel Bar Placement. The placement of the dowel bars shall be tested within 24 hours of paving with a calibrated MIT Scan -2 device according to "Use of Magnetic Tomography Technology to Evaluate Dowel Placement" (Publication No. FHVA-I F -o8-006) by the Federal Highway Administration. A trained operator shall perform the testing, and all testing shall be performed in the presence of the Engineer, The device shall be calibrated to the type and size dowel bar used in the work according to the manufacturer's instructions. Calibration documentation shall be provided to the Engineer prior to construction. The device shall be recalibrated and/or validate readings. as required by the Engineer. The device may be utilized as a process control and make necessary adjustments to ensure the dowel bars are placed in the correct location. (a.)Test Section. Prior to start of production paving, a test section consisting of 30 transverse joints shall be constructed. The test section may be performed on the actual pavement, but production paving shall not begin until an acceptable test section has been constructed. The test section will be considered acceptable when all of the following are met: 0.) 90 percent of the dowel bars meet the quality control tolerance for longitudinal, horizontal, or vertical translation (mislocation); (2.) 90 percent of the dowel bars meet the quality control tolerance for vertical tilt or horizontal skew deviation (misalignment); and (3.) none of the joints are considered unacceptable prior to a corrective measure for mislocation or misalignment. If the test section fails, another test section consisting of 30 joints shall be constructed. The test section requirement may be waived by the Engineer if the Contractor has constructed an acceptable test section and successfully used the DBI on a Department contract within the same calendar year. (b.) Production Paving. After the test section is approved, production paving may begin. The mislocation and misalignment of each dowel bar for the first ten joints constructed, and every tenth joint thereafter, shall be tested. If two consecutive days of paving result in 5 percent or more of the joints on each day being unacceptable prior to a corrective measure, production paving shall be discontinued and a new test section shall be constructed. If any joint is found to be unacceptable prior to a corrective measure, testing of additional joints on each side of the unacceptable joint shall be performed until acceptable joints are found. (c.) Test Report. Test reports shall be provided to the Engineer within two working days of completing each day's testing. The test report shall include the following. (11.) Contract number, placement date, county -route -section, direction of traffic, scan date, contractor, and name of individual performing the tests. (2.) Provide the standard report generated from the on -board printer of the imaging technology used for every dowel and joint measured. (3.)For every dowel measured, provide the joint identification number, lane number and station, dowel bar number or x -location, direction of testing and reference joint location/edge location, longitudinal translation, horizontal translation, vertical translation, vertical tilt, and horizontal skew. (4.) Identify each dowel bar with a maximum longitudinal, horizontal, or vertical translation that has been exceeded. Identify each dowel bar with a maximum vertical tilt or horizontal skew deviation that has been exceeded. (5.)Joint Score Details: Provide the joint identification number, lane number, station, and calculated joint score for each joint. I (6.) Locked Joint Identification: Identify each joint where the maximum joint score is exceeded. (d.) Exclusions. Exclude the following from dowel bar mislocation and misalignment measurements. (1 .)Transverse construction joints (headers). (2.) Dowel bars within 2.4 in. (010 mm) of metallic manholes, inlets, metallic castings, or other nearby or underlying steel reinforced objects. (3.)The outside dowel bar when tie bars are installed with mechanical equipment in fresh concrete. For tie bar installations involving preformed or drilled holes, installation of the tie bar shall be performed after testing with the MIT Scan -2 device. K) Joints located directly under high voltage power lines. (5.) Subject to the approval of the Engineer, any other contributors to magnetic interference. (e.) Deficiency Deduction. when the Contractor has cut 25 dowel bars to correct unacceptable joints, the Contractor shall be liable and shall pay to the Department a deficiency deduction of $500.00 for the cost of the bars. Thereafter, an additional deficiency deduction of $20.00 for each additional bar cut will be assessed." Add the following to Section 1103 of the Standard Specifications. A 103.20 Mechanical Dowel Bar Inserter. The mechanical dowel bar inserter (DBI) shall be self-contained and supported on the formless paver with the ability to move separately from the paver. The DBI shall be equipped with insertion forks along with any other devices necessary for finishing the concrete the full width of the pavement. The insertion forks shall have the ability to vibrate at a minimum frequency of 3000 VPM." EQUIPMENT PARKING AND STORAGE (BDE) Effective: November 1, 2017 Replace the first paragraph of Article 701.11 of the Standard Specifications with the following. "701.11 Equipment Parking and Storage. During working hours, all vehicles and/or nonoperating equipment which are parked, two hours or less, shall be parked at least 8 ft (2.5 m) from the open traffic lane. For other periods of time during working and for all nonworking hours, all vehicles, materials, and equipment shall be parked or stored as follows. (a) 'IJ!lhen the project has adequate right -of -gray, vehicles, materials, and equipment shall be located a minimum of 00 ft (9 m) from the pavement. (b) When adequate right-of-way does not exist, vehicles, materials, and equipment shall be located a minimum of 15 ft (4.5 m) from the edge of any pavement open to traffic. (c) Behind temporary concrete barrier, vehicles, materials, and equipment shall be located a minimum of 24 in. (600 mm) behind free standing barrier or a minimum of 6 in. (150 nm) behind barrier that is either pinned or restrained according to ,Article 704.04. The 24 in. or 6 in. measurement shall be from the base of the non --traffic side of the barrier. (d) Behind other man-made or natural barriers meeting the approval of the Engineer." HOT -MIX ASPHALT —BINDER AND SURFACE COURSE (BDE) Effective: July 2, 2019 Revised., November 1, 2019 Descri t . This work shall consist of constructing a hot -mix asphalt (HMA) binder and/or Surface course on a prepared base. Work shall be according to Sections 405 and 1030 of the Standard Specifications, except as modified herein. Materials. Add the following after the second paragraph of Article 1003.03(c): "For mixture I L-9.5FG, at least 67 percent of the required fine aggregate fraction shall consist of either stone sand, slag sand, steel slag sand, or combinations thereof meeting FA 20 gradation." Revise Article 1004.03(c) to read: "(c} Gradation. The coarse aggregate gradations shall be as listed in the following table. Use Size/Application Gradation No. Class A-1, A-21 & A-3 318 in. (10 mm) Seal CA 15 or CA 20 Class A-1 112 in. (13 mm) Seal CA 15 Class A-2 & A-3 Cover Coat CA 14 IL -19.0 CA 11' SMA 12.521 CA 13, CA 14, or CA 15 SMA 9.52/ CA 13 or CA 15 31 HMA High ESAL IL -9.5 CA 15 I L-9.5FG CA 15 HMA Low ESAL IL-1 9` oL CA 11 �t IL -9.5L CA 16 1/ CA 16 or CA 13 may be blended with the CA 11 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/ The specified coarse aggregate gradations may be blended." HMA Nomenclature. Revise the "High ESAL' portion of the table in Article 1030.01 to read: "High ESAL Binder Courses IL -19.01 IL -9.5, I L-9.5FG, IL -4.75, SMA 1 2.5, SMA 9.5 Surface Courses IL -9.5, IL-9.5FG, SMA 12.5, SMA 9.5" Mixture Doig. Revise the table in Article 1030.04(a)(1 ) and add SMA 9.5 and IL--9.5FG mixture compositions as follows: Sieve Size "HIGH ESAL, MIXTURE SMA 12.55/ . . . . . .. . ......... .................... COMPOSITION (% PASSING) SMA 9.551 . .. ................ . - I L-9.5 FG min. max. rain. max. min, max. 1 in. (25_ mm 314 in. (19 mm)100 100 112 in. 12.5 mm 90 99 95 104 100 318 in. 9.5 mm 50 85 79 95 90 100 #4 4.75 mm 20 49 30 50 50 75 #8 2.35 mm)18 244/20 39 45 80 #16 (1.18 m m 21 25 49 #30 (600 --Am) 18 15 30 #54 (300 rr 15 8 15 #100 (150 m 5 10 #200 8.Q 11.9 31 $.� 'I1.o 3! 4.0 5.5 75 nn #835 . . ................ (20 m 3.o s3.o Ratio of Dust/Asphalt 1.0 Binder 11 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/ When establishing the adjusted job mix formula (AJMF) the percent passing the #8 (2.36 mm) sieve shall not be adjusted above 24 percent. 5/ When the bulk specific gravity (Gsb) of the component aggregates -vary by more than 0.2, the blend gradations shall be based on volumetric percentage." Revise the table in Article 1030.04(b)(1) to read; "VOLUMETRIC REQUIREMENTS, High ESAL 11 Maximum draindown for IL -4.75 shall be 0.3 percent. 21 VFA for IL -4.75 shall be 75-83 percent. 3i VFA for I L-9.5FG shall be 85-78 percent." Revise the table in Article 1030.04(b)(3) to read: "VOLUMETRIC REQUIREMENTS, SMA 12.5 1/ and SMA 9.5� Voids in the Mineral Aggregate Voids Filled with Ndesign WMA), °�° minimum Asphalt Binder p IL -19.0 IL -9.5 L-9.5 I L-4.75 Mineral (VFA)3%' I L-9.5FG A re(million) Aggregate Asphalt 50 13.5 15.0 18.5 65-782J 70 50 65-75 3! 90 11 Maximum draindown for IL -4.75 shall be 0.3 percent. 21 VFA for IL -4.75 shall be 75-83 percent. 3i VFA for I L-9.5FG shall be 85-78 percent." Revise the table in Article 1030.04(b)(3) to read: "VOLUMETRIC REQUIREMENTS, SMA 12.5 1/ and SMA 9.5� Desi n Voids in the Voids ESALs Ndesign Air Voids Mineral Filled with Target, °/0 g A re(million) Aggregate Asphalt . ........... VMA)1% min. (VFA), % 10 50 4.0 15.0 75-80 > 10 80 4.0 17.0 75-80 1/ Maximum draindown shall be 0.3 percent." Quality Control/Quality Assurance (QCIQA). Revise the third paragraph of Article 1030.05(d)(3) to read: If the Contractor and Eng ineer ag ree the n uclear density test method is not appropriate for the mixture, cores shall be taken at random locations determined according to the QC/QA document "Determination of Randoms Density Test Site Locations". Core densities shall be determined using the Illinois Modified AASHTC T 150 or T 275 procedure." Add the following paragraphs to the end of Article 1030.05(d)(3); "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 1 oft (3 m) apart longitudinally along the unconfined pavement edge and centered at the random density test location. When a longitudinal joint sealant (LJS) is applied, longitudinal joint density testing will not be required on the joint(s) sealed." Revise the second table in Article 1030.05(d)(4) and its notes to read.- "DENSITY ead: "DENSITY CONTROL LIMITS Mixture Composition p parameter Individual Test includes confined edges) Unconfined Edge Joint Density, minimum IL -4.75 Ndesign = 50 93.0 -- 97.4 % 91.0% I L-9.5FC Ndesign = 50 - 90 93.0-97.4% 91.0% L--9.5 IL -9.53 IL -9.5L, Ndesign = 90 Ndesign < 90 92.0-96.0% 92.5-97.4% 90.0% 90.0% IL -19.0 Ndesign = 90 93.0-96.0% 90.0% IL -19.01 IL -19.0L Ndesign < 90 93.02/-97.4% 90.0% SMA Ndesign = 50 or 80 93.5 -97.4 % 91.0% 1/ Density shall be determined by cores or by correlated, approved thin lift nuclear gauge. 21 92.0 % when placed as first lift on an unimproved subgrade." Eg U i P me nt. Add the following to Article 1101.01 of the Standard Specifications: "N Oscillatory Roller. The oscillatory roller shall be self-propelled and provide a smooth operation when starting, stopping, or reversing directions. The oscillatory roller shall be able to operate in a mode that will provide tangential impact force with or without vertical impact force by using at least one drum. The oscillatory roller shall be equipped with water tanks and sprinkling devices, or other approved methods, which shall be used to wet the drums to prevent material pickup. The drum(s) amplitude and frequency of the tangential and vertical impact force shall be approximately the same in each direction and meet the following requirements: (1) The minimum diameter of the drum(s) shall be 42 in. (1070 mm); (2) The minimum length of the drum(s) shall be 57 in. (1480 mm); (3) The minimum unit static force on the drum(s) shall be 125 Ib/in. (22 N/m); and (4) The minimum force on the oscillatory drum shall be 18,000 Ib (80 kN)." . CONSTRUCTION REQUIREMENTS Add the following to Article 405.03 of the Standard Specifications: OscillatoryRoller .. ....'!0 40.•.$........i...•y.'.s....,...►lv��.l.'1'..■ki..vi,p■.•9Ris y.iy Yii ..a6 •.ria. 110 1 .0 1 Revise the third paragraph of Article 405.05(a) to read. - "All depressions of 1 in. (25 nim) or more in the surface of the existing pavement shall be filled with binder. At locations where heavy disintegration and deep spalling exists, the area shall be cleaned of all loose and unsound material, tacked, and filled with binder (hand method) ." Revise Article 400.05(c) to read, "(c) Binder (Nand Method). Binder placed other than with a finishing machine will be designated as binder (hand method) and shall be compacted with a roller to the satisfaction of the Engineer. Nand tamping will be permitted when approved by the Engineer." Revise the special conditions for mixture IL -4.75 in Article 406.06(b)(2)e. to read: "e. The mixture shall be overlaid within 5 days of being placed." Revise Article 406.06(d) to read: "(d) Lift Thickness. The minimum compacted lift thickness for HMA binder and surface courses shall be as follows. MINIMUM COMPACTED LIFT THICKNESS Mixture Composition Thickness, in. (mm) (L-4.75 3/4 (19) -over HMA surfaces " 1 (25) -over PCC surfaces' JL-9.5FG 1 1/4(32) L-9.51 IL -9.5L 1 1/2(38) SMA 9.5 1 1/2(38) SMA 12.5 2 (51) IL -19.01 IL-19.OL 21/4 (57) 11 The maximum compacted lift thickness for mixture IL -4.75 shall be 1 114 in. (32 mm), 13 Revise Table 1 and Note 31 of Table 1 in Article 405.07(a) of the Standard Specifications to read: "TABLE 1 - MINIMUM ROLLER REQUIREMENTS FOR HMA Breakdown Roller Intermediate Final Roller Density (one of the Roller (one or more of Requirement following) the following) Binder and Surface " VD, P 31, TB, 3W2 P 3', OT, OB Vs, TB, TF, OT As specified- in OT, OB Articles: 1030.05(d)(3), (d)(4), and d) (7. IL -4.75 and SMA 415/ TB, 3WI OT .... TF, 3W, OT Bridge Decks 2/ TB ... TF As specified in Articles 582.05 and 582.05. 31 A Vibratory roller (VQ) or oscillatory roller (OTor OB) may be used in lieu of the pneumatic -tired roller on mixtures containing polymer modified asphalt binder." Add the following to EQUIPMENT DEFINITION in Article 405.07(a) contained in the Errata of the Supplemental Specifications: "O- -Oscillatory roller, tangential impact mode. Maximum speed is 3.0 mph (4.8 km/h) or 284 ft/min (80 m/min). ve - Oscillatory roller, tangential and vertical impact mode, operated at a speed to produce not less than 10 vertical impacts/ft (30 impactslm)." Basil of Pa�`m ent. Replace the second through the fifth paragraphs of Article 406.14 with the following: "HMA binder and surface courses will be paid for at the contract unit price per ton (metric ton) for MIXTURE FOR CRACKS, JOINTS, AND FLANCEWAYS; HOT -MIX ASPHALT BINDER COURSE (HAND METHOD), of the Ndesign specified; HOT -MIX ASPHALT BINDER COURSE, of the mixture composition and Ndesign specified; HOT -MIX ASPHALT SURFACE COURSE, of the mixture composition, friction aggregate, and Ndesign specified; POLYMERIZED HOT -MIX ASPHALT BINDER COURSE (HAND METHOD), of the Ndesign specified; POLYMERIZED HOT - MIX ASPHALT BINDER COURSE, of the mixture composition and Ndesign specified; POLYMERIZED HOT -MIX ASPHALT SURFACE COURSE, of the mixture composition, friction aggregate, and Ndesign specified= POLYMERIZED HOT -MIX ASPHALT BINDER COURSE, STONE MATRIX ASPHALT, of the mixture composition and Ndesign specified; POLYMERIZED HOT -MIX ASPHALT SURFACE COURSE, STONE MATRIX ASPHALT, of the mixture composition, friction aggregate, and Ndesign specified." 80416 HOT-MIX ASPHALT LONGITUDINAL JOINT SEALANT (BDE) Effective: August 1, 2018 Revised: November 1, 2019 Add the following to Article 405.02 of the Standard Specifications. "(d) Longitudinal Joint Sealant (LJS) ....■..a..F...i..l....•.iF t. R.•. i*. v i.... * t. i 1. Y... 01*I* P. 4...6*.■4 V . . 6 * 4 4 * b a4 10321 1 Add the following to Article 400.03 of the Standard Specifications. "(k) Longitudinal Joint Sealant (LJS) Pressure Distributor (Note 2) (1) Longitudinal Joint Sealant (LJS) Melter Kettle (Note 3) Note 2. when a pressure distributor is used to apply the LJS, the distributor shall be equipped with a heating and recirculating system along with a functioning auger agitating system or vertical shaft mixer in the hauling tank to prevent localized overheating. The distributor shall be equipped with a guide or laser system to aid in proper placement of the LJS application. Note 3. When a melter kettle is used to transport and apply the LJS, the melter kettle shall be an oil jacketed double -boiler with agitating and recirculating systems. Material from the kettle may be dispensed through a pressure feed wand with an applicator shoe or through a pressure feed wand into a hand -operated thermal push cart." Revise Article 406.06(8)(2) of the Standard Specifications to read.- "(2) ead: "(2) Longitudinal Joints. Unless prohibited by stage construction, any HMA lift shall be complete before construction of the subsequent lift. The longitudinal joint in all lifts shall be at the centerline of the pavement if the roadway comprises two lanes in width, or at lane width if the roadway is more than two lanes in width. When stage construction prohibits the total completion of a particular lift, the longitudinal joint in one lift shall be offset from the longitudinal joint in the preceding lift by not less than 3 in. (?5 mm). The longitudinal joint in the surface course shall be at the centerline of the pavement if the roadway comprises two lanes in width, or at lane width if the roadway is more than two lanes in width. A notched wedge longitudinal joint shall be used between successive passes of HMA binder course that has a difference in elevation of greater than 2 in. (50 mm) between lanes on pavement that is open to traffic. The notched wedge longitudinal joint shall consist of a 1 to 1 1/2 in. (25 to 38 mm) vertical notch at the lane line, a 9 to 12 in. (230 to 300 mm) wide uniform taper sloped toward and extending into the open lane, and a second 1 to 1 1/2 in. (25 to 38 mm) vertical notch at the outside edge. The notched wedge longitudinal joint shall be formed by the strike off device on the paver. The wedge shall then be compacted by the joint roller. Tack coat shall be applied to the entire surface of the notched wedge joint immediately prior to placing the adjacent lift of binder. The material shall be uniformly applied at a rate of 0.05 to 0.1 gal/sq yd (0.2 to 0.5 Usq m) . When the use of longitudinal joint sealant (LJS) is specified, the surface to which the US is applied shall be thoroughly cleaned and dry. The US may be placed before or after the tack coat. When placed after the tack coat, the tack shall be fully cured prior to placement of the US. The US shall be applied in a single pass with a pressure distributor, melter kettle, or hand applied frons a roll. At the time of installation, the pavement surface temperature and the ambient temperature shall be a minimum of 40 OF (4 °C) and rising. The US shall be applied at a width of 18 in. (450 mm) ± 1 112 in. (38 mm) and centered ± 2 in. (± 50 mm) under the joint of the next HMA lift to be constructed. If the US flows more than 2 in. (50 mm) from the initial placement width, US placement shall stop and remedial action shall be taken. When starting another run of US placement, suitable release paper shall be placed over the previous application of US to prevent doubling up of thickness of US. The application rate of US shall be according to the following. US Application Table Coarse Graded Overlay Thickness 'application Rate " Fine Graded SIL -19.0, 11--19.01-, IL -9.5, Application Rate" SMA Mixtures 112' in. (mm) IL -9.5L, IL -4.75)k lb/ft (kg/m) lb/ft (kg/m) 3/4 19 0.88(l.31) 1 (?-51 1.15 1.71 1 114 32 1.31 1.95 0.88 1.31 1 1/2(38) 1.47 (2.19) 0.95(l.42) 1.26 (1.88) 1 314 (44) 1.63 (2.43) 1.03(l.54) '1.38 (2.06) 2-(50) 1.80 (2.68) 1.11 (1.65) 1.51 (2.25) L> 2 1/4 (60) 1.96(2-92) T- 1/ The application rate has a surface demand for liquid included within it. The thickness of the US may taper from the center of the application to a lesser thickness on the edge of the application, provided the correct width and application rate are maintained, 2/ If the joint is between SMA and either Coarse Graded or Fine Graded, the SMA rate shall be used. The. Contractor shall furnish to the Engineer a bill of lading for each tanker supplying material to the project. The application rate of LJS shall be verified within the first 1000 ft (300 m) of the day's placement and every 12,000 ft (3600 m) thereafter. A suitable paper or pan shall be placed at a random location in the path of the LJS. After application of the LJS, the paper or pan shall be picked up, weighed, and the application rate calculated. The tolerance between the application rate shown in the LJS Application Table and the calculated rate shall be ± 10 percent. The LJS shall be replaced in the area where the sample was taken. A 1 qt (1 Q sample shall be taken from the pressure distributor or melting kettle at the jobsite once for each contract and sent to the Central Bureau of Materials. The LJS shall be suitable for construction traffic to drive on without pickup or tracking of the LJS within 30 minutes of placement. If pickup or tracking occurs, LJS placement shall stop and damaged areas shall be repaired. Prior to paving, the Contractor shall ensure the paver end plate and grade control device is adequately raised above the finished height of the LJS. The LJS shall not flush to the final surface of the HMA pavement." Add the following paragraph after the second paragraph of Article 400.13(b) of the Standard Specifications. "Application of longitudinal joint sealant (LJS) will be measured for payment in place in feet ,(meters)." Add the following paragraph after the first paragraph of Article 400.14 of the Standard Specifications. "Longitudinal joint sealant will be paid for at the contract unit price per foot (meter) for LONGITUDINAL JOINT SEALANT." Add the following to Section 1032 of the Standard Specifications. "1032.12 Longitudinal Joint Sealant (LJS). Longitudinal joint sealant (LJS) will be accepted according to the current Bureau of Materials and Physical research Policy Memorandum, "Performance Graded Asphalt Binder Acceptance Procedure" with the following exceptions: Article 3.1.9 and 3.4.1.4 of the policy memorandum will be excluded. The bituminous material used for the LJS shall be according to the following table. Elastomers shall be added to a base asphalt and shall be either a styrene -butadiene diblock or triblock copolymer without oil extension, or a styrene -butadiene rubber. Air blown asphalts acid modification, or other modifiers will not be allowed. LJS in the form of pre -formed rollout banding may also be used. Test Dynamic shear @ 88°C unaged), G*/sin 6, kPa Test Requirement . 1.00 ren. Test Method AASHTO T 315 Creep stiffness c@ -18°C (unaged), 300 max. Stiffness (S), M Pa AAS HTO T 313 m -value 0.300 rain. Ash, % 1.0-4.0 AASHTG T 111 Elastic Recovery, 100 mm elongation, cut immediately, 70 min. ASTM D X084 25°C, %(Procedure A) Separation of Polymer, ITP Separation of Difference in °C of the softening point 3 max. Polymer from rin and ball Asphalt Binder13 80398 MANHOLES, VALVE VAULTS, AND FLAT SLAB TOPS (BDE) Effective: January 1, 2018 Revised: March 1, 2019 Descri„pior1 In addition to those manufactured according to the current standards included in this contract, manholes, valve vaults, and flat slab tops manufactured prior to March 1, 2419 according to the previous Highway Standards listed below will be accepted on this contract: Product Previous Standards Precast Manhole Type A, 4'(1.22 m) Diameter 602401-05 602401-04 602401-03 Precast Manhole Type A, 5'(1.52 m) Diameter 602402-01 602402 602401-03 Precast Manhole Type A, 6' (1.83 m) Diameter 602406-09 602406-08 602406-07 Precast Manhole Type A, 7'(2.13 m) Diameter 602411-07 602411-06 602411-05 Precast Manhole Type A, 8'(2.44 m) Diameter 602416-07 602416-06 602416-05 Precast Manhole Type A, 9'(2.74 m) Diameter 602421-07 602421-06 602421-05 Precast Manhole Type A, 10' (3.05 m) Diameter 602426-01 602426 Precast Valve Vault Type A, 4' (1.22 m) Diameter 602501-04 602501-03 602501-02 Precast Valve Vault Type A, 5' (1.52 m) Diameter 602506-01 602506 602501-02 Precast Reinforced Concrete Flat Slab Top 602601-05 602601-04 The following revisions to the Standard Specifications shall apply to manholes, valve vaults, and flat slab tops manufactured according to the current standards included in this contract: Revise Article 602.02(g) of the Standard Specifications to read: (g) Structural Steel (Note 4) ........ .6*i4.0WA.*..4.....1a.4.1.{.*�6...s..rci1006.04 Note 4. All components of the manhole joint splice shall be galvanized according to the requirements of AASHTO M 111 or M 232 as applicable.” Add the following to Article 602.02 of the Standard Specifications: "(s) Anchor Bolts and Rods (Note . w arr.r.....r..it....w pr . s...1006.09 Note 5. The threaded rods for the manhole joint splice shall be according to the requirements of ASTM F 1554, Grade 55, (Grade 380)." Revise the second paragraph of Article 1042.10 of the Standard Specifications to read: "Catch basin Types A, B, C, and D; Manhole Type A; Inlet Types A and B; Drainage Structures Types 1, 21 31 41 5, and 6; Valve Vault Type A; and reinforced concrete flat slab top (Highway Standard 602601) shall be manufactured according to AASHTO M 199 (M 199M), except as shown on the plans. Additionally, catch basins, inlets, and drainage structures shall have a minimum concrete compressive strength of 4500 psi (31,000 kPa) at 28 days and manholes, valve vaults, and reinforced concrete flat slab taps shall have a minimum concrete compressive strength of 5000 psi (34,500 kPa) at 28 days.' 80393 RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES (13DE) Effective: November 1, 2012 Revised: duly 2, 2019 Revise Section 1931 of the Standard Specifications to read: "SECTION 1031. RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES 1031.0'1 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 318 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. 37.5 mm SMA 12.5 1 in. 25.0 mm IL -9.5, IL-9.5FC, SMA 9.5 3/4 in. 19.0 mm IL -4.75 1/2_ in. (12.5 m!T!)_ (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 1, 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. (15 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. RAPIFRAP and RAS testing shall be according to the followingA, (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 RAPIFRAP 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. fib} 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:5 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/ Con lomerate 1 in. 25 mm 1/2 in. (12.5 mm) ±8% No. 4 (4.75 mm) ± V % No. 8(2.35mm) ±5©fa No. 1 1.18 mm No. 30 (500 pm) ± 5 % No. 200 (75.pm) ±2.0% Asphalt Binder ± 0.4 oda �f Gmm ± 0.03 11 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 RAPIFRAP 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 2.35 mm ± 5 % No. 15 1.1$ mm ± 5 % No. 30 500 m ± 4 % No. 200 (75rr +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 RAPIFRAP. (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 154 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. 1031.05 Use of RAPIFRAP and/or RAs in HI IA. 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. Homogeneous RAP stockpiles containing steel slag will be approved for use in all HMA (High ESAL and Low ESAL) Surface and Binder Mixture applications. (3) Use in HMA Surface Mixtures (High and Low ESAL). RAP/FRAP stockpiles for use in HMA surface mixtures (High and Lova 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' z RAP/RAS Maximum ABR % Ndesign Binder Surface Polymer Modified Binder or Surface 30 30 3010 50 25 15 10 70 15 110 10 90 10 10 10 11 For Low BSAL HMA shoulder and stabilized subbase, the RAP/RAS ABR shall not exceed 50 percent of the mixture. 21 When RAP/RAS ABR exceeds 28 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 5422 to be reduced to a PG 58-28). If warm mix asphalt (VVIVIA) technology is utilized and production temperatures do not exceed 275 °F (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. 25 percent RAP/RAS ABR would require a virgin asphalt binder grade of PG 54-22 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 112' FRAPIRAS Maximum ABR % Binder Surface Polymer Modified Ndesign Binder or Surface w/o 11 -FIT with I -FIT w/o I -FIT with I -FIT w/o 1 -FIT with I -FIT 30 50 55 40 45 10 15 50 40 45 35 40 10 15 70 40 45 30 35 10 15 90 40 45 30 35 10 15 SMA - - 20 25 IL -4.75 30 35 11 For Low BSAL HMA shoulder and stabilized subbase, the FRAP/RAS ABR shall not exceed 50 percent of the mixture. 2I 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 84-22 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 law virgin asphalt binder grades shall each be reduced by one grade when FRAP/RAS ABR exceeds 25 percent (i.e. 25 percent ABR would require a virgin asphalt binder grade of PG 84-22 to be reduced to a PG 58-28). 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) RAPIFRAP and/or RAS. RAPIFRAP 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 RAPIFRAP and/or RAS stockpile and HMA mix design, and meets all of the requirements herein, the additional RAPIFRAP 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 (Grb) 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 RAPIFRAP control tolerances or QC/QA test results require corrective action, the Contractor shall cease production of the mixture containing RAPIFRAP 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 flog 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/RAP/RAS weight to the nearest pound (kilogram). f. virgin asphalt binder weight to the nearest pound (kilogram). g. Residual asphalt binder in the RAP/ERAPIRAS 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 S 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 1 112 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. H 80306 REMOVAL AND DISPOSAL OF REGULATED SUBSTANCES (BDE) Effective: January 1, 2010 Revised: January 1, 2020 Revise Section 669 of the Standard Specifications to read; "SECTION 699. REMOVAL AND DISPOSAL OF REGULATED SUBSTANCES. 999.01 Description. This work shall consist of the transportation and proper disposal of regulated substances. This work shall also consist of the removal, transportation, and proper disposal of underground storage tanks (UST), their contents and associated underground piping to the point where the piping is above the ground, including determining the content types and estimated quantities. 669.02 Equipment. The Contractor shall notify the Engineer of the delivery of all excavation, storage, and transportation equipment to a work area location. The equipment shall comply with OSHA and American Petroleum Institute (API) guidelines and shall be furnished in a clean condition. Clean condition means the equipment does not contain any residual material classified as a non -special waste, non -hazardous special waste, or hazardous waste. Residual materials include, but are not limited to, petroleum products, chemical products, sludges, or any other material present in or on equipment. Before beginning any associated soil or groundwater management activity, the Contractor shall provide the Engineer with the opportunity to visually inspect and approve the equipment. If the equipment contains any contaminated residual material, decontamination shall be performed on the equipment as appropriate to the regulated substance and degree of contamination present according to OSHA and API guidelines. All cleaning fluids used shall be treated as the contaminant unless laboratory testing proves otherwise. 669.03 Pre -Construction submittals and Qualifications. Prior to beginning this work, or working in areas with regulated substances, the Contractor shall submit a "Regulated Substances Pre -Construction Plan (RSPCP)" to the Engineer for review and approval using form BDE 2730. The form shall be signed by an Illinois licensed Professional Engineer or Professional Geologist. As part of the RSPCP, the Contractor(s) or firm(s) performing the work shall meet the .following qualifications. (a) Regulated Substances Monitoring. Qualification for environmental observation and field screening of regulated substances work and environmental observation of UST removal shall require either pre -qualification in Hazardous waste by the Department or demonstration of acceptable project experience in remediation and operations for contaminated sites in accordance with applicable Federal, State, or local regulatory requirements using BDE 2730. Qualification for each individual performing regulated substances monitoring shall require a minimum of one-year of experience in similar activities as those required for the project. (b) Underground Storage Tank Removal. Qualification for underground storage tank (UST) removal work shall require licensing and certification with the Office of the State Fire Marshall (0SFM) and possession of all permits required to perform the work. A copy of the permit shall be provided to the Engineer prior to tank removal. The qualified Contractor(s) or firm(s) shall also document it does not have any current or former ties with any of the properties contained within, adjoining, or potentially affecting the work. The Engineer will require up to 21 calendar days for review of the RSPCP. The review may involve rejection or revision and resubmittal; in which case, an additional 21 days will be required for each subsequent review. Work shall not commence until the RSPCP has been approved by the Engineer. After approval, the RSPCP shall be revised as necessary to reflect changed conditions in the field and documented using BDE 2730A "Regulated Substances Pre - Construction Plan (RSPCP) Addendum" and submitted to the Engineer for approval. CONSTRUCTION REQUIREMENTS 669.04 Regulated Substances Monitoring. Regulated substances monitoring includes environmental observation and field screening during regulated substances management activities at the contract specific work areas. As part of the regulated substances monitoring, the monitoring personnel shall perform and document the applicable duties listed on form BDE 2732 "Regulated Substances Monitoring Daily Record (RSMDR)". (a) Environmental observation. Prior to beginning excavation, the' Contractor shall mark the limits of the contract specific work areas. Once work begins, the monitoring personnel shall be present on-site continuously during the excavation and loading of material. (b) Field Screening. Field screening shall be performed during the excavation and loading of material from the contract specific work areas, except for material classified according to Article 669.05(b)(1) or 669.05(c) where field screening is not required. Field screening shall be performed with either a pl otoionization detector (PID) (minimum 10.6eV lamp) or a flame ionization detector (FID), and other equipment as appropriate, to monitor for potential contaminants associated with regulated substances. The PID or FID shall be calibrated on-site, and background level readings taken and recorded daily, and as field and weather conditions change. Field screen readings on the PID or FID in excess of background levels indicates the potential presence of regulated substances requiring handling as a non -special waste, special waste, or hazardous waste. PID or FID readings may be used as the basis of Increasing the limits of removal with the approval of the Engineer but shall in no case be used to decrease the limits. 569.05 Regulated substances Management and Disposal. The management and disposal of soil and/or groundwater containing regulated substances shall be according to the following: (a) Soil Analytical Results Exceed Most Stringent MAC. When the soil analytical results indicate detected levels exceed the most stringent maximum allowable concentration (MAC) for chemical constituents in soil established pursuant to Subpart F of 35 Ill. Adm. Code 1100.605, the soil shall be managed as follows: (1) When analytical results indicate inorganic chemical constituents exceed the most stringent MAC, but still considered within area background levels by the Engineer, the excavated soil can be utilized within the right-of-way as embankment or fill, when suitable. If the soils cannot be utilized within the right-of-way, they shall be managed and disposed of at a landfill as a non -special waste. (2) When analytical results indicate inorganic chemical constituents exceed the most stringent MAC but do not exceed the MAC for a Metropolitan statistical Area (MSA) County identified in 35 Ill. Admin. Code 742 Appendix A. Table C, the excavated soil can be utilized within the right-of-way as embankment or fill, when suitable, or managed and disposed of ata clean construction and demolition debris (CCDD) facility or an uncontaminated soil fill operation (USFC) within an MSA County provided the pH of the soil is within the range of 5.25 - 9.0, inclusive. (3) When analytical results indicate chemical constituents exceed the most stringent MAC but do not exceed the MAC for an MSA County excluding Chicago, or the MAC within the Chicago corporate limits, the excavated soil can be utilized within the right-of-way as embankment or fill, when suitable, or managed and disposed of off-site at a CCDD facility or an USFO within an MSA County excluding Chicago or within the Chicago corporate limits provided the pH of the soil is within the range of 6.25 - 9.0, inclusive. (4) When analytical results indicate chemical constituents exceed the most stringent MAC but do not exceed the MAC for an MSA County excluding Chicago, the excavated soil can be utilized within the right-of-way as embankment or fill, when suitable, or managed and disposed of off-site at a CCDD facility or an USFC within an MSA County excluding Chicago provided the pH of the soil is within the range of 5.25 - 9.01 inclusive. (5) When the Engineer determines soil cannot be managed according to Articles 669.05(a)(1) through. (a)(4) above and the materials do not contain special waste or hazardous waste, as determined by the Engineer, the soil shall be managed and disposed of at a landfill as anon -special waste. (6) When analytical results indicate soil is hazardous by characteristic or listing pursuant to 35 III. Admin. code 721, contains radiological constituents, or the Engineer otherwise determines the soil cannot be managed according to Articles 559.05(a)(1) through (a)(5) above, the soil shall be managed and disposed of off-site as a special waste or hazardous waste as applicable. (b) Soli Analytical Results Do Not Exceed Most Stringent MAC. When the soil analytical results indicate that detected levels do not exceed the most stringent MAC, the excavated soil can be utilized within the right-of-way as embankment or fill, when suitable, or managed and disposed of off-site according to Article 202.03. However, the excavated soil cannot be taken to a CCDD facility or an USFC for any of the following reasons. (1) The pH of the soil is less than 6.25 or greater than 9.0. (2) The soil exhibited PID or FID readings in excess of background levels (c) Soil Analytical Results Exceed Most Stringent MAC but Do Not Exceed Tiered Approach to Corrective Action Objectives (TACO) Residential. When - the soil analytical results indicate that detected levels exceed the most stringent MAC but do not exceed TACO Tier 1 Soil Remediation Objectives for Residential Properties pursuant to 35 III. Admin. Code 742 Appendix B Table A, the excavated soil can be utilized within the right-of-way as embankment or fill, when suitable, or managed and disposed of off-site according to Article 202.03. However, the excavated soil cannot be taken to a CCDD facility or an USFC. (d) Groundwater. When groundwater analytical results indicate the detected levels are above Appendix B, Table E of 35 ill. Admin. Code 742, the most stringent Tier 1 Groundwater Remediation Objectives for Groundwater Component of the Groundwater Ingestion Route for Class 1 groundwater, the groundwater shall be managed off-site as a special waste or hazardous waste as applicable. Special waste groundwater shall be containerized and trucked to an off-site treatment facility, or may be discharged to a sanitary sewer or combined sewer when permitted by the local sewer authority. Groundwater discharged to a sanitary sewer or combined sewer shall be pre-treated to remove particulates and measured with a calibrated flow meter to comply with applicable discharge limits. A copy of the permit shall be provided to the Engineer prior to discharging groundwater to the sanitary sewer or combined sewer. Groundwater encountered within trenches may be managed within the trench and allowed to infiltrate back into the ground. If the groundwater cannot be managed within the trench, it may be discharged to a sanitary sewer or combined sewer when permitted by the local sewer authority, or it shall be containerized and trucked to an off-site treatment facility as a special waste or hazardous waste. The Contractor is prohibited from discharging groundwater within the trench through a storm sewer. The Contractor shall install backfill plugs within the area of groundwater contamination. One backfill plug shall be placed down gradient to the area of groundwater contamination. Backfill plugs shall be installed at intervals not to exceed 50 ft (15 m). Backfill plugs are to be 4 ft {1.2 nn} long, measured parallel to the trench, full trench width and depth. Backfill plugs shall not have any fine aggregate bedding or backfill, but shall be entirely cohesive soil or any class of concrete. The Contractor shall provide test data that the material has a permeability of less than 10-7 cm/sec according to ASTM D 5084, Method A or per another test method approved by the Engineer. The Contractor shall use due care when transferring contaminated material from the area of origin to the transporter. Should releases of contaminated material to the environment occur (i.e., spillage onto the ground, etc.), the Contractor shall clean-up spilled material and place in the appropriate storage containers as previously specified. Clean-up shall include, but not be limited to, sampling beneath the material staging area to determine complete removal of the spilled material, The Contractor shall provide engineered barriers, when required, and shall include materials sufficient to completely line excavation surfaces, including sloped surfaces, bottoms, and sidewall faces, within the areas designated for protection. The Contractor shall obtain all documentation including any permits and/or licenses required to transport the material containing regulated substances to the disposal facility. The Contractor shall coordinate with the Engineer on the completion of all documentation. 'The Contractor shall make all arrangements for collection and analysis of landfill acceptance testing. The Contractor shall coordinate waste disposal approvals with the disposal facility. The Contractor shall provide the Engineer with all transport -related documentation within two days of transport or receipt of said documents). For management of special or hazardous waste, the Contractor shall provide the Engineer with documentation that the Contractor is operating with a valid Illinois special waste transporter permit at least two weeks before transporting the first load of contaminated material. Transportation and disposal of material classified according to Article 669.05(a)(5) or 669.05(a)(6) shall be completed each day so that none of the material remains on-site by the close of business, except when temporary staging has been approved. Any waste generated as a special or hazardous waste from a non -fixed facility shall be manifested off-site using the Department's county generator number provided by the Bureau of Design and Environment. An authorized representative of the Department shall sign all manifests for the disposal of the contaminated material and confirm the Contractor's transported volume. Any waste generated as a non -special waste may be managed off-site without a manifest, a special waste transporter, or a generator number. The Contractor shall select a landfill permitted for disposal of the contaminant within the State of Illinois, The Department will review and approve or reject the facility proposed by the Contractor to use as a landfill. The Contractor shall verify whether the selected disposal facility is compliant with those applicable standards as mandated by their permit and whether the disposal facility is presently, has previously been, or has never been, on the United States Environmental Protection Agency (U.S. EPA) National Priorities List or the Resource Conservation and Recovery Act (RCRA) List of Violating Facilities. The use of a Contractor selected landfill shall in no manner delay the construction schedule or alter the Contractor's responsibilities as set forth. 669.06 Non -special Waste certification. An authorized representative of the Department shall sign and date all non -special waste certifications. The Contractor shall be responsible for providing the Engineer with the required information that will allow the Engineer to certify the waste is not a special waste. (a) 'Definition. A waste is considered anon -special waste as long as it is not: (1) a potentially infectious medical waste; (2) a hazardous waste as defined in 35 III. Admin. Code 721; (3) an industrial process waste or pollution control waste that contains liquids, as determined using the paint filter test set forth in subdivision (3)(A) of subsection (m) of 35 Ill. Admin. Code 811.107; (4) a regulated asbestos -containing waste material, as defined under the National Emission Standards for Hazardous Air Pollutants in 40 CFR Part 51.141; (5) a material containing polychlorinated biphenyls (PCB's) regulated pursuant to 40 CFR Part 751; (6) a material subject to the waste -analysis and recordkeeping requirements of 35 111. Adrenin. Code 728.107 under land disposal restrictions of 35 III. Admin. Code 728; (7) a waste material generated by processing recyclable metals by shredding and required to be managed as a special waste under Section 22.29 of the Environmental Protection Act; or (8) an empty portable device or container in which a special or hazardous waste has been stored, transported, treated, disposed of, or otherwise handled. (b) Certification Information. All information used to determine the waste is not a special waste shall be attached to the certification. The information shall include but not be limited to: (1) the means by which the generator has determined the waste is not a hazardous waste; (2) the means by which the generator has determined the waste is not a liquid; (3) if the waste undergoes testing, the analytic results obtained from testing, signed and dated by the person responsible for completing the analysis; (4) if the waste does not undergo testing, an explanation as to why no testing is needed; (5) a description of the process generating the waste; and (6) relevant material safety data sheets. 669.07 Temporary Staging. Soil classified according to Articles 559.05(a)(2), (b)(11), or (c) may be temporarily staged at the Contractor's option. Soil classified according to Articles 659.05(a)(1), (a)(3), (a)(4), (a)(5), (a)(5), or (b)(2) shall be managed -and disposed of without temporary staging to the greatest extent practicable. If circumstances beyond the Contractor's control require temporary staging of these latter materials, the Contractor shall request approval from the Engineer in writing. Temporary staging shall be accomplished within the right-of-way and the Contractor's means and methods shall be described in the approved or amended RSPCP. Staging areas shall not be located within 200 feet (61 m) of a public or private water supply, well; nor within 100 feet (30 m) of sensitive environmental receptor areas, including wetlands, rivers, streams, lakes, or designated habitat zones. The method of staging shall consist of containerization or stockpiling as applicable for the type, classification, and physical state (i.e., liquid, solid, semisolid) of the material. Materials of different classifications shall be staged separately with no mixing or co -mingling. When containers are used, the containers and their contents shall remain intact and inaccessible to unauthorized persons until the manner of disposal is determined. The Contractor shall be responsible for all activities associated with the storage containers including, but not limited to, the, procurement, transport, and labeling of the containers. The Contractor shall not use a storage container if visual inspection of the container reveals the presence of free liquids or other substances that could cause the waste to be reclassified as a hazardous or special waste. When stockpiles are used, they shall be covered with a minimum 20 -rail plastic sheeting or tarps secured using weights or tie -downs. Perimeter beans or diversionary trenches shall be provided to contain and collect for disposal any water that drains from the soil. Stockpiles shall be managed to prevent or reduce potential dust generation. When staging non -special waste, special waste, or hazardous waste, the following additional requirements shall apply: (a) Non -Special Waste. When stockpiling soil classified according to Article 669.05(a)(1) or 559.05(a)(5), an impermeable surface barrier between the materials and the ground surface shall be installed. The impermeable barrier shall consist of a minimum 20 -mil plastic liner material and the surface of the stockpile area shall be clean and free of debris prior to placement of the liner. Measures shall also be taken to limit or discourage access to the staging area. (b) Special Waste and Hazardous Waste. Soil classified according to Article 669.05(a)(6) shall not be stockpiled but shall be containerized immediately upon generation in containers, tanks or containment buildings as defined by RCRA, Toxic Substances Control Act (TSCA), and other applicable State or local regulations and requirements, including 36 Ill. Admin. Code Part 722, Standards Applicable to Generators of Hazardous Waste. The staging area(s) shall be enclosed (by a fence or other structure) to restrict direct access to the area, and all required regulatory identification signs applicable to a staging area containing special waste or hazardous waste shall be deployed. Storage containers shall be placed on an all-weather gravel -packed, asphalt, or concrete surface. Containers shall be in good condition and free of leaks, large dents, or severe rusting, which may compromise containment integrity. Containers must be constructed of, or lined with, materials that will not react or be otherwise incompatible with the hazardous or special waste contents. Containers used to store liquids shall not be filled more than 80 percent of the rated capacity. Incompatible wastes shall not be placed in the same container or comingled. All containers shall be legibly labeled and marked using pre-printed labels and permanent marker in accordance with applicable regulations, clearly showing the date of waste generation, location and/or area of waste generation, and type of waste. The Contractor shall place these identifying markings on an exterior side surface of the container. Storage containers shall be kept closed, and storage pads covered, except when access is needed by authorized personnel. Special waste and hazardous waste shall be transported and s disposed within 90 days y from the date of generation. 869.08 Underground storage Tank Removal. For the purposes of this section, an underground storage tank (UST) includes the underground storage tank, piping, electrical controls, pump island, vent pipes and appurtenances. Prior to removing an UST, the Engineer shall determine whether the Department is considered an "owner"' or 'operator" of the UST as defined by the UST regulations (41 Ill. Adm. Code Part 176). Ownership of the UST refers to the Department's owning title to the UST during storage, use or dispensing of regulated substances. The Department may be considered an "operator" of the UST if it has control of, or has responsibility for, the daily operation of the UST. The Department may however voluntarily undertake actions to remove an UST from the ground without being deemed an "operator" of the UST. In the event the Department is deemed not to be the "owner" or "operator" of the UST, the OSFM removal permit shall reflect who was the past "owner"" or ""operator" of the UST. If the "owner" or "operator" cannot be determined from past UST registration documents from OSFM, then the OSFM removal permit will state the "owner" or "operator" of the UST is the Department. The Department's Office of Chief Counsel (OCC) will -review all UST removal permits prior to submitting any removal permit to the OSFM. If the Department is not the "owner" or "operator" of the UST then it will not register the UST or pay any registration fee. The Contractor shall be responsible for obtaining permits required for removing the UST, notification to the OSFM, using an OSFM certified tank contractor, removal and disposal of the UST and its contents, and preparation and submittal of the OSFM Site Assessment Report in accordance with 41 Ill. Admin. Code Part 170.330. The Contractor shall contact the Engineer and the OS FM's office at least 72 hours prior to removal to confirm the OSFM inspector's presence during the UST removal. Removal, transport, and disposal of the UST shall be according to the applicable portions of the latest revision of the "American Petroleum Institute (API) Recommended Practice 1004". The Contractor shall collect and analyze tank content (sludge) for disposal purposes. The Contractor shall remove as much of the regulated substance from the UST system as necessary to prevent further release into the environment. All contents within the tank shall be removed, transported and disposed of, or recycled. The tank shall be removed and rendered empty according to TEPA definition. The Contractor shall collect soil samples from the bottom and sidewalls of the excavated area in accordance with 35 III. Admin. Code Part 734.210(h) after the required backfill has been removed during the initial response action, to determine the level of contamination remaining in the ground, regardless if a release is confirmed or not by the OSFM on-site inspector. In the event the UST is designated a leaking underground storage tank (LUST) by the OSFM's inspector, or confirmation by analytical results, the Contractor shall notify the Engineer and the District Environmental Studies Unit (DESU). Upon confirmation of a release of contaminants and notifications to the Engineer and DESU, the Contractor shall report the release to the Illinois Emergency Management Agency (I EMA) (e.g., by telephone or electronic mail) and provide therm with whatever information is available ("owner" or "operator" shall be stated as the past registered "owner" or "operator', or the I DOT District in which the tank is located and the DESU Manager). The Contractor shall perform the following initial response actions if a release is indicated by the OSFM inspector: (a) Take immediate action to prevent any further release of the regulated substance to the environment, which may include removing, at the Engineer's discretion, and disposing of up to 4 ft (1.2 m) of the contaminated material, as measured from the outside dimension of the tank; (b) Identify and mitigate fire, explosion and vapor hazards; (c) Visually inspect any above ground releases or exposed below ground releases and prevent further migration of the released substance into surrounding soils and groundwater; and (d) Continue to monitor and mitigate any additional fire and safety hazards posed by vapors and free product that have migrated from the tank excavation zone and entered into subsurface structures (such as sewers or basements). The tank excavation shall be backfilled according to applicable portions of Sections 205, 208, and 550 with a material that will compact and develop stability. All uncontaminated concrete and soil removed during tank extraction may be used to backfill the excavation, at the discretion of the Engineer. After backfilling the excavation, the site shall be graded and cleaned 669.09 Regulated Substances Final Construction Report. Not later than 90 days after completing this work, the Contractor shall submit a "Regulated Substances Final Construction Report (RSFCR)" to the Engineer using form BDE 2733 and required attachments. The form shall be signed by an Illinois licensed Professional Engineer or Professional Geologist. 669.10 Method of Measurement. Non -special waste, special waste, and hazardous waste soil will be measured for payment according to Article 202.07(b) when performing earth excavation, Article 502.12(b) when excavating for structures, or by computing the volume of the trench using the maximum trench width permitted and the actual depth of the trench. Groundwater containerized and transported off-site for management, storage, and disposal will be measured for payment in gallons (liters). Backfill plugs will be measured in cubic yards (cubic meters) in place, except the quantity for which payment will be made shall not exceed the volume of the trench, as computed by using the maximum width of trench permitted by the Specifications and the actual depth of the trench, with a deduction for the volume of the pipe. Engineered Barriers will be measured for payment in square yards (square meters). 569.11 Basis of Payment. The work of preparing, submitting=and administering a Regulated Substances Pre -Construction Plan will be paid for at the contract lump'surn price for REGULATED SUBSTANCES PRE -CONSTRUCTION PLAN. Regulated substances monitoring, including completion of form BDE 2732 for each day of work, will be paid for at the contract unit price per calendar day, or fraction thereof to the nearest 0.5 calendar day, for REGULATED SUBSTANCES MONITORING. The installation of engineered barriers will be paid for at the contract unit price per square yard (square meter) for ENGINEERED BARRIER. The work of UST removal, soil excavation, soil and content sampling, the management of excavated soil and UST content, and UST disposal, will be paid for at the contract unit price per each for UNDERGROUND STORAGE TANK REMOVAL. The transportation and disposal of soil and other materials from an excavation determined to be contaminated will be paid for at the contract unit price per cubic yard (cubic meter) for NON -SPECIAL WASTE DISPOSAL, SPECIAL WASTE DISPOSAL, or HAZARDOUS WASTE DISPOSAL. The transportation and disposal of groundwater from an excavation determined to be contaminated will be paid for at the contract unit price per gallon (liter) for SPECIAL WASTE GROUNDWATER DISPOSAL or HAZARDOUS WASTE GROUNDWATER DISPOSAL. When groundwater is discharged to a sanitary or combined sewer by permit, the cost will be paid for according to Article 109.08. Backfill plugs will be paid for at the contract unit price per cubic yard (cubic meter) for BACKFILL PLUGS. Payment for temporary staging of soil classified according to Articles 669.05(a)(1), (a)(3), (a)(4), (a)(5), (a)(6), or (b)(2) will be paid for according to Article 109.04. The Department will not be responsible for any additional costs incurred, if mismanagement of the staging area, storage containers, or their contents by the Contractor results in excess cost expenditure for disposal or other material management requirements. Payment for accumulated stormwater removal and disposal will be according to Article 109.04. Payment will only be allowed if appropriate stormwater and erosion control methods were used. Payment for decontamination, labor, material, and equipment for monitoring areas beyond the specified areas, with the Engineer's prior written approval, will be according to Article 109.04. When th6 waste material for disposal requires sampling for landfill disposal acceptance, the samples shall be analyzed for TCLP VOCs, SVOCs, RCRA metals, pH, ignitability, and paint filter test. The analysis will be paid for at the contract unit price per each for SOIL DISPOSAL ANALYSIS using EPA Methods 1311 (extraction), 8280B for VOCs, 82700 for SVOCs, 00108 and 7470A for RCRA metals, 90450 for pH, 1030 for Ignitability, and 9095A for paint filter. The work of preparing, submitting and administering a Regulated Substances Final Construction Report will be paid for at the contract lump sura price REGULATED SUBSTANCES FINAL CONSTRUCTION REPORT." 80407 SUBCONTRACTOR MOBILIZATION PAYMENTS (BDE) Effective: November 2, 2017 Revised: April 1, 2019 Replace the second paragraph of Article 109.12 of the Standard Specifications with the following: "This mobilization payment shall be made at least seven days prior to the subcontractor starting work. The amount paid shall be at the following percentage of the amount of the subcontract reported on form BC 250A submitted for the approval of the subcontractor's work. Value of Subcontract Reported on Form BC 260A Mobilization Percentage Less than $10,000 25% $10,000 to less than $20,000 20% $20,000 to less than $40,000 18% $40,000 to less than $00000 16% $80,000 to less than $30,000 14% $80,000 to less than $100000 12% $100,000 to less than $250,000 10% $250,000 to less than $500,000 9% $500,000 to $750,000 8% Over $750,000 7%jy 8039'1 TRAFFIC CONTROL DEVICES - CONES (BDE) Effective: January 1, 2019 Revise Article 701.15(a) of the Standard Specifications to read: "(a) Cones. Cones are used to channelize traffic. Cones used to channelize traffic at night shall be reflectorized; however, cones shall not be used in nighttime lane closure tapers or nighttime lane shifts." Revise Article 1106.02(b) of the Standard specifications to read: "M Cones. Cones shall be predominantly orange. Cones used at night that are 28 to 36 in. (700 to 900 mm) in height shall have two white circumferential stripes. If non -reflective spaces are left between the stripes, the spaces shall be no more than 2 in. (50mm) in width. Cones used at night that are taller than 36 in. (900 mm) shall have a minimum of two white and two fluorescent orange alternating, circumferential stripes with the top stripe being fluorescent orange. If non -reflective spaces are left between the stripes, the spaces shall be no more than 3 in. (75 mm) in width. The minimum weights for the various cone heights shall be 4 Ib for 18 in. (2 kg for 450 mm), 7 lb for 28 in. (3 kg for 700 mm), and 10 lb, for 36 in. (5 kg for 900 mm) with a minimum of 60 percent of the total weight in the base. Cones taller than 36 in. shall be weighted per the manufacturer's specifications such that they are not moved by wind or passing traffic." O Q Illinois Department Storm Water Pollution Prevention Plan of itanspo1"tailon Route Marked Route Section Number 2020 Resurfacing Program 11N/A T .1120-00000-01 -GM Project Number County. Contract Number IN/A _l (Cook '1 This pian has been prepared to comply with the provisions of the National Pollutant Discharge Elimination System (NPDES) Permit No ILR10 (Permit ILR10), issued by the Illinois Environmental Protection Agency (IEPA) for storm water discharges from construction site activities. I certify under penalty of lave 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 ray 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. .Signature _ Date Print Name Title -Agency Mark Lattner Project Engineer Village of Mount Prospect Note: Guidance on preparing each section of BDE 2342 can be found in Chapter 41 of the IDOT Bureau of Design and Environment (BDE) Manual. Chapter 41 and this form also reference the IDOT Drainage Manual which should be readily available. i, site Description: A. Provide a descrl tion of the Project location; include latitude and longitude, section town, and range. Various public street right of ways within the Village of Mount Prospect. Lat, Lng 42.000, -87.9362 B. Provide a description of the construction activity which is the subject of this plan. Include the number of construction stages, drainage im rovements in -stream wont, installation maintenance, removal of erosion measures,. and permanent stabilization: Asphalt pavement resurfacing with misc. curb replacement adjacent to grass parkways C. Provide the estimated duration of thisroject. 0 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 are weighted averages of the runoff coefficient for this project before and after construction activities are completed; see Section 4-102 of the IDOT Drainage Manual: 0.7 (same as before construction activities were started) F. List all soils found within pLoject boundaries;_ include map_ unit name slope Information, and erosivity: oils are typically topsoil and low plasticity silty clay. Flat terrain, local vegetation growth and low erosivity G. If wetlands were delineated for this proect, provide an extent of wetland ,acreage at the site; see Phase I reoort; Printed 01/23/20 Page 1 of 7 BDE 2342 (Rev. 07119/19) H. Provide a desdri tion of potentially erosive areas associated with this 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 slopes, etc.): Removal of existing curb that is adjacent to grassed parkway with underlying topsoil 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 offsite 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 drainacie system munici alit or agency) this project will drain into: Village of mount Prospect L. The following is a list of General NPDES ILR40 permittees within whose re ortin urisdictcon 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. In addition, include receiving waters that are listed as Biologically Significant Streams by the Illinois Department of Natural Resources (IDNR). The location of the receiving waters can be found on the erosion and sediment control plans: Mount Prospect storm sewers discharging to McDonald, Weller, Higgins Creeks and Feehanville Drainage Ditch N. Describe areas of the site that are to be protected or remain undisturbed. These areas may include steep slopes (i.e., 1:3 or steeper), highly erodible soils, streams, stream buffers, specimen trees, natural vegetation, nature preserves, etc. Include any commitments or requirements to protect adjacent wetlands. For any storm water discharges from construction activities within 50 -feet of Waters of the U.S. (except for activities for water- depende-nt structures authorized by a Section 404 permit, describe: a) How a 50 -foot undisturbed natural buffer will be provided between the construction activity and the Waters of the U.S. or b) How additional erosion and sediment controls will be provided within that area. 0. Per the Phase I document, the following sensitive environmental resources are associated with this project and may have the potential to be impacted by the proposed development. Further guidance on these resources is available in Section 41-4 of the BDE Manual. ❑ 303(d) Listed receiving waters for suspended solids, turbidity, or siltation. The name(s) of the listed water body, end identification of all pollutants causing impairment: 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 atwenty-five (25) year, twenty-four (24) hour rainfall event: Provide a description of the location(s) of direct discharge from the project site to the 303(d) water body: Provide a description. of the locations of any dewatering discharges to the MS4 and/or water body: 1:1 Applicable Federal, Tribal, State, or Local Programs Printed 01/23/20 Page 2 of 7 BDE 2342 (Rev. 07119/19) ❑ Floodplain El Historic Preservation El Receiving waters with Total Maximum Daily Load (TMDQ for sediment, total suspended solids, turbidity or siltation TMDL (fill out this section if checked above) The name(s) of the listed water body: 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: 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 that allocation: Threatened and Endangered Species/Illinois Natural Areas (INAI)/Nature Preserves ❑ Other Wetland P. The following pollutants of concern will be associated with this construction project: [-] Antifreeze /Coolants ❑Solid Waste Debris ❑ Concrete Concrete Curing Compounds Concrete Truck Waste Fertilizers /Pesticides Paints ❑ Petroleum (gas, diesel, oil, kerosene, hydraulic oil !fluids) Z Soil Sediment Il. Controls: ❑ Solvents Waste water from cleaning construction equipments Other (Specify) EJ 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 Section I.0 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 11-1310. 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. Printed 01/23/20 Page 3 of 7 BDE 2342 (Rev. 07119119) 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® Erosion Control Blanket /Mulching � ❑ Geotextiles � 0 Permanent Seeding E] E] Preservation of Mature Seeding F-1 E] Protection of Trees � ❑ Sodding El JZ Temporary Erosion Control Seeding El Temporary Turf (Seeding, Class 7) Temporary Mulching Vegetated Buffer Strips Other (Specify) Other (Specify) Other (Specify) Other (Specify) Describe how the stabilization practices listed above will be utilized. during construction.- Disturbed onstruction;Disturbed parkways are to be restored with topsoil and seed within 14 days after initial disturbance Describe how the stabilization pLactices listed above will be utilized after const UCtion activities have been corn 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. 0 Aggregate Ditch ❑ Concrete Revetment Mats ❑ Dust Suppression ❑ Dewatering Filtering ❑ Gabions 0 In -Stream or Wetland Work El Level Spreaders 0 Paved Ditch ❑ Permanent Check Dams n Perimeter Erosion Barrier � Permanent Sediment Basin ❑ Retaining Walls ❑ Riprap ❑ Rock Outlet Protection � Sediment Trap ❑ Storm Drain Inlet Protection ❑ Stabilized Construction Exits E] Stabilized Trench Flow El Slope Mattress E] Slope Walls [] Temporary Ditch Check E] Temporary Pipe Slope Drain ❑ Temporary Sediment Basin ❑ Temporary Stream Crossing ❑ Turf Reinforcement Mats ❑ Other (Specify) ❑ Other (Specify) EJ Other (Specify) 0 Other (Specify) ❑ Other (Specify) ❑ Other (Specify) ❑ Other (Specify) Printed 01/23/20 Page 4 of 7 BDE 2342 (Rev. 07/19/19) Describe how the structuralrddtices listed above will be utilized dudnq construction; Sediment traps will be installed in drainage structures located adjacent to disturbed areas if there is ap otential for disturbance Describe how the structural racticesf 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 flocculants or treatment chemicals be utilized on this project: E] Yes No If es above ident4y where and how pglyrner flocculants or treatment chemicals will be utilized on this prosect, E. Permanent (i.e., Post -Construction) 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. 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 based on the technical guidance in Chapter 41 (Construction Site Storm Water Pollution Control) of the IDCT BDE 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 tpe of project) F. Approved State or Local Lavers: The management practices, controls and provisions contained in this plan will be in accordance with IDCT specifications, which are at least as protective as the requirements contained in the IEPA`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 incorpol ated 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 NGI, 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 Godes 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 cons Printed 01/23/20 Page 5 of 7 BDE 2342 (Rev. 07119119) • 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 operation • Time frame for other significant long-term operations or activities that may plan non -storm water discharges as dewatering, grinding, etc • Permanent stabilization activities for each area of the project 2. During the pre -construction meeting, 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: • Temporary Ditch Checks - Identify what type and the source of Temporary Ditch Checks that will be installed as part of the project. The installation details will then be included with the SWPPP. 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 Fueling - Identify equipment fueling locations for this project and what BMPs will be used to ensure containment and spill prevention. • 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. Ill. Maintenance: When requested by the Contractor, the Resident Engineer will provide general maintenance guides (e.g., IDCT Erosion and Sediment Control Field Guide) to the Contractor for the practices associated with this project. Describe how all items will be checked for structural integrity, sediment accumulation and functionality. Any damage or undermining shall be repaired immediately. Provide specifics on how repairs will be made. 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 the Contractor's responsibility to attain maintenance guidelines for any manufactured BMPs which are to be installed and maintained per manufacture's specifications. IV. Inspections: Qualified personnel shall inspect disturbed areas of the construction site including Borrow, waste, and Use Areas, which have not yet been finally stabilized, structural control measures, and locations where vehicles and equipment enter and exit the site using IDCT 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 9.5 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 email at: .piss npn offlp i lino �.gryo�y, telephone or fax Printed 01123/20 Page 6 of 7 BDE 2342 (Rev.. 07/19119) 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 I EPA 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 ISI. G of the Permit ILR1 ❑. 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 1 021 North Grand East Post Office Box 19276 Springfield, Illinois £2794-9276 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 I LR 10 which could be passed on to the Contractor. Printed 01/23/20 Page 7 of 7 BDE 2342 (Rev. 07119119) llfinms Depprtment of�11f5pE'�['���Ct�il Contractor Certification Statement C 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 Contractor/subcontractor completing this form. Route Marked Route Section Number 2020 Street Resurfacing Program N/A � 20 -00000 -01 -GM Pro'ect Number County Contract Number N/A �� Cook � N/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. certify under penalty of law that I understand the terms of the Permit No. ILR 10 that authorizes the storm water discharges associated with industrial activity from the construction site identified as part of this certification. Additionally, 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 Si nature Date Print Name Title Name of Firm Phone Street Address city State � Code J L Items which this Contractor/subcontractor will be responsible for as required in Section II.G. of SWPPP Printed 01/23/20 BDE 2342A (47/19/19) 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. Cook County Prevailing Wage Rates posted on 7/15/2019 _ __..... ................. _ _ ...... Overtime Trade Title F Rg Type a C 3 Base Foreman SII -F 15 a Su ' Hol I HIW Pension Vac = Trng Other ,.. :s..... . I , E s s 3 i s . ..... , Ins ASBESTOS ABT -GEN Al l ALL a s 43.72 44.72: f 1.5 .. .... 1.5 2.0 2.0 '14.99: 13.6'1 _ 0.00 0.90 N:. n,. ,..................M..... _. » ASBESTOS ABT -MEC r All _._ BLD ». ' _..w_.... _.. _....... ^ 37.88 1 ....:......:........ 40.38 '1.5 ' M 1 51 j 2.0 2.0' '13.42 12.20 0.00 ' 0.721 - BOILERMAKER "All BLD i 50.51 F 55.05 2.0 2.D a 2.0 ' 2.0 s 6.97 14.65 = 0.00' 1.10 BRICK MASON ;,All F 3 BLD 46.88 51.57: 1.5 ' 1.5 s 2. �.'.. 0 5 c 2. D= 1 '10.8 5 19.31 0.00. w Q.95 . CARPENTER 3 Al l F ALL 48.55 x 50.55 £ 1.5 1.5 e 2.0 2.D ' 11.79 x 21.84: 0.00" . 0.73 » m . ..:.......:. CEMENT MASON r :All :ALL 4 6.25: 48.25: 2.0 5 1.5' 2 0 2.0 '14.50, 19.04 . 0.00 - 1.25 F .:..:..::.::....m .».:...... .......... CERAMIC TILE FINISHER yAll r BLD 40.56 = 40.56: 1.5 ` 1.5 2.0' 2.0 11.00` 12.80; 0.00' 0.861 w:»...:... COMMUNICATION ELECTRICIAN __..... All ;BLD 44.86 47.667 1.5= 3 1.5 2.0 2.0 10.22 13.48 1.25 1.15 - 0.073 a ,.:,» ,......m .. ELECTRIC PWR E MT P ALL 5 53.40-1 z 58.40 a i. 1.5 5;:. 1..1 2,0 2.0 s '12.36 17.72 0.00 1 3.39 .... .. .. ......: .:.:.... ELECTRIC PWR GRN DMALL AN -: ::: ri•.:.. .... ....:: AlAll ...... c 41.65 g M .. ... 58.40 . , � .. � 1.5 3 .. ...mow �-, ... .> . 3 1.5"` ..-, r...... 2.0 = ...�. 2.0 .," 9.64: 13.82 " 0.00 ` 2.65n :ELECTRIC PWR LINEMAN = Al I I ALL = , , >. s 53.40 ' s x 58.40 ' i 1.5 € 1.5 = 2.0 z 2.0 a '12.36. 17.72 5 5 0.00 3.39 i w.:..:.:......: V. w.............,,...... ............. ..... ELECTRICIAN All , ALL x 49.35 ' e 52.35' 1.5 1.5.5E 2.0, 2.01 15.69 17.02 1.25'1.48 r 0.40' ELEVATOR CONSTRUCTOR x 1 All x ^ BLD 3 56.6'1 , a 63.69 x " x 2. 0 2 .Q 2.0 2.0 x 15.58' 17.51 4.53 0.62 r _..._._,.w ..., FENCE ERECTOR :All :ALL a 42.88: " 44.88 1.5 1.5 1 2.D 2.0..'... 13.54 14.89 0.0,.: D Q.65 a .GLAZIER x A[1 3 BLD 44.85 46.35 x 1.5 ' 2.D 2.0' 2.01 14.49' 22.29 0.00' 0.94' HEAT/FROST INSULATOR SAI[ ......................:...:......... :BLD ' ....... ........ . .....::.................. 50,50 , 53.00 1.5 1.5 - 2.0 2.D '13.42 13.66 0.00 , 0.72 .........:... ...... .........M ,.. IRON WORKER Al x ALL 9 47.00 3 50.76 � 2.0' 2.0 , 2.0 f..• 2.0 '12.26 23.65 , 0.00 0.88 _.. . ..... LABORER r All t ALL 43,72 ..... ...: -. :..... .....,,,. .•......_ ...: 44.47: .:.:.::. ...... 1.5 ......... ... ....r<•...0 ...n...,....... 1.5 -...may-....."., ...,.........-.,..........A.... 2.0 :..1. ..... 2.0 a _...... ....... ., ... -,. ... ..... 14.99 .. ... .... .. ... 13.61 3 ... ..... .. 0.00 ' ...... .. .. o.9D LATHER 'Al[ , ALL s 48.55: 50.55 ' 1.5 1.5 ' 2.� 2.0 x 11.79 T 21. 4 8 0.00 0.73; MACHINIST :All x IBLD 3 ^ 48.93 x 51.43; ..:....:... 1.5= . 1.53 i 2.0' d 2.0 7.68 8.95 1.85' 1.32; _ ... MARBLE FINISHER :All a ALL 3 x 35.15 x 48,33 1.5 ' 1.5 1 2 0 = 2.0 = 10.85 '17.66 F 0.00' fr 0,52 MF:,., _ ......:.... . ...._.. , . , MARBLE MASON a =Alf F BLD � 46.03'S 1 50.63! ; 1.5 1.5' 2.0 2.0 10.85 ` 18.78. 0.00 ° Q.64 1 MATERIAL TESTER I All gALL 33.72; 1.5 1.5 2.0 f 2.0: '14.99: 13.6'1 0.00 0.90.k MATERIALS TESTER 11I c All ALL 38.72 1.5 1.5` 2.0' 2.0 1 14.99; 13.61' 0.00: 0.903 MILLWRIGHT Al[ ;ALL 3 48.55: 50.55: 1.5= 1.5 2.0- 2.0 11.79. 21.84 0.00 0.73' . :...:^.. ,,-........_... .::... . M :.,.,.,....:...... OPERATING ENGINEER All 1 z 5'1.10= s 55.10 2.0£ 2.0 _.. 2.0' 2.0 2.0 20.50; 16.85= 2.00; 1.65 OPERATING ENGINEER a 'AII BLD 2 x x 49.80 55.'10 2.0 ` 2. o 2. 0 2. 0 20.5 0 16.85'2.D o 1.65 f , OPERATING ENGINEER a AI f 3 BLD 5 . ^ 3= 47.25 a 55.10: 2.0' °s 2,0 2.01 2.0' 20.50E 16.85` 2.00 " r 1.65 OPERATING ENGINEER a :Alf a BLD e z 4 8 f 45.50 S 55.10: - 2.0= 2 .D£ B 2.0 2.0 20.50 16.852 2.00 1.65' OPERATING ENGINEER 'All =BLD r 5 's 54.85 z 55.10E 2.0' 2.D z 2.0= 2.03 20.50' 16.85 2.005 '1.65: ENGINEER _ ....._.._..._.. ._.... All ....... ..... .... BLDOPERATING r 6 . r , 52.10. 55.E 0 2.0x Y 2.0 2.0F Yo.'r 20.5 '6.85 2.00 pr. 1.65 .... --[--�.---r---�---'---- - '---T---- 55.10/ �.U` �.O/ �]]� 2.O} 2O.5O> 10.85| 2.00. 1�5� . OPERATING ENGINEER �All 'FLT 11 .OPERATING ENGINEER , I ;OPERATING ENGINEER 11 Al I 1k I .ORNAMENTAL IRON WORKER All I 11 I 1. A I TERRAZZO FINISHER I A] I 'BLD � A, 42.54 .TERRAZZO MASON 'All � z i 46.38 ,TRUCK DRIVER 1E I i , 36.70 .TRUCK DRIVER , .... --[--�.---r---�---'---- - '---T---- 55.10/ �.U` �.O/ �]]� 2.O} 2O.5O> 10.85| 2.00. 1�5� 39.35' 1.5' 1-51, 2.01 � 9.301 9.87' 0.00' 0.30 � . TRUCK DRIVER r W ALL 37.51 37.91 .5 u ........... 1.S 2.0 _. . 2.0 r 9.00 11.64"' 0.00 0.15 TRUCK DRIVER - W a ALL .................... 3 37.71 3 r 37.91 1.5 1.5 2.0' 2.0' 9.00 = 11.64 ` 0.00 0.15 TRUCK DRIVER a a ALL r W 4 37.91 = , a 37.9'1 1..a.. 1.5 = x. 2.0`x 3 2.D % 9.00 Y z 11. .64' 0.00 ' . 0.15 3 3 ' VBL _.................... 46.50 47.50 f F 1.5a 2.0 2.0AllD 8.3TUCKPOINTER 4 18.40° 0.001 0.931, Le� Rg Region Type Trade Type - All,Highway,Building,Floating,Oil & Chip,Rivers C Class Base Base Wage Rate OT M -F 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. OT Sa Overtime pay required for every hour worked on Saturdays OT Su Overtime pay required for every hour worked on Sundays OT Hol Overtime pay required for every hour worked on Holidays H/W Health/Welfare benefit Vac Vacation Trng Training Other Ins Employer hourly cost for any other type(s) of insurance provided for benefit of worker. 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. CERAMIC TILE 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 the -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 the and/or similar materials. Ceramic Tile Finishers shall fill all joints and Voids regardless of method on all the work, particularly and especially after installation of said the 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 wails to be re -tiled. COMMUNICATIONS ELECTRICIAN 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 any job 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 ll: 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 Value; 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; Stearn 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 5. 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; Rota 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 S 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 S. 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 -ails; 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 rakes 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 Il 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 lI". Village of Mount Prospect 2020 Street Resurfacing Progra (North Half) 01-23-2020 e CAMP P cDO ALU RU EUCLID AV 5 55 TR7FC3RpP El BQBQL1Fsf Rp �I�TIdL LFA ,� ` OXFORD BU z\ PL PXa x vmpQ AL�IGkgLF � tEr L EUCLID AV Nd E#PLEFf Y IN ALQ�Rg . B a�- BAR€RRA' L _ CEQR Ltd _ g ; v. EDA f CR L 0 QD D jt I LH COGa w' W>� t DOGWOOD IN•. r° GREENWOOD DR .v , r OD? r wu. v 536 € W 0 ELDERBERRY —LN", ` CD LAS _ _ � ��NpER L � � � - LI �ETd LN, s� GREi7DD OR RFtE LNMU 1 RONWOOD OR nvwLr HACKBERRY LN LL] CT ' �.. 3. E' Ii [? §ip KENSINGTON RD a z — REQ GA OQD - - -ON RD f DR 4Er CENTER HOLLY € OR t. CT , s r� - y HOLLY? ` f TLIGTH ARH D , ° n ` .,. A a = HIGHLAND AY HIC r l EHI DRY L ME Ht DRY Ri HILL si. - t §E a GREGLJ ]RY ST _ _' - _ w. ILDWOOQ L GREGORY ST _4 - L[] ,spy LFd GRED CRY FYI t _ ,_ GREG? Y ob. v z_ , J, bEFFRE SMAIeL IN t i ;, ".=�_�-�.,.�,.;. w�x,....,-x,�„ z.�. r> "-��_. ,..ter .,._:_.�. - m. - .Y._ ...,�..�... �e.,.�.,.-.e-,.� w ; a u - - - Q 3 F _ +:' CAL u r - _ t IST LtQO IR i�IYHG a ARQYCt L 3 THS VER � �J• � ,LPA =.a fib. awA��� s� € £ ;:�� ��� � � �_ -�-T , _� � �� rt ST £ _`�� i1AF:K =,n a= THAYERJST v t CEHTEPdFIAL [7R $9i AY Rt S D r r`� ec, _HENRYST HENRY n R S ���� I. �a .RYt r r r z t s 5T 6 r fit+ — �mo�n EMM sFS [�[-y c> ; LEEP LSI s AEU T cr 6 _ r ` CSI RA U K . t7 J C>' EFSSe :AV € t } c ED a REEH v SEMINOLE LSI AZTEC LNe -, 0E -C L ` 3 b#IRTER - - i ; �_ � F pr . 11 eC1D - g 3 C �i YA IN MAYA L € tJGK s FPAINE INLU q Of EIC T YUMA L 'CAMP MeII3AC [ _ WOOD LFAWOOD LR a � , CARIB L €3 SIT}SA LR Wiz; N_ t TAI�D L a {� k IJERrC? K [ELFjCi `�• ?a� g € Pl ER d t' GREE — 5 HI APIN- CE €2 E LPA 7 EUCLID AV AZALEA PL f - QUINCE ' LkiC LRd€ LP2' P REGENCY a z BITTER iE€ 1NDEPENOE CE 4 T LIBERTY CTH7P[ LNA r FREEDOM CT APACHE LPA HERITA_DR ;fig KENSINGTON RCS • 1,000 2,000 Mile RESURFACING LIMITS 0 No work in IDOT/County O RIMEL OR FRE%IA C7 .,a ONITA A`d' t L ; L— R r a,CT :HTLE€ AV CT 1 Ar CT '. tY LINCOLN ST TT ROBBIE LN LSTY R TY C =`MARK _ IERR F AV LP IVA r # F Cr ESTATES CSR [> z °fig [ x OR 1> R€ —R - MARTHA I -N €� ` = CAST LN A�ARTIN LF# e a LLNNQUIST BLVD HE ' Y CENTRAL RD � ' Village of Mount Prospect 2020 Street Resurfacing USS V,t 1T€GATE Cl 6 HIFE t- CT E §€ V A g i i t LSA€ i c 4 SE MAR CT � _ arm EiER REEK AV BONITA AV Pal 1IDU AV Progra. (South Half) 01-23-2020 CD 'MILBURN AV w LRP - - - _ I � t PENDLETON PI ST_ 'COLNST ; a x zb'i= s ST � � g TR U S _ a SHAD CSN t= - Gid a5 SHA ii € ° TR C F ter_ kC#R (Yz LU sj E urt =`4 3, @; CCr4 CIL TRI � - Y 3 V) R :s - r 4 € €BLACKHJkCH ap € n y,. DR t . ,.._C2- rREEHRIAR _x CTTR `` LONNCIL[ST BLVD , �> - r v = x ._-. _ T LONNCPJS T YCF��a � a sOBIN LNC n <� _ , � � � � CiCLFAh RST g� OR CIRD PL € SUNSET RLn v 1 n ?z GREEACRES L E L0 Lo # c s J s 1¢ ca a L E{ _ — i LE"'N a P { F > 3 ,� � yS a SRC?Yc GOLF Ri_O -PALM - #GOLF RD_ P z _ PALM [ THO-RNWOM LN tE r, aHo1 w t t -2 a '( � I LUST LN ij 1LLC L Lel WILLOW LN _ o CATALPA LN_ a_Ct WILLOWP P [ EA IA LN 4 a - EVA LN r� NOL Cy PHEASANNTTR a r; FROST iR e er C1 CC _T CD y' ON CCI >NNS '(0LU � g i ur, > a� CtUJ c� � IDA CT _ L/i0 1,000 2,000 Feet ZD{ _ CODEMPSTER ST _ a a 1/4 112 Mile CD of CD CD ir 03LEGEND nit,s _ CHARLOTTE RDrf 44 fP HRESU- FACING LIMITSk � _ No work in ID T/CountyR.O.W. g� Village of Mount Prospect 2020 Street Resurfacing Program 3.0" Resurfacing Street From To Length 1 Indigo Dr Ta no Indigo Ct 850 2 Carib Ln Indigo Columbine 1275 3 Wistoria Ct Columbine Cul De Sac 170 4 Burning Bush Ln Euclid Camp McDonald 2343 5 Lama Ln Chinkapin Tano 1220 6 Kiowa Ln Burning Bush Pecos 1036 7 Boxwood Dr Wheeling Wheeling 2445 8 Dogwood Ln Boxwood Wheeling 365 9 Greenfield Ct Greenfield Cul De Sac 613 10 Hemlock Ln Dogwood Barberry 406 11 Eric Ct Cardinal Cul De Sac 0 12 Centennial Dr Limits Westgate 0 13 Small Ln Stratton Stevenson 920 14 Stratton Ln Henry Thayer 395 15 Thayer St Stratton Horner 270 16 Wolf Rd Central Kensington 1000 17 Dale Av NW Hwy Gregory 1225 18 Isabella St Oak Fairview 725 19 Wille St NW Hwy Central 423 20 Judith Ann 83 End of Pave 225 21 Albert St Central Henry 790 22 Milburn Ave Owen William 427 23 Louis St NW Hwy Milburn 500 24 Emerson St Milburn Prospect 548 25 Council Trail William Marina 1550 26 Maple St Golf Lonnquist 1450 27 Owen St Golf Lonnquist 1335 28 William St Golf Sunset 730 29 Lancaster St Central Prospect 1060 30 We Go Trail Lincoln Central 2625 31 Busse AveHiLusi . .. . . ................. loka 330 32 Busse Ave WeGo Cathy 775 33 Prospect Alley Hilusi loka N/A 34 Wille St Lincoln Evergreen 1185 35 loka Ave Council Lincoln 1195 36 WaPella Ave Lonnquist Manawa 358 37 Candota Ave Golf Lonnquist 1575 38 Carol Ln Estates Lincoln 1470 39 Meier Rd Chris Lawerence 1045 40 Circle Dr Cottonwood Frost 730 41 Cypress Dr Cottonwood Eva 995 42 Eva Ln Cypress Linneman 640 Total Feet 37219 Total Miles 7.05 Village of Mount Prospect 2020 Street Resurfacing Program 2.0" Resurfacing Street From To Length Pine St Berkshire Council 300 Total Feet 300 Total Miles 0.06 ROW bb' & Variable 27' & Variable --._______-.___-.---------� i Existing Asphalt Pavement, approx. 3" +/- Existing aggregate base course, approx. 9" +1- or concrete base course, approx. 8" +1- Proposed COMB. CONC. CURB & GUTTER REM. & REPLACEMENT As Directed by the Engineer See Detait for CURB OR CURB & GUTTER REMOVAL & REPLACEMENT �-- Proposed HOT MIX ASPHALT SURFACE REMOVAL, 3" Proposed 1.5" HOT MIX ASPHALT SURFACE COURSE, MIX "D", N50 Proposed 1.5" LEVELING BINDER (MACHINE METHOD), N50 Proposed repair to existing base course as directed by Engineer 1 Proposed Typical Sect'ion - 3.0" Resurfacing Curbed Street INDIGO LN GREENFIELD CT ALBERT ST LANCASTER ST CAROL LN CARIB LN HEMLOCK LN MILBURN AVE WE GO TRAIL MEIER RD WISTORIA CT SMALL LN LOUIS AVE BUSSE AVE CIRCLE DR BURNING BUSH LN STRATTON LN EMERSON ST BUSSE AVE CYPRESS DR LAMA LN THAYER ST COUNCIL TRL WILLE ST EVA LN KIOWA LN ISABELLA ST MAPLE ST IOKA AVE BOXWOOD DR WILLE ST OWEN ST WAPELLA AVE DOGWOOD LN JUDITH ANN DR WILLIAM ST CANDOTA AVE 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 = NMA 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 l bs/SgYd/i n . 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 54--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 :ozo.o,.:, ROW 66' & Variable 27' & Variable _CIwT____-___---.__--__ I � 1 I I I t ---_---� 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" L Proposed HOT MIX ASPHALT SURFACE REMOVAL, 3" Existing aggregate base course, approx. 9" +1- or concrete base course, approx. Proposed 1.5" HOT MIX ASPHALT SURFACE COURSE, MIX "D", N50 Proposed 1.5" LEVELING BINDER (MACHINE METHOD), N50 Proposed repair to existing base course as directed by Engineer 1: Proposed Typical Section - 2.0" Resurfacing Curbed Street PINE ST 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 = NMA 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 l bs/SgYd/i n . 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 :ozo.o,.:, Existing PCC Concrete, approx 8" +/- Existing aggregate base course, approx. 4" �I-- ROW 66' & Variabe — 27' & Variable — ._j .a Proposed Class C Patch % Proposed repair to existing base course as directed by Engineer 1: Proposed Typical Sect'ion - Class B Patches Curbed Street PROSPECT ALLEY WOLF RD 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 PA TCH.ING 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/ i n . 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. 4, When RAP exceeds 20%, the new asphalt binder in the mix shall be PG 58-22. STREET RESURFACING PROGRAM 2419.02.12 Row bb' & Variable Proposed HOT MIX ASPHALT SURFACE REMOVAL, 3" Proposed 1.5" HOT MIX ASPHALT SURFACE COURSE, MIX "D", N50 Proposed 1.5" LEVELING BINDER (MACHINE METHOD), N50 Proposed repair to existing base course as directed by Engineer See Special Provisions for base repair requirements and pay items. 1 Proposed Typical Section -Resurfacing DALE AVE ISABELLA ST Non -Curbed Street HOT MIX ASPHALT MIXTURE REQUIREMENTS (See detail for Curbed Street) STREET RESURFACING PROGRAM 2020.41.21 Village of Mount Prospect 2020 HMA Street Patch"inx 1�v (North Half) 01-23-2020 CAMP McDONALD RD i Lo -77 "{ � i Cr EUCLID AV EUCLID AV f" IRA 3 ALDER IN a EALSBEFL?Y Lb BOBOLINK RIS i w..: 3 , £ m PA CEDAR L 4 BARBERRY LIN Cr %ECF vNTI LN PL r i a c { a:, _.. _. _<, 3 DOGWOO_ el FiE�sl=f=l0ii1' OR ` - r ELDERBERRY LPA s '_ LMAC L x _ LN y P R LTE u? LINDEN L ' Q 0 u- K GREENWOODR � E 3 t t IRONWOOD OR � s � GRID � �.�. �.,,=5 �.���, � HACERRY LN til] IT £ ex s PIRA IWqP -E, R_-, KENSINGTON RD — A tjr w _ A � KENSINGTON RD >11 a yr H- c8 HILLY CENTER D' q r s� Ali JLUTH ANN DR M HOLLY s i j f HiF iAN F y4�& LAhQ T 3 s _ i� M f6kY _LN a f Mch Y LPv� 5T E GREGORY ST_ DW�OOt D LN GREGORY ST . 5T GRY {RYaSn �.I.L. HARVEST LP "L NLS i -t _R 1 SMALL LN E v a = i e .; E -UI• -L 15A, tLL : ST IN3 AI €LLA ST ' j P: 5 x 1THORP LN s CR T? C _�.... t THAYER s art 3 r, MARK -Alr THA � Ye . ;T = r I— _ T _ THAYER STRI3Y F_ f THASTis CENTENNIAL OR € � I v I I H�ST; I . `A �. S7 _T cfRLENLN QD " a= :ll EENT' RAL - ` 4 3 gg ui sc zz3 p. £ 4 [ - i 2 _ t $ € a � j i � i 3 3rJ � _ •�}�} q� v I j j y 1. > wr I E FVFR€rR€ FPJt = AV E ,; SEMILE LN AZTEC LN Nr 4 LN mINTER MHA m € c + ;z MA MAYA L t? _ = G K N PAWNEE LN � _ E YUMA LN 10 a AMP McDONAL LNi WOOD LN e. eAR18 LNy S,1T A LN a . t TAPCILSA £ P TAPi LEd .� �- -ate. TP'� LN ` � zt L (LAK -R --, CEL EN G �£ � Z CRI= L4W CD Pd t e #iR EUCLID AV AZALEA PL -IVY LN QUINCE CT m�6ASSG4L7 LN K1CtA LPA3 < z z bcowy Cr INI PENDENCE @I , EIiS T L € _ z LP 4 TY CT I-IOPI LN g t d < _ �REEDOM CT APAQ— KENSINGTON RD 0 1,000 2,000 Feet 1 No patching in IDOT/County WJEL OR FRE IA _SiE AP iii> % Li LCfT„Y' C� C1 T AUDRE Y 1 C T RUSTY OR JODY CT 2 iAR 1 TERR ©, KIM AV U MVA ET ESTATES DR _Ryk: RENOJER- MARTHA LN CAST LN MARTEN LN i Village of Mount Prospect 2020 HMA Street Patching CENTRAL RD CE, +v USS GATE LES VHITffdTE CT L _j h usw ­ U U ', I gap—, rj�v� > t SSE!, I L V "EV R; 5P AV `CES (South Half) 01-23-2020 >1 ' 'MILBLJRN AV 1-7RAV i S4 O 50R�­­' q 'AV 11- N [ 7UR7 0 4 _PL L 13 - L ET I ST ri ­A ----7 r LINr ST LINCOLN S_ A\ ST K TR 1 HAI !AV iGOWA'17 AN N R MOEHILING DR gg Pi -AL—j L—J rsHhi COU4, ��CIL TR4 D n Tq I�A OR iT I HIAWATHAz WEI`& DR n LONNIGUIST BLV- LONINGLAST t AV' OR0 ARD PL �SUNSEr i RD SUNSET 0 SUNSE :z f NL T RD CT_ I I E % GREEN ACRES LN Er i - L 1 U�NN LN 19 --j TCA DR PALM G LF RD CD L --__PAL DR Ix E i , I 'GOLF RD IPN 029 LFA It LU L nz BEL AIR E t�k No WILLOW LN LN ASH DR 7R CATALPA LN �7 WILLOW LN� L 4 rA tAI GLIA LN _j PHEASANT TR FROST CR r 0 =J1 ;gm A-1 cc”: Ln cc Cgs! -4 1 0! - ----- Otj OVIMONS R9 X: zi HUNTINGT 10, - - - - - - - - ...... IDA CT Ln 0 1,000 2,000 Feet DEMPSTER ST w _T0 1/4 1/2 Mile ID co af , CDLtU r"OftE 2 D N Ca CHARLOTTE RD 4 U) P H I Nv r -w- 00 IMITR A No patching in IDOT/County-R.O.W. C= i Village of Mount Prospect 2020 Street Resurfacing Program Class D Patch 2.0" ....................... - Street From To Length 1 Burning Bush Ln Camp McDonald Yuma 2 Mura Ln Wintergreen Seminole 3 Cedar Ln Sycamore Barberry 4 Meadow Ln Stratford 83 5 Stevenson Ln Green Thayer 6 Elmhurst Ave Memory Highland 7 Memory Ln Elmhurst Russel 8 Wille St Memory Highland 9 Pine St Henry Gregory 10 Elm St Thayer Isabella 11 Henry St Emerson Elm 12 Highland St Emerson Maple 13 Maple St Henry Isabella 141 Owen St Isabella Gregory 15 Berkshire Ln School Owen 16 Louis St Creek Council 17 Pine St Berkshire ShaBonee 18 School St Berkshire Council 19 School St Golf Sunset 20 Sunset Rd Maple Elm 21 William St Berkshire ShaBonee 22 Green Acres Ln Robert Waverly 23 Robert Dr Robin Lonnquist 24 Sunset Rd Wa Pella H i Lusi 25 Beverly Ln Lincoln Hatlen 26 Hatlen Ave Connie Central 27 Lincoln St Meier Carol 28 Noah Ter Cul De Sac Prendergast 29 Catalpa Ln Tamarack Lavergne 30 Cherrywood Dr Willow . Palm 31 Hunt Club Dr Curve Curve 32 Locust Ln Tamarack Lavergne 33 Palm Dr Fern Robert 34 Robert Dr Palm Willow 35 Robert Dr Cottonwood Catalpa 36 Tamarack Dr Phesant Magnolia 37 Willow Ln Busse Birch *Not all streets listed above will be patched in 2020. Most of the patching work will be based on the amount of funds available after 3.0" and 2.0" resurfacing construction 7 8 9 4 Engineering Division Street Resurfacing STR_ADJ.dwg 2008.01.15 Pavement Replacement At Drainage & Utility Structure Frame •, x.,- 04 10 5 0100 3'x 3'x 1/2" 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, CONSTRUCTION PROCEDURE STAGE 1 A) REMOVE THE EXISTING FRAME AND LID FROM THE EXISTING STRUCTURE. B) COVER THE STRUCTURE OPENING WITH A 3'x 3'x 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) 8 P.C. CONCRETE 9 HMA SURFACE COURSE 19 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_ADJ.dwg 2008.01.15 Pavement Replacement At Drainage & Utility Structure Frame VARIABLE - TO MEET EXISTING DIMENSIONS AND FIELD CONDITIONS (SEE NOTE Q2 ) PROP. CONC. CURB OR CURB AND GUTTER REPLACEMENT IN ACCORDANCE WITH STATE STANDARD 606001. (SEE NOTE(2)) SAW CUT FULL DEPTH - INCLUDED IN THE COST OF SIDEWALK, DRIVEWAY OR MEDIAN SURFACE REMOVAL PAY ITEM, SEE STATE STANDARD 606001 18" (450) MAX. EXISTING OR PROPOSED HMA SURFACE (IF APPLICABLE) -- - - - - - - - - - - - - - - - - - - - - - - - - - -------------------------- ----------------------- ----- / ; ' ~ D r EXISTING SIDEWALK, DRIVEWAY, MEDIAN SURFACE OR GROUND. -------�------- ------------ -- p PROPOSED SIDEWALK, DRIVEWAY PAVEMENT. MEDIAN rte._ SURFACE OR SALT TOLERANT SOD AND TOP SOIL, 4" (100) .'. SOD RESTORATION (SEE NOTE&. EXISTING CONCRETE PAVEMENT, CONCRETE BASE COURSE OR FLEXIBLE PAVEMENT 3" (75) MINIMUM FROM TOP AND BOTTOM OF THE CONCRETE PAVEMENT OR BASE COURSE, IF THE FINAL SURFACE OF THE PAVEMENT IS CONCRETE, THE GUTTER IS TO 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" (100) RESTORATION WILL NOT BE PAID FOR SEPARATELY, BUT SHALL BE INCLUDED IN THE COST OF CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT. CURB OR CURB AND GUTTER REPLACEMENT SHALL MATCH THE SHAPE OF THE EXISTING CURB OR CURB AND GUTTER UNLESS OTHERWISE SPECIFIED. FOR CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT ADJACENT TO FLEXIBLE PAVEMENT DELETE EPDXY COATED TIE BARS. 40 LONGITUDINAL BARS, IF ENCOUNTERED IN THE EXISTING CURB OR CURB AND GUTTER, ARE NOT TO BE REPLACED. CUTTING AND REMOVING LONGITUDINAL BARS SHALL BE INCLUDED IN THE COST OF CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT. 50 THE COST OF HMA 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. �7 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. SUITABLE BACKFILL MATERIAL 3" (75) MIN. (INCLUDED IN THE COST OF CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT) PROPOSED 3/q" (20) PREFORMED EXPANSION JOINT AT CONCRETE SIDEWALKS, DRIVEWAYS, AND MEDIANS. (INCLUDED IN THE COST OF CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT.) UNSUITABLE SUBBASE 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" (100) OR LESS IS INCLUDED IN THE COST OF CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT, REMOVAL AND REPLACEMENT IN EXCESS OF 4" (IOD) WILL BE PAID FOR IN ACCORDANCE WITH ARTICLE 109.04 OF THE STANDARD SPECIFICATIONS. PROPOSED •6 (20) EPDXY COATED TIE BARS 24" (600) LONG AT 24" (600) CENTERS WILL NOT BE PAID FOR SEPARATELY. DELETE EPDXY COATED TIE BARS IF EXISTING TIE BARS ARE USUABLE AS DETERMINED BY THE ENGINEER. (SEE NOTE 30 ). THIS WORK WILL BE PAID FOR AT THE CONTRACT UNIT PRICE PER FOOT (METER) FOR "CURB REMOVAL AND REPLACEMENT" OR "COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT". CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT .� ROAD « STRUCTI TYPE [IE BARRICADES AHEAD WITH TWO FLASHING AMBER TYPE I OR TYPE If BARRICADES WITH ONE LIGHTS ON EACH. FLASHING AMBER LIGHT ON EACH. OR 350 OW 401 E1 60 Mt 1200'tf� TYPE III BARRICADES WITH TWO FLASHING S30 t21) r ( DRIVEWAY AWEER LIGHTS ON EACH. % WORK AREA,b 6 6 0 rn UJ 2 Q N 0. ¢ 60 ms I2OO' I 8 0 0 Lu w I E EI Y 1 0 p J ��� 1 ,v [ a M o , .O W20-110) ROAD w ONSTRUCTIO m6-4101-2nS a !.• k AHEAD F' ROAD 416-1101-2115 .• ONSTRUCTIO AHEAD 401111. TRAFFIC CONTROL AiND PROTECTION FOR SIDE ROADS, INTERSECTIONS, AND DRIVEWAYS NOTES: A. FOR NO SANE RESTRICTION GN THE SIDE ROAD OR OR[VE'd AYS L SIDE ROAD WITH A SPEED LIMIT OF 60 Hm/h Ito DPH) OR LESS AS SHOWN ON THE DRAWING AND AS 01RECYED BY THE CNGJ sEERe MONS R04O GONf[ROCTgN ANuo SIGN 400x4OD 136x361 WITH A FLASHER AND FLAG MOUNTED ON IT APPROXIMATELY 60 m 12001 1N ADVANCE OF ENE MAIN ROUTE. b) THE CLOSED PORTION OF THE MAIN ROUTE SHALL BE PROTECTED BY BLOCKING WITH TYPE 1. TYPE II OR TYPE III BARRICADES, 1/3 OF THE CROSS SECTION OF THE CLOSED PORTION. 2. SIDE ROAD WITH A SPEED LIMIT GREATER THAN 60 xm/h 14c) MPF° AS SHOWN ON THE DRAWING ANO AS DIRECTED 3Y THE ENGINEER: 0) ONE ROAD CONSrNJCVVN AHM SIGN 1.2 m x 1.2 m 148x381 WITH A FLASHER MOUNTED CM IT APPRY)KIMATELY 150 m 15001 IN ADVANCE OF THE MAIN ROUTE. 4) THE CLDSED PORTION OF THE MAIN ROUTE SHALL BE PROTECTED BY BLOCKIRG WITH TYPE III BARRICADES. 1/2 OF THE :ROSS SECTION Of THE CLOSED PORTION. 3. WREN THE SIDE ROAD OES aETWEEN THE BEGINNING OF THE MAINLINE SIGMW AND THE YORK ZONE. A SINGLE HEADED ARROW 006-1) SHALL BE USED 1N LIEU OF THE DOUBLE HEADED ARROW OMG-4t. ILLINOIS DEPARTMENT OF TRANSPORTATION TRAFFIC CONTROL AND PROTECTION FOR SIDE ROADS, INTERSECTIONS, AND DRIVEWAYS SCALE: VERT. DRAWN BY )Iz. DATE 10/18/2002 CHECKED 8Y TC -10 EDGE OF PAVEIt£NT (21 TO EDGE OF EDGE LINE r100 (4) YELLOW NO PASSING ZONE LINE 1� t41 YELLOW f 280 (11)C -C 200 C81 WHITE C� suKTta Mowry2 LIDO (4) WHITE EDGE LINE L2 m U7 OUTSIDE TO NO DIAGONALS OUTSIDE OF LINES WHITE SiuO ZOO 20C) 703ro u.. TO srA. 181 WkITE 1Dfl (41 YELLOW �, 9 m 1309 1240 Ill) C -C 100 14) YELLOW 2-100 14) YELLOW f 280 III) C -C 46 Cil/=1 1140 t5%=) GC] �S m (101 (121 WHITE DIAGONALS ip s OR LESS SAACING 44 WHIT EDGE LIKE 1.2 to (4'1 WIDE: MEDIANS ONLY 50 t2t-i r1O0 EDGE OF PAVEMENT 2 -LANE ROADWAY 2-Io0 VARIES 300 [12) DIAGONALS t41 4 280 111) C -C (MINSMA(AA 51 RxT ISLAND OFFSET FROM PAVEME14T EDGE �u 200 W) WHITE 50 .21 RAISED 200 081 ND MITE ISLAM t21 TO EDGE OF EDGE LINE EDGE OF PAVEMENT I00 141 WHITE EDGE LITE 30 (toll —� - 1RE MEDIAN LENGTH FOR MEDIAN LENGTHS WHERE DIAGONAL SPACING CANNOT BE ATTAIED. USE 5 tFIVE) EQUALLY SPACED DIAGONAL LINES. DIAGONAL LINE SPACING( 15 m (509 C -C (LESS THAN 50 km/h (30 NMI 50 (2) ISLAND AT PAVEMENT EDGE 100 (4) YELLOW L 100 (t) WHITE LANE LINE �7 _...._.. _. N ------------- -- — -- - - - - - ---- ?S m (T5'! C -C (SO km/h (30 MPH) TO TO K a/h (45 MPHR 45 m CW] C -C WOE THAN TO kwn u5 Mpw) TYPICAL ISLAND MARKING G100 W WHITE LANE LITE 280 CID C -C 100 44) YELLOW �! .rWrr.r3 m (SO7�_W 9 m (307 MEDIANS OVER 12 m t4'i WIDE 4 C� SO (2) 100 (4) WRM EDGE LINE EDGE OF aAVEMENY TYPE OF 100 14) YELLOW 100 441 YELLOW LINES CIAO (SE/=) C -C) CENTERLINE ON 2 LANE CENTERLINE ON MAUI MARKING WIDTH OF LINE PATTERN COLOR PAVEMENT 100 (4) SKIP -DASH YELLOW -LANE UNiDIVEDED 2 a 100 t41 SOLID YELLOW SPACING ! REMARKS 3 m Q0'1 LINE WITH 9 m 1307 SPACE MULTILANE UNDIVIDED PAVEMENT — — — r r — .".. N NO PASSING TONE LItESC FOR ONE DIRECTICft FON BOTH D1WCTIONS tOO 14) SOLID YELLOW 2 a 100 [4) SOLID YELLOW 280 QV C -C L40 f5Y27 C -C FROM SKIP -DASH CENTERLINE 280 (1t) C -C UNIT SKIP -DASH CENTEFLa4E BETWEEN 50 0 „ PAVEMENT '> L } 100 f41 WHITE EDGE LIME 3�CE0''.".."'.'...._ " 141 W. INE 9 m � s '"�" — — LANE LINES DOTTED LINES 100 (4) YELLOW LINES (140 (5( C -b z-100 ca YELLOWY a 280 IID C -C !EXTENSIONS OF CENTER, .URN LANE MARKINGS) tO0 (4) SKIP -GASH WHITE t25 151 ON FREEWAYS SKIP -DASH WHITE SAi>E '� LINE BEING ' SKIP-OASH SAME AS LINE BEING LAW OR EXTENDED EXTENDED 3 m 1107 LINE atTk 9 m (307 SPACE 600 12.1 LINE WITH 1.8 m K7 SPACE j 11 YELLOW EDGE LINE '(� lDn S4) IrHSTE LINE 60 (Z -I � UBANE A M[H)MAI TWO PAIRS OF TUFA( ARROWS SHALL USED, (300WHITIN COLOR. EDGE VIES tE OF SHALL PLACED AT 60 m t200'1 TO 90 m INTERS VAL ADDITIONALAL 0300') l60 M) SALID YELLOW -LEFT j WJTE-RICH7 OUTLINE MOUNTABLE MEDIANS IN YELLOW. EDGE LINES ARE NOT T' ,URN LANs MARKDKS 1fMrr j4 150 (61 LINaEs FULL , MID C WHITE SIZE LETTERS A SYMBOLS C2.4 m (891 USED NEXT TO BARRIER CURB SEE TYPICAL TURN LANE MARKING DETAIL C LOO 44) WHITE LANE LINE 6D t21 --j iL OD(41YFita7W FACE LIE 2.4 in C8') 7kD WAY LEFT TUF9M MEDIAN WITH Two -WAY LEFT TURN LAKE MAitl m 2 a 100 W ; SKIP-OASH YELLOW EACH DIRECTION ; AND SOLID 3 m tlD1 LINE WITH 9 m (307 SPACE FOR SKIP-DASHI 140 151/:) C -C BETWEEN SOLID 9�307� SO t21 � 2.4 m (81 LEFT ARROW IN PAIRS WHITE LINE AND SK1P-OAU LIKE SEE TYPICAL TWO-WAY LEFT TURN EDGE OF PAVEMENT 000 14 WHITE EOCE LINE MULTI -LAKE DIVIDED TYPICAL PAINTED MEDIAN MARKING CROSSWALK LINES WEDESTRIAm A. DIAGONALS tBIKF A B. LONGITUDINAL BARS 2 a 150 I6) 1 50610 WHITE FOLESTRIAWU 300 tIZ) a 45• =0 WHITE MCMDLI 300 02) a 90• SOLID WHITE MARKIK DETAIL NOT LESS THAN 18 m C61 APART 606 (27 APART 6O (YI APART WITH MOUNTABLE MEDIAN NOTE: MEDIANS WITH BARRIER CURB DO NOT REQUIRE AN EDGE LENE TYPICAL LANE AND EDGE LINE MARKING B m (25'1 TO 45 m 9497 STOP LINES l5p cTa WRITE 2.4 m (e1—y PAINTED MEDIANS F 6O C24) SOLID WHITE 2 a 100 14) WITH SOLID YELLOW, 3 0 (2) DIAGONALS TWO WAY TRAFFIC SEE TYPICAL CROSSWALK MAFMICG DETAILS K19X Is . H7 IH WWAPI I Or NO ►AKALt.0. TO oKarAuc. 7 rALma. OTW[WSL P-ALI AT LY.SIlu STOOPM PP01bT. AAALU1 TO CMSAW CA7 ERJW. W.,KK 280 111) C -C FOR THE DOUBLE LINE ISO (6) WHITE ��-r-� 15 m (507 TO 60 m (2007 —M S a, 110'1 5 m 1161 -FL, LSO t6) WHITE GORE MARKING AAtD NO DIAGONALS USED FOR ONE MAY TRAFFIC 12 m 141 WIDE MEDIANS SEE TYPICAL PAINTED MEDIAN MARKING. "B" IBM : SEE DETAILE05 CXANNELIZING LINES r ZOO (8) WITk 300 0121 SDIiQ W4ITE DIAGONALS t 45• 1 OIAG�fAtLSa 4S m nS7 C -C 1LESS TkAN 50 kmJh E30 Mp)O) 6 m (20'1 C -C (50 km/n CO MPw TO 70 km/h 145 MPHO 1 9 m = C -C (OVER TO km/h C45 MPH»t.d m 1 MSN. 3 m OO V R m ( 7 3 m t)01 RA(LROAL) CI�SSIWf) lH �5 m 116'1 )56 161 M41TE (24) TRANSVERSE SOLID aH[TE i LINES, 'TWT" 15 1.B m 469 LETTERS, 400 06.'R-rO.33mZ LINE FOR '%, LINE SEE STATE STANDARD 780001600 AREA OF1 t3.6 SO. FT.) EABH '7('-i.0 -r SHOtA.DER DIAGONALS 300 m2 154.0 SO. FT.) BICYCLE 8 EOUESTRIAN SCHDOL PEDESTRIAN ,600 rel f00 FULL SIZE LETTCRS Z.4 0 (87 AND ARROWS SHALL BE USED. AREA - 1.5 M4 (15.6 50. FT.) af AREA l.9 a(2 020.8 SO. FT.) FOR FURTHER DETAILS TURN LANES IN EXCESS OF 520 m (400') IN LENGTH MAY HAVE AN ADOLT10MOL STANDARD SPECIFICATIONS $ET OF ARROW - "(ONLY" IICSTALLEO MIDWAY OETW(EEN TRE OTHER TWO SETS OF CONSTRUCTION AND STATE ' Y" 021 6 45• SOLID WHITE - RIGHT i YELLOW LEFT ON PAVEMENT MARKING REFER TO FOR ROAD AND BRMOE STANDARD 7BDOOL 15 m (30'1 C -C 1THAM 50 km/h GO MPICI X25 a tT5.1 C C t50 5O kn/h 130 MPH) TO TO km/h (45 MPLa 45 m 11501 C -C (OVER TO km/h (45 MPH)) AilQnenafHuu o -a M xlt mtamat4ra ti„a1 ualtaas OttlarW4M am w> 1.5 m (69 MIN. 300 UN auTIL ILLINOIS DEPARTMENT OF TRANSPORTATION <. 150 (6) WHITE, --I `300 n21 WHITE w" TYPICAL LEFT (OR RIGHT) TURN LANE VI )ONS DISTRICT ONE pErL1L DETAIL TM- SER AM-19 TYPICAL PAVEMENT s TYPICAL CROSSWALK MARKING TYPICAL TURN LANE MARKING T. RAIMMACH R I6727 -s4 ALEX HOUSEH 10-04-46 AL X HO 5 H iD-1 - . RAMMACHER 01-06-00 MARKINGS SCALE, NONE QRAHYII 8Y CADp ( DATE 10/18/2002 C CKfiD BY \_Face of roadway curb (length not less than 5'-6" between curb romps preferred) Edge of gutter Crosswalk 6' 11.83 m) min marking (typ.) Depressed curb and RAMPS IN LANDSCAPED AREA gutter SETBACK < 5' Uepressea curb and gutter Detectable warning 1:50 max. 1:12 See DETAIL A . I ! 1:50 max. SECTION A -A (Z The running slope of the curb romp shall not require the ramp length to exceed 15' (4.S m). Sidewalk width 5' 11.52 m) typical. 4' (1.22 m) min. Romp side Detectable f lore a\ _ 1' (1.12 ml warning max. setback ISO .......... 1:50 max. C� E E .......... o Ln C9 --Turning space � Lower 0 landing Romp side 1:50 max.\—Depressed flare Romp side/curb and flare gutter 1:10 max. 1:10 max. 1:10 max. ............ I ............ Sidewalk width 5' (1.52 F_ 4' (1.22 m) min. M) typical, \._Face' of roadway curb \v Edge of W W \11 W W W \4 \V \V \V gutter \V W W Detectable \v \v \v \v W W \11 \qW warning \V Vi 5' (1.52 m) max. setback MI Turning space Romp Depressed W W W W \V \A, \V V \V and gutter \v See DETAIL A SECTION B -B (Z The running slope of the curb romp shall not require the ramp length to exceed 15' (4.5 m). ISgtCax.......... -.50 max. Side .......... 11 E curb E Turning space .......... Lower.......... landing 1:50 max. \v \v \v \v \v W \V \V __--l�__Side \\l \lJ \\I \�f \\I \U \_ Depressed curt) \v \v \v \v W \V curb and W \\1 \\/ W gutter W \v \v \V ............... \_Face of roadway curb (length not less than 5'-6" between curb romps preferred) Edge of gutter Crosswalk 6' 11.83 m) min marking (typ.) Depressed curb and RAMPS IN LANDSCAPED AREA gutter SETBACK < 5' Uepressea curb and gutter Detectable warning 1:50 max. 1:12 See DETAIL A . I ! 1:50 max. SECTION A -A (Z The running slope of the curb romp shall not require the ramp length to exceed 15' (4.S m). Sidewalk width 5' 11.52 m) typical. 4' (1.22 m) min. Romp side Detectable f lore a\ _ 1' (1.12 ml warning max. setback ISO .......... 1:50 max. C� E E .......... o Ln C9 --Turning space � Lower 0 landing Romp side 1:50 max.\—Depressed flare Romp side/curb and flare gutter 1:10 max. 1:10 max. 1:10 max. ............ I ............ 1 6 Flush with top of 1 (150) roadway curb and op of sidewalk 1 3) Variable 2 (5 0) RRamp Ramp Expansion joint thickness xpons JI DETAIL A SIDE CURB DETAIL See Sheet 2 for GENERAL NOTES. \._Face' of roadway curb Edge of gutter Crosswalk 6'_ (1.83 M) min, marking (typ.) Depressed RAMPS IN PAVED AREA curb and gutter SETBACK < 5' Turning space Romp Depressed curb Detectable and gutter 1:50 max, (Z 1:12 max. warning 4 O 4 4 < A See DETAIL A SECTION B -B (Z The running slope of the curb romp shall not require the ramp length to exceed 15' (4.5 m). 1 6 Flush with top of 1 (150) roadway curb and op of sidewalk 1 3) Variable 2 (5 0) RRamp Ramp Expansion joint thickness xpons JI DETAIL A SIDE CURB DETAIL See Sheet 2 for GENERAL NOTES. \ \_Depressed curb and gutter Face of roadway curb Edge of gutter Turning space O1 RAMP IN LANDSCAPED AREA SETBACK > 5` Turning space10 4' (1.22 m) min. 1:50 max. E. Z I:12 max. Setback greater than 5' (1.52 m) c E E rn cn Sidewalk width 5' (1.52 m) typical, 4' (1.22 m) min. SECTION C -C 10 Turning space not required for romp slopes fiatter than 1:20. (� The running slope of the curb ramp shall not require the ramp length to exceed 15' (4,5 m). Setback greater than 5' (1.52 m) C E r� �o L Turning space 0 Lower landing Detectable warning \—Face of roadway curb Ramp side Edge of flare gutter RAMP IN PAVED AREA SETBACK > 5' Depressed curb and gutter GENERAL NOTES All slope ratios are expressed as units of vertical See DETAIL A displacement to units of horizontal displacement (VH). Where the turning space is constrained on a side y opposite a romp, the minimum length of the turning space in the direction of the ramp -run shall be 5' (1.52 m). Where 1:50 maximum slope is shown. 1:64 is preferred. See Standard 606001 for details of depressed curb adjacent to curb ramp. All dimensions are in inches (millimeters) unless otherwise shown. 36 min. CLASS D (900) A /7Angles not less than 60" /— Existing longitudinal joint 36 min. 4'-0" min, Variable -(900) Q. F 2 m) Variable Variable ro C r0 E ro G r � r i r r B B B B B B rir F7 - B B —t 4 D B B B 8 LA Lo c 4E L* F 4G Angles not less Angles not less than 450 than 60' Exist. pav't 3'-0" (0.9 m)to Construction joint Exist. pav't 1 5'- 0 (1.5 m) 'I '-or'5Tr-uCT'or' joint L Variable (1.2 m) t Exist. pav't Exist. pav't L A' -O" 6'-0" (1.8 m) SECTION E -E SECTION A -A SECTION B -B SECTION C -C SECTION D -D (Built in two operations) GENERAL NOTES Existing tie bars shall be either cut or Construction joint removed. Marginal bars shall be cut. 3'-0" (0.9 m) to All dimensions are in inches (millimeters) 51-0" (1.5 m) unless otherwise shown. DATE REVISIONS 111irtoTs Department of Transportation 1-1-06 Switched units to CLASS C and i - 1 3'-0" (0.9 m)to 3'-0" (0.9 m)to Exist. pav't PASSED Jortuary 1, 2008English (metric). -5'-0" (1. 5 m) 5'-0" Q. 5 m) D PATCHES ZNC[NEER OF POLICY AND PROCEDLIWE-5 APPROVED Janaary I. 2008 SECTION F -F SECTION G -G 1-1-07 Revised Note for (Built In two operations) Class C P tches. STANDARD 442201-03 ENGINEER OF DESIGN AND ENVIRONMENT Longitudinal joint Exist. pav't CLASS C t /—sawed (one operation) or 36 min.ormed -f(two operations) (900) A A '4 Angles not less than W• •A A •A A A •A, Variable 36mir 36 min. 4'-0" min. E E (N q SECTION A -A SECTION B -B (9 0) (900) (1.2 m) 0 Existing longitudinal joint i t roc D Exist. pov't Exist. pav't Sawed groove FB ?n 4- A. A. •A 8 B B B B B 1 (3) 1, Y2 width" L4 -0" (1.2 m) to It L�: 4 Q of pav't. 6'-0" (1.8 M) A Lo c SECTION C -C SECTION D -D DETAIL OF SAWED Angles not less than 60*\ Angles not less than 60° CONTRACTION JOINT NOTE Longitudinal joints shall be as detailed on Standard 420001, except tie bars are not required for patches 20'-0" (6.0 m) or less in length, 36 min. CLASS D (900) A /7Angles not less than 60" /— Existing longitudinal joint 36 min. 4'-0" min, Variable -(900) Q. F 2 m) Variable Variable ro C r0 E ro G r � r i r r B B B B B B rir F7 - B B —t 4 D B B B 8 LA Lo c 4E L* F 4G Angles not less Angles not less than 450 than 60' Exist. pav't 3'-0" (0.9 m)to Construction joint Exist. pav't 1 5'- 0 (1.5 m) 'I '-or'5Tr-uCT'or' joint L Variable (1.2 m) t Exist. pav't Exist. pav't L A' -O" 6'-0" (1.8 m) SECTION E -E SECTION A -A SECTION B -B SECTION C -C SECTION D -D (Built in two operations) GENERAL NOTES Existing tie bars shall be either cut or Construction joint removed. Marginal bars shall be cut. 3'-0" (0.9 m) to All dimensions are in inches (millimeters) 51-0" (1.5 m) unless otherwise shown. DATE REVISIONS 111irtoTs Department of Transportation 1-1-06 Switched units to CLASS C and i - 1 3'-0" (0.9 m)to 3'-0" (0.9 m)to Exist. pav't PASSED Jortuary 1, 2008English (metric). -5'-0" (1. 5 m) 5'-0" Q. 5 m) D PATCHES ZNC[NEER OF POLICY AND PROCEDLIWE-5 APPROVED Janaary I. 2008 SECTION F -F SECTION G -G 1-1-07 Revised Note for (Built In two operations) Class C P tches. STANDARD 442201-03 ENGINEER OF DESIGN AND ENVIRONMENT 24 Top of masonry (600) o \ mo N C v c Inlet Steps at 12 (300) Outlet / to 16 (400) cts. AWOM wil T D T �- Circular o a c T r, v 0 Reinforced cost - in -place concrete ELEVATION (Standard Outlet) Halt trap to be used when noted on the plans. Pipe to be laid on a minimum grade of I/. I� :III I Undisturbed \ ground 2 (50) R ELEVATION (Half Trap) Prefabricated concrete slob, Precast reinforced when the precast reinforced concrete slab concrete section alternate is used ca � v T o 2 ) Sand cushion Sand cushion ALTERNATE BOTTOM SLAB ALTERNATE • MATERIALS FOR WALLS • 6 all M •, - • • -• �• For precast reinforced concrete sections, dimension "C" may vary from the dimension given to plus 6 (150). GENERAL NOTES Bottom slabs shall be reinforced with a minimum of 0.20 sq. in./ft (420 sq. mm/m) in both directions with a maximum spacing of 12 (300). Bottom slabs may be connected to the riser as determined by the fabricator; however, only a single row of reinforcement around the perimeter may be utilized. See Standard 602601 for optional precast reinforced concrete flat slab top. See Standard 602701 for details of steps. All dimensions are in inches (millimeters) unless otherwise shown. T 29 (600) T Dia. ELEVATION i(380) Unless #therwise not-• *n the s • Prefabricated concrete Precast reinforced slab, when the precast concrete slob (75) CL reinforced concrete 5 T sections alternate is used. 2 (50) min. Sand cushion 6 o 0 n v (150) Brick Masonry 8 (200) Sand cushion us ALTERNATE BOTTOM SLAB ALTERNATE MATERIALS FOR WALLS T (min) Precast Reinforced Concrete Section 3 (75) Concrete Masonry Unit 5 (125) Cast -in -Place Concrete 6 (150) Brick Masonry 8 (200) GENERAL MOTES Bottom slabs shall be reinforced with a minimum of 0.27 sq. in./ft. (570 sq. mm/m) in both directions with a maximum spacing of 9 (230). Bottom slabs may be connected to the riser as determined by the fabricator, however, only a single row of reinforcement around the perimeter may be utilized. All dimensions are in inches (millimeters) unless otherwise shown. ALTERNATE MATERIALS FOR WALLS BRICK MASONRY CAST -IN-PLACE CONCRETE CONCRETE MASONRY UNIT PRECAST REINFORCED CONCRETE SECTION PLAN Top of masonry o T 24 (600) T E E Diameter See plans for 0 0 pipe size. o T Concrete fill, 4% ( o o a 2 (50) min. } o T- Pipe to be laid on a o minimum grade of 1% 17 M M Reinforced cast - in -place concrete ELEVATION Precast reinforced Sand Cushion Precast reinf. conc. slab, when the concrete slab precast reinf.conc. section alternate is used ALTERNATE METHODS GENERAL NOTES Bottom slabs shall be reinforced with a minimum of 0.24 sq. in./ft. (510 sq. mm/m) in both directions with a maximum spacing of 10 (250). Bottom slabs may be connected to the riser as determined by the fabricator; however, only a single raw of reinforcement around the perimeter may be utilized. All dimensions are in inches (millimeters) unless otherwise shown, DATE REVISIONS ® �/© Illinois Department of Tronsportation 1-1-14 Increased height to INLET -" TYPE 1-E PASSED _ January 1, 2014 72 (1800) maximum. ENGINEER OF 'POLICY AND PROCEDURES 1-1-11 Detailed rein, in slabs. APPROVED Jariucry l _ 20141 7 Added max,€mit to height. STANDARD 602301-04 ENGINEER OF DE GN AND ENVIRONMENT I I Added general notes. 24 24 (600) Top of masonry --� 0 11 wo A X T D T a; E Circular E c o > n Steps at 12 (300) to 16 (400) cts. 0 � !! m Concrete fill o o Q} 4 y —� Reinforced cast- --- �� in-place concrete o �n �o ^ ELEVATION - ECCENTRIC ELEVATION - CONCENTRIC a 2 (50) T min. _f U Tj O U7 Sand cushion Precast reinforced C concrete slab o a � T 0 U � �o un Sand cushion Precast reinf. conc, slab when the precast reinf. conc. section alternate is used. ALTERNATE BOTTOM SLAB ALTERNATE T MATERIALS FOR WALLS 0 C# (min.) Concrete Masonry Unit 4'-0" (1.2 m) 30 (750) 5 (125) 5'-0" (1.5 m) 3'-9" (1.15 m) 5 (125) Brick Masonry 4'-0" (1.2 m) 30 (750) 8 (200) 5'-0" (1.5 m) 3'-9" (1.15 m) 8 (200) Precast Reinforced 4'-0" (1.2 m) 30 (750) 4 (100) Concrete Section 5'-0" (1.5 m) 3'-9" (1.15 m) 5 (125) Cast -in-place Concrete 4'-0" (1.2 m) 3C (750) 6 (150) 5'-0" (1.5 m) 3'-9" (1.15 m) 6 (150) For precast reinforced concrete sections, dimension "C" may vary from the dimension given to plus 6 (150). GENERAL NOTES Bottom slabs shall be reinforced with a minimum of 0.31 sq. in./ft. (660 sq. mm/m) in both directions with a maximum spacing of 12 (300). Bottom slabs may be connected to the riser as determined by the fabricator; however, only a single row of reinforcement around the perimeter may be utilized. See Standard 602701 for details of steps. See Standard 602601 for optional Precast Reinforced Concrete Flat Slab Top. All dimensions are in inches (millimeters) unless otherwise shown. iL 6 Gussets shown 10 permitted CAST FRAME A -j B —1 h'2&2 % 22:Y4 (578) 6'14 (15 9) II/B (typ.) (29) (29) • 74 (19) (typ.) SECTION B—B CAST OPEN LID o ............. E F --*J= E O r ------- n f ----------- n © o r -------- n C�--- o o o Y4 9) '&: r 'f rn-- SECTION F—F 2 2 Y4 (578) 11/8 V/8 (29) (29) F (311 --T 3/4 L SECTION E—E ADA COMPLIANT El F1 D � 0 0 FE -11 ED] D D El E-1 ED E-11 0 ED EJ 0 El El El D )EQ1 El El EJ El 0 0 V (64) 22'4 (578) (3) Stacking lugs at 120' (optional) SECTION D—D CAST CLOSED LID Gray Iron Lid All dimensions are in inches (miliTmeters) unless otherwise shown. 23 (584) 21 (533) 24 (GCO) - 251/2 (650) 34 (864) SECTION A—A Gray Iron B —1 h'2&2 % 22:Y4 (578) 6'14 (15 9) II/B (typ.) (29) (29) • 74 (19) (typ.) SECTION B—B CAST OPEN LID o ............. E F --*J= E O r ------- n f ----------- n © o r -------- n C�--- o o o Y4 9) '&: r 'f rn-- SECTION F—F 2 2 Y4 (578) 11/8 V/8 (29) (29) F (311 --T 3/4 L SECTION E—E ADA COMPLIANT El F1 D � 0 0 FE -11 ED] D D El E-1 ED E-11 0 ED EJ 0 El El El D )EQ1 El El EJ El 0 0 V (64) 22'4 (578) (3) Stacking lugs at 120' (optional) SECTION D—D CAST CLOSED LID Gray Iron Lid All dimensions are in inches (miliTmeters) unless otherwise shown. No. 4 (No. 13) t 30 (760) hong -L jz C F�od`�5 J BAR C PLAN (WELDED WIRE FABRIC) Do Bar C (see tc A B -1 L Do Do Bar C Bar C t p +- Use mortar —� D or sealer T D T D Use mortar LA(Riser) (Riser) or sealer ALTERNATE JOINT CONFIGURATIONS PLAN (REINFORCEMENT BARS) Do GENERAL NOTES 11 B 1 The flat slab top may be used in lieu of the tapered tops shown on Standards 602001, 602011, 602016, 602306, 602401, or 602501 at the option of the Contractor or when field conditions prohibit the use of tapered tops. All dimensions are in millimeters (inches) Unless otherwise shown. Reinf orcement No.• M Bar C I. r.], Z] each direction size engthlRodfus: 1(425 •„ • : • ®� ALTERNATE JOINT CONFIGURATIONS PLAN (REINFORCEMENT BARS) Do GENERAL NOTES 11 B 1 The flat slab top may be used in lieu of the tapered tops shown on Standards 602001, 602011, 602016, 602306, 602401, or 602501 at the option of the Contractor or when field conditions prohibit the use of tapered tops. All dimensions are in millimeters (inches) Unless otherwise shown. Doweled contraction joint / (Placed in prolongation with pavement joints) / construction option: 1. Form with /8 (3) thick steel template 2 (50) deep, and seal. 2. Saw at 4 to 24 hours, and seal. Short radius curve (Such as entrances, side streets and ramp returns). OContraction A joint 2 -No. 4 (No. 13) bars with 2 (50) min, cl. 2 -No. 4 (No. 13) bars Drainage casting placed at mid -depth without curb box 2 -No. 4 (No. 13) bars Back of curb placed at mid -depth (when space permits) 18 (450) long dowel (when space permits) O O bar (placed at mid -depth). 1 18 (450) long —_—_ dowel bars -3 Drainage casting � 12 (300) with curb box (typ l Construction Curb jointbox Back of curb Expansion cap (1.0 m) (1.0 m) min. \ 1 min. min. o -- o cC= . n E TTo 12 (300 7:1 . This dimension shall be adjusted to align with joint on the adjacent _ M N pavement (1.0 mI Edge {1.0 m) 15'-0" 15'-0" 15'-0" pavement min. min. Pavement expansion joint with (or without) dowels PLAN Gaster requiredflwforidth (175) ADJACENT TO curb type. P PAVEMENT D PCC BASE COURSE Pavement o B B C Pavement Pavement Sio--per! Ri slope -- _ a .. .. R1 Tie bar Tie bar J •:I i 1 � � j� SIOper LP 7, Tie bar J DEPRESSED CURB {TYPICAL HMA surfacing Mountable curb shown Ln LS: Slope 6% (other types permitted) — ---` — — _ 9 (225) when PCC base course 5 8 (200) 10 (250) when PCC base course > 8 (200) L PCC base L Tie bar course ADJACENT TO PCC BASE COURSE WITH HMA SURFACING B C A Povement R1 Slope 2%. s: Rz Tie bar ,,.. -2,06 (M-5.15) and M-2,,12�M-5.30), Full depth & width ----� DETAIL nA 1 (25) - thicknsEXPANSION JOINT preformed expansion joint filler. Gutter flag width 7 as required for (175) Pavement curb type. Slope 5z max. LW Tie bar J DEPRESSED CURB ADJACENT TO CURB RAMP ACCESSIBLE TO THE DISABLED GENERAL NOTES The bottom slope of combination curb and gutter constructed adjacent to pcc pavement shall be the some slope as the subbase or 6% when subbase t = Thickness of pavement. Longitudinal joint tie bars shall be No. 6 (No. 19) at 24 (600) centers in accordance with details for longitudinal construction joint shown an Standard 420001. A minimum clearance of 2 (50) between the end of the tie bar and the back of the curb shall be maintained. The dowel bars shown in contraction joints will only be required for monolithic construction. See Standard 606301 for details of corner islands. All dimensions are in inches (millimeters) unless otherwise shown. I PT 1. Form with �/8 (3) thick steel template 2 (50) deep, and sea[. 2. Sow 2 (50) deep at 4 to 24 hours, and seal. 3. Insert 3/4 (20) thick preformed joint filler full depth and width. Mountable curb shown (other types permitted) HMA surfacing Ln q N E 6n Base course ON DISTURBED SUBGRADE 'POLICYIllinois Department of Tronsportation PASSED January 1, 2015 NEER OF . PROCEDURES APPROVED le Jorluory 1. 2015 �I EN—GINEER OF DESIGN AND ENVIRONiZETNT 2 -No. 4 (No. 13) bars _\ with 2 (50) min. cl. Drainage casting without curb box 2 -No. 4 (No. 13) bars placed at mid -depth Back of curb (when space permits) \ i I (typ.) 5'-0" Edge of PLAN (1.5 m) (1.5 m) pavement HMA surfacing �� CETT E Base course ON UNDISTURBED SUBGRADE ADJACENT TO FLEXIBLE PAVEMENT 7 0 Pavement (175) Q B !_ C _[ Pavement rR, � a , a ao 0 La. �a a, , ADJACENT TO FLEXIBLE PAVEMENT 7 0 �) Pavement (175} �B �-{ � Pavement 1 7Ri� � a \— Tie bar Tie bar DEPRESSED CURB BARRIER CURB ADJACENT TO PCG PAVEMENT OR PCC BASE COURSE CONCRETE CURB TYPE...B CONCRETE CURB TYPE B AND COMBINATION CONCRETE CURB AND GUTTER (Sheet 2 of 21 STANDARD 606001-06 For any operation that encroaches in the area between the centerline and a cine 24 (600) outside the edge of the 100' (30 m) pavement for a period of less than 15 minutes. JIM 1. 100' (30 m) min. �J 0 Q� N � Vehicle with dual flashers or flashing amber dome light operating. For any operation that is more than 24 (600) outside the a edge of the pavement for a period of less than 60 minutes. 170 0 Vehicle with dual flashers or flashing amber dome light operating. O ONE LANE ROAD AD AHEAD O For any operation that encroaches in the area between 100' {30 m) 1 W20-7(0)-48 W20-4(0)-48 O t the centerline and a line 24 (600) outside the edge of the min. pavement for a period in excess of 15 minutes but less than 60 minutes. o '� 100' (30 ml N 19 SIGN SPACING min Posted Speed Sign Spacing 55 500' (150 m) ONE LANE ® 50-45 350' (100 m) ROAD <45 200' (60 m) AHEAD O = Refer to SIGN SPACING W20-4(0)-48 W20-7(0)-48 table for distances. TYPICAL APPLICATIONS SYMBOLS Marking patches Work area Field survey String line on Sign Utility operations 9 portable or permanent support Cleaning up debris on pavement ® Flogger with traffic control sign All dimensions are in inches (millimeters) unless otherwise shown. WET G20-1101-2430 PAINT (appropriate arrow) 77- G20 -I101-2430 (appropriate arrow) a� a----------------- ------ KEEP ®® RIGHT R4 -7a-2430 TYPICAL APPLICATIONS Landscaping work Utility work Pavement marking Weed spraying Roadometer measurements Debris cleanup Crack pouring 200' min.* (60 m) SYMBOLS Arrow board (Hozord Mode only) Truck with headlights, emergency • flashers and flashing amber light. (visible from all directions) P18x18 (450x450) min. orange flog fuse when guide wheel is used) aTruck mounted attenuator Distance varies depending on terrain and susceptibility of pavement marking or crack sealant to wheel tracking. GENERAL NOTES This Standard is used where any vehicle, equipment, workers or their activities will require a continuous moving operation where the average speed is greater than 3 mph (5 km/h). For shoulder operations not encroaching on the pavement, use DETAIL A. Standard 701426. All dimensions are in inches (millimeters) unless otherwise shown. ROAD W20-1(0)-48 WORK AHEAD Or ®� NE LANE ROAD ROAD ONSTRUCTIO W20-7(0)-48 AHEAD AHEAD O O W20-4(0)-48 W20 -I103(0)-48 L J 100' (30 m) Type I or Type li Barricades One way / one lane operation min. 00 ®y O 0 7/ ///;//0z00 O O Type I or Type Il barricades IJ� 0 100' (30 m)ROAD max. OCLOSED Type Ili barricades Q 0 o R1I-2 ROAD ROAD ONE LANE o CLOSED AHEAD WORK W20-1(0)-48 ROAD • W20-3(0)-48 AHEAD For AHEAD maintenance W20-4(0) 48 Or and utility projects W20-7(0)-48 ROAD ROAD ONSTRUCTIO W20 -I103(0)-48 ONSTRUCTI*A20-1(0)-48 AHEAD AHEAD WORK contract W20 -I103(01-48 Or construction projects SIGN SPACING Posted Speed Sign Spacing SYMBOLS 55 500' (150 m) 50-45 350' (100 m) Work area O1 Refer to SIGN SPACING TABLE C45 200'(60 m) for distances. O Cone, drum or barricade (not required for moving operations) O For approved sideroad closures. GENERAL NOTES Sign on portable or permanent support Cones at 25' (8 m) centers for 250' This Standard is used where at any time, day or (75 m). Additional cones may be placed night, any vehicle, equipment, workers or their at 50' (15 m) centers. When drums or activities Flogger with traffic control sign Type I or Type II barricades are encroach on the used. the interval between devices pavement requiring the closure of one traffic lane in an urban area. Barricade or drum with flashing fight may be doubled. ®All dimensions are in inches (millimeters) Cones, drums or barricades at Type III barricade with flashing lights 20' (6 m) centers. unless otherwise shown. DATE REVISIONS ® Illinois Department of Tronsportatlon 1-1-11 Revised flogger sign. URBAN LANE CLOSURE, APPROVEDJan u y�l 2011 2L, 2W, UNDIVIDED ENGINEER OF SAFETY ENGINEERING 1-1-09 Switched units to APPROVED January 1, 2011 L English (metric). STANDARD 701501-06 ENGINEER OF DESIGN AND ENVIRONMENT Corrected sign No.'s. SYMBOLS Work area r Sign on portable or permanent support Barricade or drum O Cone, drum or barricade Type III barricade Detectable pedestrian chonnelizing barricade Ca SIDEWALK DIVERSION Or ROAD O WORK W20-1(0)-48 for AHEAD maintenance and utility projects a ONSTRUCTIO AHEAD 10' (3 m) Spacing �\ 10' 13 ml Spacing SIDEWALK CLOSED SIDEWALK SIDEWALK V N1.1 Ql ROAD W20 -1103(0)-4B for contract ONSTRUCTIO AHEAD construction projects SIDEWALK CLOSED SIDEWALK SIDEWALK Or CLOSED RII-IIOI-2418 CLOSED USE OTHER USE OTHER © ROAD W20 -1(0)-4B for ' SIDE SIDE (YORK AHEAD maintenance and utility R11-1102-2430 Rll-I102-2430 projects SIDEWALK CLOSURE 0 Omit whenever duplicated by road work traffic control. GENERAL NOTES This Standard is used where, at any time, pedestria traffic must be rerouted due to work being performed. This Standard must be used in conjunction with other Traffic Control & Protection Standards when roadway tratfic is affected. Temporary facilities shall be detectable and accessible. The temporary pedestrian facilities shall be provided on the some side of the closed facilities whenever possible. The SIDEWALK CLOSED / USE OTHER SIDE sign shall be placed at the nearest crosswalk or intersection to each end of the closure. Where the closure occurs at a corner, the signs shall be erected on the corners across the street from the closure. The SIDEWALK CLOSED signs shall be used at the ends of the actual closures. Type III barricades and RI1-2-4830 signs sholl be positioned as shown in "ROAD CLOSED TO ALL TRAFFIC" detail on Standard 701901. All dimensions are in inches (millimeters) unless otherwise shown. SIDEWALK CLOSED 3 USt R SIDE ( W20-I103(0)-48 for contract 1311-1102-2430 ROAD ONSTRUCTIO construction projects AHEAD Or ROAD W20-1(0)-48 for WORN maintenance AHEAD and utility 10' Spacing projects 0 0 11 WF O SIDEWALK © ROAD W20-I103(0)-48 for contract SIDEWALK CLOSED ONSTRUCTIO AHEAD construction projects CLOSED USE OTHER S1DE SIDEWALK R]]-I[Ot-2418 R11-I102-2430 Or CLOSED SIDEWALK CLOSED 0 ROAD WORK AHEAD USE OTHER W20-1(0)-48 for SIDE maintenance R11-I102-2430 and utility RI1-I1©1-2418 projects CORNER CLOSURE SIDEWALK CLOSED USE OTHER S1DE SIDEWALK CLOSED USE OTHER RII-1102-2430 O i i SIDE R3-1-2424 R11-I102-2430 4 R3-2-2424 O ROAD CLOSED 111tnois Department of Transportation AHEAD SIDEWALK, CORNER OR APPROVED ADril L. 2016 �, c 820-3(0)-48 CROSSWALK CLOSURE _ ENGINEER OF SAFETY ENGINEERING CROSSWALK CLOSURE APPROVED Apr'1 1• 2016 (Sheet 2 of 2l p� p en ENGINEER OF OE GN AND EVIRQNMENT STANAI■�HRO 70� 9U I-06 Warning light (if required) 6' - 12':• r— --I (1.8 m - 3.6 m) [ I i } C I a I E E m _ J n Metal or 4- wood post 0 5' (1.5 m) min. rural a 4' (1.2 m) rural 7' (2.1 m) min. urban 6' (1.8 m) urban I �— II II Elevation of edge II of pavement IJ 5' (1.5 m) min. embedment POST MOUNTED SIGNS •• When curb or paved shoulder are present this dimension shall be 24 (600) to the face of curb or 6' (1.8 m) to the outside edge of the paved shoulder. X MILES AHEAD W12-1103-4848 WIDTH RESTRICTION SIGN XX' -XX" width and X miles are variable. 24 - 10' Edge of (600 - 3 ml o pavement M c or face "' 'E of curb Elevation of edge of pavement SIGNS ON TEMPORARY SUPPORTS ••+ When work operations exceed four days, this dimension shall be 5' (1S m) min. If located behind other devices, the height shall be sufficient to be seen completely above the devices. E in E FRONT SIDE 18x18 (450x450) Orange flags SIGN (IF SPECIFIEO) E Q � ao HIGH LEVEL WARNING DEVICE FLAGGER TRAFFIC CONTROL SIGN X49 ROAD CONSTRUCTION END NEXT X MILES CONSTRUCTION G20-1104(0)-6036 G20-1105(0)-6024 This signing is required for all projects 2 miles (3200 m) or more in length. ROAD CONSTRUCTION NEXT X MILES sign shall be placed 500' (150 m) in advance of pro- ject limits. END CONSTRUCTION sign shall be erected at the end of the job unless another job is within 2 miles (3200 m). Dual sign displays shall be utilized on multi- lane highways. WORK LIMIT SIGNING WORK W21-1115(0)-3618 ZONE SPEED LIMIT R2-1-3648 XX ENFORCEDPHOTO R10 -1108p-3618 ••■■ SXXX FINE R2-I106p-3618 MINIMUM Sign assembly as shown on Standards or as allowed by District Operations. END WORK ZONE G20-I1O3(0)-6036 SPEED LIMIT This sign shall be used when the above sign assembly is used. HIGHWAY CONSTRUCTION .... RIO-I108p shall only be used along roadways under the juristiction of the State. 8' (2.4 m) min. 4' (1.2 m) min. min. E to E Q C N E p E M E E E m cF7 —: c .E NE NE tD ti - TYPE A TYPE B TYPE C ROOF ROOF OR TRAILER TRAILER MOUNTED MOUNTED MOUNTED ARRnW RnARnR .HI 0 +i — — — — — — — — ------------- CD r+ A — — — — - M ------------- O �--► A PLAN — ° 0 00 C 0 0 O° 11 0 ° j- Weep holes I __—/--------- 25' 25' P 25' (8 m) (8 m) (8 m) Construction 200 L200 L 200 advance (60 m) t (60 m) ± (60 m) ± warning signs I3/4 (45) Fore may be stepped or smooth Eil % I I Epoxy channels J 3/2 (90) ± r Reflectorized striping may be omitted on the back side of the barricades. If o Type III barricade with an attached sign panel which meets NCHRP 350 is not available, the sign may be mounted on an NCHRP 350 temporary sign support directly in front of the barricade. TYPICAL APPLICATIONS OF TYPE III BARRICADES CLOSING A ROAD SECTION A -A 25' 5, (8 m) (1.5 m1 Traffic Q 0 TYPICAL INSTAI I ATinm TEMPORARY RUMBLE STRIPS 12 (300) E E min. E E O 1 m� O O r� O 12 (300) min. Type A R11-4 flasher /j— ` `— Pavement ROAD CLOSED TO THRU TRAFFIC Reflectorized striping shall appear on both sides of the barricades. It a Type III barricade with on attached sign panel which meets NCHRP 350 is not available. the signs may be mounted on NCHRP 350 temporary sign supports directly in front of the barricade. Edge of pavement Edge of pavement -\ Nle o o White P V Yellow v o !0' 30' Yellow (3.05 m) (9.15 m) 30' 10' White (9.15 m) (3.05 m) White 2 LANE 24 24 24 (600) E600) (600) 10' 25' 25' �6 (3.O5 m)� (7.6 m) (7.6 m) 50' As directed b E15.2 m) the Engineer. LANE AND EDGE LINES 0 0 v Edge of pavement DIVIDED UNDIVIDED MULTI LANE Approximately 15' 14.5 m) -from nearest rail or 8' (2.4 m) back from gate, it present. Stop line placed perpendicular to center line. 8' (2.4 m) or as directed by the Engineer. E E :R Lm o „ i Std. R -� 6 A�A001 Lane NOTES The transverse spread of the "X" may vary according to lane width. 0n multi --lane roads, the stop lines shall extend across all approach lanes and separate RXR symbols shall be placed adjacent to each other in When the pavement marking symbol is used, a portion of the symbol should be located directly adjacent to the Advance Warning Sign (W10-1) as placed by Table 2C-4, Condition B of the MUTCD. PAVEMENT MARKINGS AT RAILROAD -HIGHWAY GRADE CROSSING All dimensions are in inches (millimeters) unless otherwise shown. a. ONN■■■N A0 NI:N:Nw ww on NENEENi NM ::l::ww on ■E ■■■E■EN NE.AMMMEMEN w■ :M wi��■iN onEEEwwwN■ 1111 ■M i1..111E :1011■www■ ■■ or .i■111■ w:ENEi:NNN EE UNUNN w■■■mow■■w ■■ inlgoomm anummo1ioi 11 N>, 11::!111 ■■N■■N! 1:1100il, !m NM :::111111 w■■■■■■■.■ Nw q ■un■■ ■!■N■■NN■■ ■! ■wE ww■■■■ inn !!!!1! w■ ww www■w■■ 1111 N� ■� oaNwwm■ wa ■N■■■.■ ■■■■i■■ ■lgUNNmlEl11l:wN:mEM■NE:ENENl1111111■■■■■■■.■oN■■!■■ NEW �,■■■■■■■■■■ ■■■■■■■■■■,�■■■■■ /� !!■iUENNlinn!!!!E■NEE■!■N:E11loE:o■■■■■.■wN■wNam ..■mw■:mE■i.■■■!■■ENE■wmms■linin■■■■■■N!llNalwm ■■r ■■■■■■■■■1 1■■■■■■■■■, '1111■■. /.■ rr■■■..■■.\.!!■■wmEP �wiw■.■■Ew\■■■.■■■■��■■■ ,tuumn \■N■■E.lr vuulNm N■■!■NOr wiw ■■�. ,.■■■■■■. .■■■■■■■F A■■■■LM■■ 1::::..: 'n:::.l' A. !:::::::: 1:1liiiiJ A. INN � ■■� ■■■■■■� I ►■■■■■■�■■■�■�■■ A. ■■■■EE■ ■. m■w■!■m .■ 1111■■■■n EI• 11!11■■■ ■m ,:■ Mm ilii:11■ 1111■■► i■■■��.: \1111■■■► I■ ■► 1■■■■■�'■■■■■■■■■ ME E!!u■N O■ ..1..10E N■ ■11■■■ 1111 ■! ■■ ■1111■■u ■E N■m■!■! 1■ ■■■NONE! !N ■■■■.! M■A!E 1M ■■slwlw !E N■!■N■■ 1: 11:1111! wl ■ IM! w■E:m ■■■■■�■�■■■�\■■■� /1111 1111■■■■\ 1111■■■■■► \■■■�■■■ ■►■■■/� ��■■■�■■■■ �+' .............!!N■......la.....!N!.■ rNNMwO ■1 ■■■limas m: ■■:■!l■ ■■ ..:iiw.. 1..M■M!N ,NNMw .w 11.:1!.1 m. ..:lNE. ■m ■■!001■E ■w .!■E■N .■N■ 1111■■■■■► ■■■■■■■■ 1■■■■■■■ ■N■■■' W�■■■ ■■■■■■�\■ ME :■Ewmwm ■p' m■mm■mN 1! ■11liilE■ .� ■:i■■m logo ■E w■mE m unman■Em NE MEREEMENREES AllmmmlimmommuL "iN ■■■■■■■�k ,■■■■■■k ■■■■■■■ ■■■■■� m!on ■MM=EmMENUMEN !Em■linn: ■! ■E!Ulmmm ioNMEwo■l ww :0ml■l■s. ns■l■ll!■ M! N■.■..N■ mnmE■N■:. !! ■■■■■■■■■� ■■■■■■■■■'■■■■■■■. on 1111■■■■■ E■■■■!wN■M n NEN■■■E■ it■■!m■.■owl 1111 1. 11!11■■■! ■N■sm■mmlm EN am■mmm■m Elf■■■E!N■■t, !. Mw 1:1111■■■ i■■■■.00■. 1N Em■:ENNN 11 1EENNNlIww w■ 1111■■■■■ ■■■■■■■■■■■■■■■■■ 1111■■■ 1111■■■■■k w���r� ■■■■■■� 1■■■■�� :. Mw■■:E■ ENNE:UEEm11 Na NONSENSE mi im■mmNE NE :■ "fir .1111■■■M ■Nisi■■lN■� \ ? m!■m■mmm on IENEEME m: #. ■■■■m■■■■■■■■■■■■ ■■■■■■■ ■■■■■■■■' t■■■■■■,` • AM■■E!■■ ■N■Emmmmmir 1■E■■MENE ■E IMn■■M1 A■E .:::0::110 EN■nlmE!!.• �■.l...N. N! Null.!. a■■ ■■■■■■�■■■■■■■■■■� ■■■�■■■ ■■■■�■■■■■, ■■■■■■� . owN:1111■■wiwN■■■■■■nn■wwww■■N■■NE■EmlNlunN:E NEE■■■www■www■■N:N■mmmwnN.N1EEEN■■N■Mq..nE:N:E ■■■■■■■■■■�■■■■■■ 1111■■■■■ ■■■■■■■■■■■� ■■■■■■■� ■NNw■wwlwww■w■■■w■■■.EmM■asNEUENEMONOMER N■wwl:E:m ■■■■■■■■■■■■■■■■■■ 1111■■■■■ t ■■■■■■■■■■■.` ■■■■■■■■ :■omowl■■■qi■o!■ooE■nElw■.■q■■wgoNNONME::NmoN mom NRoom" O■■mmmmmm■■■Nww■■■■■■■■■■■!■■!■■■■■w!w �■■■■■■■■■■■■■■■.■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■ ■■ :Emu■lmm aniommmE■ ■N1N:1UNll mommas■mar, �wlm :r I.u■■EE !■ I■a■N■EE ■E!■■MEN■w ■N■■mmmrmommummi ru ■■■■■.■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■ 3r INu:i11■I Er nNNNN.Noulommummu inn m■■■■■■■w!MMMMOO"o mom mom Ah Iwo rr 1EENw:mM1 3r naiNNN11u: ■uumEsso ■!■:uw MN No ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ 1NuuNNI ■■111■■N.rEri3.1N1N111.3r111N111:11N■ :■ ■gNN1NEME noJIMENUM ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ i 1111!■■N.ononREMEMBERS .3lYi :ENN11:ilN■f 11NN..0USES■ESaoN ig11■ul■l no ismossommoNN a l.m....wwE wm.wlnlN..■an.■NNONm .■...lNNr I■. 1 IimNEN:wE! SNE■E■muo i■■::uumm! n!!■■ur ANN [� ■�t����»fit �������E�� -immus muNuumumuna - mommu»a MANN ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ 1w■m■■■■■N� r■.■111■w ■■EEEEmr tiUNEN1us u■:m■Er uNN:■■■r smm■Nmm■E3 3 >I■■.■00000 r■■11:001 Em30 ON' !0N■NNN! uuu.r �■Nu■.n �N.nmu■r 1 A► twEElE1■NN r■mEONNE UNNEUSE ■■■■w■■ UNSCREW An i■■■:■■■r m11n■nit i M: 1111■■■■EN: r■■MMoow wq:EEwww■ A► ■■■N■■■Ew■ .10:01■ E: ■1..0.31 Al Eu■ENOW n m■ mo■■E■■■3 MEMNON■■ Emmgo■■■m MEAN■ooMO:EEN IMENESIN EN MEMORIES Mi iuNm:iN me ImN 1!!E■Ew:l ! ri■owo■o w!■:■NE.■w ■Ml■i■w■o1w■r !mommas■ on E momom M: MUSIC EE I■■ 1w■wwsw■f 1 s1■oww■. �aUNIUMM wMo■■ww.olw■1 1mowE:OO rr : nmE:■N ■N E■NmmoNN E I!r ■■:q■■M i . a■M■■■M 3ESEMMOM :nM■Mm■lllml ■■l■wN:l l■:::■■ a: ME:o!!lM i■ 00000000 r r■■gNmw MEEmM■Nm r �N!!q■q■w--noun► I.NlNE■m v 00000000 00 MMMEMMMNwr nMENNEi t■■wiwww ■wwq■N■wm ■ENEE:NNr TNNNNN■Es ■mummoso EE !!ELME!■3 lr rua■NMM AR °■:Nim■■ �qq■■■wN IIE:EEENE NNNNNIEI, momma■ ME 1 Nommmsmr II raga■l\Mi ■UEElE■ 1!u■w.... 1..■■■... A\ ......1 qw.000E E■ In ■■ww■wwl 1I r■gEN■E■E■ ■ENNEEN A\ : E■.■■mwwr ■E■ml:m■ M: ONE gMMlk . ■qw■w■M EM . IRE MM■■■MMI Mr rmmmmmmnmE ■■0001■ Mo MMOMMENNi �q.■■E.■ .E MNENESERUM :.NNuuN ■M INN so■■■■3r m[ r■■Nq■mmom ommmsMm M■ mmmm=mmt : MOMOEEwM■ :m ■N■■NE■■Mo iwllname on . Iwo ■■■mm■■ monsom■row .■■■E■Mm ME-m■E■■■■m 1nMu:q ME ■q:NNNl10 '!1101■■■mmmommuss ■ ■m 'amm■ mm■mmmmNNOMMME ommooss"EMSEMM a::■mm:■■wMEMBERS N: U■Nm11mE3 1N■E:UIMEw !: ig11NNV:: mE:l1111E :1 w: ;■MgEin !■E■■q v somossm �lr : monesmar lm■■■■■■■■ v mmnul v 1EME■■EM RF �r INUMBIRMOM 'iiiiman I ilwlomlrwi3Mi3Eist ilm3�iEiiii'iiiiiiiiiii iif1iiiu iiaiiiiiii AMME■EMmwMr>room■o!E\ Aoommu■1 2.wwEmENt:imENEE:■M1 .A1NmNMAUL Kiwi■■■ol i.. a�nnrrrrrrrrrr .��������.��i!���� ��:����E. , 4' 10' Qrr (1.2 m) (3 m) ev ��an of few LO �Q 20° �a e a� pa�em e07L (1.75 m) 24 9' 8' (600) (2.7 m) (2.4 m) LANE—REDUCTION ARROW Right lane -reduction arrow shown. Use mirror image for left lane. 20' (6 m): urban 50' (15 m): rural (Between arrow and word or between words) c o a L -0 v L L 7 ai _N z E a v — E L V v 36 (914) INTERNATIONAL SYMBOL OF err_F(zcn ITv WORD AND ARROW LAYOUT E v � ,o E OR 3'-4" (1.0 m) SHARED LANE SYMBOL ® IVL 3'-4" 11.0 m) BIKE SYMBOL (Arrow is optional.) LEFT TARN LANE OR CENTER O Refer to SIGN SPACING TABLE for distance. O2 Required for speed > 40 mph. 0 Cones at 25' (8 m) centers for 250' (75 m). Additional cones may be placed at 50' (15 m) centers. When drums or Type I or Type 11 barricades are used, the Interval between devices may be doubled. 0 use flogger sign only when flogger is present. Omit this sign when median is less than 10' (3 m) or for bi-directional turn lanes. © Cones, drums or oarriccoes at 20' (G m) centers in taper. 0 Advanced arrow board required for speeds > 45 mph. ® Three Type 11 barricades, drums or vertical barricades at 50' (15 m) centers. SYMBOLS • 0 ROAD ONSTRUCTIO AHEAD O ® n 1, W20 Or ROAD WORK -I103(0)-48 LEFT TiCL LANEc�osEoAHEAD AHEADW20-1(0)-48 W20-7(0)-48 Or *W21 Arrow board W20-1103(0)-48 -1(O;-48 0 G� 0 O O 2 LEFT TARN LANE OR CENTER O Refer to SIGN SPACING TABLE for distance. O2 Required for speed > 40 mph. 0 Cones at 25' (8 m) centers for 250' (75 m). Additional cones may be placed at 50' (15 m) centers. When drums or Type I or Type 11 barricades are used, the Interval between devices may be doubled. 0 use flogger sign only when flogger is present. Omit this sign when median is less than 10' (3 m) or for bi-directional turn lanes. © Cones, drums or oarriccoes at 20' (G m) centers in taper. 0 Advanced arrow board required for speeds > 45 mph. ® Three Type 11 barricades, drums or vertical barricades at 50' (15 m) centers. Q ROAD ONSTRUCTI O AHEAD • • W20 -I103(0)-48 SHOULDER ar � Or 4 OPERATIONS ROAD <Ji W20-7(0)-48 WORK AHEAD Type I or W21-1( )-48 Type I1 barricade 0 1 O W20-1(0)-48 Z a 3 3 CORNER ISLAND OPERATIONS o -01 J O 6 0 Q 0 O O ® Or<1 -I L0A O W20-7(0)-48 W21-1(0)-48 7 RIGHT LANE CLOSED 0 c e' o AHEAD W20-5(0)-48 o 0 ROAD ROAD ONSTRUCTIO Or WORK O AHEAD AHEAD W20 -I103(01-48 W20-1(0)-48 for for contract maintenance consfruct(on and utility projects projects GENERAL NOTES This Standard is used where at any time, day or night, any vehicle, equipment, workers or their activities encroach on the pavement during shoulder operations or where construction requires lane closures in an urban area. Calculate L as follows: SPEED LIMIT FORMULAS English (Metric) 40 mph (70 km/h) WS2 WS2 or less: 60 L 150 45 mph (80 km/h) L=(W)(S) L=0.65(W)(S) or greater: W = Width of offset in feet (meters). S = Normal posted speed mph (km/h). All dimensions are in inches (millimeters) unless otherwise shown. SYMBOLS ® Work area O Cone, drum or barricade r Sign on portable or permanent support Arrow board Barricade or drum with flashing light 0 Flogger with traffic control sign Q ROAD ONSTRUCTI O AHEAD • • W20 -I103(0)-48 SHOULDER ar � Or 4 OPERATIONS ROAD <Ji W20-7(0)-48 WORK AHEAD Type I or W21-1( )-48 Type I1 barricade 0 1 O W20-1(0)-48 Z a 3 3 CORNER ISLAND OPERATIONS o -01 J O 6 0 Q 0 O O ® Or<1 -I L0A O W20-7(0)-48 W21-1(0)-48 7 RIGHT LANE CLOSED 0 c e' o AHEAD W20-5(0)-48 o 0 ROAD ROAD ONSTRUCTIO Or WORK O AHEAD AHEAD W20 -I103(01-48 W20-1(0)-48 for for contract maintenance consfruct(on and utility projects projects GENERAL NOTES This Standard is used where at any time, day or night, any vehicle, equipment, workers or their activities encroach on the pavement during shoulder operations or where construction requires lane closures in an urban area. Calculate L as follows: SPEED LIMIT FORMULAS English (Metric) 40 mph (70 km/h) WS2 WS2 or less: 60 L 150 45 mph (80 km/h) L=(W)(S) L=0.65(W)(S) or greater: W = Width of offset in feet (meters). S = Normal posted speed mph (km/h). All dimensions are in inches (millimeters) unless otherwise shown. Village of Mount Prospect 2020 Street Resurfacing Program 3.0" Resurfacing Street From To Length 1 Indigo Dr Tano Indigo Ct 850 2 Carib Ln lIndigo !Columbine 1275 3 Wistoria Ct ColumbineCul De Sac 170' 4 Burning Bush Ln [Euclid Camp McDonald 2343 5 Lama Ln 'Chinkapin ..................... Tano . . ........... ------- - 1220 6 Kiowa Ln Burning Bush Pecos 1036 7 Boxwood Dr Wheeling Wheeling 2445 ... .... .. .. ... 8PIogwood Ln Boxwood Wheeling 365 9 Greenfield Ct Greenfield Cul De Sac 613 10 lHemlock Ln jDogwood Barberry 406 11 Eric Ct Cardinal Cul De sac 0 12 Centennial Dr Limits ------------- - -- ---------------------- Westgate 0 013 Small Ln Stratton Stevenson 920 14 Stratton Ln Henry Thayer 395 15 ThayerSt 'Stratton Horner 270 16 Wolf Rd 910 Central Kensington 1000 17 Dale Av ---------- Nw Hwy Gregory 1225 18 Isabella St Oak Fairview 725, 19 Wille St NW Hwy Central 423 201 Judith Ann 183 End of Pave 225 21 Albert St lCentral Henry 1 7901 .... ...................... - 22 Milburn Ave Owen William 427 23 Louis St NW Hwy Milburn 500 24 Emerson St 'Milburn Prospect 17 548 25 Council Trail William Marina 1550 261Maple St 'Golf Lonnquist 1450 27 'Owen St Golf Lorinquist 1335 �28 William St Golf JSunset 730 291 Lancaster St Central Prospect 1060 30We Go Trail Lincoln lCentral 2625 31 Busse Ave HiLusi Ioka 330 32BusseAve WeGo Cathy 775 33 Prospect Alley HiLusi Ioka N/A 34 Wille St Lincoln Evergreen 1185; —[ 35 [1oka Ave Council I I1 Lincoln 1195 36 WaPella Ave Lonnquist IManawa 358 I 37 Candota Ave Golf Lorinquist 15/51 38 CarolLnEstates Lincoln 1470 391 Meier Rd 9. Chris 11-awerence 1045 40 Circle Dr Cottonwood Frost 730 41 Cypress Dr Cottonwood Eva 995 42 Eva Ln Cypress Linneman 640 Total Feet 37219 Total Miles 7.05 Village of Mount Prospect 2020 Street Resurfacing Program 2.0" Resurfacing Street From To Length Pine St Berkshire Council 300 Total Feet 300 Total Miles 0.06 Village of Mount Prospect 2020 Street Resurfacing Program Class D Patch 2.0" Street From To Length 1 Burning Bush Ln Camp McDonald Yuma 2 Mura Ln Wintergreen Seminole 3 Cedar Ln Sycamore Barberry 4 Meadow Ln Stratford 83 5 Stevenson Ln Green Thayer 6 Elmhurst Ave Memory Highland 7 Memory Ln Elmhurst Russel 8 Wille St Memory Highland 9 Pine St Henry Gregory 10 Elm St Thayer Isabella 11 Henry St Emerson Elm 12 Highland St Emerson Maple 13 Maple St Henry Isabella 14 Owen St Isabella Gregory 15 Berkshire Ln School Owen 16 Louis St Creek Council 17 Pine St Berkshire ShaBonee 18 School St Berkshire Council 19 School St Golf Sunset 20 Sunset Rd Maple Elm 21 William St Berkshire ShaBonee 22 Green Acres Ln Robert Waverly 23 Robert Dr Robin Lonnquist 24 Sunset Rd WaPella HiLusi 25 Beverly Ln Lincoln Hatlen 26 Hatlen Ave Connie Central 27 Lincoln St Meier Carol 28 Noah Ter Cul De Sac Prendergast 29 Catalpa Ln Tamarack Lavergne 30 Cherrywood Dr Willow Palm 31 Hunt Club Dr Curve Curve 32 Locust Ln Tamarack Lavergne 33 Palm Dr Fern Robert 34 Robert Dr Palm Willow 35 Robert Dr Cottonwood Catalpa 36 Tamarack Dr Phesant Magnolia 1371Willow Ln 113usse Birch *Not all streets listed above will be patched in 2020. Most of the patching work will be based on the amount of funds available after 3.0" and 2.0" resurfacing construction 2020 STREET RESURFACING PROGRAM 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 VIII'°°° VIII Ilii iiii� ilii iiii1n ilii °s DESIGNED: BS APPROVED: ML DATE: 03-10-20