Loading...
HomeMy Public PortalAbout2015 Downtown Plainfield Concrete Program_FinalRETURN WITH BID Printed 2/11/2015 Page 1 of 7 BLR 12200 (01/08/14) Local Public Agency Formal Contract Proposal PROPOSAL SUBMITTED BY Contractor’s Name Street P.O. Box City State Zip Code STATE OF ILLINOIS COUNTY OF Will Village of Plainfield (Name of City, Village, Town or Road District) FOR THE IMPROVEMENT OF STREET NAME OR ROUTE NO.2015 Downtown Plainfield Concrete Program SECTION NO.N/A TYPES OF FUNDS Tax Increment Financing (TIF) SPECIFICATIONS (required) PLANS (required) Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent loss when bids are processed. RETURN WITH BID Printed 2/11/2015 Page 2 of 7 BLR 12200 (01/08/14) NOTICE TO BIDDERS County Will Local Public Agency Village of Plainfield Section Number N/A Route 2015 Downtown Plainfield Concrete Program Sealed proposals for the improvement described below will be received at the office of the Village Clerk of Plainfield, 24401 W. Lockport Street, Plainfield, Illinois 60544 until 10:00 AM on February 25, 2015 Address Time Date Sealed proposals will be opened and read publicly at the office of the Village Clerk of Plainfield 24401 W. Lockport Street, Plainfield, Illinois 60544 at 10:00 AM on February 25, 2015 Address Time Date DESCRIPTION OF WORK Name 2015 Downtown Plainfield Concrete Program Length:0.00 feet ( 0.00 miles) Location Various. See schedule of quantities. Proposed Improvement Sidewalk Removal, PCC Colored Sidewalk, 5 Inch (Special), Driveway Pavement Removal, PCC Colored Driveway Pavement, 6 Inch (Special), Combination Concrete Curb and Gutter Removal and Replacement, Concrete Curb Type B Removal and Replacement, and other miscellaneous items of work. 1. Plans and proposal forms will be available in the office of Public Works Department, 14400 S. Coil Plus Drive, Plainfield, Illinois 60544 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 RETURN WITH BID Printed 2/11/2015 Page 3 of 7 BLR 12200 (01/08/14) 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. RETURN WITH BID Printed 2/11/2015 Page 4 of 7 BLR 12200 (01/08/14) PROPOSAL County Will Local Public Agency Village of Plainfield Section Number N/A Route 2015 Downtown Plainfield Concrete Program 1. Proposal of for the improvement of the above section by the construction of 2015 Downtown Plainfield Concrete Program a total distance of 0.00 feet, of which a distance of 0.00 feet, ( 0.000 miles) are to be improved. 2. The plans for the proposed work are those prepared by Village of Plainfield and approved by the Department of Transportation on N/A 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 5/22/2015 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: The Village Treasurer of Plainfield The amount of the check is 5% of bid amount ( ). 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 N/A . 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. RETURN WITH BID County Local Public Agency Section Route Total Item No.Items Unit Quantity Total 1 SIDEWALK REMOVAL SQ FT 2,580 2 DRIVEWAY PAVEMENT SQ FT 2,250 REMOVAL 3 PORTLAND CEMENT SQ FT 2,580 CONCRETE COLORED SIDEWALK, 5 IN (SPECIAL) 4 PORTLAND CEMENT SQ FT 2,250 CONCRETE COLORED DRIVEWAY PAVEMENT, 6 IN (SPECIAL) 5 COMBINATION CONCRETE FOOT 103 CURB AND GUTTER REMOVAL AND REPLACEMENT 6 CONCRETE CURB TYPE B FOOT 203 REMOVAL AND REPLACEMENT 7 PRECONSTRUCTION VIDEO L SUM 1 RECORDING Bidder's Proposal for making Entire Improvements = Schedule for Single Bid (For complete information covering these items, see plans and specifications) N/A Village of Plainfield Schedule for Multiple Bids Sections Included in Combinations Unit Price Combination Letter SCHEDULE OF PRICES 2015 Downtown Plainfield Concrete Program Will Printed 2/11/2015 Page 5-1 BLR 12200a (01/08/14) RETURN WITH BID Item No.Items Unit Quantity Total Bidder's Proposal for making Entire Improvements = Unit Price 8 CONTINGENCY ALLOWANCE L SUM 1 Printed 2/11/2015 Page 5-2 BLR 12200a (01/08/14) RETURN WITH BID Printed 2/11/2015 Page 6 of 7 BLR 12200 (01/08/14) CONTRACTOR CERTIFICATIONS County Will Local Public Agency Village of Plainfield Section Number N/A Route 2015 Downtown Plainfield Concrete Program The certifications hereinafter made by the bidder are each a material representation of fact upon which reliance is placed should the Department enter into the contract with the bidder. 1. Debt Deliquency. The bidder or contractor or subcontractor, respectively, certifies that it is not delinquent in the payment of any tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance with the procedures established by the appropriate revenue Act, its liability for the tax or the amount of tax. Making a false statement voids the contract and allows the Department to recover all amounts paid to the individual or entity under the contract in a civil action. 2. Bid-Rigging or Bid Rotating. The bidder or contractor or subcontractor, respectively, certifies that it is not barred from contracting with the Department by reason of a violation of either 720 ILCS 5/33E-3 or 720 ILCS 5/33E-4. A violation of Section 33E-3 would be represented by a conviction of the crime of bid-rigging which, in addition to Class 3 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be barred for 5 years from the date of conviction from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation. A violation of Section 33E-4 would be represented by a conviction of the crime of bid-rotating which, in addition to Class 2 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be permanently barred from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it 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 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. RETURN WITH BID Printed 2/11/2015 Page 7 of 7 BLR 12200 (01/08/14) SIGNATURES County Will Local Public Agency Village of Plainfield Section Number N/A Route 2015 Downtown Plainfield Concrete Program (If an individual) Signature of Bidder Business Address (If a partnership) F i r m N a m e 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  Page 1 of 1 BLR 12230 (Rev. 7/05 Printed on 12/30/2014 9:27:04 AM Local Agency Proposal Bid Bond RETURN WITH BID Route County Local Agency Section 2015 Downtown Plainfield Concrete Program Will Village of Plainfield N/APAPER 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 for the amount specified in the proposal documents in effect on the date of invitation for bids whichever is the lesser sum. We bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly pay to the LA this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LA for the above designated section and the PRINCIPAL shall within fifteen (15) days after award enter into a formal contract, furnish surety guaranteeing the faithful performance of the work, and furnish evidence of the required insurance coverage, all as provided in the “Standard Specifications for Road and Bridge Construction” and applicable Supplemental Specifications, then this obligation shall become void; otherwise it shall remain in full force and effect. IN THE EVENT the LA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph, then the LA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above, together with all court costs, all attorney fees, and any other expense of recovery. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this day of Principal (Company Name) (Company Name) By: By: (Signature and Title) (Signature and Title) (If PRINCIPLE is a joint venture of two or more contractors, the company names, and authorized signatures of each contractor must be affixed.) Surety B y : (Name of Surety) (Signature of Attorney-in-Fact) STATE OF ILLINOIS, COUNTY OF I, , a Notary Public in and for said county, do hereby certify that ( Insert names of individuals signing on behalf of PRINCIPAL & SURETY) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instruments as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of My commission expires (Notary Public) ELECTRONIC BID BOND Electronic bid bond is allowed (box must be checked by LA if electronic bid bond is allowed) The Principal may submit an electronic bid bond, in lieu of completing the above section of the Proposal Bid Bond Form. By providing an electronic bid bond ID code and signing below, the Principal is ensuring the identified electronic bid bond has been executed and the Principal and Surety are firmly bound unto the LA under the conditions of the bid bond as shown above. (If PRINCIPAL is a joint venture of two or more contractors, an electronic bid bond ID code, company/Bidder name title and date must be affixed for each contractor in the venture.) Electronic Bid Bond ID Code (Company/Bidder Name) (Signature and Title) Date Printed 12/30/2014 Page 1 of 2 BLR 12325 (Rev. 4/07) Apprenticeship or Training Program Certification Return with Bid Route 2015 Downtown Plainfield Concrete Program County Will Local Agency Village of Plainfield Section N/A All contractors are required to complete the following certification: For this contract proposal or for all groups in this deliver and install proposal. For the following deliver and install groups in this material proposal: Illinois Department of Transportation policy, adopted in accordance with the provisions of the Illinois Highway Code, requires this contract to be awarded to the lowest responsive and responsible bidder. The award decision is subject to approval by the Department. In addition to all other responsibility factors, this contract or deliver and install proposal requires all bidders and all bidders’ subcontractors to disclose participation in apprenticeship or training programs that are (1) approved by and registered with the United States Department of Labor’s Bureau of Apprenticeship and Training, and (2) applicable to the work of the above indicated proposals or groups. Therefore, all bidders are required to complete the following certification: I. 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. II. 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 12/30/2014 Page 2 of 2 BLR 12325 (Rev. 4/07) IV. Except for any work identified above, any bidder or subcontractor that shall perform all or part of the work of the contract or deliver and install proposal solely by individual owners, partners or members and not by employees to whom the payment of prevailing rates of wages would be required, check the following box, and identify the owner/operator workforce and positions of ownership. The requirements of this certification and disclosure are a material part of the contract, and the contractor shall require this certification provision to be included in all approved subcontracts. The bidder is responsible for making a complete report and shall make certain that each type of work or craft job category that will be utilized on the project is accounted for and listed. The Department at any time before or after award may require the production of a copy of each applicable Certificate of Registration issued by the United States Department of Labor evidencing such participation by the contractor and any or all of its subcontractors. In order to fulfill the participation requirement, it shall not be necessary that any applicable program sponsor be currently taking or that it will take applications for apprenticeship, training or employment during the performance of the work of this contract or deliver and install proposal. Bidder: By: (Signature) Address: Title: RETURN WITH BID Printed 12/30/2014 BLR 12326 (01/08/14) Affidavit of Illinois Business Office County Will Local Public Agency Village of Plainfield Section Number N/A Route 2015 Downtown Plainfield Concrete Program State of ) ) ss. County of ) I , o f , , (Name of Affiant) (City of Affiant) (State of Affiant being first duly sworn upon oath, states as follows: 1. That I am the of . officer or position bidder 2. That I have personal knowledge of the facts herein stated. 3. That, if selected under this proposal, , will maintain a (bidder) business office in the State of Illinois which will be located in County, Illinois. 4. That this business office will serve as the primary place of employment for any persons employed in the construction contemplated by this proposal. 5. That this Affidavit is given as a requirement of state law as provided in Section 30-22(8) of the Illinois Procurement Code. (Signature) (Print Name of Affiant) This instrument was acknowledged before me on day of , . (SEAL) (Signature of Notary Public) Printed 12/30/2014 Page 1 of 2 BC 57 (Rev. 08/17/10) Affidavit of Availability For the Letting of 2015 Downton Plainfield Concrete Program 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. Part I. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture, list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate, and must include work subcontracted to others. If no work is contracted, show NONE. 1 2 3 4 Awards Pending Contract Number Contract With Estimated Completion Date Total Contract Price Accumulated Totals Uncompleted Dollar Value if Firm is the Prime Contractor Uncompleted Dollar Value if Firm is the Subcontractor Total Value of All Work Part II. Awards Pending and Uncompleted Work to be done with your own forces. 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. Accumulated Totals Earthwork Portland Cement Concrete Paving HMA Plant Mix HMA Paving Clean & Seal Cracks/Joints Aggregate Bases & Surfaces Highway, R.R. and Waterway Structures Drainage Electrical Cover and Seal Coats Concrete Construction Landscaping Fencing Guardrail Painting Signing Cold Milling, Planning & Rotomilling Demolition Pavement Markings (Paint) Other Construction (List) $ 0 . 0 0 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. Bureau of Construction 2300 South Dirksen Parkway/Room 322 Springfield, Illinois 62764 Printed 12/30/2014 Page 2 of 2 BC 57 (Rev. 08/17/10) Part III. Work Subcontracted to Others. For each contract described in Part I, list all the work you have subcontracted to others. 1 2 3 4 Awards Pending S u b c o n t r a c t o r Type of Work S u b c o n t r a c t P r i c e Amount Uncompleted S u b c o n t r a c t o r Type of Work S u b c o n t r a c t P r i c e Amount Uncompleted S u b c o n t r a c t o r Type of Work S u b c o n t r a c t P r i c e Amount Uncompleted S u b c o n t r a c t o r Type of Work S u b c o n t r a c t P r i c e Amount Uncompleted S u b c o n t r a c t o r Type of Work S u b c o n t r a c t P r i c e Amount Uncompleted Total Uncompleted I, being duly sworn, do hereby declare that this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates. Subscribed and sworn to before me t h i s d ay o f , Type or Print Name Officer or Director Title Signed Notary Public My commission expi r e s C o m p a n y (Notary Seal) Address ii INDEX FOR SUPPLEMENTAL SPECIFICATIONS AND RECURRING SPECIAL PROVISIONS Adopted January 1, 2015 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 1-1-12) (Revised 1-1-15) SUPPLEMENTAL SPECIFICATIONS Std. Spec. Sec. Page No. 101 Definition of Terms ............................................................................... 1 102 Advertisement, Bidding, Award, and Contract Execution ..................... 2 105 Control of Work .................................................................................... 3 106 Control of Materials .............................................................................. 5 107 Legal Regulations and Responsibility to Public .................................... 6 108 Prosecution and Progress .................................................................... 14 109 Measurement and Payment ................................................................. 15 202 Earth and Rock Excavation .................................................................. 17 211 Topsoil and Compost ........................................................................... 19 250 Seeding ................................................................................................ 20 253 Planting Woody Plants ......................................................................... 21 280 Temporary Erosion and Sediment Control ........................................... 23 312 Stabilized Subbase ............................................................................... 24 406 Hot-Mix Asphalt Binder and Surface Course ........................................ 25 407 Hot-Mix Asphalt Pavement (Full-Depth) ............................................... 28 420 Portland Cement Concrete Pavement .................................................. 32 424 Portland Cement Concrete Sidewalk .................................................... 34 440 Removal of Existing Pavement and Appurtenances ............................. 35 502 Excavation for Structures ..................................................................... 36 503 Concrete Structures ............................................................................. 37 504 Precast Concrete Structures ................................................................ 40 506 Cleaning and Painting New Steel Structures ........................................ 41 512 Piling .................................................................................................... 42 516 Drilled Shafts ........................................................................................ 43 521 Bearings ............................................................................................... 44 540 Box Culverts ......................................................................................... 45 588 Bridge Relief Joint System ................................................................... 46 589 Elastic Joint Sealer ............................................................................... 48 602 Catch Basin, Manhole, Inlet, Drainage Structure, and Valve Vault Construction, Adjustment, and Reconstruction .................................... 49 603 Adjusting Frames and Grates of Drainage and Utility Structures ......... 50 606 Concrete Gutter, Curb, Median, and Paved Ditch ................................ 52 610 Shoulder Inlets with Curb ..................................................................... 53 639 Precast Prestressed Concrete Sight Screen ........................................ 54 642 Shoulder Rumble Strips ....................................................................... 55 iii 643 Impact Attenuators ............................................................................... 56 644 High Tension Cable Median Barrier ..................................................... 58 669 Removal and Disposal of Regulated Substances ................................. 60 670 Engineer’s Field Office and Laboratory ................................................ 64 701 Work Zone Traffic Control and Protection ............................................ 65 706 Impact Attenuators, Temporary ............................................................ 68 707 Movable Traffic Barrier ......................................................................... 71 708 Temporary Water Filled Barrier ............................................................ 73 730 Wood Sign Support .............................................................................. 75 780 Pavement Striping ................................................................................ 76 816 Unit Duct .............................................................................................. 81 836 Pole Foundation ................................................................................... 82 860 Master Controller .................................................................................. 83 1001 Cement ................................................................................................. 84 1003 Fine Aggregates ................................................................................... 85 1004 Coarse Aggregates .............................................................................. 87 1006 Metals ................................................................................................... 91 1011 Mineral Filler ......................................................................................... 93 1017 Packaged, Dry, Combined Materials for Mortar .................................... 94 1018 Packaged Rapid Hardening Mortar or Concrete ................................... 95 1019 Controlled Low-Strength Material (CLSM) ............................................. 96 1020 Portland Cement Concrete ................................................................... 97 1024 Grout and Nonshrink Grout .................................................................. 136 1030 Hot-Mix Asphalt .................................................................................... 137 1040 Drain Pipe, Tile, Drainage Mat, and Wall Drain .................................... 142 1042 Precast Concrete Products .................................................................. 143 1069 Pole and Tower .................................................................................... 144 1070 Foundation and Breakaway Devices .................................................... 145 1073 Controller .............................................................................................. 146 1081 Materials for Planting ............................................................................ 147 1082 Preformed Bearing Pads ...................................................................... 148 1083 Elastomeric Bearings ........................................................................... 149 1088 Wireway and Conduit System .............................................................. 150 1095 Pavement Markings .............................................................................. 152 1101 General Equipment .............................................................................. 155 1102 Hot-Mix Asphalt Equipment .................................................................. 157 1103 Portland Cement Concrete Equipment ................................................. 159 1105 Pavement Marking Equipment ............................................................. 160 1106 Work Zone Traffic Control Devices ....................................................... 161 CHECK SHEET FOR RECURRING SPECIAL PROVISIONS Adopted January 1, 2015 The following RECURRING SPECIAL PROVISIONS indicated by an “X” are applicable to this contract and are included by reference: RECURRING SPECIAL PROVISIONS CHECK SHEET # PAGE NO. 1 Additional State Requirements for Federal-Aid Construction Contracts 163 2 Subletting of Contracts (Federal-Aid Contracts) 166 3 EEO 167 4 Specific EEO Responsibilities Non Federal-Aid Contracts 177 5 Required Provisions - State Contracts 182 6 Asbestos Bearing Pad Removal 188 7 Asbestos Waterproofing Membrane and Asbestos Hot-Mix Asphalt Surface Removal 189 8 Temporary Stream Crossings and In-Stream Work Pads 9 Construction Layout Stakes Except for Bridges 191 10 Construction Layout Stakes 194 11 Use of Geotextile Fabric for Railroad Crossing 197 12 Subsealing of Concrete Pavements 199 13 Hot-Mix Asphalt Surface Correction 20314 Pavement and Shoulder Resurfacing 205 15 Reserved 206 16 Patching with Hot-Mix Asphalt Overlay Removal 207 17 Polymer Concrete 208 18 PVC Pipeliner 210 19 Pipe Underdrains 211 20 Guardrail and Barrier Wall Delineation 212 21 Bicycle Racks 216 22 Reserved 218 23 Temporary Portable Bridge Traffic Signals 219 24 Work Zone Public Information Signs 221 25 Nighttime Inspection of Roadway Lighting 222 26 English Substitution of Metric Bolts 223 27 English Substitution of Metric Reinforcement Bars 224 28 Calcium Chloride Accelerator for Portland Cement Concrete 225 29 Reserved 226 30 Quality Control of Concrete Mixtures at the Plant 227 31 Quality Control/Quality Assurance of Concrete Mixtures 235 32 Digital Terrain Modeling for Earthwork Calculations 251 33 Pavement Marking Removal 253 34 Preventive Maintenance – Bituminous Surface Treatment 254 35 Preventive Maintenance – Cape Seal 260 36 Preventive Maintenance – Micro-Surfacing 275 37 Preventive Maintenance – Slurry Seal 286 38 Temporary Raised Pavement Markers 296 39 Restoring Bridge Approach Pavements Using High-Density Foam 297 190 CHECK SHEET FOR LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS Adopted January 1, 2015 The following LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS indicated by an “X” are applicable to this contract and are included by reference: LOCAL ROADS AND STREETS RECURRING SPECIAL PROVISIONS CHECK SHEET # PAGE NO. LRS 1 Reserved .......................................................................................................................................................... 301 LRS 2 Furnished Excavation .......................................... ............................................................................................. 302 LRS 3 Work Zone Traffic Control Surveillance ........................................................................................................... 303 LRS 4 Flaggers in Work Zones .................................................................................................................................. 304 LRS 5 Contract Claims ............................................................................................................................................... 305 LRS 6 Bidding Requirements and Conditions for Contract Proposals ....................................................................... 306 LRS 7 Bidding Requirements and Conditions for Material Proposals ........................................................................ 312 LRS 8 Reserved .......................................................................................................................................................... 318 LRS 9 Bituminous Surface Treatments ...................................................................................................................... 319 LRS 10 Reserved .......................................................................................................................................................... 320 LRS 11 Employment Practices ..................................................................................................................................... 321 LRS 12 Wages of Employees on Public Works ............................................................................................................ 323 LRS 13 Selection of Labor ............................................................................................................................................ 325 LRS 14 Paving Brick and Concrete Paver Pavements and Sidewalks ......................................................................... 326 LRS 15 Partial Payments .............................................................................................................................................. 329 LRS 16 Protests on Local Lettings ................................................................................................................................ 330 LRS 17 Substance Abuse Prevention Program ............................................................................................................ 331 LRS 18 Multigrade Cold Mix Asphalt ............................................................................................................................ 332 Village of Plainfield 2015 Downtown Plainfield Concrete Program TABLE OF CONTENTS DESCRIPTION OF WORK ...................................................................................................................... 1  LOCATION OF PROJECT ....................................................................................................................... 1  MOBILIZATION ........................................................................................................................................ 1  INSURANCE ............................................................................................................................................... 1  SUBCONTRACTORS ................................................................................................................................ 2  APPLICATION FOR PAYMENT ............................................................................................................. 2  LIMITATIONS ON ENGINEER'S AUTHORITY AND RESPONSIBILITIES .................................. 3  WAGES OF EMPLOYEES ON PUBLIC WORKS ................................................................................. 3  PRECONSTRUCTION CONFERENCE ................................................................................................. 3  PROSECUTION AND PROGRESS ......................................................................................................... 4  COMPLETION DATE ............................................................................................................................... 4  WORKING HOURS ................................................................................................................................... 4  CONSTRUCTION DEBRIS ...................................................................................................................... 4 PRIVATE DECORATIVE MATERIAL ................................................................................................... 4 CONCRETE REMOVAL OPERATIONS ................................................................................................ 4 PORTLAND CEMENT CONCRETE COLORED SIDEWALK, 5-INCH (SPECIAL) ...................... 5 PORTLAND CEMENT CONCRETE COLORED DRIVEWAY PAVEMENT, 6-INCH (SPECIAL) 5 DECORATIVE CONCRETE .................................................................................................................... 5 COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT .......... 11 CONCRETE CURB TYPE B REMOVAL AND REPLACEMENT .................................................... 11 DRIVEWAY AND CLOSING .................................................................................................................. 14  PROTECTION OF WORK ..................................................................................................................... 15  TRAFFIC CONTROL PLAN .................................................................................................................. 15  Village of Plainfield 2015 Downtown Plainfield Concrete Program TEMPORARY INFORMATION SIGNING .......................................................................................... 16  SWEEPING AND CLEAN-UP ................................................................................................................ 17  CONTRACT QUANTITY ....................................................................................................................... 17  HMA MIXTURE DESIGN REQUIREMENTS (D-1) ........................................................................... 17  GROUND TIRE RUBBER (GTR) , MODIFIED ASPHALT BINDER (D-1) ..................................... 34  RECLAIMED ASPHALT SHINGLES ................................................................................................... 35  RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES (D-1) ............ 35  PRECONSTRUCTION VIDEO RECORDING .................................................................................... 46  CONTINGENCY ALLOWANCE ........................................................................................................... 46  MAINTENANCE GUARANTEE ............................................................................................................ 47  SCHEDULE OF QUANTITIES BUREAU OF LOCAL ROADS AND STREETS SPECIAL PROVISIONS LR 107-4 - INSURANCE LR 109 - EQUIPMENT RENTAL RATES BUREAU OF DESIGN AND ENVIRONMENT (BDE) SPECIAL PROVISIONS. HIGHWAY STANDARDS Village of Plainfield 2015 Downtown Plainfield Concrete Program -1- STATE OF ILLINOIS SPECIAL PROVISIONS The following Special Provisions supplement the Illinois Department of Transportation's (IDOT) "Standard Specifications for Road and Bridge Construction", adopted January 1, 2012, hereinafter referred to as the "Standard Specifications"; the latest edition of the "Manual on Uniform Traffic Control Devices for Streets and Highways", and the "Manual of Test Procedures For Materials" in effect on the date of invitation for bids; and the "Supplemental Specifications and Recurring Special Provisions” latest edition as indicated on the Check Sheet included herein which apply to and govern the 2015 Downtown Plainfield Concrete Program. In case of conflict with any part or parts of said specifications, these Special provisions shall take precedence and shall govern. DESCRIPTION OF WORK The work included in this contract consist of furnishing all labor, materials, equipment, and other incidentals necessary for the completion of colored sidewalk removal and replacement, colored concrete driveway pavement removal and replacement, combination concrete curb and gutter removal and replacement, concrete curb type “B:” removal and replacement, and other incidental and miscellaneous items of work in accordance with the Standard Specifications and these Special Provisions. LOCATION OF PROJECT The project is located along Lockport Street, between James Street and IL Route 59, within the Village of Plainfield, Will County, Illinois. A Schedule of Quantities is included with these documents. MOBILIZATION This work shall be done in accordance with Section 671 of the Standard Specifications except as modified herein. 671.02 Basis of Payment. Revise this article to read: “671.02 Basis of Payment. Mobilization will not be paid for separately but rather shall be included in the cost of the items for which this work applies.” INSURANCE The Contractor's comprehensive general liability insurance required by Article 107.27 of the Standard Specifications shall include as additional insured’s the Municipality, the Engineer, and Engineer's Consultants, and all of whom shall be listed by name as additional insured’s, and include -2- coverage for the respective officers and employees of all such additional insured’s, and shall cover the Contractor's indemnity obligations under Article 107.26 of the Standard Specifications. In addition to the insurance coverages required by Article 107.27 of the Standard Specifications, the Contractor shall also purchase and maintain umbrella liability coverage in an amount not less than $3,000,000. Such coverage shall include but not limited to, excess coverage for the Worker's Compensation, Comprehensive General and Automobile Liability policies. In addition to delivering certificates of insurance in accordance with Article 107.27 of the Standard Specifications, the Contractor shall also deliver to the Municipality, with copies to each additional insured, certificates of insurance which the Contractor is required to purchase and maintain in accordance with Article 107.27 prior to the execution of the contract. The Contractor shall also deliver to the Municipality, with copies to each additional insured, copies of all endorsements to the insurance policies within 30 calendar days after the execution of the contract or prior to final payment, whichever comes first. The Municipality will withhold the third, and subsequent progress payments or final pay request due the Contractor pending the receipt of all required insurance policy endorsements. SUBCONTRACTORS Add the following to the end of Section 108.01 of the Standard Specifications. "The apparent low Bidder shall submit to the office of Engineer within ten (10) days after the receipt of bids, a list of the names of Bidder's proposed subcontractors along with a description of the work to be performed by each." APPLICATION FOR PAYMENT Add the following to the end of Section 109.07 (a) of the Standard Specifications. “The Contractor shall procure from each subcontractor and supplier of material or labor a waiver of any claim which they may have under the mechanics lien laws of the state in which the Work is located, to insure the Municipality immunity from mechanics liens on subcontractors in carrying out the contract and any work orders for additions thereto, all as a condition of any payment by the Municipality. Any payments made by the Municipality without requiring compliance with this paragraph shall not be construed as a waiver by the Municipality of the right to require compliance with this paragraph as a condition to later payments. The Contractor shall submit Partial Waivers of Lien from all subcontractors and suppliers with each partial payment estimate and Contractor's Affidavit for subcontractors and suppliers with second payment request for the previous payment estimates and then with all subsequent payment estimates.” Add the following to the end of Section 109.08 of the Standard Specifications. -3- “The Contractor shall furnish with his final application for payment a complete release of all liens arising out of this contract, or receipts in full in lieu thereof and an affidavit that the releases and receipts include all labor and material for which a lien could be filed.” LIMITATIONS ON ENGINEER'S AUTHORITY AND RESPONSIBILITIES The authority and duties of Resident Engineer in Article 105.10 of the Standard Specifications are hereby deleted. The authority of Engineer is amended as follows. “The Engineer will be the Municipality's representative during the construction period. The Engineer will furnish a Resident Project Representative (RPR) to assist the Engineer in providing job-site observation of the Contractor's Work. The RPR will provide base lines, benchmarks and reference points, assist the Contractor with interpretation of the Plans and Specifications, observe in general if the Contractor's Work is in conformity with the Contract Documents, and monitor the Contractor's progress as related to the date of completion. The Engineer will not supervise, direct, control or have authority over or be responsible for the Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of the Contractor to comply with Laws and Regulations applicable to the furnishing or performance of the Work. The Engineer will not be responsible for the Contractor's failure to perform or furnish the Work in accordance with the Contract Documents. The Engineer will not be responsible for the acts or omissions of the Contractor or any subcontractor, any supplier, or of any other person or organization performing or furnishing any of the Work. These limitations on authority and responsibility set forth herein shall also apply to the Engineer's Consultants, Resident Project Representative and assistants.” WAGES OF EMPLOYEES ON PUBLIC WORKS The submission of certified payroll reports shall be done electronically. Contact information will be provided at the preconstruction meeting. PRECONSTRUCTION CONFERENCE Preconstruction conference will be scheduled to be held within 10 working days after the effective date of the Agreement. The conference shall be attended by authorized representatives of the Contractor and major subcontractors. The Engineer will advise other interested parties, including the Municipality, and request their attendance. Information will be distributed and discussed concerning at least the following items: 1. Organizational arrangement of Contractor's forces and personnel, and those of subcontractors, materials suppliers, and Engineer. 2. Channels and procedures for communications. 3. Construction schedule, including sequence of critical work. -4- 4. Contract Documents, including distribution of required copies of original Documents and revisions. 5. Processing of Shop Drawings and other data submitted to the Engineer for review. 6. Processing of Bulletins, field decisions, and Change Orders. 7. Rules and regulations governing performance of the Work; and 8. Procedures for safety and first aid, security, quality control, housekeeping, and related matters. PROSECUTION AND PROGRESS The Village plans to review the bids and award the contract by March 2nd, 2015. No removal work will be allowed prior to Monday, March 16th, 2015. The project shall be substantially completed by Friday, May 15, 2015 with final completion by Friday, May 22nd, 2015. If weather limitations prevent work from beginning Monday March 16th, 2015 the contractor shall delay the start of the project to date agreed upon by the Village then have the same time period to complete the work. COMPLETION DATE Revise Article 108.05 of the Standard Specifications as follows: The Contractor shall complete all contract items by May 22, 2015, 5:00 PM CST. Article 108.09 of the Standard Specifications or the Special Provision for Failure to Complete Work on Time shall apply to the completion date. WORKING HOURS Per Village of Plainfield Ordinance, the Contractor shall perform all work in the Village of Plainfield as follows: 7:00 A.M. to 6:00 P.M. Monday through Friday 8:30 A.M. to 6:00 P.M. Saturday No work will be permitted on Sundays or holidays or at other times outside the above working hours without permission of the Engineer. CONSTRUCTION DEBRIS Add the following to the third paragraph of Article 202.03 of the Standard Specifications: “The Contractor shall not conduct any generation, transportation, or recycling of construction or demolition debris, clean or general or uncontaminated soil generated during construction, remodeling, repair, and demolition of utilities, structures, and roads that is not commingled with any waste, without the maintenance of documentation identifying the hauler, generator, place of origin of the debris or soil, the weight or volume of the debris or soil, and the location, owner, and operator of the facility where the debris or soil was transferred, disposed, recycled or treated. This documentation must be maintained by the Contractor for 3 years.” -5- PRIVATE DECORATIVE MATERIAL Unless indicated to be removed, extreme caution shall be exercised to protect existing private decorative material within or near the limits of all work. The Contractor shall use extreme care when removing any item in conflict. The Contractor is responsible for the removal and replacement of said decorative material which includes any fences, gates, signs (except traffic signs), and landscape planters or other miscellaneous items to be removed and replaced as directed by the Engineer. Cost to be incidental to the Contract. CONCRETE REMOVAL OPERATIONS All areas of concrete to be removed shall be as directed by the Engineer and shall be saw cut full depth. The Contractor shall cut the joint between the portion of the item to be removed and that to be left in place with a sawing machine to prevent spalling when the item is broken out. The work shall be done in a manner that a straight and perpendicular joint will be secured. Saw cutting beyond the limits of removal will not be allowed and any adjacent areas that are damaged will be replaced at no additional cost to the contract. Any dust or slurry remaining after the saw cutting operation shall be removed promptly from the work area. When removing sidewalk, curb and gutter, driveway pavement, and/or any other structures, the use of any type of concrete breakers that may damage underground public and/or private utilities, will not be permitted. The contractor is prohibited from breaking up concrete by dropping it on pavement, or in any other manner that in the opinion of the Engineer or representative of the Engineer may damage existing or proposed pavements, or other roadway appurtenances. Any chipping hammer for removing concrete shall be a light-duty pneumatic or electric tool with a 15 lb. (7 kg) maximum class or less. Extreme caution is to be used when removing existing areas of concrete in order to avoid damaging adjacent areas. Plywood or other approved material may be required as directed by the Engineer. Conforming to the requirements of Special Provision “Concrete Removal Operations” shall be considered incidental to the contract and the items to be removed. No additional compensation will be allowed for “Concrete Removal Operations”. PORTLAND CEMENT CONCRETE COLORED SIDEWALK, 5-INCH (SPECIAL) This work shall be done in accordance with Sections 424 of the Standard Specifications, the Special Provision “Decorative Concrete”, and the concrete shall meet the requirements for Class SI concrete. Sidewalk replacement shall include the installation of portland cement concrete sidewalk, with woven wire fabric or approved equal, to a minimum thickness of 5-inches (6-inches across driveways). If filling is required in the sidewalk subgrade, it shall consist of placing and compacting an approved granular material to the satisfaction of the Engineer. -6- The color of the concrete shall match the existing sidewalk immediately adjacent to the area being replaced. The Contractor shall provide a cast and cured concrete test sample(s) for color matching purposes to the Engineer for the Engineer’s approval prior to the removal of any sidewalk. Driveways damaged during construction operations shall be replaced in accordance with Curb or Curb and Gutter Removal and Replacement Detail except that the Driveway Pavement will not be paid for separately. This work will be paid for at the contract unit price per square foot for PORTLAND CEMENT CONCRETE COLORED SIDEWALK, 5-INCH (SPECIAL), which price shall include woven wire fabric, any necessary filling with compacted granular material, protective coat, and replacement of any portion of driveway damaged during construction. PORTLAND CEMENT CONCRETE COLORED DRIVEWAY PAVEMENT, 6-INCH (SPECIAL) This work shall be done in accordance with Sections 423 of the Standard Specifications, the Special Provision “Decorative Concrete”, and the concrete shall meet the requirements for Class SI concrete. Driveway pavement replacement shall include the installation of portland cement concrete driveway pavement, with woven wire fabric or approved equal, to a minimum thickness of 6-inches. If filling is required in the pavement subgrade, it shall consist of placing and compacting an approved granular material to the satisfaction of the Engineer. The color of the concrete shall match the existing driveway pavement immediately adjacent to the area being replaced. The Contractor shall provide a cast and cured concrete test sample(s) for color matching purposes to the Engineer for the Engineer’s approval prior to the removal of any driveway. This work will be paid for at the contract unit price per square foot for PORTLAND CEMENT CONCRETE COLORED DRIVWAY PAVEMENT, 6-INCH (SPECIAL), which price shall include woven wire fabric, any necessary filling with compacted granular material, and protective coat. DECORATIVE CONCRETE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Integrally colored concrete pavement/sidewalk. 2. Dry-shake color hardened concrete pavement/sidewalk. B. Related Sections: -7- 1. PORTLAND CEMENT CONCRETE SIDEWALK, 5-INCH (SPECIAL). 2. PORTLAND CEMENT CONCRETE COLORED DRIVEWAY PAVEMENT, 6-INCH (SPECIAL). 1.2 SUBMITTALS A. Submit according to IDOT Standard Specifications. B. Product Data: For each product indicated. C. Mix Designs: For each type of integrally-colored concrete mix required. D. Samples for Initial Selection: Manufacturer's color charts. E. Sample Panels: 2 by 2 feet, to demonstrate finish, color, and texture of decorative cement concrete pavement/sidewalk. 1.3 QUALITY ASSURANCE A. Installer Qualifications: Two year's experience with projects of similar scope and quality. B. Manufacturer's Qualifications: Three years’ experience manufacturing products required. C. Testing Agency Qualifications: An independent agency qualified according to ASTM C 1077. D. Source Limitations: Obtain products from same source throughout Project. E. Field Samples: Locate at site and obtain approval before start of final work. Field samples shall be minimum 4 by 4 feet by full thickness. 1. Demonstrate range of finishes and workmanship, including curing procedures. 2. Approved field samples set quality standards for comparison with remaining work. 3. Remove field samples when directed. 1.4 DELIVERY, STORAGE AND HANDLING A. Deliver materials in original packaging with labels intact. B. Store in clean, dry and protected location, according to manufacturer's requirements. 1.5 PROJECT CONDITIONS A. Environmental Requirements: Comply with requirements of IDOT Standard Specifications. -8- PART 2 - PRODUCTS 2.1 FORMS A. Comply with requirements of IDOT Standard Specifications. 2.2 STEEL REINFORCEMENT A. Comply with requirements of IDOT Standard Specifications. 2.3 COLOR MATERIALS A. Integral Concrete Colorant: ASTM C 979, factory-measured powdered mix in self- dissolving packaging, consisting of non-fading finely-ground synthetic mineral-oxide coloring pigments and water reducing wetting agent. 1. Product: Butterfield Color® Uni-Mix® Integral Colorant. 2. Color: a. Uni-Mix® U-18 (Gull Gray) for Driveway Pavement. b. Uni-Mix® U-3893 (Riverside Brown) for Sidewalk. B. Pigmented Mineral Dry-Shake Color Hardener: ASTM C 979, factory-packaged dry combination of Portland cement, graded quartz aggregate, non-fading finely-ground mineral oxide coloring pigments, and plasticizing admixture. 1. Product: Butterfield Color® Perma-Cast® Shake-on Color Hardener. 2. Colors: As required to match existing adjacent concrete. 3. Coverage: 50 lbs. per 100 sq. ft., or as required to match existing adjacent concrete. 2.4 ADMIXTURES A. Do not use calcium chloride or admixtures containing calcium chloride. 2.5 RELATED MATERIALS A. Comply with requirements of IDOT Standard Specifications for expansion joint filler, bonding agents, etc. B. Bonding Agent: ASTM C 1059, Type II. -9- 2.6 CURING AND SEALING MATERIALS A. Clear, Solvent-Borne, Membrane-Forming Curing and Sealing Compound: ASTM C 309, non-yellowing, VOC-compliant, high-gloss, clear liquid. 1. Product: Butterfield Color® Clear-Guard™ Cure & Seal. B. Flatten Paste: Manufacturer's standard product designed to reduce sealer gloss finish to matte finish. 1. Product: Butterfield Color® Flatten Paste. 2.7 INTEGRAL CONCRETE MIXES A. Comply with IDOT Standard Specifications and as follows: 1. Minimum Portland Cement Content: Five sacks of cement per cubic yard. 2. Maximum Slump: 4 inches. 3. Air Content: 6 percent plus or minus 1 percent. B. Add integral concrete colorant according to manufacturer's instructions. C. Maintain mix characteristics for all concrete required to have matching finish. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine subgrade and sub base for compliance with requirements. B. Do not proceed with decorative cement concrete pavement/sidewalk until unacceptable conditions are corrected. 3.2 FORMWORK A. Comply with requirements of IDOT Standard Specifications. 3.3 STEEL REINFORCEMENT A. Comply with requirements of IDOT Standard Specifications. 3.4 CONCRETE PLACEMENT A. Comply with requirements of IDOT Standard Specifications. -10- B. Do not add water once placing has begun. Do not retemper concrete that has started to set. 3.5 DRY-SHAKE COLOR HARDENERS A. Apply dry-shake color hardener at rate recommended by manufacturer and according to manufacturer's instructions. 1. After initial floating, uniformly broadcast approximately two-thirds of dry-shake color hardener to concrete surface, allow to absorb moisture, and embed by floating. Allow excess bleed water to dissipate prior to applying dry-shake color hardener. 2. Apply balance of dry-shake color hardener at right angles to first application and embed by floating. 3. Vertical Surfaces: Plaster dry-shake color hardener at rate recommended by manufacturer and according to manufacturer's instructions. B. Do not add water to concrete surfaces. 3.6 FINISHING A. After final floating, apply a medium broom finish perpendicular to direction of traffic. 3.7 JOINTS A. Comply with requirements of IDOT Standard Specifications 3.8 CURING AND SEALING A. Protect decorative cement concrete pavement/sidewalk from prematurely drying and excessive cold or hot temperatures. B. Cure decorative cement concrete pavement/sidewalk according to manufacturer's instructions. C. Curing and Sealing Compound: Apply uniformly in continuous operation by sprayer or short nap roller according to manufacturer's instructions. After initial application is dry and tack free, apply a second coat. 1. Do not over apply or apply in a single heavy coat. 2. Thoroughly mix flatten paste in curing and sealing compound according to manufacturer's instructions. Stir occasionally to maintain uniform distribution of paste. D. Do not cover concrete with plastic sheeting. -11- 3.9 PAVEMENT /SIDEWALK TOLERANCES A. Comply with requirements of IDOT Standard Specifications. 3.10 REPAIRS AND PROTECTION A. Repair damaged decorative cement concrete pavement/sidewalk according to manufacturer's instructions. B. Clean spillage and soiling from adjacent construction according to manufacturer's instructions. C. Protect decorative cement concrete pavement/sidewalk from damage or deterioration until date of Substantial Completion. 3.11 FIELD QUALITY CONTROL A. Comply with requirements of IDOT Standard Specifications. COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT This work shall be done in accordance with Sections 440 and 606 of the Standard Specifications and the Detail provided in the Plans, except as modified herein. 440.01 & 606.01 General. Revise the Articles to read: “This work shall consist of the removal and replacement of existing curb and gutter at the locations shown on the Plans or as determined by the Engineer. The purpose of this work is to replace curb and gutter that is damaged and/or requires replacement to improve the street drainage. The replacement curb and gutter shall match the existing curb and gutter. A protective coat shall be applied to the finished concrete. This work shall include all sawcutting; pavement removal for forming purposes; backfilling in front of the curb with Class SI Concrete; backfilling behind the curb to the top of the proposed curb with sand or other material approved by the Engineer; two (2) continuous #4 reinforcing bars, dowel bars at construction and expansion joints, and removing the excess backfill behind the proposed curb just prior to parkway restoration work. Curb repairs shall not be less than 5 feet in length.” Driveways damaged during construction operations shall be replaced in accordance with Curb or Curb and Gutter Removal and Replacement Detail except that the Driveway Pavement will not be paid for separately. 440.03 General. Revise the first two paragraphs of this Article to read: -12- “The Contractor shall form a perpendicular straight joint by full-depth machine sawing at the limits of the curb and gutter removal. Any damage done to the existing curb and gutter to remain in place shall be repaired or removed and replaced by the Contractor at his/her own expense, as determined by the Engineer. It is the responsibility of the Contractor to determine the thickness of the existing curb and gutter to be removed, and the extent to which they are reinforced. No additional compensation will be allowed because of variations from the assumed thickness(s) or from the thickness(s) shown on the Plans, or for variations in the amount of reinforcement.” Excavation. Add the following paragraph to the end of this Article: Removal of the existing pavement will be required in order to install a front face form. The area between the edge of the existing pavement and the face of the new gutter shall be cleaned of all loose material and then filled with Class SI concrete to a minimum 6-inch width, 2 1/2” below the top of the proposed gutter flag. Driveways removed for forming shall be backfilled with an approved granular material as temporary pavement. 606.07 Concrete Gutter, Curb, and Curb and Gutter. Add following to the fourth paragraph of this Article: “Contraction joints shall be provided at uniform intervals not to exceed 15 feet. Construction joints with dowel bars shall be provided at the end of a day’s work. Expansion joints shall be 1-inch thick with two No. 6 (3/4”) smooth epoxy coated bars with greased cap and shall be constructed at intervals not to exceed 60 feet. Two (2) #4 reinforcing bars shall be installed in the curb and have 15” of lap where more than one length of reinforcing bar is required.” 606.13 Backfill. Revise this Article to read: “After the concrete has obtained the specified strength or when directed by the Engineer, the space in back of the construction shall be backfilled to the top of the proposed curb with sand or other material approved by the Engineer, and neatly graded to the satisfaction of the Engineer. Excess sand behind the curb shall be removed just prior to parkway restoration work.” 606.14 Method of Measurement. Add the following paragraph to the end of this Article: “The Engineer will measure the curb and gutter as marked for removal and replacement prior to the removal of the existing curb and gutter. The measurement, as marked, will be the final payment quantity and should be verified by the Contractor prior to the removal.” 440.08 and 606.15 Basis of Payment. Replace these articles with the following. “This work will be paid for at the contract unit price per foot for COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT. The cost of over cutting and filling -13- behind and in front of the curb and gutter, protective coat application, and replacement of any portion of driveway damaged during construction shall also be included in this contract unit price. CONCRETE CURB TYPE B REMOVAL AND REPLACEMENT This work shall be done in accordance with Sections 440 and 606 of the Standard Specifications and the Detail provided in the Plans, except as modified herein. 440.01 & 606.01 General. Revise the Articles to read: “This work shall consist of the removal and replacement of existing curb at the locations shown on the Plans or as determined by the Engineer. The purpose of this work is to replace curb that is damaged and/or requires replacement to improve the street drainage. The replacement curb shall match the existing curb. A protective coat shall be applied to the finished concrete. This work shall include all sawcutting; pavement removal for forming purposes; backfilling in front of the curb with Class SI Concrete; backfilling behind the curb to the top of the proposed curb with sand or other material approved by the Engineer; two (2) continuous #4 reinforcing bars, dowel bars at construction and expansion joints, and removing the excess backfill behind the proposed curb just prior to parkway restoration work. Curb repairs shall not be less than 5 feet in length.” Driveways damaged during construction operations shall be replaced in accordance with Curb or Curb and Gutter Removal and Replacement Detail except that the Driveway Pavement will not be paid for separately. 440.03 General. Revise the first two paragraphs of this Article to read: “The Contractor shall form a perpendicular straight joint by full-depth machine sawing at the limits of the curb and gutter removal. Any damage done to the existing curb to remain in place shall be repaired or removed and replaced by the Contractor at his/her own expense, as determined by the Engineer. It is the responsibility of the Contractor to determine the thickness of the existing curb to be removed, and the extent to which they are reinforced. No additional compensation will be allowed because of variations from the assumed thickness(s) or from the thickness(s) shown on the Plans, or for variations in the amount of reinforcement.” Excavation. Add the following paragraph to the end of this Article: Removal of the existing pavement will be required in order to install a front face form. The area between the edge of the existing pavement and the face of the new curb shall be cleaned of all loose material and then filled with Class SI concrete to a minimum 6-inch width, 2 1/2” below the top of the proposed pavement. Driveways removed for forming shall be backfilled with an approved granular material as temporary pavement. -14- 606.07 Concrete Gutter, Curb, and Curb and Gutter. Add following to the fourth paragraph of this Article: “Contraction joints shall be provided at uniform intervals not to exceed 15 feet. Construction joints with dowel bars shall be provided at the end of a day’s work. Expansion joints shall be 1-inch thick with two No. 6 (3/4”) smooth epoxy coated bars with greased cap and shall be constructed at intervals not to exceed 60 feet. Two (2) #4 reinforcing bars shall be installed in the curb and have 15” of lap where more than one length of reinforcing bar is required.” 606.13 Backfill. Revise this Article to read: “After the concrete has obtained the specified strength or when directed by the Engineer, the space in back of the construction shall be backfilled to the top of the proposed curb with sand or other material approved by the Engineer, and neatly graded to the satisfaction of the Engineer. Excess sand behind the curb shall be removed just prior to parkway restoration work.” 606.14 Method of Measurement. Add the following paragraph to the end of this Article: “The Engineer will measure the curb as marked for removal and replacement prior to the removal of the existing curb. The measurement, as marked, will be the final payment quantity and should be verified by the Contractor prior to the removal.” 440.08 and 606.15 Basis of Payment. Replace these articles with the following. “This work will be paid for at the contract unit price per foot for CONCRETE CURB TYPE B REMOVAL AND REPLACEMENT. The cost of over cutting and filling behind and in front of the curb, protective coat application, and replacement of any portion of driveway damaged during construction shall also be included in this contract unit price. DRIVEWAY AND SIDEWALK CLOSING It will be the Contractor’s responsibility to notify residents, Village of Plainfield Public Works Department, and the Village of Plainfield Police Department when driveway or sidewalk access will be temporarily closed due to curb, driveway, or sidewalk construction. The Contractor shall make every effort to accommodate these properties. All business owners and homeowners shall be given a minimum 48 hour written notice prior to removal operations. The contractor shall make every effort to keep driveways open including temporary grading and placement of gravel. Sidewalks and driveways shall be backfilled and readied for access at the earliest opportunity once the concrete has cured. In no case shall an open excavation caused by removal operations, whether formed or not formed, remain open more than 1 working day. Access shall be restored no less than 5 days after removal operations. If necessary, the Contractor shall place temporary aggregate behind new curb and gutter until the driveway is restored. This aggregate shall be considered incidental to the driveway pavement pay item. -15- PROTECTION OF WORK The Village of Plainfield is a proactive community in preventing graffiti form being marked into freshly placed concrete. The Contractor shall time his concrete pours to minimize the opportunities for vandals and shall time his operations to allow the concrete to cure to a sufficient hardness to minimize the opportunity of the marring of the concrete by vandals during or after school hours or non-daylight hours. The Contractor shall provide sufficient manpower to protect the concrete from vandals until it has set and graffiti can no longer be marked into the concrete. Grinding of marks and graffiti will not be allowed. The contractor shall also notify the Village’s Public Works staff of their schedule. On pour days, the Contractor will be required to keep personnel on site for a minimum of three (3) hours after the completion of the day’s pour. This item of work shall be considered included in the contract unit price for the item installed. TRAFFIC CONTROL PLAN This work shall be done in accordance with applicable portions of Section 701 of the Standard Specifications, the Supplemental Specifications, the “Illinois Manual on Uniform Traffic Control Devices for Streets and Highways”, and any details and Highway Standards contained in the Plans and Special Provisions, and the Special Provisions contained herein, except as modified herein. Special Attention is called to Article 107.09 of the Standard Specifications and the following Highway Standards, Details, Recurring Local Roads and Streets Special Provisions, and Special Provisions contained herein, relating to traffic control. STANDARDS: 701006, 701301, 701801, and 701901 DETAILS: Traffic Control and Protection for Side Roads, Intersections, and Driveways (TC-10) SPECIAL PROVISIONS (Included in these Special Provisions): Temporary Information Signing Work Zone Traffic Control (LRS 3) Flaggers in Work Zones (LRS 4) Pavement Patching (BDE) The Contractor shall contact the Village at least 72 hours in advance of beginning work. Construction operations shall be conducted in a manner such that streets will be open to emergency traffic and accessible as required to local traffic. Advanced notice shall be provided to residents, police, fire, school districts and trash haulers when access to any street will be temporarily closed or limited. Removal and replacement of curb and gutter and driveways shall be planned so as to cause a minimum of inconvenience to the abutting property owners. The work shall be accomplished such that the streets will be left open to local traffic at the end of each working day. -16- Work Zone Traffic Control: This work shall be done in accordance with Section 701 of the Standard Specifications, insofar as applicable, with the following revisions: Basis of Payment: This work will not be paid for separately, but will be included in the items for which this work applies. TEMPORARY INFORMATION SIGNING Effective: November 13, 1996 Revised: January 1, 2012 Description. This work shall consist of furnishing, installing, maintaining, relocating for various states of construction and eventually removing temporary informational signs. Included in this item may be ground mount signs, skid mount signs, truss mount signs, bridge mount signs, and overlay sign panels which cover portions of existing signs. Materials. Materials shall be according to the following Articles of Section 1000 – Materials: Item Article a) Sign Base (Notes 1 & 2) 1090 b) Sign Face (Note 3) 1091 c) Sign Legends 1091.02 d) Sign Supports 1093 e) Overlay Panels (Note 4) 1090.02 Note 1: The Contractor may use 5/8-inch (16 mm) instead of 3/4-inch (19 mm) thick plywood. Note 2: Type A sheeting can be used on the plywood base. Note 3: All sign faces shall be Type A except all orange signs shall meet the requirements in Article 1106.01 Note 4: The overlay panels shall be 0.08-inch (2 mm) thick. CONSTRUCTION REQUIREMENTS Installation. The sign sizes and legend sizes shall be verified by the Contractor prior to fabrication. Signs which are placed along the roadway and/or within the construction zone shall be installed according to the requirements of Article 701.14 and Article 720.04. The signs shall be 7 ft (2.1 m) above the near edge of the pavement and shall be a minimum of 2 ft (600 mm) beyond the edge of the paved shoulder. A minimum of two (2) posts shall be used. -17- The attachment of temporary signs to existing sign structures or sign panels shall be approved by the Engineer. Any damage to the existing signs due to the Contractor’s operations shall be repaired or signs replaced, as determined by the Engineer, at the Contractor’s expense. Signs which are placed on overhead bridge structures shall be fastened to the handrail with stainless steel bands. These signs shall rest on the concrete parapet where possible. The Contractor shall furnish mounting details for approval by the Engineer. Method of Measurement. This work shall be measured for payment in square feet (square meters) edge to edge (horizontally and vertically). All hardware, posts or skids, supports, bases for ground mounted signs, connections, which are required for mounting these signs will be included as part of this pay item. Basis of Payment. This work will be paid for at the contract unit price per square foot (square meter) for TEMPORARY INFORMATION SIGNING. SWEEPING AND CLEAN-UP The Contractor shall be responsible for any sweeping and cleaning required to perform the work. The job site shall be cleaned up daily. Any sweeping or cleaning required shall be considered incidental to the cost of the contract. CONTRACT QUANTITY The Village of Plainfield has identified the areas for concrete removal and replacement with the attached schedule of quantities. The Village of Plainfield reserves the right to increase or decrease the amount of work shown in the plans in accordance with section 109 of the Standard Specifications. HMA MIXTURE DESIGN REQUIREMENTS (D-1) Effective: January 1, 2013 Revised: November 1, 2014 1) Design Composition and Volumetric Requirements Revise the last sentence of the first paragraph of Article 312.05 of the Standard Specifications to read: “The minimum compacted thickness of each lift shall be according to Article 406.06(d).” Delete the minimum compacted lift thickness table in Article 312.05 of the Standard Specifications. Revise the second paragraph of Article 355.02 of the Standard Specifications to read: -18- “The mixture composition used shall be IL-19.0.” Revise Article 355.05(a) of the Standard Specifications to read: “(a) The top lift thickness shall be 2 1/4 in. (60 mm) for mixture composition IL-19.0.” Revise the Leveling Binder table and second paragraph of Article 406.05(c) of the Standard Specifications to read: “Leveling Binder Nominal, Compacted, Leveling Binder Thickness, in. (mm) Mixture Composition ≤ 1 1/4 (32) IL-4.75, IL-9.5, or IL-9.5L > 1 1/4 to 2 (32 to 50) IL-9.5 or IL-9.5L The density requirements of Article 406.07(c) shall apply for leveling binder, machine method, when the nominal compacted thickness is: 3/4 in. (19 mm) or greater for IL-4.75 mixtures; and 1 1/4 in. (32 mm) or greater for IL-9.5 and IL-9.5L mixtures.” Revise the table in Article 406.06(d) of the Standard Specifications to read: “MINIMUM COMPACTED LIFT THICKNESS Mixture Composition Thickness, in. (mm) IL-4.75 3/4 (19) SMA-9.5, IL-9.5, IL-9.5L 1 1/2 (38) SMA-12.5 2 (50) IL-19.0, IL-19.0L 2 1/4 (57)” Revise the ninth paragraph of Article 406.14 of the Standard Specifications to read: “Test strip mixture will be evaluated at the contract unit price according to the following.” Revise Article 406.14(a) of the Standard Specifications to read: “(a) If the HMA placed during the initial test strip is determined to be acceptable the mixture will be paid for at the contract unit price.” Revise Article 406.14(b) of the Standard Specifications to read: “(b) If the HMA placed during the initial test strip (1) is determined to be unacceptable to remain in place by the Engineer, and (2) was not produced within 2.0 to 6.0 percent air voids or within the individual control limits of the JMF according to the Department’s test results, the mixture will not be paid for and shall be removed at the Contractor’s expense. An additional test strip shall be constructed and the mixture will be paid for in full, if produced within 2.0 to 6.0 percent air voids and within the individual control limits of the JMF.” -19- Revise Article 406.14(c) of the Standard Specifications to read: “(c) If the HMA placed during the initial test strip (1) is determined to be unacceptable to remain in place by the Engineer, and (2) was produced within 2.0 to 6.0 percent air voids and within the individual control limits of the JMF according to the Department’s test results, the mixture shall be removed. Removal will be paid according to Article 109.04. This initial mixture will be paid for at the contract unit price. An additional test strip shall be constructed and the mixture will be paid for in full, if produced within 2.0 to 6.0 percent air voids and within the individual control limits of the JMF.” Delete Article 406.14(d) of the Standard Specifications. Delete Article 406.14(e) of the Standard Specifications. Delete the last sentence of Article 407.06(c) of the Standard Specifications. Revise Note 2. of Article 442.02 of the Standard Specifications to read: “Note 2. The mixture composition of the HMA used shall be IL-19.0 binder, designed with the same Ndesign as that specified for the mainline pavement.” Delete the second paragraph of Article 482.02 of the Standard Specifications. Revise the first sentence of the sixth paragraph of Article 482.05 of the Standard Specifications to read: “When the mainline HMA binder and surface course mixture option is used on resurfacing projects, shoulder resurfacing widths of 6 ft (1.8 m) or less may be placed simultaneously with the adjacent traffic lane for both the binder and surface courses.” Revise the second sentence of the fourth paragraph of Article 601.04 of the Standard Specifications to read: “The top 5 in. (125 mm) of the trench shall be backfilled with an IL-19.0L Low ESAL mixture meeting the requirements of Section 1030 and compacted to a density of not less than 90 percent of the theoretical density.” Revise the second sentence of the fifth paragraph of Article 601.04 of the Standard Specifications to read: “The top 8 in. (200 mm) of the trench shall be backfilled with an IL-19.0L Low ESAL mixture meeting the requirements of Section 1030 and compacted to a density of not less than 90 percent of the theoretical density.” -20- Revise Article 1003.03(c) of the Standard Specifications to read: “(c) Gradation. The fine aggregate gradation for all HMA shall be FA 1, FA 2, FA 20, FA 21, or FA 22. The fine aggregate gradation for SMA shall be FA/FM 20. For mixture IL-4.75 and surface mixtures with an Ndesign = 90, at least 50 percent of the required fine aggregate fraction shall consist of either stone sand, slag sand, or steel slag meeting the FA 20 gradation. For mixture IL-19.0, Ndesign = 90 the fine aggregate fraction shall consist of at least 67 percent manufactured sand meeting FA 20 or FA 22 gradation. For mixture IL- 19.0, Ndesign = 50 or 70 the fine aggregate fraction shall consist of at least 50 percent manufactured sand meeting FA 20 or FA 22 gradation. The manufactured sand shall be stone sand, slag sand, steel slag sand, or combinations thereof. Gradation FA 1, FA 2, or FA 3 shall be used when required for prime coat aggregate application for HMA.” Delete the last sentence of the first paragraph of Article 1004.03(b) of the Standard Specifications. Revise the table in Article 1004.03(c) of the Standard Specifications to read: “Use Size/Application Gradation No. Class A-1, 2, & 3 3/8 in. (10 mm) Seal CA 16 Class A-1 1/2 in. (13 mm) Seal CA 15 Class A-2 & 3 Cover CA 14 HMA High ESAL IL-19.0 IL-9.5 CA 11 1/ CA 16, CA 133/ HMA Low ESAL IL-19.0L IL-9.5L Stabilized Subbase or Shoulders CA 11 1/ CA 16 SMA2/ 1/2 in. (12.5mm) Binder & Surface IL 9.5 Surface CA133/, CA14 or CA16 CA16, CA 133/ 1/ CA 16 or CA 13 may be blended with the gradations listed. 2/ The coarse aggregates used shall be capable of being combined with stone sand, slag sand, or steel slag sand meeting the FA/FM 20 gradation and mineral filler to meet the approved mix design and the mix requirements noted herein. 3/ CA 13 shall be 100 percent passing the 1/2 in. (12.5mm) sieve. Revise Article 1004.03(e) of the Supplemental Specifications to read: -21- “(e) Absorption. For SMA the coarse aggregate shall also have water absorption ≤ 2.0 percent.” Revise the nomenclature table in Article 1030.01 of the Standard Specifications to read: “High ESAL IL-19.0 binder; IL-9.5 surface; IL-4.75; SMA-12.5, SMA-9.5 Low ESAL IL-19.0L binder; IL-9.5L surface; Stabilized Subbase (HMA)1/; HMA Shoulders2/ 1/ Uses 19.0L binder mix. 2/ Uses 19.0L for lower lifts and 9.5L for surface lift.” Revise Article 1030.02 of the Standard Specifications and Supplemental Specifications to read: “1030.02 Materials. Materials shall be according to the following. Item……………………………………………………………………………………Article/Section (a) Coarse Aggregate………………………………………………………………………1004.03 (b) Fine Aggregate……………………………………………………………………….1003.03 (c) RAP Material…………………………………………………………………………….1031 (d) Mineral Filler……………………………………………………………………………..1011 (e) Hydrated Lime…………………………………………………………………………1012.01 (f) Slaked Quicklime (Note 1) (g) Performance Graded Asphalt Binder (Note 2)…………………………………………….1032 (h) Fibers (Note 3) (i) Warm Mix Asphalt (WMA) Technologies (Note 4) Note 1. Slaked quicklime shall be according to ASTM C 5. Note 2. The asphalt binder shall be an SBS PG 76-28 when the SMA is used on a full-depth asphalt pavement and SBS PG 76-22 when used as an overlay, except where modified herein. The asphalt binder shall be an Elvaloy or SBS PG 76-22 for IL-4.75, except where modified herein. The elastic recovery shall be a minimum of 80. Note 3. A stabilizing additive such as cellulose or mineral fiber shall be added to the SMA mixture according to Illinois Modified AASHTO M 325. The stabilizing additive shall meet the Fiber Quality Requirements listed in Illinois Modified AASHTO M 325. Prior to approval and use of fibers, the Contractor shall submit a notarized certification by the producer of these materials stating they meet these requirements. Reclaimed Asphalt Shingles (RAS) may be used in Stone Matrix Asphalt (SMA) mixtures designed with an SBA polymer modifier as a fiber additive if the mix design with RAS included meets -22- AASHTO T305 requirements. The RAS shall be from a certified source that produces either Type I or Type 2. Material shall meet requirements noted herein and the actual dosage rate will be determined by the Engineer. Note 4. Warm mix additives or foaming processes shall be selected from the current Bureau of Materials and Physical Research Approved List, “Warm Mix Asphalt Technologies”.” Revise Article 1030.04(a)(1) of the Standard Specifications and the Supplemental Specifications to read: “(1) High ESAL Mixtures. The Job Mix Formula (JMF) shall fall within the following limits. High ESAL, MIXTURE COMPOSITION (% PASSING) 1/ Sieve Size IL-19.0 mm SMA 4/ IL-12.5 mm SMA 4/ IL-9.5 mm IL-9.5 mm IL-4.75 mm mi n ma x mi n ma x mi n ma x mi n ma x mi n ma x 1 1/2 in (37.5 mm) 1 in. (25 mm) 10 0 3/4 in. (19 mm) 82 90 10 0 10 0 1/2 in. (12.5 mm) 50 75 85 89 80 10 0 10 0 10 0 10 0 3/8 in. (9.5 mm) 65 90 10 0 90 10 0 10 0 #4 (4.75 mm) 24 40 50 60 20 30 36 50 32 34 69 90 10 0 #8 (2.36 mm) 20 36 42 16 245/ 16 325/ 34 6/ 52 2/ 70 90 #16 (1.18 mm) 10 15 25 30 10 32 50 65 #30 (600 m) 12 16 12 18 -23- #50 (300 m) 46 12 15 4 15 15 30 #100 (150 m) 34 9 3 10 10 18 #200 (75 m) 3 6 7. 0 9. 0 3/ 7. 5 9. 5 3/ 4 6 7 9 3/ Ratio Dust/As phalt Binder 1. 0 1. 5 1. 5 1. 0 1. 0 1/ Based on percent of total aggregate weight. 2/ 3The mixture composition shall not exceed 44 percent passing the #8 (2.36 mm) sieve for surface courses with Ndesign = 90. 3/ 4Additional minus No. 200 (0.075 mm) material required by the mix design shall be mineral filler, unless otherwise approved by the Engineer. 4/ The maximum percent passing the #635 (20 µm) sieve shall be ≤ 3 percent. 5/ When establishing the Adjusted Job Mix Formula (AJMF) the percent passing the #8 (2.36 mm) sieve shall not be adjusted above the percentage stated on the table. 6/ When establishing the Adjusted Job Mix Formula (AJMF) the percent passing the #8 (2.36 mm) sieve shall not be adjusted below 34 percent. Delete Article 1030.04(a)(3) of the Standard Specifications. Delete Article 1030.04(a)(4) of the Standard Specifications. Revise Article 1030.04(b)(1) of the Standard Specifications to read: “(1) High ESAL Mixtures. The target value for the air voids of the HMA shall be 4.0 percent and for IL-4.75 it shall be 3.5 percent at the design number of gyrations. The VMA and VFA of the HMA design shall be based on the nominal maximum size of the aggregate in the mix, and shall conform to the following requirements. -24- VOLUMETRIC REQUIREMENTS High ESAL Voids in the Mineral Aggregate (VMA), % minimum Voids Filled with Asphalt Binder (VFA), % Ndesign IL-25.0 IL-19.0 IL-12.5 IL-9.5 IL-4.751/ 50 12.0 13.5 14.0 15.0 18.5 65 – 78 2/ 70 65 - 75 105 1/ Maximum Draindown for IL-4.75 shall be 0.3 percent 2/ VFA for IL-4.75 shall be 72-85 percent” Revise the table in Article 1030.04(b)(2) of the Standard Specifications to read: “VOLUMETRIC REQUIREMENTS Low ESAL Mixture Composition Design Compactive Effort Design Air Voids Target % VMA (Voids in the Mineral Aggregate), % min. VFA (Voids Filled with Asphalt Binder), % IL-9.5L NDES =30 4.0 15.0 65-78 IL-19.0L NDES =30 4.0 13.5 N/A” Replace Article 1030.04(b)(3) of the Standard Specifications with the following: “(3) SMA Mixtures. Volumetric Requirements SMA 1/ Ndesign Design Air Voids Target % Voids in the Mineral Aggregate (VMA), % min. Voids Filled with Asphalt (VFA), % 80 4/ 3.5 17.0 2/ 75 - 83 16.0 3/ 1/ Maximum draindown shall be 0.3 percent. The draindown shall be determined at the JMF asphalt binder content at the mixing temperature plus 30 °F. 2/ Applies when specific gravity of coarse aggregate is ≥ 2.760. -25- 3/ Applies when specific gravity of coarse aggregate is < 2.760. 4/ Blending of different types of aggregate will not be permitted. For surface course, the coarse aggregate can be crushed steel slag, crystalline crushed stone or crushed sandstone. For binder course, coarse aggregate shall be crushed stone (dolomite), crushed gravel, crystalline crushed stone, or crushed sandstone. Delete Article 1030.04(b)(4) of the Standard Specifications. Delete Article 1030.04(b)(5) from the Supplemental Specifications. Delete last sentence of the second paragraph of Article 1102.01(a) (13) a. Add to second paragraph in Article 1102.01 (a) (13) a.: “As an option, collected bag-house dust may be used in lieu of manufactured mineral filler, provided; 1) there is enough available for the production of the SMA mix for the entire project and 2) a mix design was prepared with collected bag-house dust.” Revise the table in Article 1030.05(d)(2)a. of the Standard Specifications to read: “Parameter Frequency of Tests High ESAL Mixture Low ESAL Mixture Test Method See Manual of Test Procedures for Materials -26- “Parameter Frequency of Tests High ESAL Mixture Low ESAL Mixture Test Method See Manual of Test Procedures for Materials Aggregate Gradation % passing sieves: 1/2 in. (12.5 mm), No. 4 (4.75 mm), No. 8 (2.36 mm), No. 30 (600 µm) No. 200 (75 µm) 1 washed ignition oven test on the mix per half day of production Note 3. Illinois Procedure Asphalt Binder Content by Ignition Oven Note 1. 1 per half day of production Illinois- Modified AASHTO T 308 VMA Note 2. Day’s production ≥ 1200 tons: 1 per half day of production Illinois- Modified AASHTO R 35 -27- “Parameter Frequency of Tests High ESAL Mixture Low ESAL Mixture Test Method See Manual of Test Procedures for Materials Day’s production < 1200 tons: 1 per half day of production for first 2 days and 1 per day thereafter (first sample of the day) Air Voids Bulk Specific Gravity of Gyratory Sample Note 4. Day’s production ≥ 1200 tons: 1 per half day of production Illinois- Modified AASHTO T 312 Day’s production < 1200 tons: 1 per half day of production for first 2 days and 1 per day thereafter (first sample of the day) -28- “Parameter Frequency of Tests High ESAL Mixture Low ESAL Mixture Test Method See Manual of Test Procedures for Materials Maximum Specific Gravity of Mixture Day’s production ≥ 1200 tons: 1 per half day of production Illinois- Modified AASHTO T 209 Day’s production < 1200 tons: 1 per half day of production for first 2 days and 1 per day thereafter (first sample of the day) Note 1. The Engineer may waive the ignition oven requirement for asphalt binder content if the aggregates to be used are known to have ignition asphalt binder content calibration factors which exceed 1.5 percent. If the ignition oven requirement is waived, other Department approved methods shall be used to determine the asphalt binder content. Note 2. The Gsb used in the voids in the mineral aggregate (VMA) calculation shall be the same average Gsb value listed in the mix design. Note 3. The Engineer reserves the right to require additional hot bin gradations for batch plants if control problems are evident. Note 4. The WMA compaction temperature for mixture volumetric testing shall be 270 ± 5 °F (132 ± 3 °C) for quality control testing. The WMA compaction temperature for quality assurance testing will be 270 ± 5 °F (132 ± 3 °C) if the mixture is not allowed to cool to room temperature. If the mixture is allowed to cool to room temperature, it shall be reheated to standard HMA compaction temperatures.” -29- Revise the table in Article 1030.05(d)(2)b. of the Standard Specifications to read: “Parameter High ESAL Mixture Low ESAL Mixture Ratio Dust/Asphalt Binder 0.6 to 1.2 Moisture 0.3 %” Revise the Article 1030.05(d)(4) of the Supplemental Specifications to read: “(4) Control Limits. Target values shall be determined by applying adjustment factors to the AJMF where applicable. The target values shall be plotted on the control charts within the following control limits. “CONTROL LIMITS Parameter High ESAL SMA Individual Test Moving Avg. of 4 Test Moving Avg. of 4 Individual Test Moving Avg. of 4 % Passing: 1/ 1/2 in. (12.5 mm) ± 6 % ± 4 % ± 6 % ± 4 % 3/8 in. (9.5mm) ± 4 % ± 3 % No. 4 (4.75 mm) ± 5 % ± 4 % ± 5 % ± 4 % No. 8 (2.36 mm) ± 5 % ± 3 % ± 4 % ± 2 % No. 16 (1.18 mm) ± 4 % ± 2 % ± 4 % ± 3 % No. 30 (600 µm) ± 4 % ± 2.5 % ± 4 % ± 2.5 % Total Dust Content No. 200 (75 µm) ± 1.5 % ± 1.0 % % ± 1.5 % ± 1.0 % Asphalt Binder Content ± 0.3 % ± 0.2 % ± 0.2 % ± 0.1 % ± 0.3 % ± 0.2 % Voids ± 1.2 % ± 1.0 % ± 1.2 % ± 1.0 % ± 1.2 % ± 1.0 % VMA -0.7 % 2/ -0.5 % 2/ -0.7 % 2/ -0.5 % 2/ -0.7 % 2/ -0.5 % 2/ 1/ Based on washed ignition oven 2/ Allowable limit below minimum design VMA requirement DENSITY CONTROL LIMITS Mixture Composition Parameter Individual Test IL-4.75 Ndesign = 50 93.0 - 97.4 % 1/ IL-9.5 Ndesign = 90 92.0 - 96.0 % IL-9.5,IL-9.5L Ndesign < 90 92.5 - 97.4 % IL-19.0 Ndesign = 90 93.0 - 96.0 % -30- IL-19.0, IL-19.0L Ndesign < 90 93.0 2/- 97.4 % SMA Ndesign = 80 93.5 - 97.4 % 1/ Density shall be determined by cores or by correlated, approved thin lift nuclear gauge. 2/ 92.0 % when placed as first lift on an unimproved subgrade.” Revise the table in Article 1030.05(d)(5) of the Supplemental Specifications to read: “CONTROL CHART REQUIREMENTS High ESAL, Low ESAL, SMA & IL-4.75 Gradation 1/ 3/ % Passing Sieves: 1/2 in. (12.5 mm) 2/ No. 4 (4.75 mm) No. 8 (2.36 mm) No. 30 (600 µm) Total Dust Content 1/No. 200 (75 µm) Asphalt Binder Content Bulk Specific Gravity Maximum Specific Gravity of Mixture Voids Density VMA 1/ Based on washed ignition oven. 2/ Does not apply to IL-4.75. 3/ SMA also requires the 3/8 in. (9.5 mm) sieve.” Delete Article 1030.05(d)(6)a.1.(b.) of the Standard Specifications. Delete Article 1030.06(b) of the Standard Specifications. Delete Article 1102.01(e) of the Standard Specifications. 2) Design Verification and Production Description. The following states the requirements for Hamburg Wheel and Tensile Strength testing for High ESAL, IL-4.75, and Stone Matrix Asphalt (SMA) hot-mix asphalt (HMA) mixes during mix design verification and production. -31- Mix Design Testing. Add the following below the referenced AASHTO standards in Article 1030.04 of the Standard Specifications: AASHTO T 324 Hamburg Wheel Test AASHTO T 283 Tensile Strength Test Add the following to Article 1030.04 of the Standard Specifications: “(d) Verification Testing. High ESAL, IL-4.75, and SMA mix designs submitted for verification will be tested to ensure that the resulting mix designs will pass the required criteria for the Hamburg Wheel Test (IL mod AASHTO T-324) and the Tensile Strength Test (IL mod AASHTO T-283). The Department will perform a verification test on gyratory specimens compacted by the Contractor. If the mix fails the Department’s verification test, the Contractor shall make the necessary changes to the mix and resubmit compacted specimens to the Department for verification. If the mix fails again, the mix design will be rejected. All new and renewal mix designs will be required to be tested, prior to submittal for Department verification and shall meet the following requirements: (1) Hamburg Wheel Test criteria. The maximum allowable rut depth shall be 0.5 in. (12.5 mm). The minimum number of wheel passes at the 0.5 in. (12.5 mm) rut depth criteria shall be based on the high temperature binder grade of the mix as specified in the mix requirements table of the plans. Illinois Modified AASHTO T 324 Requirements 1/ Asphalt Binder Grade # Repetitions Max Rut Depth (mm) PG 70 -XX (or higher) 20,000 12.5 PG 64 -XX (or lower) 10,000 12.5 1/ When produced at temperatures of 275 ± 5 °F (135 ± 3 °C) or less, loose Warm Mix Asphalt shall be oven aged at 270 ± 5 °F (132 ± 3 °C) for two hours prior to gyratory compaction of Hamburg Wheel specimens. Note: For SMA Designs (N-80) the maximum rut depth is 6.0 mm at 20,000 repetitions. For IL 4.75mm Designs (N-50) the maximum rut depth is 9.0mm at 15,000 repetitions. -32- (2) Tensile Strength Criteria. The minimum allowable conditioned tensile strength shall be 60 psi (415 kPa) for non-polymer modified performance graded (PG) asphalt binder and 80 psi (550 kPa) for polymer modified PG asphalt binder. The maximum allowable unconditioned tensile strength shall be 200 psi (1380 kPa).” Production Testing. Revise Article 1030.06(a) of the Standard Specifications to read: “(a) High ESAL, IL-4.75, WMA, and SMA Mixtures. For each contract, a 300 ton (275 metric tons) test strip, except for SMA mixtures it will be 400 ton (363 metric ton), will be required at the beginning of HMA production for each mixture with a quantity of 3000 tons (2750 metric tons) or more according to the Manual of Test Procedures for Materials “Hot Mix Asphalt Test Strip Procedures”. Before start-up, target values shall be determined by applying gradation correction factors to the JMF when applicable. These correction factors shall be determined from previous experience. The target values, when approved by the Engineer, shall be used to control HMA production. Plant settings and control charts shall be set according to target values. Before constructing the test strip, target values shall be determined by applying gradation correction factors to the JMF when applicable. After any JMF adjustment, the JMF shall become the Adjusted Job Mix Formula (AJMF). Upon completion of the first acceptable test strip, the JMF shall become the AJMF regardless of whether or not the JMF has been adjusted. If an adjustment/plant change is made, the Engineer may require a new test strip to be constructed. If the HMA placed during the initial test strip is determined to be unacceptable to remain in place by the Engineer, it shall be removed and replaced. The limitations between the JMF and AJMF are as follows. Parameter Adjustment 1/2 in. (12.5 mm) ± 5.0 % No. 4 (4.75 mm) ± 4.0 % No. 8 (2.36 mm) ± 3.0 % No. 30 (600 µm) * No. 200 (75 µm) * Asphalt Binder Content ± 0.3 % * In no case shall the target for the amount passing be greater than the JMF. Any adjustments outside the above limitations will require a new mix design. -33- Mixture sampled to represent the test strip shall include additional material sufficient for the Department to conduct Hamburg Wheel testing according to Illinois Modified AASHTO T324 (approximately 60 lb (27 kg) total). The Contractor shall immediately cease production upon notification by the Engineer of failing Hamburg Wheel test. All prior produced material may be paved out provided all other mixture criteria is being met. No additional mixture shall be produced until the Engineer receives passing Hamburg Wheel tests. The Department may conduct additional Hamburg Wheel tests on production material as determined by the Engineer.” Revise the title of Article 1030.06(b) of the Standard Specifications to read: “(b) Low ESAL Mixtures.” Add the following to Article 1030.06 of the Standard Specifications: “(c) Hamburg Wheel Test. All HMA mixtures shall be sampled within the first 500 tons (450 metric tons) on the first day of production or during start up with a split reserved for the Department. The mix sample shall be tested according to the Illinois Modified AASHTO T 324 and shall meet the requirements specified herein. Mix production shall not exceed 1500 tons (1350 metric tons) or one day’s production, whichever comes first, until the testing is completed and the mixture is found to be in conformance. The requirement to cease mix production may be waived if the plant produced mixture demonstrates conformance prior to start of mix production for a contract. The Department may conduct additional Hamburg Wheel Tests on production material as determined by the Engineer. If the mixture fails to meet the Hamburg Wheel criteria, no further mixture will be accepted until the Contractor takes such action as is necessary to furnish a mixture meeting the criteria” The Contractor shall immediately cease production upon notification by the Engineer of failing Hamburg Wheel test. All prior produced material may be paved out provided all other mixture criteria are being met. No additional mixture shall be produced until the Engineer receives passing Hamburg Wheel tests. Method of Measurement. Add the following after the fourth paragraph of Article 406.13 (b): “The plan quantities of SMA mixtures shall be adjusted using the actual approved binder and surface Mix Design’s Gmb.” Basis of Payment. -34- Replace the seventh paragraph of Article 406.14 of the Standard Specifications with the following: “For all mixes designed and verified under the Hamburg Wheel criteria, the cost of furnishing and introducing anti-stripping additives in the HMA will not be paid for separately, but shall be considered as included in the contract unit price of the HMA item involved. No additional compensation will be awarded to the Contractor because of reduced production rates associated with the addition of the anti-stripping additive.” GROUND TIRE RUBBER (GTR) , MODIFIED ASPHALT BINDER (D-1) Effective: June 26, 2006 Revised: January 1, 2013 Add the following to the end of article 1032.05 of the Standard Specifications: “(c) Ground Tire Rubber (GTR) Modified Asphalt Binder. A quantity of 10.0 to 14.0 percent GTR (Note 1) shall be blended by dry unit weight with a PG 64-28 to make a GTR 70-28 or a PG 58-28 to make a GTR 64-28. The base PG 64-28 and PG 58-28 asphalt binders shall meet the requirements of Article 1032.05(a). Compatible polymers may be added during production. The GTR modified asphalt binder shall meet the requirements of the following table. Test Asphalt Grade GTR 70-28 Asphalt Grade GTR 64-28 Flash Point (C.O.C.), AASHTO T 48, °F (°C), min. 450 (232) 450 (232) Rotational Viscosity, AASHTO T 316 @ 275 °F (135 °C), Poises, Pa·s, max. 30 (3) 30 (3) Softening Point, AASHTO T 53, °F (°C), min. 135 (57) 130 (54) Elastic Recovery, ASTM D 6084, Procedure A (sieve waived) @ 77 °F, (25 °C), aged, ss, 100 mm elongation, 5 cm/min., cut immediately, %, min. 65 65 Note 1. GTR shall be produced from processing automobile and/or light truck tires by the ambient grinding method. GTR shall not exceed 1/16 in. (2 mm) in any dimension and shall contain no free metal particles or other materials. A mineral powder (such as talc) meeting the requirements of AASHTO M 17 may be added, up to a maximum of four percent by -35- weight of GTR to reduce sticking and caking of the GTR particles. When tested in accordance with Illinois modified AASHTO T 27, a 50 g sample of the GTR shall conform to the following gradation requirements: Sieve Size Percent Passing No. 16 (1.18 mm) 100 No. 30 (600 m) 95  5 No. 50 (300 m) > 20 Add the following to the end of Note 1. of article 1030.03 of the Standard Specifications: “A dedicated storage tank for the Ground Tire Rubber (GTR) modified asphalt binder shall be provided. This tank must be capable of providing continuous mechanical mixing throughout by continuous agitation and recirculation of the asphalt binder to provide a uniform mixture. The tank shall be heated and capable of maintaining the temperature of the asphalt binder at 300 F to 350 F (149 C to 177 C). The asphalt binder metering systems of dryer drum plants shall be calibrated with the actual GTR modified asphalt binder material with an accuracy of  0.40 percent.” Revise 1030.02(c) of the Standard Specifications to read: “(c) RAP Materials (Note 3) ………………………………………………..…..1031” Add the following note to 1030.02 of the Standard Specifications: Note 3. When using reclaimed asphalt pavement and/or reclaimed asphalt shingles, the maximum asphalt binder replacement percentage shall be according to the most recent special provision for recycled materials. RECLAIMED ASPHALT SHINGLES The use of “RECLAIMED ASPHALT SHINGLES” (RAS) on this project shall be 0. RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES (D-1) Effective: November 1, 2012 Revise: August 15, 2014 Revise Section 1031 of the Standard Specifications to read: “SECTION 1031. RECLAIMED ASPHALT PAVEMENT AND RECLAIMED ASPHALT SHINGLES -36- 1031.01 Description. Reclaimed asphalt pavement and reclaimed asphalt shingles shall be according to the following. (a) Reclaimed Asphalt Pavement (RAP). RAP is the material resulting from cold milling or crushing an existing hot-mix asphalt (HMA) pavement. RAP will be considered processed FRAP after completion of both crushing and screening to size. 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 Bureau of Materials and Physical Research Policy Memorandum “Reclaimed Asphalt Shingle (RAS) Sources”, by weight of RAS. All RAS used shall come from a Bureau of Materials and Physical Research approved processing facility where it shall be ground and processed to 100 percent passing the 3/8 in. (9.5 mm) sieve and 90 percent passing the #4 (4.75 mm) sieve . RAS 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. Additional processed RAP (FRAP) shall be stockpiled in a separate working pile, as designated in the QC Plan, and only added to the sealed stockpile when test results for the working pile are complete and are found to meet tolerances specified herein for the original sealed FRAP stockpile. Stockpiles shall be sufficiently separated to prevent intermingling at the base. All stockpiles (including unprocessed RAP and FRAP) shall be identified by signs indicating the type as listed below (i.e. “Non- Quality, FRAP -#4 or Type 2 RAS”, etc…). (1) Fractionated RAP (FRAP). FRAP shall consist of RAP from Class I, Superpave HMA (High and Low ESAL) or equivalent 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 processed prior to testing and sized into 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 in the coarse fraction shall pass the maximum sieve size specified for the mix the FRAP will be used in. -37- (2) Restricted FRAP (B quality) stockpiles shall consist of RAP from Class I, Superpave (High ESAL), or HMA (High ESAL). If approved by the Engineer, the aggregate from a maximum 3.0 inch single combined pass of surface/binder milling will be classified as B quality. All millings from this application will be processed into FRAP as described previously. (3) Conglomerate. Conglomerate RAP stockpiles shall consist of RAP from Class I, Superpave HMA (High and Low ESAL) or equivalent 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 (FRAP) prior to testing. Conglomerate RAP stockpiles shall not contain steel slag or other expansive material as determined by the Department. (4) Conglomerate “D” Quality (DQ). Conglomerate DQ RAP stockpiles shall consist of RAP from HMA shoulders, bituminous stabilized subbases or Superpave (Low ESAL)/HMA (Low ESAL) IL-19.0L binder mixture. The coarse aggregate in this RAP may be crushed or round but shall be at least D quality. This RAP may have an inconsistent gradation and/or asphalt binder content. Conglomerate DQ RAP stockpiles shall not contain steel slag or other expansive material as determined by the Department. (5) Non-Quality. RAP stockpiles that do not meet the requirements of the stockpile categories listed above shall be classified as “Non-Quality”. RAP or FRAP containing contaminants, such as earth, brick, sand, concrete, sheet asphalt, bituminous surface treatment (i.e. chip seal), pavement fabric, joint sealants, plant cleanout 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 be sufficiently separated to prevent intermingling at the base. Each stockpile shall be signed indicating what type of RAS is present. However, a RAS source may submit a written request to the Department for approval to blend mechanically a specified ratio of type 1 RAS with type 2 RAS. The source will not be permitted to change the ratio of the blend without the Department prior written approval. The Engineer’s written approval will be required, to mechanically blend RAS with any fine aggregate produced under the AGCS, up to an equal weight of RAS, to improve workability. The fine aggregate shall be “B Quality” or better from an approved Aggregate Gradation Control System source. The fine aggregate shall be one that is approved for use in the HMA mixture and 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. -38- 1031.03 Testing. FRAP and RAS testing shall be according to the following. (a) FRAP Testing. When used in HMA, the FRAP shall be sampled and tested either during processing or after stockpiling. It shall also be sampled during HMA production. (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) Incoming Material. For testing as incoming material, washed extraction samples shall be run at a minimum frequency of one sample per 2000 tons (1800 metric tons) or once per week, whichever comes first. (3) After Stockpiling. For testing after stockpiling, the Contractor shall submit a plan for approval to the District proposing a satisfactory method of sampling and testing the RAP/FRAP pile either in-situ or by restockpiling. The sampling plan shall meet the minimum frequency required above and detail the procedure used to obtain representative samples throughout the pile for testing. Before extraction, each field sample of FRAP, shall be split to obtain two samples of test sample size. One of the two test samples from the final split shall be labeled and stored for Department use. The Contractor shall extract the other test sample according to Department procedure. The Engineer reserves the right to test any sample (split or Department-taken) to verify Contractor test results. (b) RAS Testing. RAS shall be sampled and tested during stockpiling according to Bureau of Materials and Physical Research Policy Memorandum, “Reclaimed Asphalt Shingle (RAS) Sources”. The Contractor shall also sample as incoming material at the HMA plant. (1) During Stockpiling. Washed extraction and testing for unacceptable materials shall be run 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 1000 tons (900 metric tons) thereafter. A minimum of five samples are required for stockpiles less than 1000 tons (900 metric tons). Once a ≤ 1000 ton (900 metric ton), five-sample/test stockpile has been established it shall be sealed. Additional incoming RAS shall be 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. (2) Incoming Material. For testing as incoming material at the HMA plant, washed extraction shall be run at the minimum frequency of one sample per 250 tons (227 metric tons). A minimum of five samples are required for stockpiles less than -39- 1000 tons (900 metric tons). The incoming material test results shall meet the tolerances specified herein. The Contractor shall obtain and make available all test results from start of the initial stockpile sampled and tested at the shingle processing facility in accordance with the facility’s QC Plan. Before extraction, each field sample shall be split to obtain two 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 procedures. The Engineer reserves the right to test any sample (split or Department-taken) to verify Contractor test results. 1031.04 Evaluation of Tests. Evaluation of tests results shall be according to the following. (a) Evaluation of FRAP Test Results. All test results shall be compiled to include asphalt binder content, gradation and, when applicable (for slag), Gmm. A five test average of results from the original pile will be used in the mix designs. Individual extraction test results run thereafter, shall be compared to the average used for the mix design, and will be accepted if within the tolerances listed below. Parameter FRAP No. 4 (4.75 mm)  6 % No. 8 (2.36 mm)  5 % No. 30 (600 m)  5 % No. 200 (75 m)  2.0 % Asphalt Binder  0.3 % Gmm  0.03 1/ 1/ For stockpile with slag or steel slag present as determined in the current Manual of Test Procedures Appendix B 21, “Determination of Reclaimed Asphalt Pavement Aggregate Bulk Specific Gravity”. If any individual sieve and/or asphalt binder content tests are out of the above tolerances when compared to the average used for the mix design, the FRAP stockpile shall not be used in Hot-Mix Asphalt unless the FRAP representing those tests is removed from the stockpile. All test data and acceptance ranges shall be sent to the District for evaluation. The Contractor shall maintain a representative moving average of five tests to be used for Hot-Mix Asphalt production. With the approval of the Engineer, the ignition oven may be substituted for extractions according to the Illinois Test Procedure, “Calibration of the Ignition Oven for the Purpose of -40- Characterizing Reclaimed Asphalt Pavement (RAP)” or Illinois Modified AASHTO T-164-11, Test Method A. (b) Evaluation of RAS 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. A five test average of results from the original pile will be used in the mix designs. Individual test results run thereafter, when compared to the average used for the mix design, will be accepted if within the tolerances listed below. Parameter RAS No. 8 (2.36 mm) ± 5 % No. 16 (1.18 mm) ± 5 % No. 30 (600 µm) ± 4 % No. 200 (75 µm) ± 2.5 % Asphalt Binder Content ± 2.0 % If any individual sieve and/or asphalt binder content tests are out of the above tolerances when compared to the average used for the mix design, the RAS shall not be used in Hot-Mix Asphalt unless the RAS representing those tests is removed from the stockpile. All test data and acceptance ranges shall be sent to the District for evaluation. (c) Quality Assurance by the Engineer. The Engineer may witness the sampling and splitting conduct assurance tests on split samples taken by the Contractor for quality control testing a minimum of once a month. The overall testing frequency will be performed over the entire range of Contractor samples for asphalt binder content and gradation. The Engineer may select any or all split samples for assurance testing. The test results will be made available to the Contractor as soon as they become available. The Engineer will notify the Contractor of observed deficiencies. Differences between the Contractor’s and the Engineer’s split sample test results will be considered acceptable if within the following limits. Test Parameter Acceptable Limits of Precision % Passing:1/ FRAP RAS 1 / 2 in. 5.0% No. 4 5.0% No. 8 3.0% 4.0% No. 30 2.0% 3.0% No. 200 2.2% 2.5% -41- Asphalt Binder Content 0.3% 1.0% Gmm 0.030 1/ Based on washed extraction. In the event comparisons are outside the above acceptable limits of precision, the Engineer will immediately investigate. (d) Acceptance by the Engineer. Acceptable of the material will be based on the validation of the Contractor’s quality control by the assurance process. 1031.05 Quality Designation of Aggregate in RAP and FRAP. (a) RAP. The aggregate quality of the RAP for homogenous, conglomerate, and conglomerate “D” quality 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-9.5L surface mixtures are designated as containing Class B quality coarse aggregate. (2) RAP from Superpave/HMA (Low ESAL) IL-19.0L binder mixture is designated as Class D quality coarse aggregate. (3) RAP from Class I, Superpave/HMA (High ESAL) binder mixtures, bituminous base course mixtures, and bituminous base course widening mixtures are designated as containing Class C quality coarse aggregate. (4) RAP from bituminous stabilized subbase and BAM shoulders are designated as containing Class D 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. Fractionated RAP stockpiles containing plus #4 (4.75 mm) sieve coarse aggregate shall have a maximum tonnage of 5,000 tons (4,500 metric tons). The Contractor shall obtain a representative sample witnessed by the Engineer. The sample shall be a minimum of 50 lb (25 kg). The sample shall be extracted according to Illinois Modified AASHTO T 164 by a consultant prequalified by the Department for the specified testing. The consultant 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 BMPR Aggregate Lab for MicroDeval Testing, according to Illinois Modified AASHTO T 327. A maximum loss of 15.0 percent will be applied for all HMA applications. The fine aggregate portion of the fractionated RAP shall not be used in any HMA mixtures that require a -42- minimum of “B” quality aggregate or better, until the coarse aggregate fraction has been determined to be acceptable thru a MicroDeval Testing. 1031.06 Use of FRAP and/or RAS in HMA. The use of FRAP and/or RAS shall be a Contractor’s option when constructing HMA in all contracts. (a) FRAP. The use of FRAP in HMA shall be as follows. (1) Coarse Aggregate Size (after extraction). The coarse aggregate in all FRAP shall be equal to or less than the nominal maximum size requirement for the HMA mixture to be produced. (2) Steel Slag Stockpiles. FRAP stockpiles containing steel slag or other expansive material, as determined by the Department, shall be homogeneous and will be approved for use in HMA (High ESAL and Low ESAL) mixtures regardless of lift or mix type. (3) Use in HMA Surface Mixtures (High and Low ESAL). FRAP stockpiles for use in HMA surface mixtures (High and Low ESAL) shall have coarse aggregate that is Class B quality or better. FRAP shall be considered equivalent to limestone for frictional considerations unless produced/screened to minus 3/8 inch. (4) Use in HMA Binder Mixtures (High and Low ESAL), HMA Base Course, and HMA Base Course Widening. FRAP stockpiles for use in HMA binder mixtures (High and Low ESAL), HMA base course, and HMA base course widening shall be FRAP in which the coarse aggregate is Class C quality or better. (5) Use in Shoulders and Subbase. FRAP stockpiles for use in HMA shoulders and stabilized subbase (HMA) shall be FRAP, Restricted FRAP, conglomerate, or conglomerate DQ. (b) RAS. RAS meeting Type 1 or Type 2 requirements will be permitted in all HMA applications as specified herein. (c) FRAP and/or RAS Usage Limits. Type 1 or Type 2 RAS may be used alone or in conjunction with FRAP in HMA mixtures up to a maximum of 5.0% by weight of the total mix. When FRAP is used alone or FRAP is used in conjunction with RAS, the percent of virgin asphalt binder replacement (ABR) shall not exceed the amounts indicated in the table below for a given N Design. Max Asphalt Binder Replacement for FRAP with RAS Combination HMA Mixtures 1/ 2/ Maximum % ABR Ndesign Binder/Leveling Surface Polymer -43- Binder Modified 3/ 30L 50 40 10 50 40 35 10 70 40 30 10 90 40 30 104/ 4.75 mm N-50 30 SMA N-80 20 1/ For HMA “All Other” (shoulder and stabilized subbase) N-30, the percent asphalt binder replacement shall not exceed 50% of the total asphalt binder in the mixture. 2/ When the binder replacement exceeds 15 percent for all mixes, except for SMA and IL-4.75, the high and low virgin asphalt binder grades shall each be reduced by one grade (i.e. 25 percent binder replacement using a virgin asphalt binder grade of PG64-22 will be reduced to a PG58-28). When constructing full depth HMA and the ABR is less than 15 percent, the required virgin asphalt binder grade shall be PG64-28. 3/ When the ABR for SMA or IL-4.75 is 15 percent or less, the required virgin asphalt binder shall be SBS PG76-22 and the elastic recovery shall be a minimum of 80. When the ABR for SMA or IL-4.75 exceeds 15%, the virgin asphalt binder grade shall be SBS PG70-28 and the elastic recovery shall be a minimum of 80. 4/ For polymerized surface mix used for overlays, with up to 10 percent ABR, a SBS PG70-22 will be required. However, if used in full depth HMA, a SBS PG70-28 will be required. 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) FRAP and/or RAS. FRAP and /or RAS mix designs shall be submitted for verification. If additional FRAP or RAS stockpiles are tested and found to be within tolerance, as defined under “Evaluation of Tests” herein, and meet all requirements herein, the additional FRAP or RAS stockpiles may be used in the original design at the percent previously verified. (b) RAS. Type 1 and Type 2 RAS are not interchangeable in a mix design. A RAS stone bulk specific gravity (Gsb) of 2.500 shall be used for mix design purposes. 1031.08 HMA Production. HMA production utilizing FRAP and/or RAS shall be as follows. 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 RAS and FRAP feed system to remove -44- or reduce oversized material. If material passing the sizing device adversely affects the mix production or quality of the mix, the sizing device shall be set at a size specified by the Engineer. If during mix production, corrective actions fail to maintain FRAP, RAS or QC/QA test results within control tolerances or the requirements listed herein the Contractor shall cease production of the mixture containing FRAP or RAS and conduct an investigation that may require a new mix design. (a) RAS. RAS shall be incorporated into the HMA mixture either by a separate weight depletion system or by using the RAP weigh belt. Either feed system shall be interlocked with the aggregate feed or weigh system to maintain correct proportions for all rates of production and batch sizes. The portion of RAS shall be controlled accurately to within ± 0.5 percent of the amount of RAS utilized. When using the weight depletion system, flow indicators or sensing devices shall be provided and interlocked with the plant controls such that the mixture production is halted when RAS flow is interrupted. (b) HMA Plant Requirements. HMA plants utilizing 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 RAS and FRAP 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 RAS and FRAP material as a percent of the total mix to the nearest 0.1 percent. h. Aggregate RAS and FRAP moisture compensators in percent as set on the control panel. (Required when accumulated or individual aggregate and RAS and FRAP are printed in wet condition.) i. When producing mixtures with FRAP and/or RAS, a positive dust control system -45- shall be utilized. j. Accumulated mixture tonnage. k. Dust Removed (accumulated to the nearest 0.1 ton) (3) 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). f. RAS and FRAP weight to the nearest pound (kilogram). g. Virgin asphalt binder weight to the nearest pound (kilogram). h. Residual asphalt binder in the RAS and FRAP 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 Shoulders. The use of RAP or FRAP in aggregate surface course and aggregate shoulders 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 to construct aggregate surface course and aggregate shoulders shall be according to the current Bureau of Materials and Physical Research’s Policy Memorandum, “Reclaimed Asphalt Pavement (RAP) for Aggregate Applications” (b) Gradation. One hundred percent of the RAP material shall pass the 1 1/2 in. (37.5mm) sieve. The RAP material shall be reasonably well graded from coarse to fine. RAP material that is gap- graded, FRAP, or single sized will not be accepted for use as Aggregate Surface Course and Aggregate Shoulders.” -46- PRECONSTRUCTION VIDEO RECORDING This work consists of providing color video and audio recording of construction areas prior to the start of construction, including coverage of all areas that will be affected by the construction or installation of pipelines such as driveways, fences, trees or plantings, or other items that may be damaged or have to be removed and replaced as a part of the construction. The contractor shall provide new ½-inch, high energy, extended still frame capable, color video tape cassettes. Each video shall begin with current date, project name, and Owner, followed by descriptions of the general location, street names, addresses, and data that describes location and subject of viewing. The video shall be taped at a rate of speed not exceeding 48 feet per minute, and panning rates and zoom-in or zoom-out rates shall be controlled to provide clarity of object during playback. The finished product shall be provided with bright, sharp, clear pictures and accurate colors free from distortion, tearing, rolls, or other forms of picture imperfection. The audio shall have proper volume and clarity. All recording shall be done at good times of visibility, and when no more than 10 percent of snow or fallen leave cover is present. The areas shall not be recorded earlier than 6 months prior to the start of construction. The recording shall be submitted to the Owner or the Owner’s Engineer for review prior to commencement of any construction, and receive acceptance of recordings prior to commencement of construction. Any areas found not acceptable to the Owner shall be re- filmed at no additional cost to the contract. The final recording shall be transferred onto DVD and both the DVD and video recording shall be presented in a manner acceptable to the Owner. At the option of the Contractor, and only if the Owner does not specifically request video tape cassettes, videos may be digitally recorded directly to a DVD with initial submittal on a DVD instead of video tape. Basis of Payment. This work will be paid for at contract lump sum price for PRECONSTRUCTION VIDEO RECORDING. CONTINGENCY ALLOWANCE This item is a contingent cash allocation to be used as determined by the Engineer, If necessary. When additional work not included in the contract documents is requested in writing by the Engineer, it shall be measured and paid for as described in Articles 104.02 and 109.04 of the Standard Specifications and included in this item. Prior to the final payment, an appropriate Request for Change in Plans will be authorized as recommended by the Engineer to reflect actual amounts due to the Contractor on work covered by the Contingency Allowance(s) and the contract quantity shall be correspondingly adjusted. Basis of Payment. This work will be paid for at the contract unit price per dollar for CONTINGENCY ALLOWANCE. The total bid amount for this item shall be $10,000. -47- MAINTENANCE GUARANTEE The Contractor shall execute and deliver to the Village of Plainfield, before final payment will be issued, a written warranty, in a form satisfactory to the Village, which guarantees that the work is in accordance with the Contract Documents and will not be defective. This warranty shall guarantee this work for a period of 1-year from the date of acceptance of the work and final payment from the Village. EXISTING CONDITIONS           TYPICAL SIDEWALK REMOVAL AND REPLACEMENT TYPICAL SIDEWALK REMOVAL AND REPLACEMENT TYPICAL TYPE B CURB REMOVAL AND REPLACEMENT TYPICAL CURB AND GUTTER REMOVAL AND REPLACEMENT Vi l l a g e  of  Pl a i n f i e l d 20 1 5  Do w n t o w n  Pl a i n f i e l d  Co n c r e t e  Pr o g r a m SC H E D U L E  OF  QU A N T I T I E S Nu m b e r L o c a t i o n Sid e w a l k  Re m o v a l   (S F ) Po r t l a n d  Ce m e n t  Co n c r e t e   Co l o r e d  Si d e w a l k ,  5"  (S p e c i a l )      (SF ) Dr i v e w a y  Pa v e m e n t   Re m o v a l  (S F ) Po r t l a n d  Ce m e n t  Co n c r e t e  Co l o r e d   Dr i v e w a y  Pa v e m e n t ,  6"  (S p e c i a l )            (SF ) Co m b i n a t i o n  Co n c r e t e  Curb  and   Gu t t e r  Re m o v a l  an d  Replacement  (LF)Concrete  Curb  Type  "B" Removal  and  Replacement  (LF ) 1 24 2 0 4  Lo c k p o r t  St r e e t 0 0 7 2 5 7 2 5 00   2 15 1 0 2  Fo x  Riv e r  St r e e t  (L o c k p o r t  St r e e t  Fr o n t a g e ) 15 0 1 5 0 3 24 1 4 0  Lo c k p o r t  St r e e t 22 5 2 2 5 4 25 4 1 3 6  Lo c k p o r t  St r e e t 37 5 3 7 5 6 5 24 1 3 0  Lo c k p o r t  St r e e t 15 0 1 5 0 54 6 24 1 2 3  Lo c k p o r t  St r e e t 11 7 24 1 2 0  Lo c k p o r t  St r e e t 15 0 1 5 0 8 24 1 1 0  Lo c k p o r t  St r e e t 10 9 24 1 0 4  Lo c k p o r t  St r e e t 60 0 6 0 0 10 24 1 0 2  Lo c k p o r t  St r e e t 91 6 11 24 0 4 7  Lo c k p o r t  St r e e t 18 12 24 0 4 7  Lo c k p o r t  St r e e t  (S u i t e  10 1 ) 75 7 5 13 24 0 5 0  Lo c k p o r t  St r e e t 30 3 0 14 24 0 2 3  Lo c k p o r t  St r e e t 75 7 5 19 3 9 15 24 0 2 2  Lo c k p o r t  St r e e t 10 1 5 16 24 0 1 8  Lo c k p o r t  St r e e t 12 5 1 2 5 17 24 0 1 2  Lo c k p o r t  St r e e t 35 0 3 5 0 24 18 24 0 0 8  Lo c k p o r t  St r e e t 20 0 2 0 0 19 24 2 2 2  Lo c k p o r t  St r e e t  (D i v e  Sh o p ) 80 0 8 0 0 20 Lo c a t i o n s  to  be  De t e r m i n e d  in  Fie l d 40 0 4 0 0 4 0 0 4 0 0 2 5 5 0   Sid e w a l k  Re m o v a l   (S F ) Po r t l a n d  Ce m e n t  Co n c r e t e   Co l o r e d  Si d e w a l k ,  5"  (S p e c i a l )      (SF ) Dr i v e w a y  Pa v e m e n t   Re m o v a l  (S F ) Po r t l a n d  Ce m e n t  Co n c r e t e  Co l o r e d   Dr i v e w a y  Pa v e m e n t ,  6"  (S p e c i a l )            (SF ) Co m b i n a t i o n  Co n c r e t e  Curb  and   Gu t t e r  Re m o v a l  an d  Replacement  (LF)Concrete  Curb  Type  "B" Removal  and  Replacement  (LF ) TO T A L S 2 , 5 8 0 2 , 5 8 0 2 , 2 5 0 2 , 2 5 0 1 0 3 2 0 3      Si d e w a l k - 8 0 0 S F (2 4 2 2 2 L o c k p o r t S t r e e t ) Dr i v e w a y - 7 2 5 S F (2 4 2 0 4 L o c k p o r t S t r e e t ) Dr i v e w a y - 3 7 5 S F (2 4 1 3 6 L o c k p o r t S t r e e t ) Cu r b a n d G u t t e r - 6 F T (2 4 1 3 6 L o c k p o r t S t r e e t ) Si d e w a l k - 2 2 5 S F (2 4 1 4 0 L o c k p o r t S t r e e t ) Si d e w a l k - 1 5 0 S F (1 5 1 0 2 F o x R i v e r S t r e e t ) Dr i v e w a y - 1 5 0 S F (2 4 1 3 0 L o c k p o r t S t r e e t ) Si d e w a l k - 1 5 0 S F (2 4 1 2 0 L o c k p o r t S t r e e t ) Ty p e B C u r b - 5 4 F T (2 4 1 3 0 L o c k p o r t S t r e e t ) Ty p e B C u r b - 1 1 F T (2 4 1 2 3 L o c k p o r t S t r e e t ) Cu r b a n d G u t t e r - 1 0 F T (2 4 1 1 0 L o c k p o r t S t r e e t ) Dr i v e w a y - 6 0 0 S F (2 4 1 0 4 L o c k p o r t S t r e e t ) Si d e w a l k - 3 0 S F (2 4 0 5 0 L o c k p o r t S t r e e t ) Ty p e B C u r b - 1 1 F T (2 4 1 0 2 L o c k p o r t S t r e e t ) Cu r b a n d G u t t e r - 9 F T (2 4 1 0 2 L o c k p o r t S t r e e t ) Ty p e B C u r b - 5 F T (2 4 1 0 2 L o c k p o r t S t r e e t ) Ty p e B C u r b - 1 8 F T (2 4 0 4 7 L o c k p o r t S t r e e t ) Si d e w a l k - 7 5 S F (2 4 0 4 7 L o c k p o r t S t r e e t ) Ty p e B C u r b - 1 5 F T (2 4 0 2 2 L o c k p o r t S t r e e t ) Cu r b a n d G u t t e r - 1 0 F T (2 4 0 2 3 L o c k p o r t S t r e e t ) Si d e w a l k - 7 5 S F (2 4 0 2 3 L o c k p o r t S t r e e t ) Ty p e B C u r b - 3 9 F T (2 4 0 2 3 L o c k p o r t S t r e e t ) Cu r b a n d G u t t e r - 1 0 F T (2 4 0 2 2 L o c k p o r t S t r e e t ) Si d e w a l k - 1 2 5 S F (2 4 0 1 8 L o c k p o r t S t r e e t ) Cu r b a n d G u t t e r - 2 4 F T (2 4 0 1 2 L o c k p o r t S t r e e t ) Si d e w a l k - 3 5 0 S F (2 4 0 1 2 L o c k p o r t S t r e e t ) Si d e w a l k - 2 0 0 S F (2 4 0 0 8 L o c k p o r t S t r e e t ) BDE SPECIAL PROVISIONS For the January 16 and March 6, 2015 Lettings The following special provisions indicated by an “x” are applicable to this contract and will be included by the Project Development and Implementation Section of the BD&E. An * indicates a new or revised special provision for the letting. File Name # Special Provision Title Effective Revised 80240 1 Above Grade Inlet Protection July 1, 2009 Jan. 1, 2012 80099 2 Accessible Pedestrian Signals (APS) April 1, 2003 Jan. 1, 2014 80274 3 Aggregate Subgrade Improvement April 1, 2012 Jan. 1, 2013 80192 4 Automated Flagger Assistance Device Jan. 1, 2008 80173 5 Bituminous Materials Cost Adjustments Nov. 2, 2006 Aug. 1, 2013 80241 6 Bridge Demolition Debris July 1, 2009 5026I 7 Building Removal-Case I (Non-Friable and Friable Asbestos) Sept. 1, 1990 April 1, 2010 5048I 8 Building Removal-Case II (Non-Friable Asbestos) Sept. 1, 1990 April 1, 2010 5049I 9 Building Removal-Case III (Friable Asbestos) Sept. 1, 1990 April 1, 2010 5053I 10 Building Removal-Case IV (No Asbestos) Sept. 1, 1990 April 1, 2010 * 80310 11 Coated Galvanized Steel Conduit Jan. 1, 2013 Jan. 1, 2015 * 80341 12 Coilable Nonmetallic Conduit Aug. 1, 2014 Jan. 1, 2015 80198 13 Completion Date (via calendar days) April 1, 2008 80199 14 Completion Date (via calendar days) Plus Working Days April 1, 2008 80293 15 Concrete Box Culverts with Skews > 30 Degrees and Design Fills ≤ 5 Feet April 1, 2012 April 1, 2014 80294 16 Concrete Box Culverts with Skews ≤ 30 Degrees Regardless of Design Fill and Skews > 30 Degrees with Design Fills > 5 Feet April 1, 2012 April 1, 2014 80311 17 Concrete End Sections for Pipe Culverts Jan. 1, 2013 80334 18 Concrete Gutter, Curb, Median, and Paved Ditch April 1, 2014 Aug. 1, 2014 80277 19 Concrete Mix Design – Department Provided Jan. 1, 2012 Jan. 1, 2014 80261 20 Construction Air Quality – Diesel Retrofit June 1, 2010 Nov. 1, 2014 80335 21 Contract Claims April 1, 2014 80029 22 Disadvantaged Business Enterprise Participation Sept. 1, 2000 Aug. 2, 2011 80265 23 Friction Aggregate Jan. 1, 2011 Nov. 1, 2014 80229 24 Fuel Cost Adjustment April 1, 2009 July 1, 2009 80329 25 Glare Screen Jan. 1, 2014 80304 26 Grooving for Recessed Pavement Markings Nov. 1, 2012 Aug. 1, 2014 80246 27 Hot-Mix Asphalt – Density Testing of Longitudinal Joints Jan. 1, 2010 April 1, 2012 80322 28 Hot-Mix Asphalt – Mixture Design Composition and Volumetric Requirements Nov. 1, 2013 Nov. 1, 2014 80323 29 Hot-Mix Asphalt – Mixture Design Verification and Production Nov. 1, 2013 Nov. 1, 2014 80347 30 Hot-Mix Asphalt – Pay for Performance Using Percent Within Limits – Jobsite Sampling Nov. 1, 2014 80348 31 Hot-Mix Asphalt – Prime Coat Nov. 1, 2014 80315 32 Insertion Lining of Culverts Jan. 1, 2013 Nov. 1, 2013 * 80351 33 Light Tower Jan. 1, 2015 80336 34 Longitudinal Joint and Crack Patching April 1, 2014 80324 35 LRFD Pipe Culvert Burial Tables Nov. 1, 2013 Nov. 1, 2014 80325 36 LRFD Storm Sewer Burial Tables Nov. 1, 2013 Nov. 1, 2014 80045 37 Material Transfer Device June 15, 1999 Aug. 1, 2014 * 80342 38 Mechanical Side Tie Bar Inserter Aug. 1, 2014 Jan. 1, 2015 80165 39 Moisture Cured Urethane Paint System Nov. 1, 2006 Jan. 1, 2010 80337 40 Paved Shoulder Removal April 1, 2014 80349 41 Pavement Marking Blackout Tape Nov. 1, 2014 80298 42 Pavement Marking Tape Type IV April 1, 2012 80254 43 Pavement Patching Jan. 1, 2010 File Name # Special Provision Title Effective Revised * 80352 44 Pavement Striping - Symbols Jan. 1, 2015 * 80353 45 Portland Cement Concrete Inlay or Overlay Jan. 1, 2015 80338 46 Portland Cement Concrete Partial Depth Hot-Mix Asphalt Patching April 1, 2014 80343 47 Precast Concrete Handhole Aug. 1, 2014 80300 48 Preformed Plastic Pavement Marking Type D - Inlaid April 1, 2012 80328 49 Progress Payments Nov. 2, 2013 3426I 50 Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, 2006 80157 51 Railroad Protective Liability Insurance (5 and 10) Jan. 1, 2006 80306 52 Reclaimed Asphalt Pavement (RAP) and Reclaimed Asphalt Shingles (RAS) Nov. 1, 2012 April 1, 2014 80350 53 Retroreflective Sheeting for Highway Signs Nov. 1, 2014 80327 54 Reinforcement Bars Nov. 1, 2013 80344 55 Rigid Metal Conduit Aug. 1, 2014 * 80354 56 Sidewalk, Corner, or Crosswalk Closure Jan. 1, 2015 80340 57 Speed Display Trailer April 2, 2014 80127 58 Steel Cost Adjustment April 2, 2004 April 1, 2009 80317 59 Surface Testing of Hot-Mix Asphalt Overlays Jan. 1, 2013 * 80355 60 Temporary Concrete Barrier Jan. 1, 2015 80301 61 Tracking the Use of Pesticides Aug. 1, 2012 * 80356 62 Traffic Barrier Terminals Type 6 or 6B Jan. 1, 2015 20338 63 Training Special Provisions Oct. 15, 1975 80318 64 Traversable Pipe Grate Jan. 1, 2013 April 1, 2014 80345 65 Underpass Luminaire Aug. 1, 2014 * 80357 66 Urban Half Road Closure with Mountable Median Jan. 1, 2015 80346 67 Waterway Obstruction Warning Luminaire Aug. 1, 2014 80288 68 Warm Mix Asphalt Jan. 1, 2012 Nov. 1, 2014 80302 69 Weekly DBE Trucking Reports June 2, 2012 80289 70 Wet Reflective Thermoplastic Pavement Marking Jan. 1, 2012 80071 71 Working Days Jan. 1, 2002 The following special provisions are in the 2015 Supplemental Specifications and Recurring Special Provisions: File Name Special Provision Title New Location Effective Revised 80292 Coarse Aggregate in Bridge Approach Slabs/Footings Articles 1004.01(b) and 1004.02(f) April 1, 2012 April 1, 2013 80303 Granular Materials Articles 1003.04, 1003.04(c), and 1004.05(c) Nov. 1, 2012 80330 Pavement Marking for Bike Symbol Article 780.14 Jan. 1, 2014 80331 Payrolls and Payroll Records Recurring CS #1 and #5 Jan. 1, 2014 80332 Portland Cement Concrete – Curing of Abutments and Piers Article 1020.13 Jan. 1, 2014 80326 Portland Cement Concrete Equipment Article 1103.03(a)(5) Nov. 1, 2013 80281 Quality Control/Quality Assurance of Concrete Mixtures Recurring CS #31 Jan. 1, 2012 Jan. 1, 2014 80283 Removal and Disposal of Regulated Substances Articles 669.01, 669.08, 669.09, 669.14, and 669.16 Jan. 1, 2012 Nov. 2, 2012 80319 Removal and Disposal of Surplus Materials Article 202.03 Nov. 2, 2012 80307 Seeding Article 250.07 Nov. 1, 2012 80339 Stabilized Subbase Article 312.06 April 1, 2014 80333 Traffic Control Setup and Removal Freeway/Expressway Articles 701.18(l) and 701.19(a) Jan. 1, 2014 The following special provisions require additional information from the designer. The additional information needs to be included in a separate document attached to this check sheet. The Project Development and Implementation section will then include the information in the applicable special provision. The Special Provisions are:  Bridge Demolition Debris  Building Removal-Case IV  Material Transfer Device  Building Removal-Case I  Completion Date  Railroad Protective Liability Insurance  Building Removal-Case II  Building Removal-Case III  Completion Date Plus Working Days  DBE Participation  Training Special Provisions  Working Days 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: The entities listed above and their officers, employees, and agents shall be indemnified and held harmless in accordance with Article 107.26. LR 109 Page 1 of 1 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR EQUIPMENT RENTAL RATES Effective: January 1, 2012 All references to Sections or Articles in this specification shall be construed to mean a specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation. Replace Article 109.04(b)(4) with the following: "(4) Equipment. For any machinery or special equipment (other than small tools) the use of which has been authorized by the Engineer, the Contractor will be paid according to the latest revision of “SCHEDULE OF AVERAGE ANNUAL EQUIPMENT OWNERSHIP EXPENSE” and latest index factor as issued by the Illinois Department of Transportation. The equipment should be of a type and size reasonably required to complete the extra work.” CONCRETE GUTTER, CURB, MEDIAN, AND PAVED DITCH (BDE) Effective: April 1, 2014 Revised: August 1, 2014 Add the following to Article 606.02 of the Standard Specifications: “ (i) Polyurethane Joint Sealant .................................................................................. 1050.04” Revise the fifth paragraph of Article 606.07 of the Standard Specifications to read: “Transverse contraction and longitudinal construction joints shall be sealed according to Article 420.12, except transverse joints in concrete curb and gutter shall be sealed with polysulfide or polyurethane joint sealant.” Add the following to Section 1050 of the Standard Specifications: “1050.04 Polyurethane Joint Sealant. The joint sealant shall be a polyurethane sealant, Type S, Grade NS, Class 25 or better, Use T (T1 or T2), according to ASTM C 920.” 80334 CONSTRUCTION AIR QUALITY – DIESEL RETROFIT (BDE) Effective: June 1, 2010 Revised: November 1, 2014 The reduction of emissions of particulate matter (PM) for off-road equipment shall be accomplished by installing retrofit emission control devices. The term “equipment” refers to diesel fuel powered devices rated at 50 hp and above, to be used on the jobsite in excess of seven calendar days over the course of the construction period on the jobsite (including rental equipment). Contractor and subcontractor diesel powered off-road equipment assigned to the contract shall be retrofitted using the phased in approach shown below. Equipment that is of a model year older than the year given for that equipment’s respective horsepower range shall be retrofitted: Effective Dates Horsepower Range Model Year June 1, 2010 1/ 600-749 2002 750 and up 2006 June 1, 2011 2/ 100-299 2003 300-599 2001 600-749 2002 750 and up 2006 June 1, 2012 2/ 50-99 2004 100-299 2003 300-599 2001 600-749 2002 750 and up 2006 1/ Effective dates apply to Contractor diesel powered off-road equipment assigned to the contract. 2/ Effective dates apply to Contractor and subcontractor diesel powered off-road equipment assigned to the contract. The retrofit emission control devices shall achieve a minimum PM emission reduction of 50 percent and shall be: a) Included on the U.S. Environmental Protection Agency (USEPA) Verified Retrofit Technology List (http://www.epa.gov/cleandiesel/verification/verif-list.htm), or verified by the California Air Resources Board (CARB) (http://www.arb.ca.gov/diesel/verdev/vt/cvt.htm); or b) Retrofitted with a non-verified diesel retrofit emission control device if verified retrofit emission control devices are not available for equipment proposed to be used on the project, and if the Contractor has obtained a performance certification from the retrofit device manufacturer that the emission control device provides a minimum PM emission reduction of 50 percent. Note: Large cranes (Crawler mounted cranes) which are responsible for critical lift operations are exempt from installing retrofit emission control devices if such devices adversely affect equipment operation. Diesel powered off-road equipment with engine ratings of 50 hp and above, which are unable to be retrofitted with verified emission control devices or if performance certifications are not available which will achieve a minimum 50 percent PM reduction, may be granted a waiver by the Department if documentation is provided showing good faith efforts were made by the Contractor to retrofit the equipment. Construction shall not proceed until the Contractor submits a certified list of the diesel powered off-road equipment that will be used, and as necessary, retrofitted with emission control devices. The list(s) shall include (1) the equipment number, type, make, Contractor/rental company name; and (2) the emission control devices make, model, USEPA or CARB verification number, or performance certification from the retrofit device manufacturer. Equipment reported as fitted with emissions control devices shall be made available to the Engineer for visual inspection of the device installation, prior to being used on the jobsite. The Contractor shall submit an updated list of retrofitted off-road construction equipment as retrofitted equipment changes or comes on to the jobsite. The addition or deletion of any diesel powered equipment shall be included on the updated list. If any diesel powered off-road equipment is found to be in non-compliance with any portion of this special provision, the Engineer will issue the Contractor a diesel retrofit deficiency deduction. Any costs associated with retrofitting any diesel powered off-road equipment with emission control devices shall be considered as included in the contract unit prices bid for the various items of work involved and no additional compensation will be allowed. The Contractor's compliance with this notice and any associated regulations shall not be grounds for a claim. Diesel Retrofit Deficiency Deduction When the Engineer determines that a diesel retrofit deficiency exists, a daily monetary deduction will be imposed for each calendar day or fraction thereof the deficiency continues to exist. The calendar day(s) will begin when the time period for correction is exceeded and end with the Engineer's written acceptance of the correction. The daily monetary deduction will be $1,000.00 for each deficiency identified. The deficiency will be based on lack of diesel retrofit emissions control. If a Contractor accumulates three diesel retrofit deficiency deductions for the same piece of equipment in a contract period, the Contractor will be shutdown until the deficiency is corrected. Such a shutdown will not be grounds for any extension of the contract time, waiver of penalties, or be grounds for any claim. 80261 PAVEMENT PATCHING (BDE) Effective: January 1, 2010 Revise the first sentence of the second paragraph of Article 701.17(e)(1) of the Standard Specifications to read: “ In addition to the traffic control and protection shown elsewhere in the contract for pavement, two devices shall be placed immediately in front of each open patch, open hole, and broken pavement where temporary concrete barriers are not used to separate traffic from the work area.” 80254 REINFORCEMENT BARS (BDE) Effective: November 1, 2013 Revise the first and second paragraphs of Article 508.05 of the Standard Specifications to read: “ 508.05 Placing and Securing. All reinforcement bars shall be placed and tied securely at the locations and in the configuration shown on the plans prior to the placement of concrete. Manual welding of reinforcement may only be permitted or precast concrete products as indicated in the current Bureau of Materials and Physical Research Policy Memorandum “Quality Control / Quality Assurance Program for Precast Concrete Products”, and for precast prestressed concrete products as indicated in the Department’s current “Manual for Fabrication of Precast Prestressed Concrete Products”. Reinforcement bars shall not be placed by sticking or floating into place or immediately after placement of the concrete. Bars shall be tied at all intersections, except where the center to center dimension is less than 1 ft (300 mm) in each direction, in which case alternate intersections shall be tied. Molded plastic clips may be used in lieu of wire to secure bar intersections, but shall not be permitted in horizontal bar mats subject to construction foot traffic or to secure longitudinal bar laps. Plastic clips shall adequately secure the reinforcement bars, and shall permit the concrete to flow through and fully encase the reinforcement. Plastic clips may be recycled plastic, and shall meet the approval of the Engineer. The number of ties as specified shall be doubled for lap splices at the stage construction line of concrete bridge decks when traffic is allowed on the first completed stage during the pouring of the second stage.” Revise the fifth paragraph of Article 508.05 of the Standard Specifications to read: “ Supports for reinforcement in bridge decks shall be metal. For all other concrete construction the supports shall be metal or plastic. Metal bar supports shall be made of cold- drawn wire, or other approved material and shall be either epoxy coated, galvanized or plastic tipped. When the reinforcement bars are epoxy coated, the metal supports shall be epoxy coated. Plastic supports may be recycled plastic. Supports shall be provided in sufficient number and spaced to provide the required clearances. Supports shall adequately support the reinforcement bars, and shall permit the concrete to flow through and fully encase the reinforcement. The legs of supports shall be spaced to allow an opening that is a minimum 1.33 times the nominal maximum aggregate size used in the concrete. Nominal maximum aggregate size is defined as the largest sieve which retains any of the aggregate sample particles. All supports shall meet the approval of the Engineer.” Revise the first sentence of the eighth paragraph of Article 508.05 of the Standard Specifications to read: “ Epoxy coated reinforcement bars shall be tied with plastic coated wire, epoxy coated wire, or molded plastic clips where allowed.” Add the following sentence to the end of the first paragraph of Article 508.06(c) of the Standard Specifications: “ In addition, the total slip of the bars within the splice sleeve of the connector after loading in tension to 30 ksi (207 MPa) and relaxing to 3 ksi (20.7 MPa) shall not exceed 0.01 in. (254 microns).” Revise Article 1042.03(d) of the Standard Specifications to read: “ (d) Reinforcement and Accessories: The concrete cover over all reinforcement shall be within ±1/4 in. (±6 mm) of the specified cover. Welded wire fabric shall be accurately bent and tied in place. Miscellaneous accessories to be cast into the concrete or for forming holes and recesses shall be carefully located and rigidly held in place by bolts, clamps, or other effective means. If paper tubes are used for vertical dowel holes, or other vertical holes which require grouting, they shall be removed before transportation to the construction site.” 80327 SIDEWALK, CORNER, OR CROSSWALK CLOSURE (BDE) Effective: January 1, 2015 Revise the first sentence of Article 1106.02(m) of the Supplemental Specifications to read: “The top and bottom panels shall have alternating white and orange stripes sloping 45 degrees on both sides.” 80354 WEEKLY DBE TRUCKING REPORTS (BDE) Effective: June 2, 2012 The Contractor shall provide a weekly report of Disadvantaged Business Enterprise (DBE) trucks hired by the Contractor or subcontractors (i.e. not owned by the Contractor or subcontractors) that are used on the jobsite; or used for the delivery and/or removal of equipment/material to and from the jobsite. The jobsite shall also include offsite locations, such as plant sites or storage sites, when those locations are used solely for this contract. The report shall be submitted on the form provided by the Department within ten business days following the reporting period. The reporting period shall be Monday through Sunday for each week reportable trucking activities occur. The report shall be submitted to the Engineer and a copy shall be provided to the district EEO Officer. Any costs associated with providing weekly DBE trucking reports shall be considered as included in the contract unit prices bid for the various items of work involved and no additional compensation will be allowed. 80302 NOTE:1 T 2 2 EXISTING CONCRETE PAVEMENT, CONCRETE BASE COURSE OR FLEXIBLE PAVEMENT ...... .. ............. ............ .. ....... ...... . .... .. . ... . .......... ........ ..... . ... .. . . . . . . ... . . . . . . . . . . . . . IF THE FINAL SURFACE OF THE PAVEMENT IS CONCRETE, THE GUTTER IS TO BE FLUSH WITH THE PAVEMENT. SUITABLE BACKFILL MATERIAL (INCLUDED IN THE COST OF CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT) PROP. CONC. CURB OR CURB AND GUTTER REPLACEMENT IN ACCORDANCE WITH STATE STANDARD 606001. (SEE NOTE ) SAW CUT FULL DEPTH - INCLUDED IN THE COST OF SIDEWALK, DRIVEWAY OR MEDIAN SURFACE REMOVAL PAY ITEM. BASIS OF PAYMENT: 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. 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. BD600-06 (BD-24) EXISTING OR PROPOSED HMA SURFACE (IF APPLICABLE) 3" (75) MIN. 3" (75) MINIMUM FROM TOP AND BOTTOM OF THE CONCRETE PAVEMENT OR BASE COURSE. PROPOSED 3/4 " (20) PREFORMED EXPANSION JOINT AT CONCRETE SIDEWALKS, DRIVEWAYS, AND MEDIANS. (INCLUDED IN THE COST OF CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT.) PROPOSED #6 (20) EPOXY COATED TIE BARS 24" (600) LONG AT 24" (600) CENTERS WILL NOT BE PAID FOR SEPARATELY. DELETE EPOXY COATED TIE BARS IF EXISTING TIE BARS ARE USUABLE AS DETERMINED BY THE ENGINEER. (SEE NOTE 3 ). 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". ALL DIMENSIONS ARE IN INCHES (MILLIMETERS) UNLESS OTHERWISE SHOWN. 18" (450) 1/4 " (5) REMOVAL AND REPLACEMENT IN EXCESS OF 4" (100) WILL BE PAID FOR IN ACCORDANCE WITH ARTICLE 109.04 OF THE STANDARD SPECIFICATIONS. UNSUITABLE SUB-BASE MATERIAL TO BE REMOVED, IF DIRECTED BY THE ENGINEER, SHALL BE REPLACED WITH EITHER SUB-BASE GRANULAR MATERIAL, TYPE B OR ADDITIONAL THICKNESS OF CONCRETE. REMOVAL AND REPLACEMENT 4" (100) OR LESS IS INCLUDED IN THE COST OF CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT. SEE STATE STANDARD 606001 T / 2 MAX. VARIABLE - TO MEET EXISTING DIMENSIONS AND FIELD CONDITIONS (SEE NOTE ) CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT ** * * ** SECTION COUNTY ILLINOIS FED. AID PROJECTFED. ROAD DIST. NO. 1 TOTAL SHEETS SHEET NO.RTE. CONTRACT NO. SHEET NO. 1 OF 1 SHEETS STA. TO STA. SCALE: NONE STATE OF ILLINOIS DEPARTMENT OF TRANSPORTATION FILE NAME c:\pw_work\pwidot\drivakosgn\d0108315\bd24.dgn drivakosgnUSER NAME = PLOT SCALE =50.000 ' / IN. PLOT DATE =12/15/2009 = DATE DESIGNED CHECKED DRAWN - - - - REVISED - - - - REVISED REVISED REVISED 03-11-94 F.A. . CURB OR CURB AND GUTTER REMOVAL AND REPLACEMENT A. HOUSEH R. BORO 12-15-09 M. GOMEZ 01-22-01 A. ABBAS 03-21-97 R. SHAH 10-03-96 PROPOSED SIDEWALK, DRIVEWAY PAVEMENT, MEDIAN SURFACE OR SODDING SALT TOLERANT WITH TOP SOIL, 4" (100) SOD RESTORATION (SEE NOTE 1 ). EXISTING SIDEWALK, DRIVEWAY, MEDIAN SURFACE, SOD OR GROUND. SIDEWALK, DRIVEWAY PAVEMENT OR MEDIAN SURFACE SHALL BE SIMILAR TO THE MATERIAL BEING REMOVED AND WILL BE PAID FOR SEPARATELY. SODDING, SALT TOLERANT AND TOP SOIL, FURNISH AND PLACE 4" WILL BE PAID FOR SEPARATELY, 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 EPOXY COATED TIE BARS. 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. 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. 2 3 4 5 6 7 8 FERTILIZER FOR THE PLACEMENT OF THE SOD IS NOT REQUIRED DATE REVISIONS Illinois Department of Transportation ENGINEER OF DESIGN AND ENVIRONMENT APPROVED I S S U E D 1 - 1 - 9 7 January 1, January 1, APPROVED ENGINEER OF SAFETY ENGINEERING 1 L/3 min. projects construction For contract W20-I103(0)-48 W20-1(0)-48 projects and utility For maintenance 1000' (300 m) max. 500' (150 m) min. (150 m) 500' (4 .5 m ) 1 5 ' m i n . 2 4 (6 0 0 ) Sign installation and maintenance Shoulder repair Landscaping operations Delineator installation Guardrail installation and maintenance Side slope changes Culvert extensions Utility operations Work area Sign Cone, drum or barricade the work area. 50' (15 m) centers through the remainder of at 25' (8 m) centers for L/3 distance, and at cones, drums or barricades shall be placed When the work operation exceeds one hour,1 English (Metric) L=60 WS 2 L= 2 150 WS L=(W)(S)L=0.65(W)(S) in feet (meters). Width of offset mph (km/h). Normal posted speed unless otherwise shown. All dimensions are in inches (millimeters) S = W = or greater: 45 mph (80 km/h) or less: 40 mph (70 km/h) SPEED LIMIT Calculate L as follows: from the edge of pavement. encroach in the area 15' (4.5 m) to 24 (600) equipment, workers or their activities will This Standard is used where any vehicles, FORMULAS 1-1-14 FROM PAVEMENT EDGE 15' (4.5 m) TO 24" (600 mm) OFF-RD OPERATIONS, 2L, 2W, STANDARD 701006-05 TYPICAL APPLICATIONS SYMBOLS GENERAL NOTES 2014 2014 W21-1(0)-48 1-1-13 sign. Omitted text 'WORKERS' current MUTCD. number to agree with Revised workers sign ROAD AHEAD WORK ROAD AHEAD CONSTRUCTION DATE REVISIONS Illinois Department of Transportation ENGINEER OF DESIGN AND ENVIRONMENT APPROVED I S S U E D 1 - 1 - 9 7 January 1, January 1, APPROVED 2011 2011 pavement for a period of less than 15 minutes. the centerline and a line 24 (600) outside the edge of the For any operation that encroaches in the area between edge of the pavement for a period of less than 60 minutes. For any operation that is more than 24 (600) outside the than 60 minutes. pavement for a period in excess of 15 minutes but less the centerline and a line 24 (600) outside the edge of the For any operation that encroaches in the area between amber dome light operating. Vehicle with dual flashers or flashing min. 100' (30 m) min. 100' (30 m)(6 0 0 ) 2 4 amber dome light operating. Vehicle with dual flashers or flashing (6 0 0 ) 2 4 W20-4(0)-48 1 1 min. 100' (30 m) min. 100' (30 m) 1 1 W20-4(0)-48 (6 0 0 ) 2 4 SIGN SPACING Posted Speed Sign Spacing 55 50-45 <45 500' (150 m) 350' (100 m) 200' (60 m) 1 = table for distances. Refer to SIGN SPACING Cleaning up debris on pavement Utility operations String line Field survey Marking patches Work area Sign on portable or permanent support Flagger with traffic control sign unless otherwise shown. All dimensions are in inches (millimeters) 1-1-11 STANDARD 701301-04 TYPICAL APPLICATIONS SYMBOLS SHORT TIME OPERATIONS LANE CLOSURE, 2L, 2W, W20-7(O)-48 W20-7(O)-48 ENGINEER OF SAFETY ENGINEERING 1-1-09 English (metric). Switched units to Revised flagger sign. ONE LANE ROAD AHEAD ONE LANE ROAD AHEAD I I I I DATE REVISIONS I Illinois Department of Transportation ENGINEER OF DESIGN AND ENVIRONMENT APPROVED I S S U E D 1 - 1 - 9 7 APPROVED January 1, January 1, 2011 2011 4 3 1 2 2 111 1 1 max. 100' (30 m) R11-2 min. 100' (30 m) W20-1(0)-48 Or W20-I103(0)-48 W20-4(0)-48 Type l or Type ll barricades Type lll barricades W20-3(0)-48 W20-1(0)-48 W20-I103(0)-48 Or Type l or Type ll Barricades (6 0 m ) 2 0 0 ' W20-4(0)-48 projects and utility maintenance For W20-1(0)-48 projects construction contract For W20-I103(0)-48 Or One way / one lane operation SIGN SPACING Posted Speed Sign Spacing 55 50-45 <45 500' (150 m) 350' (100 m) 200' (60 m) Work area (not required for moving operations) Cone, drum or barricade Flagger with traffic control sign Sign on portable or permanent support Barricade or drum with flashing light Type III barricade with flashing lights 20' (6 m) centers. Cones, drums or barricades at may be doubled. used. the interval between devices Type I or Type II barricades are at 50' (15 m) centers. When drums or (75 m). Additional cones may be placed Cones at 25' (8 m) centers for 250' For approved sideroad closures. for distances. Refer to SIGN SPACING TABLE1 2 3 4 unless otherwise shown. All dimensions are in inches (millimeters) of one traffic lane in an urban area. encroach on the pavement requiring the closure activities night, any vehicle, equipment, workers or their This Standard is used where at any time, day or 1-1-11 SYMBOLS GENERAL NOTES 2L, 2W, UNDIVIDED URBAN LANE CLOSURE, STANDARD 701501-06 ENGINEER OF SAFETY ENGINEERING 1-1-09 Corrected sign No.'s. English (metric). Switched units to Revised flagger sign. W20-7(O)-48 W20-7(O)-48 ROAD AHEAD CONSTRUCTION ROAD AHEAD WORK ONE LANE ROAD AHEAD ROAD AHEAD CONSTRUCTION ROAD AHEAD WORK ROAD CLOSED ROAD CLOSED AHEAD ONE LANE ROAD AHEAD ROAD AHEAD CONSTRUCTION ROAD AHEAD WORK projects construction contract W20-I103(0)-48 for projects and utility maintenance W20-1(0)-48 for Or Illinois Department of Transportation APPROVED I S S U E D 1 - 1 - 9 7 APPROVED January 1, January 1, 2012 2012 fence Orange safety SIDEWALK DIVERSION Or projects construction contract W20-I103(0)-48 for projects and utility maintenance W20-1(0)-48 for R11-I101-2418 road work traffic control. Omit whenever duplicated by GENERAL NOTES DATE REVISIONS 1-1-12 10' (3 m) Spacing 25' (8 m) Spacing SIDEWALK CLOSURE Work area permanent support Sign on portable or Barricade or drum barricade Cone, drum or Type lll barricade SYMBOLS (Sheet 1 of 2) STANDARD 701801-05702001 to 701901. English (metric), Switched units to1-1-09 1 1 1 1 R11-I102-2430 R11-I102-2430 1 unless otherwise shown. All dimensions are in inches (millimeters) detail on Standard 701901. positioned as shown in "ROAD CLOSED TO ALL TRAFFIC" Type lll barricades and R11-2-4830 signs shall be ends of the actual closures. The SIDEWALK CLOSED signs shall be used at the the corners across the street from the closure. occurs at a corner, the signs shall be erected on to each end of the closure. Where the closure placed at the nearest crosswalk or intersection The SIDEWALK CLOSED / USE OTHER SIDE sign shall be whenever possible. provided on the same side of the closed facilities The temporary pedestrian facilities shall be accessible. Temporary facilities shall be detectable and roadway traffic is affected. other Traffic Control & Protection Standards when This Standard must be used in conjunction with performed. traffic must be rerouted due to work being This Standard is used where, at any time, pedestrian ENGINEER OF DESIGN AND EVIRONMENT ENGINEER OF SAFETY ENGINEERING plan views. Renamed Std. Modified appearance of Added SIDEWALK DIVERSION. CROSSWALK CLOSURE SIDEWALK, CORNER OR (1 .2 m ) 4 ' m i n . typical Parking space, channelizing barricade Detectable pedestrian ROAD AHEAD CONSTRUCTION ROAD AHEAD WORK ROAD AHEAD CONSTRUCTION ROAD AHEAD WORK SIDEWALK CLOSED USE OTHER SIDE SIDEWALK CLOSED SIDEWALK CLOSED USE OTHER SIDE Or projects construction contract W20-I103(0)-48 for projects and utility maintenance W20-1(0)-48 for Or projects construction contract W20-I103(0)-48 for projects and utility maintenance W20-1(0)-48 for R11-I101-2418 R11-I101-2418 Spacing 10' (3 m) CORNER CLOSURE CROSSWALK CLOSURE R3-1-2424 fence safety Orange (Sheet 2 of 2) STANDARD 701801-05 1 1 R11-I102-2430 R11-I102-2430 R11-I102-2430 1 1 1 R3-2-2424 R20-3(O)-48 1 1 R11-I102-2430 R11-I102-2430 CROSSWALK CLOSURE SIDEWALK, CORNER ORIllinois Department of Transportation APPROVED I S S U E D 1 - 1 - 9 7 APPROVED January 1, January 1, 2012 2012 ENGINEER OF DESIGN AND EVIRONMENT ENGINEER OF SAFETY ENGINEERING ROAD AHEAD CONSTRUCTION ROAD AHEAD WORK SIDEWALK CLOSED USE OTHER SIDE SIDEWALK CLOSED SIDEWALK CLOSED SIDEWALK CLOSED USE OTHER SIDE SIDEWALK CLOSED USE OTHER SIDE ROAD AHEAD CONSTRUCTION ROAD AHEAD WORK SIDEWALK CLOSED USE OTHER SIDE SIDEWALK CLOSED USE OTHER SIDE ROAD CLOSED AHEAD DATE REVISIONS Illinois Department of Transportation ENGINEER OF DESIGN AND ENVIRONMENT APPROVED APPROVED ENGINEER OF OPERATIONS I S S U E D 1 - 1 - 9 7 * January 1, January 1, Orange Orange (1 0 0 ) 4 (5 0 ) 2 (1 5 0 ) 6 (7 5 - 1 0 0 ) 3 - 4 (4 5 0 - 9 0 0 ) 1 8 - 3 6 (7 0 0 - 9 0 0 ) 2 8 - 3 6 (7 0 0 ) 2 8 m i n . 4 ' (1 .2 m ) m i n . 2 4 (6 0 0 ) (9 0 0 ) 3 6 min. 18 (450) min. 24 (600) min. 24 (600) m i n . 3 6 (9 0 0 ) m i n . 5 ' (1 .5 m ) min. 4' (1.2 m) (600) 24 (9 0 0 ) 3 6 (3 0 0 ) 1 2 (2 0 0 ) 8 (9 0 0 ) 3 6 min. 3 (75) (100) 4 (100) 4 (100) 4 (100) 4 (200-300) 8-12 (100) 4 (100) 4 POST MOUNTED 4-6 (100-150) 4-6 (100-150) (2 0 0 - 3 0 0 ) 8 - 1 2 m i n . 3 6 (9 0 0 ) (2 0 0 - 3 0 0 ) 8 - 1 2 (2 0 0 - 3 0 0 ) 8 - 1 2 (300) 12 (150) 6 (150) 6 unless otherwise shown. All dimensions are in inches (millimeters) pavement surface. All heights shown shall be measured above the CONE REFLECTORIZED CONE FLEXIBLE DELINEATOR VERTICAL PANEL DRUM TYPE I BARRICADE TYPE II BARRICADE TYPE III BARRICADE BARRICADE DIRECTION INDICATOR VERTICAL BARRICADE GENERAL NOTES 1-1-15 (Sheet 1 of 3) DEVICES TRAFFIC CONTROL STANDARD 701901-04 CHANNELIZING BARRICADE DETECTABLE PEDESTRIAN m a x . 2 (5 0 ) 2015 2015 min. 4' (1.2 m) m i n . 3 6 (9 0 0 ) (2 0 0 - 3 0 0 ) 8 - 1 2* ** ** * * Warning lights (if required)* 1-1-14 speed zone signs. Added highway construction Modified flagger sign height. PHOTO ENFORCED plaque. sheet 2. Added note reg. Revised two sign numbers on NEXT X MILES CONSTRUCTION ROAD CONSTRUCTION END (IF SPECIFIED) SIGN STOP SLOW Illinois Department of Transportation ENGINEER OF DESIGN AND ENVIRONMENT APPROVED APPROVED ENGINEER OF OPERATIONS I S S U E D 1 - 1 - 9 7 January 1, January 1, ** flashing light Type B monodirectional wood post Metal or 6' (1.8 m) urban 4' (1.2 m) rural 7' (2.1 m) min. urban 5' (1.5 m) min. rural of pavement Elevation of edge E d g e o f p a v e m e n t embedment 5' (1.5 m) min. of curb or face pavement Edge of of pavement Elevation of edge m i n . ** * 1 2 (3 0 0 ) *** Orange flags 18x18 (450x450) lane highways. Dual sign displays shall be utilized on multi- within 2 miles (3200 m). the end of the job unless another job is END CONSTRUCTION sign shall be erected at ject limits. be placed 500' (150 m) in advance of pro- ROAD CONSTRUCTION NEXT X MILES sign shall 2 miles (3200 m) or more in length. This signing is required for all projects (1.8 m - 3.6 m) 6' - 12' edge of the paved shoulder. face of curb or 6' (1.8 m) to the outside this dimension shall be 24 (600) to the When curb or paved shoulder are present** 8 (200) Federal series C (15) ™ FRONT SIDE REVERSE SIDE (513) 20 (1 0 0 ) 4 (1 2 5 ) 5 (9 0 ) 3 (600) 24 (125) 5 (175) 7 (400) 16 (1 7 5 ) 7 (1 2 5 ) 5 (6 0 0 ) 2 4 (600 - 3 m) 24 - 10' m i n . 8 ' (2 .4 m ) 7 (180) Federal series B R .1 (4 0 ) POST MOUNTED SIGNS SIGNS ON TEMPORARY SUPPORTS HIGH LEVEL WARNING DEVICE WORK LIMIT SIGNING FLAGGER TRAFFIC CONTROL SIGN (Sheet 2 of 3) DEVICES TRAFFIC CONTROL STANDARD 701901-04 2015 2015 (1 .8 m - 2 . 1 m ) 6 ' - 7 ' completely above the devices. shall be sufficient to be seen behind other devices, the height be 5' (1.5 m) min. If located four days, this dimension shall When work operations exceed W21-Ill5(0)-3618 R2-1-3648 R10-I108p-3618 END WORK ZONE SPEED LIMIT G20-I103(0)-6036 MINIMUM $XXX FINE LIMIT SPEED XX ZONE WORK ENFORCED PHOTO SPEED ZONE SIGNS HIGHWAY CONSTRUCTION above sign assembly is used. This sign shall be used when the R2-I106p-3618 or as allowed by District Operations. Sign assembly as shown on Standards G20-I104(0)-6036 G20-I105(0)-6024 **** **** under the juristiction of the State. R10-I108p shall only be used along roadways ROAD CLOSED ROAD CLOSED TO THRU TRAFFIC ROAD CLOSED TO THRU TRAFFIC Illinois Department of Transportation ENGINEER OF DESIGN AND ENVIRONMENT APPROVED APPROVED ENGINEER OF OPERATIONS I S S U E D 1 - 1 - 9 7 January 1, January 1, min. 4' (1.2 m)min. 5' (1.5 m) m i n . (6 0 0 ) 2 4 m i n . 6 ' (1 .8 m ) m i n . 7 ' (2 .1 m ) m i n . 3 0 (7 5 0 ) m i n . 4 ' (1 .2 m ) m i n . 7 ' (2 .1 m ) min. 8' (2.4 m) 24 (600) | 3 (9 0 ) | Weep holes T r a f f i c (8 m) 25' (8 m) 25' (8 m) 25' (60 m) | 200 (60 m) | 200 (60 m) | 200 warning signs advance Construction flasher Type A max. 6 (150) max. 6 (150) Pavement R11-2 max. 6 (150) shoulder Edge of ROAD CLOSED TO ALL TRAFFIC in front of the barricade. NCHRP 350 temporary sign support directly available, the sign may be mounted on an sign panel which meets NCHRP 350 is not If a Type III barricade with an attached on the back side of the barricades. Reflectorized striping may be omitted stepped or smooth Face may be Traffic Epoxy channels 1ƒ (45) | 3 (90) | (8 m) 25' (1.5 m) 5' min. 12 (300) min. 12 (300) 1 0 0 ' (3 0 m ) m a x . 3 0 ' (9 .1 m ) m i n . flasher Type A R11-4 Pavement ROAD CLOSED TO THRU TRAFFIC directly in front of the barricade. on NCHRP 350 temporary sign supports not available, the signs may be mounted sign panel which meets NCHRP 350 is Type III barricade with an attached both sides of the barricades. If a Reflectorized striping shall appear on MOUNTED ROOF TYPE A MOUNTED ROOF OR TRAILER TYPE B MOUNTED TRAILER TYPE C ARROW BOARDS PLAN SECTION A-A TYPICAL INSTALLATION TEMPORARY RUMBLE STRIPS TYPE III BARRICADES CLOSING A ROAD TYPICAL APPLICATIONS OF (Sheet 3 of 3) DEVICES TRAFFIC CONTROL (1 3 ) | A A 2015 2015 STANDARD 701901-04