Loading...
HomeMy Public PortalAbout61J25-SPPlainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 i TABLE OF CONTENTS LOCATION OF PROJECT .............................................................................................................. 1 DESCRIPTION OF PROJECT ........................................................................................................ 1 WORKING HOURS ......................................................................................................................... 1 MAINTENANCE OF ROADWAYS (D-1) ......................................................................................... 2 STATUS OF UTILITIES (D-1) ......................................................................................................... 2 PUBLIC CONVENIENCE AND SAFETY (D-1) ............................................................................. 11 TRAFFIC CONTROL AND PROTECTION (SPECIAL) ................................................................. 12 TRAFFIC CONTROL AND PROTECTION (DETOUR) ................................................................. 12 RECESSED REFLECTIVE PAVEMENT MARKERS .................................................................... 12 TRAFFIC CONTROL PLAN (D-1) ................................................................................................. 13 TEMPORARY PAVEMENT (D1) ................................................................................................... 14 SEEDING, CLASS 4 (MODIFIED) ................................................................................................ 14 AGGREGATE SURFACE COURSE FOR TEMPORARY ACCESS (D1) .................................... 17 ENGINEER’S FIELD OFFICE TYPE A (D1) ................................................................................. 18 HOT-MIX ASPHALT SURFACE REMOVAL, VARIABLE DEPTH ................................................ 18 COARSE AGGREGATE FOR BACKFILL, TRENCH BACKFILL AND BEDDING (D1) ............... 18 HOT-MIX ASPHALT BINDER AND SURFACE COURSE (D1) .................................................... 19 FRICTION AGGREGATE (D1) ...................................................................................................... 24 HOT-MIX ASPHALT – MIXTURE DESIGN VERIFICATION AND PRODUCTION (D1) ............... 26 STORM SEWER ADJACENT TO OR CROSSING WATER MAIN (D1) ...................................... 27 GROUND TIRE RUBBER (GTR) MODIFIED ASPHALT BINDER (D1) ....................................... 28 BOX CULVERT REMOVAL .......................................................................................................... 29 SANITARY MANHOLES TO BE ADJUSTED ............................................................................... 29 TRAFFIC SIGNAL GENERAL REQUIREMENTS ......................................................................... 29 SERVICE INSTALLATION (TRAFFIC SIGNALS) ......................................................................... 38 GROUNDING OF TRAFFIC SIGNAL SYSTEMS ......................................................................... 40 UNDERGROUND RACEWAYS .................................................................................................... 41 HANDHOLES ................................................................................................................................ 42 UNINTERRUPTABLE POWER SUPPLY, SPECIAL .................................................................... 43 ELECTRIC CABLE ........................................................................................................................ 46 EMERGENCY VEHICLE PRIORITY SYSTEM LINE SENSOR CABLE, NO. 20 3/C ................... 46 TRAFFIC SIGNAL POST .............................................................................................................. 47 Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 ii MAST ARM ASSEMBLY AND POLE ............................................................................................ 47 CONCRETE FOUNDATIONS ....................................................................................................... 47 LIGHT EMITTING DIODE (LED) SIGNAL HEAD AND OPTICALLY PROGRAMMED LED SIGNAL HEAD ............................................................................................................................................ 48 EMERGENCY VEHICLE PRIORITY SYSTEM ............................................................................. 50 TRAFFIC SIGNAL BACKPLATE ................................................................................................... 51 RADAR VEHICLE DETECTION SYSTEM .................................................................................... 52 TEMPORARY TRAFFIC SIGNAL TIMING ................................................................................... 53 LED INTERNALLY ILLUMINATED STREET NAME SIGN ........................................................... 53 REMOVE EXISTING TRAFFIC SIGNAL EQUIPMENT ................................................................ 56 LUMINAIRE, LED, SPECIAL ......................................................................................................... 56 LUMINAIRE SAFETY CABLE ASSEMBLY .................................................................................. 57 FLOOR DRAIN EXTENSION ........................................................................................................ 58 PLUG EXISTING DECK DRAINS ................................................................................................. 58 PUMPABLE CONCRETE MIX ...................................................................................................... 58 AVAILABLE REPORTS (D1 LR) ................................................................................................... 59 IDOT TRAINING PROGRAM GRADUATE ON-THE-JOB TRAINING SPECIAL PROVISION .... 61 LR 107-4 ........................................................................................................................................ 63 LR 1030-2 ...................................................................................................................................... 64 STORMWATER POLLUTION PREVENTION PLAN .................................................................... 66 Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 1 STATE OF ILLINOIS SPECIAL PROVISIONS The following Special Provisions supplement the "Standard Specifications for Road and Bridge Construction" adopted January 1, 2022, the latest edition of the "Manual on Uniform Traffic Control Devices for Streets and Highways," the "Manual of Test Procedures for Materials", the latest edition of the “Standard Specifications for Water and Sewer Main Construction in Illinois”, 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 indicated on the Check Sheet included herein which apply to and govern the construction. In case of conflict with any part, or parts, of said Specifications, the said Special Provisions shall take precedence and shall govern. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 LOCATION OF PROJECT The project is located at the intersection of Plainfield-Naperville Road and 127th Street. The improvement extends approximately 935’ south and 1,250’ north of the intersection along Plainfield-Naperville Road. The improvement extends approximately 590’ west and 695’ east of the intersection along 127th Street. The project is located in the Village of Plainfield and the Village of Bolingbrook, Wheatland Township, Will County. The combined Net and Gross Length of the project is 3,446.26 feet (0.65 miles). DESCRIPTION OF PROJECT This project involves the reconstruction of Plainfield-Naperville Road and 127th Street/Reagan Boulevard through the intersection and resurfacing 750’ of Plainfield-Naperville Road north of the intersection and left turn lanes will be added to all four approaches. Improvements will include curb and gutter, HMA and aggregate shoulder, concrete raised and corrugated median, guardrail, and drainage, traffic signal installation, roadway lighting, bridge deck HMA overlay removal, scarification and thin polymer overlay, deck and substructure repairs as well as all incidental and collateral work necessary to complete the project as shown on the plans and described herein. 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. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 2 MAINTENANCE OF ROADWAYS (D-1) Effective: September 30, 1985 Revised: November 1, 1996 Beginning on the date that work begins on this project, the Contractor shall assume responsibility for normal maintenance of all existing roadways within the limits of the improvement. This normal maintenance shall include all repair work deemed necessary by the Engineer, but shall not include snow removal operations. Traffic control and protection for maintenance of roadways will be provided by the Contractor as required by the Engineer. If items of work have not been provided in the contract, or otherwise specified for payment, such items, including the accompanying traffic control and protection required by the Engineer, will be paid for in accordance with Article 109.04 of the Standard Specifications. STATUS OF UTILITIES (D-1) Effective: June 1, 2016 Revised: January 1, 2020 Utility companies and/or municipal owners located within the construction limits of this project have provided the following information regarding their facilities and the proposed improvements. The tables below contain a description of specific conflicts to be resolved and/or facilities which will require some action on the part of the Department’s contractor to proceed with work. Each table entry includes an identification of the action necessary and, if applicable, the estimated duration required for the resolution. UTILITIES TO BE ADJUSTED Conflicts noted below have been identified by following the suggested staging plan included in the contract. The company has been notified of all conflicts and will be required to obtain the necessary permits to complete their work; in some instances, resolution will be a function of the construction staging. The responsible agency must relocate, or complete new installations as noted below; this work has been deemed necessary to be complete for the Department’s contractor to then work in the stage under which the item has been listed. Pre-Stage STAGE / LOCATION TYPE DESCRIPTION RESPONSIBLE AGENCY DURATION OF TIME Plainfield-Naperville Rd. Sta. 89+86, 32’ LT to Sta. 110+98, 34’ LT Overhead Electric Existing overhead electric is in conflict with roadway embankment and temporary pavement on the west side of Plainfield-Naperville Road. Temporary pavement is installed during Pre- Stage for traffic use along the west side of the pavement in Stage ComED Complete Summer 2023 per Rick Oster on 9/30/2022 Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 3 1A. Overhead electric poles and line will need to be relocated prior to Contractor moving into Pre- Stage. 127th Street Sta. 24+63, 40’ LT to Sta. 25+19, 23 ’ LT and crossing over intersection with Plainfield-Naperville Rd. to Sta. 98+75, 41’ RT Overhead Electric Existing overhead electric is in conflict with roadway embankment and temporary pavement on the north side of 127th Street at the intersection with Plainfield-Naperville Rd. Temporary pavement is installed during Pre- Stage for traffic use along the west side of the pavement in Stage 1A. Overhead electric poles and line will need to be relocated prior to Contractor moving into Pre- Stage. ComED Complete Summer 2023 per Rick Oster on 9/30/2022 Plainfield-Naperville Rd. Sta. 89+86, 32’ LT to Sta. 103+74, 32’ LT Overhead Cable Existing overhead cable (shared poles with ComED) is in conflict with roadway embankment and temporary pavement on the west side of Plainfield-Naperville Road. Temporary pavement is installed during Pre- Stage for traffic use along the west side of the pavement in Stage 1A. Overhead electric poles will need to be relocated by ComED prior to Contractor moving into Pre- Stage. Comcast will relocate cable after ComED relocates the wood poles. Comcast To be relocated on same wood poles as ComEd and on their schedule; Complete Summer 2023 per Rick Oster on 9/30/2022 Plainfield-Naperville Rd. Overhead Phone Existing overhead phone (shared poles with ComED) is in AT&T To be relocated on same wood poles as ComEd and on their Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 4 Sta. 101+50, 32’ LT to Sta. 110+98, 32’ LT conflict with roadway embankment and temporary pavement on the west side of Plainfield-Naperville Road. Temporary pavement is installed during Pre- Stage for traffic use along the west side of the pavement in Stage 1A. Overhead electric poles will need to be relocated by ComED prior to Contractor moving into Pre- Stage. AT&T will relocate cable after ComED relocates the wood poles. schedule; Complete Summer 2023 per Rick Oster on 9/30/2022 Plainfield-Naperville Rd. Sta. 89+86, 32’ LT to Sta. 110+98, 34’ LT Overhead Fiber Existing overhead fiber (shared poles with ComED) is in conflict with roadway embankment and temporary pavement on the west side of Plainfield-Naperville Road. Temporary pavement is installed during Pre- Stage for traffic use along the west side of the pavement in Stage 1A. Overhead electric poles will need to be relocated by ComED prior to Contractor moving into Pre- Stage. Metro Fiber Net will relocate cable after ComED relocates the wood poles Metro Fiber Net To be relocated on same wood poles as ComEd and on their schedule; Complete Summer 2023 per Rick Oster on 9/30/2022 Plainfield-Naperville Rd. Sta. 93+40, 19’ LT 4” Gas Line Existing gas line is in conflict with a proposed storm sewer crossing Plainfield- Naperville Road. The proposed storm sewer will be installed in Pre-Stage. Gas line needs to be relocated Nicor TBD Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 5 (lowered under sewer) prior to Contractor moving into Pre- Stage. Stage 1A STAGE / LOCATION TYPE DESCRIPTION RESPONSIBLE AGENCY DURATION OF TIME Reagan Blvd. Sta. 25+75, 40’ RT to Sta. 28+00, 40’RT 8” Gas Line Gas Main will need to be lowered by approximately 2’ during construction of the east leg of Reagan Blvd, due to profile of road being lowered in Stage 1A. Approximate station range is given, but Nicor and contractor to coordinate in the field Nicor TBD Stage 2A STAGE / LOCATION TYPE DESCRIPTION RESPONSIBLE AGENCY DURATION OF TIME 127th St./Reagan Blvd. Sta. 22+84 56’ LT to Sta. 25+19, 23’ LT Overhead Electric Existing overhead electric poles are in conflict with roadway embankment on the north side of 127th Street. Overhead electric poles and line will need to be relocated prior to Contractor moving into Stage 2A. ComED Complete Summer 2023 per Rick Oster on 9/30/2022 127th St./Reagan Blvd. Sta. 22+84 56’ LT to Sta. 25+19, 23’ LT Overhead Cable Existing overhead electric poles (shared with ComED) are in conflict with roadway embankment on the north side of 127th Street. Overhead electric poles and cable line will need to be Comcast To be relocated on same wood poles as ComEd and on their schedule; Complete Summer 2023 per Rick Oster on 9/30/2022 Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 6 relocated prior to Contractor moving into Stage 2A Comcast will relocate cable after ComED relocates the wood poles. 127th St./Reagan Blvd. Sta. 22+84 56’ LT to Sta. 25+19, 23’ LT Overhead Phone Existing overhead electric poles (shared with ComED) are in conflict with roadway embankment on the north side of 127th Street. Overhead electric poles and phone line will need to be relocated prior to Contractor moving into Stage 2A Comcast will relocate phone line after ComED relocates the wood poles. AT&T To be relocated on same wood poles as ComEd and on their schedule; Complete Summer 2023 per Rick Oster on 9/30/2022 127th St./Reagan Blvd. Sta. 22+84 56’ LT to Sta. 25+19, 23’ LT Overhead Fiber Existing overhead electric poles (shared with ComED) are in conflict with roadway embankment on the north side of 127th Street. Overhead electric poles and fiber line will need to be relocated prior to Contractor moving into Stage 2A Metro Fiber Net will relocate fiber line after ComED relocates the wood poles. Metro Fiber Net To be relocated on same wood poles as ComEd and on their schedule; Complete Summer 2023 per Rick Oster on 9/30/2022 Pre-Stage: ____Complete by Summer 2023____ Days Total Installation Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 7 Stage 1A: Complete by Summer 2023____ Days Total Installation Stage 2A: Complete by Summer 2023____ Days Total Installation The following contact information is what was used during the preparation of the plans as provided by the Agency/Company responsible for resolution of the conflict. Agency/Company Responsible to Resolve Conflict Name of contact Phone E-mail address AT&T Steven M Pesola 630.573.5703 sp9653@att.com Comcast Ted Wyman 224.229.5850 Ted_wyman@comcast.com ComEd Mark Saccamato/Rick Oster 832.629.0045 mark.saccomonto@comed.com Metro Fibernet Lori Kemper Lori.kemper@metronetinc.com Nicor Gas Patricia Rzadkosz 312.987.0061 przadkosz@milhouseinc.com Village of Bolingbrook Matthew McDonald 630.226.8831 mmcdonald@bolingbrook.com Village of Plainfield Scott Threewitt 815.436.3577 sthreewitt@goplainfield.com UTILITIES TO BE WATCHED AND PROTECTED The areas of concern noted below have been identified by following the suggested staging plan included for the contract. The information provided is not a comprehensive list of all remaining utilities, but those which during coordination were identified as ones which might require the Department’s contractor to take into consideration when making the determination of the means and methods that would be required to construct the proposed improvement. In some instances, the contractor will be responsible to notify the owner in advance of the work to take place so necessary staffing on the owner’s part can be secured. Pre-Stage STAGE / LOCATION TYPE DESCRIPTION OWNER Plainfield-Naperville Rd. Sta. 111+30, 59 LT to Sta. 113+29, 59’ LT Overhead Electric The Contractor is alerted that there are 2 overhead electric poles located west of the proposed temporary pavement that will not be relocated. These poles are not in conflict with the proposed improvements. ComED Plainfield-Naperville Rd. Sta. 111+30, 59 LT to Sta. 113+29, 59’ LT Overhead Phone The Contractor is alerted that there are 2 overhead electric poles with shared phone cable located west of the proposed temporary pavement that will not be relocated. These poles are not in conflict with the proposed improvements. AT&T Plainfield-Naperville Rd 4”/ 6” Gas Line The Contractor is alerted that there is 4 inch/6 inch underground gas line Nicor Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 8 Sta. 89+00, 26’ LT to Sta. 115+00, 55’ LT west of the existing southbound shoulder that will be under the proposed temporary pavement. This line is not in conflict with the proposed improvements. Plainfield-Naperville Rd. Sta. 99+30, 33’ LT to Sta. 115+00, 49’ LT 12” Water Main The Contractor is alerted that there is 12-inch water main line west of the existing southbound shoulder that portions of with will be under the proposed temporary pavement. The water main is not in conflict with the proposed improvements. Village of Plainfield Stage 1A STAGE / LOCATION TYPE DESCRIPTION OWNER Plainfield-Naperville Rd. Sta. 89+00, 46’ RT to Sta. 99+48, 40’ RT 12”/20” Water Main The Contractor is alerted that there is 12 inch/20 inch water main line east of the existing northbound shoulder portions of which that will be located immediately behind the proposed curb and gutter. The water main is not in conflict with the proposed improvements. Village of Plainfield Plainfield-Naperville Rd. Sta. 89+00, 24’ RT to Sta. 112+66, 50’ RT 12” Sanitary Sewer The Contractor is alerted that there is 12 inch sanitary sewer line east of the existing northbound shoulder and inside the existing right-of-way, portions of which that will be located immediately in the vicinity of the proposed curb and gutter and the majority being located near that the right of way that will not be impacted. The sanitary sewer is not in conflict with the proposed improvements. Village of Plainfield Plainfield-Naperville Rd. Sta. 97+60, 32’ RT to Sta. 103+78, 38’ RT Buried Phone The Contractor is alerted that there is an underground phone line east of the existing northbound shoulder that will be located under the proposed shoulder and within the limits of the lowered 127th Street intersection. The line may need to be lowered locally at the intersection. AT&T 127th St.t/Reagan Blvd Sta. 25+60, 13’ LT to Sta 32+53, 12’ LT 36” Sanitary Sewer The Contractor is alerted that there is 36-inch sanitary sewer along the north edge of pavement that will be within Village of Bolingbrook Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 9 the limits of the proposed westbound lanes. The sanitary sewer is not in conflict with the proposed improvements. 127th St./Reagan Blvd Sta. 25+60, 56’ RT to Sta 32+53, 25’ RT plans) 20” Water Main The Contractor is alerted that there is 20-inch water main along the south right-of-way line with portions just outside the south edge of shoulder. Portions of the main will be located the proposed curb and gutter. The water main is not in conflict with the proposed improvements. Village of Plainfield 127th St./Reagan Blvd Sta. 25+60, 40’ RT to Sta 32+53, 35’ RT and Sta. 25+60, 35’ LT to Sta 32+53, 30’ LT Buried Phone The Contractor is alerted that there is an underground phone line located between the north edge of shoulder and the north right-of-way line and another line located between the south edge of shoulder and the south right- of-way line. These lines will be located outside of the proposed curb and gutter and within the limits of the lowered 127th Street intersection. The line may need to be lowered locally at the intersection. AT&T 127th St./Reagan Blvd Sta. 25+20, 35’ LT to Sta 32+53, 35’ LT Buried Fiber The Contractor is alerted that there is an underground fiber line located between the north edge of shoulder and the north right-of-way line. This line will be located immediately north of the proposed curb and gutter. The line may need to be lowered locally at the intersection. Metro Fiber Net 127th St./Reagan Blvd. Sta. 25+20, 33’ RT to Sta. 32+53, 33’ RT 8” Gas The Contractor is alerted that there is an 8-inch underground gas line located south of the eastbound shoulder that will be located south of the proposed curb and gutter. The line may need to be lowered locally at the intersection. Nicor 127th St./Reagan Blvd. Sta. 24+63, 37’ LT to 32+34, 37’ LT & Sta. 31+93, 75’ RT to Sta. 32+34, 37’ LT Buried Electric The Contractor is alerted that there is a buried electric line located along the existing north right-of way line and a buried electric line crossing under the pavement between two above ground cabinets. ComED Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 10 The line may need to be lowered locally at the intersection. Stage 2A STAGE / LOCATION TYPE DESCRIPTION OWNER Plainfield-Naperville Rd Sta. 89+00, 26’ LT to Sta. 115+00, 55’ LT 4”/ 6” Gas Line The Contractor is alerted that there is 4 inch/6 inch underground gas line west of the existing southbound shoulder that will be west of the proposed curb and gutter. The line may need to be lowered locally at the intersection. Nicor Plainfield-Naperville Rd. Sta. 99+30, 33’ LT to Sta. 115+00, 49’ LT 12” Water Main The Contractor is alerted that there is 12-inch water main line west of the existing southbound shoulder that will be located west of the proposed curb and gutter. The water main is not in conflict with the proposed improvements. Village of Plainfield 127th St./Reagan Blvd. Sta. 22+47 50’ RT to Sta. 25+20, 33’ RT 8” Gas The Contractor is alerted that there is an 8-inch underground gas line located along the south right-of way line. The line may need to be lowered locally at the intersection. Nicor 127th St.t/Reagan Blvd Sta. 22+47, 68’ LT to Sta 26+38, 13’ LT 36” Sanitary Sewer The Contractor is alerted that there is 36-inch sanitary sewer along the north edge of pavement, a portion of which that will be within the limits of the proposed westbound lanes. The sanitary sewer is not in conflict with the proposed improvements. Village of Bolingbrook Note that the overhead electrical, cable, phone and fiber lines relocated along the west side of Plainfield -Naperville Road and along the north side of 127th Street on shared poles prior to pre-stage and Stage 2A respectively may need to be watch and protected during Stage 2A (depending on proposed location of wood poles). Stage 2B STAGE / LOCATION TYPE DESCRIPTION OWNER Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 11 Stage 2B watch and protect are identical to Stage 1A within the limits of Plainfield-Naperville Road Stage 2B work zone, approximately Sta.89+00 to Sta 101+00 RT. Refer to Stage 1A table. The following contact information is what was used during the preparation of the plans as provided by the owner of the facility. Agency/Company Responsible to Resolve Conflict Name of contact Phone E-mail address AT&T Steven M Pesola 630.573.5703 sp9653@att.com Comcast Ted Wyman 224.229.5850 Ted_wyman@comcast.com ComEd Steven Pesola 630.573.5703 sp9653@att.com Metro Fibernet Lori Kemper Lori.kemper@metronetinc.com Nicor Gas Michael Ann Beyke 630.388.2761 mbeyke@southernco.com Village of Bolingbrook Matthew McDonald 630.226.8831 mmcdonald@bolingbrook.com Village of Plainfield Scott Threewitt 815.436.3577 sthreewitt@goplainfield.com The above represents the best information available to the Department and is included for the convenience of the bidder. The days required for conflict resolution should be considered in the bid as this information has also been factored into the timeline identified for the project when setting the completion date. The applicable portions of the Standard Specifications for Road and Bridge Construction shall apply. Estimated duration of time provided above for the first conflicts identified will begin on the date of the executed contract regardless of the status of the utility relocations. The responsible agencies will be working toward resolving subsequent conflicts in conjunction with contractor activities in the number of days noted. The estimated relocation duration must be part of the progress schedule submitted by the contractor. A utility kickoff meeting will be scheduled between the Department, the Department’s contractor and the utility companies when necessary. The Department’s contractor is responsible for contacting J.U.L.I.E. prior to all excavation work. PUBLIC CONVENIENCE AND SAFETY (D-1) Effective: May 1, 2012 Revised: July 15, 2012 Add the following to the end of the fourth paragraph of Article 107.09: “If the holiday is on a Saturday or Sunday, and is legally observed on a Friday or Monday, the length of Holiday Period for Monday or Friday shall apply.” Add the following sentence after the Holiday Period table in the fourth paragraph of Article 107.09: “The Length of Holiday Period for Thanksgiving shall be from 5:00 AM the Wednesday prior to 11:59 PM the Sunday After” Delete the fifth paragraph of Article 107.09 of the Standard Specifications: Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 12 “On weekends, excluding holidays, roadways with Average Daily Traffic of 25,000 or greater, all lanes shall be open to traffic from 3:00 P.M. Friday to midnight Sunday except where structure construction or major rehabilitation makes it impractical.” TRAFFIC CONTROL AND PROTECTION (SPECIAL) Effective: February 1, 1996 Revised: March 1, 2011 Specific traffic control plan details and Special Provisions have been prepared for this contract. This work shall include all labor, materials, transportation, handling and incidental work necessary to furnish, install, maintain and remove all traffic control devices required as indicated in the plans and as approved by the Engineer. When traffic is to be directed over a detour route, the Contractor shall furnish, erect, maintain and remove all applicable traffic control devices along the detour route according to the details shown in the plans. Method of Measurement: All traffic control (except Traffic Control and Protection (Expressways)) and temporary pavement markings) indicated on the traffic control plan details and specified in the Special Provisions will be measured for payment on a lump sum basis. Basis of Payment: All traffic control and protection will be paid for at the contract lump sum price for TRAFFIC CONTROL AND PROTECTION (SPECIAL). TRAFFIC CONTROL AND PROTECTION (DETOUR) When traffic is to be directed over a detour route, the Contractor shall furnish, erect, maintain and remove all applicable traffic control devices along the detour route. Furnishing, erecting, maintaining and removing traffic control devices along detour routes, in accordance with the details shown on the plans, will be paid for at the contract lump sum price for TRAFFIC CONTROL AND PROTECTION (SPECIAL). Due to the narrow opening of the existing bridge on 127th Street, the west leg of the intersection will be closed during construction of that leg and traffic will be detoured via 119th Street, IL 59 and 135th Street. Since the improvement to the east leg requires the pavement to be lowered by 3’ to 4’, this leg will also be temporarily closed to traffic while the pavement is removed and the grade is excavated. Through traffic will be detoured via 119th Street, 135th Street and Essington Road. RECESSED REFLECTIVE PAVEMENT MARKERS Description. This work shall consist of setting reflective pavement markers in a recessed groove in the pavement. The recessed pavement markers shall be used to supplement other markings, similar to the use of Raised Reflective Pavement Markers. Materials. The reflective pavement marker shall be a 3M 190 series pavement marker. The reflector holder shall be a MarkerOne Series R100 reflector holder. The epoxy used shall be as recommended by the pavement marker manufacturer. Installation. Spacing and orientation of the pavement markers shall be as detailed in the plans as well as TC-11 (Raised Reflective Pavement Markers). Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 13 A recessed Groove shall be cut in the pavement 5.25” wide, 0.9” deep on a 15.5” diameter. An additional 4.5’ long groove shall taper from 0” (normal pavement) to 0.3” depth (full-recessed). For 1-way makers heading uphill, uphill grind taper may be omitted. The recessed area shall be cleaned free of all loose material, and dry before the placement of the pavement marker. All excess material resulting from the construction of the recessed area shall be completely removed from the surface of the roadway by means of vacuum sweeper truck. The pavement marker shall be cemented with epoxy in the center of the 0.9” deep recessed groove. Inspection. A straight edge shall be placed across the recess to check that the top of the maker is below the pavement. Inspection and acceptance shall be according to Article 781.04 of the Standard Specifications. Basis for Payment. This work will be paid for at the contract unit price each for RECESSED REFLECTIVE PAVEMENT MARKER, which price shall be payment in full for all labor, equipment, and materials necessary to complete the work as specified. TRAFFIC CONTROL PLAN (D-1) Effective: September 30, 1985 Revised: January 1, 2007 Traffic Control shall be according to the applicable sections of the Standard Specifications, the Supplemental Specifications, the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways", any special details and Highway Standards contained in the plans, and the Special Provisions contained herein. Special attention is called to Article 107.09 of the Standard Specifications and the following Highway Standards, Details, Quality Standard for Work Zone Traffic Control Devices, Recurring Special Provisions and Special Provisions contained herein, relating to traffic control. The Contractor shall contact the District One Bureau of Traffic at least 72 hours in advance of beginning work. STANDARDS: 701001-02 OFF-RD OPERATIONS, 2L, 2W, MORE THAN 15' AWAY 701006-05 OFF-RD OPERATIONS, 2L, 2W, 15' TO 24" FROM PAVEMENT EDGE 701011-04 OFF-RD MOVING OPERATIONS 2L, 2W, DAY ONLY 701301-03 LANE CLOSURE, 2L, 2W, SHORT TIME OPERATIONS 701311-03 LANE CLOSURE, 2L, 2W, MOVING OPERATIONS – DAY ONLY 701501-06 URBAN LANE CLOSURE, 2L, 2W, UNDIVIDED 701701-10 URBAN LANE CLOSURE, MULTILANE INTERSECTION 701901-08 TRAFFIC CONTROL DEVICES 704001-08 TEMPORARY CONCRETE BARRIER 780001-05 TYPICAL PAVEMENT MARKINGS DETAILS: TC-10 TRAFFIC CONTROL AND PROTECTION FOR SIDEROADS,INTERSECTIONS, AND DRIVEWAYS TC-13 DISTRICT ONE TYPICAL PAVEMENT MARKINGS TC-16 PAVEMENT MARKING LETTERS AND SYMBOLS FOR TRAFFIC STAGING TC-26 DRIVEWAY ENTRANCE SIGNING Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 14 SPECIAL PROVISIONS: MAINTENANCE OF ROADWAYS (D-1) PUBLIC CONVENIENCE AND SAFETY (D-1) TEMPORARY PAVEMENT (D-1) TRAFFIC CONTROL AND PROTECTION (SPECIAL) TRAFFIC CONTROL AND PROTECTION (DETOUR) TRAFFIC CONTROL PLAN (D-1) TEMPORARY INFORMATION SIGNING (D-1) TEMPORARY PAVEMENT (D1) Effective: March 1, 2003 Revised: April 10, 2008 Description. This work shall consist of constructing a temporary pavement at the locations shown on the plans or as directed by the engineer. The contractor shall use either Portland cement concrete according to Sections 353 and 354 of the Standard Specifications or HMA according to Sections 355, 356, 406 of the Standard Specifications, and other applicable HMA special provisions as contained herein. The HMA mixtures to be used shall be specified in the plans. The thickness of the Temporary Pavement shall be as described in the plans. The contractor shall have the option of constructing either material type if both Portland cement concrete and HMA are shown in the plans. Articles 355.08 and 406.11 of the Standard Specifications shall not apply. The removal of the Temporary Pavement, if required, shall conform to Section 440 of the Standard Specification. Method of Measurement. Temporary pavement will be measured in place and the area computed in square yards (square meters). Basis of Payment. This work will be paid for at the contract unit price per square yard (square meter) for TEMPORARY PAVEMENT and TEMPORARY PAVEMENT (INTERSTATE). Removal of temporary pavement will be paid for at the contract unit price per square yard (square meter) for PAVEMENT REMOVAL. SEEDING, CLASS 4 (MODIFIED) This work shall consist of preparing the seed bed, placing the seed, and other materials required in the seeding operation in areas as shown in the plans. All work, materials and equipment shall conform to Section 250 and 1081 of the Standard Specifications except as modified herein. The Class 4 (Modified) seed mixture shall be supplied in pounds of Pure Live Seed. All native seed species will be local genotype and verified that original seed collection source must originate from a radius of 200 miles from the project site. Fertilizer is not required. Article 250.07 Seeding Mixtures – Add the following to Table 1: Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 15 Variation in the Class 3, 4, 5, or 6 seed quantities or varieties may be allowed in the event of a crop failure or other unforeseen conditions. Quantities of proposed substitutions shall be determined by seed count. The Contractor shall provide for the approval of the Engineer a written description of the proposed changes to the Class 3, 4, 5, or 6 Mixture(s), the reasons for the change, and the name of the seed suppliers who were contacted in an effort to obtain the specified species. Adjustments will be made at no cost to the contract. Approval of substitutes shall in no way waive any requirements of the contract Seeding Time: Seeding shall be completed between October 15 to April 30 but not when raining or when the ground is covered with snow, unless prior written approval is received from Engineer. No seed shall be sown when the ground is not in proper condition for seeding. Seeding done outside of this time frame will not be measured for payment unless approved in writing by Engineer in advance. The Contractor shall schedule work so that final grade is achieved during the specified seeding times. Any seeding must be incorporated into the soil surface, but no deeper than ¼ inch, such as by rangeland type seed drill, harrow, hand rake, or other method approved by the Engineer. Bagging, Transporting, and Storing Seed: Seed mixtures of the specified classes shall be thoroughly mixed, labeled ad bagged by the supplier. Purity and germination tests no older than twelve months old must be submitted for all seed supplied to verify quantities of bulk seed required to achieve LB PLS specified.Seed shall be thoroughly mixed, labeled and bagged by the supplier. Seed shall be bagged, transported, and stored in such a manner to protect it from damage and to maintain the viability of the seed. All seed mixtures shall be brought to the site in clearly labeled and unopened bags. Seed shall be adequately protected from rain, temperature extremes, rodents, insects, and other such factors that could adversely Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 16 affect seed viability during transport or while being stored prior to planting. Bags of seed that are leaking, wet, moldy, or otherwise damaged shall be rejected and promptly removed from the site of work. Prior to application, the Engineer must approve the seed mix in the bags on site. Layout of Seeding: The Contractor shall be responsible for filed verifying the acreage of the area(s) to be seeded. The amount of seed ordered shall match the area(s) to be seeded during the pending planting season. A minimum of 30 days shall be allowed for seed acquisition, testing, and inspection. The Contractor shall demarcate all areas to be seeded and estimate quantities of each area to determine the quantity of seed necessary to achieve the specified seed rate per acre. The Contractor shall delineate the perimeter of the seedbed with wooden lathe. The wooden lathe shall remain in place. The contractor shall provide a minimum of seven calendar days notice to the Engineer to allow for review and approval of seeding layout. Inspection: The Engineer must witness the delivery of seed with original labels attached in the field. A bag ticket must be affixed to each bag of seed upon delivery, and shall not be removed until the Engineer has reviewed and accepted each bag of seed. The label shall bear the dealer’s guarantee of mixture and year grown, purity and germination, and date of test. Seed Bed Preparation: All area(s) to be seeded must be properly prepared prior to planting seed. Bare earth seeding refers to sowing seed upon soils with no existing vegetative cover. In areas with existing vegetation, the vegetation shall be eradicated as specified or as directed by the Engineer. Seed bed preparation shall not be started until all requirements of Section 212 have been completed. The area to be seeded shall be worked to a minimum depth of 3 in. (75 mm) with a disk, tiller, box rake, or other equipment approved by the Engineer. In areas with heavy soils, tilling or power raking will be required to achieve the proper depth. All soil clods shall be reduced to a size not larger than ½ in. (13 mm) in the largest dimension to create a friable, pulverized topsoil surface suitable for seeding. Dragging the soil surface with the blade of a loader or dozer will not be an acceptable method of seed bed preparation. The prepared surface shall be relatively free of weeds, stones, roots, sticks, debris, rills, gullies, crusting, caking, and compaction. No seed shall be sown until the seed bed has been approved by the Engineer. Seeding Methods: No seed shall be sown when wind gusts exceed 25 miles per hour or when the ground is not in a proper condition for seeding, nor shall any seed be sown until the purity test has been completed for the seeds to be used, and said tests show that the seed meets the noxious weed seed requirements. All equipment shall be approved by the Engineer prior to being used. Prior to starting work, seeders shall be calibrated and adjusted to sow seeds at the required seeding rate. Equipment shall be operated in a manner to ensure complete coverage of the entire area to be seeded. The Engineer shall be notified 48 hours prior to beginning the seeding operations so that the Engineer may determine by trial runs that a calibration of the seeder will provide uniform distribution at the specified rate per acre. Seeding Classes 3, 4, 5, and 6 shall be sown with a broadcast seeder or a rangeland type seed drill. Hand broadcasting and other methods of sowing seed will be allowed in special circumstances as approved by the Engineer. Special circumstances include but are not necessarily limited to steep slopes (over 1:3 (V:H)), inaccessible areas, wet areas, or other unique situations where the use of the specified equipment is not possible. Method of Measurement: SEEDING, CLASS 4 (MODIFIED) will be measured for payment in acres of surface area of seeding for the seed mix type specified. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 17 Basis of Payment: SEEDING, CLASS 4 (MODIFIED) shall be paid at the Contract unit price per acre. Payment shall be in full for seed, planting, and furnishing all labor to complete the work as set forth above. AGGREGATE SURFACE COURSE FOR TEMPORARY ACCESS (D1) Effective: April 1, 2001 Revised: January 2, 2007 Revise Article 402.10 of the Standard Specifications to read: “402.10 For Temporary Access. The contractor shall construct and maintain aggregate surface course for temporary access to private entrances, commercial entrances and roads according to Article 402.07 and as directed by the Engineer. The aggregate surface course shall be constructed to the dimensions and grades specified below, except as modified by the plans or as directed by the Engineer. (a) Private Entrance. The minimum width shall be 12 ft (3.6 m). The minimum compacted thickness shall be 6 in. (150 mm). The maximum grade shall be eight percent, except as required to match the existing grade. (b) Commercial Entrance. The minimum width shall be 24 ft (7.2 m). The minimum compacted thickness shall be 9 in. (230 mm). The maximum grade shall be six percent, except as required to match the existing grade. (c) Road. The minimum width shall be 24 ft (7.2 m). The minimum compacted thickness shall be 9 in. (230 mm). The grade and elevation shall be the same as the removed pavement, except as required to meet the grade of any new pavement constructed. Maintaining the temporary access shall include relocating and/or regrading the aggregate surface coarse for any operation that may disturb or remove the temporary access. The same type and gradation of material used to construct the temporary access shall be used to maintain it. When use of the temporary access is discontinued, the aggregate shall be removed and utilized in the permanent construction or disposed of according to Article 202.03.” Add the following to Article 402.12 of the Standard Specifications: “Aggregate surface course for temporary access will be measured for payment as each for every private entrance, commercial entrance or road constructed for the purpose of temporary access. If a residential drive, commercial entrance, or road is to be constructed under multiple stages, the aggregate needed to construct the second or subsequent stages will not be measured for payment but shall be included in the cost per each of the type specified.” Revise the second paragraph of Article 402.13 of the Standard Specifications to read: “Aggregate surface course for temporary access will be paid for at the contract unit price per each for TEMPORARY ACCESS (PRIVATE ENTRANCE), TEMPORARY ACCESS (COMMERCIAL ENTRANCE) or TEMPORARY ACCESS (ROAD). Partial payment of the each amount bid for temporary access, of the type specified, will be paid according to the following schedule: Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 18 (a) Upon construction of the temporary access, sixty percent of the contract unit price per each, of the type constructed, will be paid. (b) Subject to the approval of the Engineer for the adequate maintenance and removal of the temporary access, the remaining forty percent of the pay item will be paid upon the permanent removal of the temporary access.” ENGINEER’S FIELD OFFICE TYPE A (D1) Effective: January 1, 2022 Revise the first paragraph of Article 670.02 to read: 670.02 Engineer's Field Office Type A (D1). Type A (D1) field offices shall have a ceiling height of not less than 7 feet and a floor space of not less than 1000 square feet with a minimum of two separate offices. The office shall also have a separate storage room capable of being locked for the storage of the nuclear measuring devices. The office shall be provided with sufficient heat, natural and artificial light, and air conditioning. Doors and windows shall be equipped with locks approved by the Engineer. Add the following to Article 670.07 Basis of Payment. The building or buildings, fully equipped, will be paid for at the contract unit price per calendar month or fraction thereof for ENGINEER'S FIELD OFFICE, TYPE A (D1). HOT-MIX ASPHALT SURFACE REMOVAL, VARIABLE DEPTH Effective: February 10, 1995 Revised: December 29, 2015 This work shall consist of removing, by a self-propelled milling machine with automatic grade control, according to Section 440 of the Standard Specifications, the necessary existing hot-mix asphalt material from the existing surface at locations indicated in the plans. The purpose of grinding is to remove the rutting in the existing hot-mix asphalt surface. The Contractor shall mill ½ inch at the centerline, except when the milling at the outer edge of the surface exceeds 1½ inches; then the Contractor shall reduce the cut at the centerline to provide a maximum cut at the outer edge of the pavement of 1½ inches. If the outer edge cut still exceeds 1½ inches, the 1.5% (3/16 inch per foot crown) slope may be reduced 1% to (1/8 of an inch per foot) so as to maintain a maximum cut at the outer edge of 1½ inches. Care shall be exercised in the removal not to gouge or damage the underlying concrete pavement. This work will be paid for at the contract unit price per Square Yard for HOT-MIX ASPHALT SURFACE REMOVAL (VARIABLE DEPTH). COARSE AGGREGATE FOR BACKFILL, TRENCH BACKFILL AND BEDDING (D1) Effective: November 1, 2011 Revised: November 1, 2013 This work shall be according to Section 1004.05 of the Standard Specifications except for the following: Reclaimed Asphalt Pavement (RAP) maybe blended with gravel, crushed gravel, crushed stone crushed concrete, crushed slag, chats, crushed sand stone or wet bottom boiler slag. The RAP used shall be according to the current Bureau of Materials and Physical Research Policy Memorandum, “Reclaimed Asphalt Pavement (RAP) for Aggregate Applications”. The RAP shall be uniformly graded and shall pass the 1.0 in. (25 mm) screen. When RAP is blended with any of the coarse aggregate listed above, the blending shall be done mechanically with calibrated feeders. The feeders shall have an accuracy of + 2.0 percent of the actual quantity of material delivered. The final blended product shall not contain more than 40 percent by weight RAP. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 19 The coarse aggregate listed above shall meet CA 6 and CA 10 gradations prior to being blended with the processed and uniformly graded RAP. Gradation deleterious count shall not exceed 10% of total RAP and 5% of other by total weight. HOT-MIX ASPHALT BINDER AND SURFACE COURSE (D1) Effective: November 1, 2019 Revised: December 1, 2021 Revise Article 1004.03(c) to read: “(c) Gradation. The coarse aggregate gradations shall be as listed in the following table. Use Size/Application Gradation No. Class A-1, A-2, & A-3 3/8 in. (10 mm) Seal CA 16 or CA 20 Class A-1 1/2 in. (13 mm) Seal CA 15 Class A-2 & A-3 Cover Coat CA 14 HMA High ESAL IL-19.0; Stabilized Subbase IL-19.0 CA 11 1/ SMA 12.5 2/ CA 134/, CA 14, or CA 16 SMA 9.5 2/ CA 133/4/ or CA 163/ IL-9.5 CA 16, CM 134/ IL-9.5FG CA 16 HMA Low ESAL IL-19.0L CA 11 1/ IL-9.5L CA 16 1/ CA 16 or CA 13 may be blended with the CA 11. 2/ The coarse aggregates used shall be capable of being combined with the fine aggregates and mineral filler to meet the approved mix design and the mix requirements noted herein. 3/ The specified coarse aggregate gradations may be blended. 4/ CA 13 shall be 100 percent passing the 1/2 in. (12.5mm) sieve.” Revise Article 1004.03(e) of the Supplemental Specifications to read: “(e) Absorption. For SMA the coarse aggregate shall also have water absorption ≤ 2.0 percent.” Revise the “High ESAL” portion of the table in Article 1030.01 to read: “High ESAL Binder Courses IL-19.0, IL-9.5, IL-9.5FG, IL-4.75, SMA 12.5, Stabilized Subbase IL-19.0 Surface Courses IL-9.5, IL-9.5FG, SMA 12.5, SMA 9.5” Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 20 Revise Note 2. and add Note 6 to Article 1030.02 of the Standard Specifications to read: “Item Article/Section (g)Performance Graded Asphalt Binder (Note 6) 1032 (h) Fibers (Note 2) Note 2. A stabilizing additive such as cellulose or mineral fiber shall be added to the SMA mixture according to Illinois Modified AASHTO M 325. The stabilizing additive shall meet the Fiber Quality Requirements listed in Illinois Modified AASHTO M 325. Prior to approval and use of fibers, the Contractor shall submit a notarized certification by the producer of these materials stating they meet these requirements. Reclaimed Asphalt Shingles (RAS) may be used in Stone Matrix Asphalt (SMA) mixtures designed with an SBA polymer modifier as a fiber additive if the mix design with RAS included meets AASHTO T305 requirements. The RAS shall be from a certified source that produces either Type I or Type 2. Material shall meet requirements noted herein and the actual dosage rate will be determined by the Engineer. Note 6. 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 a SBS PG 76-22 for IL-4.75, except where modified herein..” Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 21 Revise table in Article 1030.05(a) of the Standard Specifications to read: “MIXTURE COMPOSITION (% PASSING) 1/ Sieve Size IL-19.0 mm SMA 12.5 SMA 9.5 IL-9.5mm IL-9.5FG IL-4.75 mm min max min max min max min max min max min max 1 1/2 in (37.5 mm) 1 in. (25 mm) 100 3/4 in. (19 mm) 90 100 100 1/2 in. (12.5 mm) 75 89 80 100 100 100 100 100 3/8 in. (9.5 mm) 65 90 100 90 100 90 100 100 #4 (4.75 mm) 40 60 20 30 36 50 34 69 60 756/ 90 100 #8 (2.36 mm) 20 42 16 24 4/ 16 324/ 34 5/ 52 2/ 45 606/ 70 90 #16 (1.18 mm) 15 30 10 32 25 40 50 65 #30 (600 m) 12 16 12 18 15 30 #50 (300 m) 6 15 4 15 8 15 15 30 #100 (150 m) 4 9 3 10 6 10 10 18 #200 (75 m) 3.0 6.0 7.0 9.0 3/ 7.5 9.5 3/ 4.0 6.0 4.0 6.5 7.0 9.0 3/ #635 (20 m) ≤ 3.0 ≤ 3.0 Ratio Dust/Asphalt Binder 1.0 1.5 1.5 1.0 1.0 1.0 1/ Based on percent of total aggregate weight. 2/ The mixture composition shall not exceed 44 percent passing the #8 (2.36 mm) sieve for surface courses with Ndesign = 90. 3/ Additional minus No. 200 (0.075 mm) material required by the mix design shall be mineral filler, unless otherwise approved by the Engineer. 4/ 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. 5/ When establishing the Adjusted Job Mix Formula (AJMF) the percent passing the #8 (2.36 mm) sieve shall not be adjusted below 34 percent. 6/ When the mixture is used as a binder, the maximum shall be increased by 0.5 percent passing.” Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 22 Revise Article 1030.05(b) of the Standard Specifications to read: (b) Volumetric Requirements. The target value for the air voids of the HMA shall be 4.0 percent, for IL-4.75 and SMA mixtures it shall be 3.5 percent and for Stabilized Subbase it shall be 3.0 percent at the design number of gyrations. The voids in the mineral aggregate (VMA) and voids filled with asphalt binder (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. Voids in the Mineral Aggregate (VMA), % Minimum for Ndesign Mix Design 30 50 70 80 90 IL-19.0 13.5 13.5 13.5 IL-9.5 15.0 15.0 IL-9.5FG 15.0 15.0 IL-4.751/ 18.5 SMA-12.51/2/5/ 17.03//16.04/ SMA-9.51/2/5/ 17.03//16.04/ IL-19.0L 13.5 IL-9.5L 15.0 1/ Maximum draindown shall be 0.3 percent according to Illinois Modified AASHTO T 305. 2/ The draindown shall be determined at the JMF asphalt binder content at the mixing temperature plus 30°F. 3/ Applies when specific gravity of coarse aggregate is ≥ 2.760. 4/ Applies when specific gravity of coarse aggregate is < 2.760. 5/ 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” Revise the last paragraph of Article 1102.01 (a) (5) of the Standard Specifications to read: “IL-4.75 and Stone Matrix Asphalt (SMA) mixtures which contain aggregate having absorptions greater than or equal to 2.0 percent, or which contain steal slag sand, shall have minimum surge bin storage plus haul time of 1.5 hours.” Add after third sentence of Article 1030.09(b) to read: “ If the Contractor and Engineer agree the nuclear density test method is not appropriate for the mixture, cores shall be taken at random locations determined according to the QC/QA document "Determination of Random Density Test Site Locations". Core densities shall be determined using the Illinois Modified AASHTO T 166 or T 275 procedure.” Revise Table 1 and Note 4/ of Table 1 in Article 406.07(a) of the Standard Specifications to read: Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 23 Breakdown/Intermediate Roller (one of the following) Final Roller (one or more of the following) Density Requirement IL-9.5, IL-9.5FG, IL-19.01/ VD, P , TB, 3W, OT, OB VS, TB, TF, OT As specified in Section 1030 IL-4.75 and SMA 3/ 4/ TB, 3W, OT TF, 3W As specified in Section 1030 Mixtures on Bridge Decks 2/ TB TF As specified in Articles 582.05 and 582.06. “4/ The Contractor shall provide a minimum of two steel-wheeled tandem rollers (T B), and/or three-wheel (3W) rollers for breakdown, except one of the (TB) or (3W) rollers shall be 84 inches (2.14 m) wide and a weight of 315 pound per linear inch (PLI) (5.63 kg/mm) and one of the (TB) or (3W) rollers can be substituted for an oscillatory roller (OT). TF rollers shall be a minimum of 280 lb/in. (50 N/mm). The 3W and TB rollers shall be operated at a uniform speed not to exceed 3 mph (5 km/h), with the drive roll for TB rollers nearest the paver and maintain an effective rolling distance of not more than 150 ft (45 m) behind the paver.” 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.” Revise first paragraph of Article 1030.10 of the Standard Specifications to read: “A test strip of 300 ton (275 metric tons), except for SMA mixtures it will be 400 ton (363 metric ton), will be required for each mixture on each contract at the beginning of HMA production for each construction year according to the Manual of Test Procedures for Materials “Hot Mix Asphalt Test Strip Procedures”. At the request of the Producer, the Engineer may waive the test strip if previous construction during the current construction year has demonstrated the constructability of the mix using Department test results.” Revise third paragraph of Article 1030.10 of the Standard Specifications to read: “When a test strip is constructed, the Contractor shall collect and split the mixture according to the document “Hot-Mix Asphalt Test Strip Procedures”. The Engineer, or a representative, shall deliver split sample to the District Laboratory for verification testing. The Contractor shall complete mixture tests stated in Article 1030.09(a). Mixture sampled shall include enough material for the Department to conduct mixture tests detailed in Article 1030.09(a) and in the document “Hot-Mix Asphalt Mixture Design Verification Procedure” Section 3.3. The mixture test results shall meet the requirements of Articles 1030.05(b) and 1030.05(d), except Hamburg wheel tests will only be conducted on High ESAL mixtures during production.” Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 24 FRICTION AGGREGATE (D1) Effective: January 1, 2011 Revised: December 1, 2021 Revise Article 1004.03(a) of the Standard Specifications to read: “1004.03 Coarse Aggregate for Hot-Mix Asphalt (HMA). The aggregate shall be according to Article 1004.01 and the following. (a) Description. The coarse aggregate for HMA shall be according to the following table. Use Mixture Aggregates Allowed Class A Seal or Cover Allowed Alone or in Combination 5/: Gravel Crushed Gravel Carbonate Crushed Stone Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Steel Slag Crushed Concrete HMA Low ESAL Stabilized Subbase or Shoulders Allowed Alone or in Combination 5/: Gravel Crushed Gravel Carbonate Crushed Stone Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Steel Slag1/ Crushed Concrete HMA High ESAL Low ESAL Binder IL-19.0 or IL-19.0L SMA Binder Allowed Alone or in Combination 5/ 6/: Crushed Gravel Carbonate Crushed Stone2/ Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Concrete3/ Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 25 Use Mixture Aggregates Allowed HMA High ESAL Low ESAL C Surface and Binder IL-9.5 IL-9.5FG or IL-9.5L Allowed Alone or in Combination 5/: Crushed Gravel Carbonate Crushed Stone2/ Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Steel Slag4/ Crushed Concrete3/ HMA High ESAL D Surface and Binder IL-9.5 or IL-9.5FG Allowed Alone or in Combination 5/: Crushed Gravel Carbonate Crushed Stone (other than Limestone)2/ Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Steel Slag4/ Other Combinations Allowed: Up to... With... 25% Limestone Dolomite 50% Limestone Any Mixture D aggregate other than Dolomite 75% Limestone Crushed Slag (ACBF) or Crushed Sandstone HMA High ESAL E Surface IL-9.5 SMA Ndesign 80 Surface Allowed Alone or in Combination 5/ 6/: Crushed Gravel Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Steel Slag No Limestone. Other Combinations Allowed: Up to... With... 50% Dolomite2/ Any Mixture E aggregate Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 26 Use Mixture Aggregates Allowed 75% Dolomite2/ Crushed Sandstone, Crushed Slag (ACBF), Crushed Steel Slag, or Crystalline Crushed Stone 75% Crushed Gravel2/ Crushed Sandstone, Crystalline Crushed Stone, Crushed Slag (ACBF), or Crushed Steel Slag HMA High ESAL F Surface IL-9.5 SMA Ndesign 80 Surface Allowed Alone or in Combination 5/ 6/: Crystalline Crushed Stone Crushed Sandstone Crushed Slag (ACBF) Crushed Steel Slag No Limestone. Other Combinations Allowed: Up to... With... 50% Crushed Gravel2/ or Dolomite2/ Crushed Sandstone, Crushed Slag (ACBF), Crushed Steel Slag, or Crystalline Crushed Stone 1/ Crushed steel slag allowed in shoulder surface only. 2/ Carbonate crushed stone (limestone) and/or crushed gravel shall not be used in SMA Ndesign 80. 3/ Crushed concrete will not be permitted in SMA mixes. 4/ Crushed steel slag shall not be used as binder. 5/ When combinations of aggregates are used, the blend percent measurements shall be by volume.” 6/ Combining different types of aggregate will not be permitted in SMA Ndesign 80.” HOT-MIX ASPHALT – MIXTURE DESIGN VERIFICATION AND PRODUCTION (D1) Effective: January 1, 2019 Revised: December 1, 2021 Add to Article 1030.05 (d)(3) of the Standard Specifications to read: “ During mixture design, prepared samples shall be submitted to the District laboratory by the Contractor for verification testing. The required testing, and number and size of prepared samples submitted, shall be according to the following tables. High ESAL – Required Samples for Verification Testing Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 27 Mixture Hamburg Wheel and I-FIT Testing 1/ 2/ Binder total of 3 - 160 mm tall bricks Surface total of 4 - 160 mm tall bricks Low ESAL – Required Samples for Verification Testing Mixture I-FIT Testing 1/ 2/ Binder 1 - 160 mm tall brick Surface 2 - 160 mm tall bricks 1/ The compacted gyratory bricks for Hamburg wheel and I-FIT testing shall be 7.5 ± 0.5 percent air voids. 2/ If the Contractor does not possess the equipment to prepare the 160 mm tall brick(s), twice as many 115 mm tall compacted gyratory bricks will be acceptable. Revise the fourth paragraph of Article 1030.10 of the Standard Specifications to read: “When a test strip is not required, each HMA mixture shall still be sampled on the first day of production: I-FIT and Hamburg wheel testing for High ESAL; I-FIT testing for Low ESAL. Within two working days after sampling the mixture, the Contractor shall deliver gyratory cylinders to the District laboratory for Department verification testing. The High ESAL mixture test results shall meet the requirements of Articles 1030.05(d)(3) and 1030.05(d)(4). The Low ESAL mixture test results shall meet the requirements of Article 1030.05(d)(4). The required number and size of prepared samples submitted for the Hamburg wheel and I-FIT testing shall be according to the “High ESAL - Required Samples for Verification Testing” table in Article 1030.05(d)(3) above.” Add the following to the end of Article 1030.10 of the Standard Specifications to read: “Mixture sampled during first day of production shall include approximately 60 lb (27 kg) of additional material for the Department to conduct Hamburg wheel testing and approximately 80 lb (36 kg) of additional material for the Department to conduct I-FIT testing. Within two working days after sampling, the Contractor shall deliver prepared samples to the District laboratory for verification testing. The required number and size of prepared samples submitted for the Hamburg wheel and I-FIT testing shall be according to the “High ESAL - Required Samples for Verification Testing” table in Article 1030.05(d)(3) above.” STORM SEWER ADJACENT TO OR CROSSING WATER MAIN (D1) Effective: February 1, 1996 Revised: January 1, 2007 This work consists of constructing storm sewer adjacent to or crossing a water main, at the locations shown on the plans. The material and installation requirements shall be according to the latest edition of the “Standard Specifications for Water and Sewer Main Construction in Illinois”, and the applicable portions of Section 550 of the Standard Specifications; which may include concrete collars and encasing pipe with seals if required. Pipe materials shall meet the requirements of Sections 40 and 41-2.01 of the “Standard Specifications for Water and Sewer Main Construction in Illinois”, except PVC pipe will not be allowed. Ductile-Iron pipe shall meet the minimum requirements for Thickness Class 50. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 28 Encasing of standard type storm sewer, according to the details for “Water and Sewer Separation Requirements (Vertical Separation)” in the “STANDARD DRAWINGS” Division of the “Standard Specifications for Water and Sewer Main Construction in Illinois”, may be used for storm sewers crossing water mains. Basis of Payment: This work will be paid according to Article 550.10 of the Standard Specifications, except the pay item shall be STORM SEWER (WATER MAIN REQUIREMENTS), of the diameter specified. GROUND TIRE RUBBER (GTR) MODIFIED ASPHALT BINDER (D1) Effective: June 26, 2006 Revised: December 1, 2021 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 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: Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 29 “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.” BOX CULVERT REMOVAL DESCRIPTION This work shall consist of removal and disposal of an existing 2’ x 2’ box culvert at Sta. 93+30 of Plainfield-Naperville Road. The box culvert shall be completely removed. This work shall include the removal of all end sections and headwalls that are considered part of the existing box culverts. Removal of the box culverts shall be in accordance with applicable portions of Section 501 of the Standard Specifications. The excavated material from the box culvert removal shall be disposed of in accordance with Article 202.03 of the Standard Specifications. METHOD OF MEASUREMENT This work will be measure for payment in feet along the centerline of the box culvert that is being removed. BASIS OF PAYMENT This work will be paid for at the contract unit price per Foot for BOX CULVERT REMOVAL, and no additional compensation will be allowed. SANITARY MANHOLES TO BE ADJUSTED DESCRIPTION This work shall consist of adjusting sanitary sewer manhole frame and lids in accordance with applicable portions of Section 602 and 603 of the Standard Specifications. MATERIALS Materials shall be according to Article 602.02 of the Standard Specifications. CONSTRUCTION REQUIREMENTS The adjustments to existing frames, grates and lids shall be in accordance with applicable portions of Section 602 and 603 of the Standard Specifications. Sanitary manholes shall be fitted with an external chimney seal conforming to ASTM C923. METHOD OF MEASUREMENT This work will be measured for payment in units of each. BASIS OF PAYMENT This work will be paid for at the contract unit price per each for SANITARY MANHOLES TO BE ADJUSTED. TRAFFIC SIGNAL GENERAL REQUIREMENTS Effective: May 22, 2002 Revised: March 25, 2016 800.01TS These Traffic Signal Special Provisions and the "District One Standard Traffic Signal Design Details” supplement the requirements of the State of Illinois “Standard Specifications for Road and Bridge Construction.” The intent of these Special Provisions is to prescribe the materials and construction methods commonly used for traffic signal installations. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 30 • All material furnished shall be new unless otherwise noted herein. • Traffic signal construction and maintenance work shall be performed by personnel holding current IMSA Traffic Signal Technician Level II certification. A copy of the certification shall be immediately available upon request of the Engineer. • The work to be done under this contract consists of furnishing, installing and maintaining all traffic signal work and items as specified in the Plans and as specified herein in a manner acceptable and approved by the Engineer. Definitions of Terms. Add the following to Section 101 of the Standard Specifications: 101.56 Vendor. Company that sells a particular type of product directly to the contractor or the Equipment Supplier. 101.57 Equipment supplier. Company that supplies, represents and provides technical support for IDOT District One approved traffic signal controllers and other related equipment. The Equipment Supplier shall be located within IDOT District One and shall: • Be full service with on-site facilities to assemble, test and trouble-shoot traffic signal controllers and cabinet assemblies. • Maintain an inventory of IDOT District One approved controllers and cabinets. • Be staffed with permanent sales and technical personnel able to provide traffic signal controller and cabinet expertise and support. • Technical staff shall hold current IMSA Traffic Signal Technician Level III certification and shall attend traffic signal turn-ons and inspections with a minimum 14 calendar day notice. Submittals. Revise Article 801.05 of the Standard Specifications to read: All material approval requests shall be submitted electronically through the District’s SharePoint System unless directed otherwise by the Engineer. Electronic material submittals shall follow the District’s Traffic Operations Construction Submittals guidelines. General requirements include: 1. All material approval requests shall be made prior to or no later than the date of the preconstruction meeting. A list of major traffic signal items can be found in Article 801.05. Material or equipment which is similar or identical shall be the product of the same manufacturer, unless necessary for system continuity. Traffic signal materials and equipment shall bear the U.L. label whenever such labeling is available. 2. Product data and shop drawings shall be assembled by pay item. Only the top sheet of each pay item submittal will be stamped by the Department with the review status, except shop drawings for mast arm pole assemblies and the like will be stamped with the review status on each sheet. 3. Original manufacturer published product data and shop drawing sheets with legible dimensions and details shall be submitted for review. 4. When hard copy submittals are necessary, four complete copies of the manufacturer’s descriptive literatures and technical data for the traffic signal materials shall be submitted. For hard copy or electronic submittals, the descriptive literature and technical data shall be adequate for determining whether the materials meet the requirements of the plans and specifications. If the literature contains more than one item, the Contractor shall indicate which item or items will be furnished. 5. When hard copy submittals are necessary for structural elements, four complete copies of the shop drawings for the mast arm assemblies and poles, and the combination mast arm assemblies and poles showing, in detail, the fabrication thereof and the certified mill analyses of the materials used in the fabrication, anchor rods, and reinforcing materials shall be submitted. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 31 6. Partial or incomplete submittals will be returned without review. 7. Certain non-standard mast arm poles and special structural elements will require additional review from IDOT’s Central Office. Examples include ornamental/decorative, non-standard length mast arm pole assemblies and monotube structures. The Contractor shall account for the additional review time in his schedule. 8. The contract number or permit number, project location/limits and corresponding pay code number must be on each sheet of correspondence, catalog cuts and mast arm poles and assemblies drawings. 9. Where certifications and/or warranties are specified, the information submitted for approval shall include certifications and warranties. Certifications involving inspections, and/or tests of material shall be complete with all test data, dates, and times. 10. After the Engineer reviews the submittals for conformance with the design concept of the project, the Engineer will stamp the drawings indicating their status as ‘Approved’, ‘Approved-As-Noted’, ‘Disapproved’, or ‘Incomplete’. Since the Engineer's review is for conformance with the design concept only, it is the Contractor's responsibility to coordinate the various items into a working system as specified. The Contractor shall not be relieved from responsibility for errors or omissions in the shop, working, layout drawings, or other documents by the Department's approval thereof. The Contractor must still be in full compliance with contract and specification requirements. 11. The Contractor shall secure approved materials in a timely manner to assure construction schedules are not delayed. 12. All submitted items reviewed and marked ‘APPROVED AS NOTED’, ‘DISAPPROVED’, or ‘INCOMPLETE’ are to be resubmitted in their entirety, unless otherwise indicated within the submittal comments, with a disposition of previous comments to verify contract compliance at no additional cost to the contract. 13. Exceptions to and deviations from the requirements of the Contract Documents will not be allowed. It is the Contractor’s responsibility to note any deviations from Contract requirements at the time of submittal and to make any requests for deviations in writing to the Engineer. In general, substitutions will not be acceptable. Requests for substitutions must demonstrate that the proposed substitution is superior to the material or equipment required by the Contract Documents. No exceptions, deviations or substitutions will be permitted without the approval of the Engineer. 14. Contractor shall not order major equipment such as mast arm assemblies prior to Engineer approval of the Contractor marked proposed traffic signal equipment locations to assure proper placement of contract required traffic signal displays, push buttons and other facilities. Field adjustments may require changes in proposed mast arm length and other coordination. Marking Proposed Locations. Revise “Marking Proposed Locations for Highway Lighting System” of Article 801.09 to read “Marking Proposed Locations for Highway Lighting System and Traffic Signals.” Add the following to Article 801.09 of the Standard Specifications: It shall be the contractor's responsibility to verify all dimensions and conditions existing in the field prior to ordering materials and beginning construction. This shall include locating the mast arm foundations and verifying the mast arms lengths. Inspection of Electrical Systems. Add the following to Article 801.10 of the Standard Specifications: (c) All cabinets including temporary traffic signal cabinets shall be assembled by an approved equipment supplier in District One. The Department reserves the right to request any controller and cabinet to be tested at the equipment supplier’s facility prior to field installation, at no extra cost to this contract. Maintenance and Responsibility. Revise Article 801.11 of the Standard Specifications to read: Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 32 a. Existing traffic signal installations and/or any electrical facilities at all or various locations may be altered or reconstructed totally or partially as part of the work on this Contract. The Contractor is hereby advised that all traffic control equipment, presently installed at these locations, may be the property of the State of Illinois, Department of Transportation, Division of Highways, County, Private Developer, Municipality or Transit Agency in which they are located. Once the Contractor has begun any work on any portion of the project, all traffic signals within the limits of this contract or those which have the item "Maintenance of Existing Traffic Signal Installation,” “Temporary Traffic Signal Installation(s)” and/or “Maintenance of Existing Flashing Beacon Installation,” shall become the full responsibility of the Contractor. The Contractor shall supply the Engineer, Area Traffic Signal Maintenance and Operations Engineer, IDOT ComCenter and the Department’s Electrical Maintenance Contractor with two 24-hour emergency contact names and telephone numbers. b. Automatic Traffic Enforcement equipment such as red lighting running and railroad crossing camera systems are owned and operated by others and the Contractor shall not be responsible for maintaining this equipment. c. Regional transit, County and other agencies may also have equipment connected to existing traffic signal or peripheral equipment such as PTZ cameras, switches, transit signal priority (TSP and BRT) servers and other devices that shall be included with traffic signal maintenance at no additional cost to the contract. d. When the project has a pay item for “Maintenance of Existing Traffic Signal Installation,” “Temporary Traffic Signal Installation(s)” and/or “Maintenance of Existing Flashing Beacon Installation,” the Contractor must notify both the Area Traffic Signal Maintenance and Operations Engineer at (847) 705-4424 and the Department’s Electrical Maintenance Contractor, of their intent to begin any physical construction work on the Contract or any portion thereof. This notification must be made a minimum of seven (7) working days prior to the start of construction to allow sufficient time for inspection of the existing traffic signal installation(s) and transfer of maintenance to the Contractor. The Department will attempt to full-fill the Contractor’s inspection date request(s), however workload and other conditions may prevent the Department from accommodating specific dates or times. The Contractor shall not be entitled to any other compensation if the requested inspection date(s) cannot be scheduled by the Department. If work is started prior to an inspection, maintenance of the traffic signal installation(s) will be transferred to the Contractor without an inspection. The Contractor will become responsible for repairing or replacing all equipment that is not operating properly or is damaged at no cost to the owner of the traffic signal. Final repairs or replacement of damaged equipment must meet the approval of the Engineer prior to or at the time of final inspection otherwise the traffic signal installation will not be accepted. e. The Contractor is advised that the existing and/or temporary traffic signal installation must remain in operation during all construction stages, except for the most essential down time. Any shutdown of the traffic signal installation, which exceeds fifteen (15) minutes, must have prior approval of the Engineer. Approval to shut down the traffic signal installation will only be granted during the period extending from 10:00 a.m. to 3:00 p.m. on weekdays. Shutdowns shall not be allowed during inclement weather or holiday periods. f. The Contractor shall be fully responsible for the safe and efficient operation of the traffic signals and other equipment noted herein. Any inquiry, complaint or request by the Department, the Department’s Electrical Maintenance Contractor or the public, shall be investigated and repairs begun within one hour. Failure to provide this service will result in liquidated damages of $1000 per day per occurrence. In addition, the Department reserves the right to assign any work not completed within this timeframe to the Electrical Maintenance Contractor. All costs associated to repair this uncompleted work shall be the Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 33 responsibility of the Contractor. Failure to pay these costs to the Electrical Maintenance Contractor within one month after the incident will result in additional liquidated damages of $1000 per month per occurrence. Unpaid bills will be deducted from the cost of the Contract. The Department may inspect any signalizing device on the Department’s highway system at any time without notification. g. Any proposed activity in the vicinity of a highway-rail grade crossing must adhere to the guidelines set forth in the current edition of the Manual on Uniform Traffic Control Devices (MUTCD) regarding work in temporary traffic control zones in the vicinity of highway-rail grade crossings which states that lane restrictions, flagging, or other operations shall not create conditions where vehicles can be queued across the railroad tracks. If the queuing of vehicles across the tracks cannot be avoided, a uniformed law enforcement officer or flagger shall be provided at the crossing to prevent vehicles from stopping on the tracks, even if automatic warning devices are in place. h. The Contractor shall be responsible to clear snow, ice, dirt, debris or other condition that obstructs visibility of any traffic signal display or access to traffic signal equipment. i. The Contractor shall maintain the traffic signal in normal operation during short or long term loss of utility or battery back-up power at critical locations designated by the Engineer. Critical locations may include traffic signals interconnected to railroad warning devices, expressway ramps, intersection with an SRA route, critical corridors or other locations identified by the Engineer. Temporary power to the traffic signal must meet applicable NEC and OSHA guidelines and may include portable generators and/or replacement batteries. Temporary power to critical locations shall not be for separately but shall be included in the contract. Damage to Traffic Signal System. Add the following to Article 801.12(b) of the Standard Specifications to read: Any traffic signal control equipment damaged or not operating properly from any cause shall be replaced with new equipment meeting current District One traffic signal specifications and provided by the Contractor at no additional cost to the Contract and/or owner of the traffic signal system, all as approved by the Engineer. Final replacement of damaged equipment must meet the approval of the Engineer prior to or at the time of final inspection otherwise the traffic signal installation will not be accepted. Cable splices are only allowed at the bases pf post and mast arms. Temporary replacement of damaged or knockdown of a mast arm pole assembly shall require construction of a full or partial span wire signal installation or other method approved by the Engineer to assure signal heads are located overhead and over traveled pavement. Temporary replacement of mast arm mount signals with post mount signals will not be permitted. Automatic Traffic Enforcement equipment, such as Red Light Enforcement cameras, detectors, and peripheral equipment, damaged or not operating properly from any cause, shall be the responsibility of the municipality or the Automatic Traffic Enforcement company per Permit agreement. Traffic Signal Inspection (TURN-ON). Revise Article 801.15(b) of the Standard Specifications to read: It is the intent to have all electric work completed and equipment field tested by the Equipment Supplier prior to the Department’s “turn-on” field inspection. If in the event the Engineer determines work is not complete and the inspection will require more than two (2) hours to complete, the inspection shall be canceled and the Contractor will be required to Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 34 reschedule at another date. The maintenance of the traffic signals will not be accepted until all punch list work is corrected and re-inspected. When the road is open to traffic, except as otherwise provided in Section 850 of the Standard Specifications, the Contractor may request a turn-on and inspection of the completed traffic signal installation at each separate location. This request must be made to the Area Traffic Signal Maintenance and Operations Engineer at (847) 705-4424 a minimum of seven (7) working days prior to the time of the requested inspection. The Department will attempt to full-fill the Contractor’s turn-on and inspection date request(s), however workload and other conditions may prevent the Department from accommodating specific dates or times. The Contractor shall not be entitled to any other compensation if the requested turn-on and inspection date(s) cannot be scheduled by the Department. The Department will not grant a field inspection until written or electronic notification is provided from the Contractor that the equipment has been field tested and the intersection is operating according to Contract requirements. The Contractor must invite local fire department personnel to the turn-on when Emergency Vehicle Preemption (EVP) is included in the project. When the contract includes the item RE-OPTIMIZE TRAFFIC SIGNAL SYSTEM, OPTIMIZE TRAFFIC SIGNAL SYSTEM, or TEMPORARY TRAFFIC SIGNAL TIMINGS, the Contractor must notify the SCAT Consultant of the turn-on/detour implementation schedule, as well as stage changes and phase changes during construction. The Contractor must have all traffic signal work completed and the electrical service installation connected by the utility company prior to requesting an inspection and turn-on of the traffic signal installation. The Contractor shall be responsible to provide a police officer to assist with traffic control at the time of testing. The Contractor shall provide a representative from the control equipment vendor’s office who is knowledgeable of the cabinet design and controller functions to attend the traffic signal inspection for both permanent and temporary traffic signal turn-ons. Upon demonstration that the signals are operating and all work is completed in accordance with the Contract and to the satisfaction of the Engineer, the Engineer will then allow the signals to be placed in continuous operation. The Agency that is responsible for the maintenance of each traffic signal installation will assume the maintenance upon successful completion of this inspection. The District requires the following Final Project Documentation from the Contractor at traffic signal turn-ons in electronic format in addition to hard copies where noted. A CD/DVD shall be submitted with separate folders corresponding to each numbered title below. The CD/DVD shall be labelled with date, project location, company and contract or permit number. Record Drawings, Inventory and Material Approvals shall be submitted prior to traffic signal turn-on for review by the Department as described here-in. Final Project Documentation: 1. Record Drawings. Signal plans of record with field revisions marked in red ink. One hard copy set of 11”x17” record drawings shall also be provided. 2. Inventory. Inventory of new and existing traffic signal equipment including cabinet types and devices within cabinets in an Excel spread sheet format. One hard copy shall also be provided. 3. Pictures. Digital pictures of a minimum 12M pixels of each intersection approach showing all traffic signal displays and equipment. Pictures shall include controller cabinet equipment in enough detail to clearly identify manufacture and model of major equipment. 4. Field Testing. Written notification from the Contractor and the equipment vendor of satisfactory field testing with corresponding material performance measurements, such as for detector loops and fiber optic systems (see Article 801.13). One hard copy of all contract required performance measurement testing shall also be provided. 5. Materials Approval. The material approval letter. A hard copy shall also be provided. 6. Manuals. Operation and service manuals of the signal controller and associated control equipment. One hard copy shall also be provided. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 35 7. Cabinet Wiring Diagram and Cable Logs. Five (5) hard copies 11” x 17" of the cabinet wiring diagrams shall be provided along with electronic pdf and dgn files of the cabinet wiring diagram. Five hard copies of the cable logs and electronic excel files shall be provided with cable #, number of conductors and spares, connected device/signal head and intersection location. 8. Controller Programming Settings. The traffic signal controller’s timings; backup timings; coordination splits, offsets, and cycles; TBC Time of Day, Week and Year Programs; Traffic Responsive Program, Detector Phase Assignment, Type and Detector Switching; and any other functions programmable from the keyboard. The controller manufacturer shall also supply a printed form, not to exceed 11” x 17” for recording that data noted above. The form shall include a location, date, manufacturer’s name, controller model and software version. The form shall be approved by the Engineer and a minimum of three (3) copies must be furnished at each turn-on. The manufacturer must provide all programming information used within the controller at the time of turn-on. 9. Warrantees and Guarantees. All manufacturer and contractor warrantees and guarantees required by Article 801.14. 10. GPS coordinate of traffic signal equipment as describe in the Record Drawings section herein. Acceptance of the traffic signal equipment by the Department shall be based upon inspection results at the traffic signal “turn on”, completeness of the required documentation and successful operation during a minimum 72 hour “burn-in” period following activation of the traffic signal. If approved, traffic signal acceptance shall be verbal at the “turn on” inspection followed by written correspondence from the Engineer. The Contractor shall be responsible for all traffic signal equipment and associated maintenance thereof until Departmental acceptance is granted. All equipment and/or parts to keep the traffic signal installation operating shall be furnished by the Contractor. No spare traffic signal equipment is available from the Department. All punch list work shall be completed within two (2) weeks after the final inspection. The Contractor shall notify the Electrical Maintenance Contractor to inspect all punch list work. Failure to meet these time constraints shall result in liquidated damage charges of $500 per month per incident. All cost of work and materials required to comply with the above requirements shall be included in the pay item bid prices, under which the subject materials and signal equipment are paid, and no additional compensation will be allowed. Materials and signal equipment not complying with the above requirements shall be subject to removal and disposal at the Contractor's expense. Record Drawings. The requirements listed for Electrical Installation shall apply for Traffic Signal Installations in Article 801.16. Revise the 2nd paragraph of Article 801.16 of the Standard Specifications to read: “When the work is complete, and seven days before the request for a final inspection, the reduced-size set of contract drawings, stamped “RECORD DRAWINGS”, shall be submitted to the Engineer for review and approval and shall be stamped with the date and the signature of the Contractor’s supervising Engineer or electrician. The record drawings shall be submitted in PDF format on CDROM as well as hardcopy for review and approval. If the contract consists of multiple intersections, each intersection shall be saved as an individual PDF file with TS# and location name in its file name. In addition to the record drawings, copies of the final catalog cuts which have been Approved or Approved as Noted shall be submitted in PDF format along with the record drawings. The PDF files shall clearly indicate the pay item either by filename or PDF Table of Contents referencing the respective pay item number for multi-item PDF files. Specific part or model numbers of items which have been selected shall be clearly visible.” Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 36 As part of the record drawings, the Contractor shall inventory all traffic signal equipment, new or existing, on the project and record information in an Excel spreadsheet. The inventory shall include equipment type, model numbers, software manufacturer and version and quantities. Add the following to Article 801.16 of the Standard Specifications: “In addition to the specified record drawings, the Contactor shall record GPS coordinates of the following traffic signal components being installed, modified or being affected in other ways by this contract: • All Mast Arm Poles and Posts • Traffic Signal Wood Poles • Rail Road Bungalow • UPS • Handholes • Conduit roadway crossings • Controller Cabinets • Communication Cabinets • Electric Service Disconnect locations • CCTV Camera installations • Fiber Optic Splice Locations • Conduit Crossings Datum to be used shall be North American 1983. Data shall be provided electronically and in print form. The electronic format shall be compatible with MS Excel. Latitude and Longitude shall be in decimal degrees with a minimum of 6 decimal places. Each coordinate shall have the following information: • File shall be named: TSXXX-YY-MM-DD (i.e. TS22157_15-01-01) • Each intersection shall have its own file • Row 1 should have the location name (i.e. IL 31 @ Klausen) • Row 2 is blank • Row 3 is the headers for the columns • Row 4 starts the data • Column A (Date) – should be in the following format: MM/DD/YYYY • Column B (Item) – as shown in the table below • Column C (Description) – as shown in the table below • Column D and E (GPS Data) – should be in decimal form, per the IDOT special provisions Examples: Date Item Description Latitude Longitude 01/01/2015 MP (Mast Arm Pole) NEQ, NB, Dual, Combination Pole 41.580493 -87.793378 01/01/2015 HH (Handhole) Heavy Duty, Fiber, Intersection, Double 41.558532 -87.792571 01/01/2015 ES (Electrical Service) Ground mount, Pole mount 41.765532 -87.543571 01/01/2015 CC (Controller Cabinet) 41.602248 -87.794053 01/01/2015 RSC (Rigid Steel Crossing) IL 31 east side crossing south leg to center HH at Klausen 41.611111 -87.790222 Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 37 01/01/2015 PTZ (PTZ) NEQ extension pole 41.593434 -87.769876 01/01/2015 POST (Post) 41.651848 -87.762053 01/01/2015 MCC (Master Controller Cabinet) 41.584593 -87.793378 01/01/2015 COMC (Communication Cabinet) 41.584600 -87.793432 01/01/2015 BBS (Battery Backup System) 41.558532 -87.792571 01/01/2015 CNCR (Conduit Crossing) 4-inch IL 31 n/o of Klausen 41.588888 -87.794440 Prior to the collection of data, the contractor shall provide a sample data collection of at least six data points of known locations to be reviewed and verified by the Engineer to be accurate within 1 foot. Upon verification, data collection can begin. Data collection can be made as construction progresses, or can be collected after all items are installed. If the data is unacceptable the contractor shall make corrections to the data collection equipment and or process and submit the data for review and approval as specified. Accuracy. Data collected is to be mapping grade. A handheld mapping grade GPS device shall be used for the data collection. The receiver shall support differential correction and data shall have a minimum 1 foot accuracy after post processing. GPS receivers integrated into cellular communication devices, recreational and automotive GPS devices are not acceptable. The GPS shall be the product of an established major GPS manufacturer having been in the business for a minimum of 6 years.” Delete the last sentence of the 3rd paragraph of Article 801.16. Locating Underground Facilities. Revise Section 803 to the Standard Specifications to read: IDOT traffic signal facilities are not part of any of the one-call locating service such as J.U.L.I.E or Digger. If this Contract requires the services of an Electrical Contractor, the Contractor shall be responsible at his/her own expense for locating existing IDOT electrical facilities prior to performing any work. If this Contract does not require the services of an Electrical Contractor, the Contractor may request one free locate for existing IDOT electrical facilities from the District One Electrical Maintenance Contractor prior to the start of any work. Additional requests may be at the expense of the Contractor. The location of underground traffic facilities does not relieve the Contractor of their responsibility to repair any facilities damaged during construction at their expense. The exact location of all utilities shall be field verified by the Contractor before the installation of any components of the traffic signal system. For locations of utilities, locally owned equipment, and leased enforcement camera system facilities, the local Counties or Municipalities may need to be contacted: in the City of Chicago contact Digger at (312) 744-7000 and for all other locations contact J.U.L.I.E. at 1-800-892-0123 or 811. Restoration of Work Area. Add the following article to Section 801 of the Standard Specifications: 801.17 Restoration of work area. Restoration of the traffic signal work area shall be included in the related pay items such as foundation, conduit, handhole, underground raceways, etc. All roadway surfaces such as shoulders, medians, sidewalks, pavement, etc. shall be replaced in kind. All damage to mowed lawns shall be replaced with an approved sod, and all damage to unmowed fields shall be seeded. All brick pavers disturbed in the work area shall be restored to their original configuration as directed by the Engineer. All damaged brick pavers shall be replaced with a comparable Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 38 material approved by the Engineer. Restoration of the work area shall be included in the contract without any extra compensation allowed to the Contractor. Bagging Signal Heads. Light tan colored traffic and pedestrian signal reusable covers shall be used to cover dark/un-energized signal sections and visors. Covers shall be made of outdoor fabric with urethane coating for repelling water, have elastic fully sewn around the cover ends for a tight fit over the visor, and have a minimum of two straps with buckles to secure the cover to the backplate. A center mesh strip allows viewing without removal for signal status testing purposes. Covers shall include a message indicating the signal is not in service. SERVICE INSTALLATION (TRAFFIC SIGNALS) Effective: May 22, 2002 Revised: June 15, 2016 805.01TS Revise Section 805 of the Standard Specifications to read: Description. This work shall consist of all materials and labor required to install, modify, or extend the electric service installation. All installations shall meet the requirements of the “District One Standard Traffic Signal Design Details”. General. The electric service installation shall be the electric service disconnecting means and it shall be identified as suitable for use as service equipment. The electric utility contact information is noted on the plans and represents the current information at the time of contract preparation. The Contractor must request in writing for service and/or service modification within 10 days of contract award and must follow-up with the electric utility to assure all necessary documents and payment are received by the utility. The Contractor shall forward copies of all correspondence between the contractor and utility company to the Engineer and Area Traffic Signal Maintenance and Operations Engineer. The service agreement and sketch shall be submitted for signature to the IDOT’s Traffic Operations Programs Engineer. Materials. a. General. The completed control panel shall be constructed in accordance with UL Std. 508A, Industrial Control Panel, and carry the UL label. Wire terminations shall be UL listed. b. Enclosures. 1. Pole Mounted Cabinet. The cabinet shall be UL 50, NEMA Type 4X, unfinished single door design, fabricated from minimum 0.080-inch (2.03 mm) thick Type 5052 H-32 aluminum. Seams shall be continuous welded and ground smooth. Stainless steel screws and clamps shall secure the cover and assure a watertight seal. The cover shall be removable by pulling the continuous stainless steel hinge pin. The cabinet shall have an oil-resistant gasket and a lock kit shall be provided with an internal O- ring in the locking mechanism assuring a watertight and dust-tight seal. The cabinet shall be sized to adequately house all required components with extra space for arrangement and termination of wiring. A minimum size of 14-inches (350 mm) high, 9-inches (225 mm) wide and 8-inches (200 mm) in depth is required. The cabinet shall be channel mounted to a wooden utility pole using assemblies recommended by the vendor. 2. Ground Mounted Cabinet. The cabinet shall be UL 50, NEMA Type 3R unfinished single door design with back panel. The cabinet shall be fabricated from Type 5052 H-32 aluminum with the frame and Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 39 door 0.125-inch (3.175 mm) thick, the top 0.250-inch (6.350 mm) thick and the bottom 0.500-inch (12.70 mm) thick. Seams shall be continuous welded and ground smooth. The door and door opening shall be double flanged. The door shall be approximately 80% of the front surface, with a full length tamperproof stainless steel .075-inch (1.91 mm) thick hinge bolted to the cabinet with stainless steel carriage bolts and nylocks nuts. The locking mechanism shall be slam-latch type with a keyhole cover. The cabinet shall be sized to adequately house all required components with extra space for arrangement and termination of wiring. A minimum size of 40-inches (1000 mm) high, 16-inches (400 mm) wide and 15-inches (375 mm) in depth is required. The cabinet shall be mounted upon a square Type A concrete foundation as indicated on the plans. The foundation is paid for separately. 3. All enclosures shall include a green external power indicator LED light with circuitry as shown in the Electrical Service-Panel Diagram detail sheet. For pole mounted service enclosures, the power indicator light shall be mounted as shown in the detail. For ground mounted enclosures, the power indicator light shall be mounted on the side of the enclosure most visible from the major roadway. c. Electric Utility Meter Housing and Riser. The electric meter housing and meter socket shall be supplied and installed by the contractor. The contractor is to coordinate the work to be performed and the materials required with the utility company to make the final connection at the power source. Electric utility required risers, weather/service head and any other materials necessary for connection shall also be included in the pay item. Materials shall be in accordance with the electric utility’s requirements. For ground-mounted service, the electric utility meter housing shall be mounted to the enclosure. The meter shall be supplied by the utility company. Metered service shall not be used unless specified in the plans. d. Surge Protector. Overvoltage protection, with LED indicator, shall be provided for the 120 volt load circuit by the means MOV and thermal fusing technology. The response time shall be <5n seconds and operate within a range of –40C to +85C. The surge protector shall be UL 1449 Listed. e. Circuit Breakers. Circuit breakers shall be standard UL listed molded case, thermal-magnetic bolt-on type circuit breakers with trip free indicating handles. 120 volt circuit breakers shall have an interrupting rating of not less than 65,000 rms symmetrical amperes. Unless otherwise indicated, the main disconnect circuit breaker for the traffic signal controller shall be rated 60 amperes, 120 V and the auxiliary circuit breakers shall be rated 10 amperes, 120 V. f. Fuses, Fuseholders and Power Indicating Light. Fuses shall be small-dimensional cylindrical fuses of the dual element time-delay type. The fuses shall be rated for 600 V AC and shall have a UL listed interrupting rating of not less than 10,000 rms symmetrical amperes at rated voltage. The power indicating light shall be LED type with a green colored lens and shall be energized when electric utility power is present. g. Ground and Neutral Bus Bars. A single copper ground and neutral bus bar, mounted on the equipment panel shall be provided. Ground and neutral conductors shall be separated on the bus bar. Compression lugs, plus 2 spare lugs, shall be sized to accommodate the cables with the heads of the connector screws painted green for ground connections and white for neutral connections. h. Utility Services Connection. The Contractor shall notify the Utility Company marketing representative a minimum of 30 working days prior to the anticipated date of hook-up. This 30 day advance notification will begin only after the Utility Company marketing representative has received service charge payments from the Contractor. Prior to contacting the Utility Company marketing representative for service connection, the service installation controller cabinet and cable must be installed for inspection by the Utility Company. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 40 i. Ground Rod. Ground rods shall be copper-clad steel, a minimum of 10 feet (3.0m) in length, and 3/4 inch (20mm) in diameter. Ground rod resistance measurements to ground shall be 25 ohms or less. If necessary additional rods shall be installed to meet resistance requirements at no additional cost to the contract. Installation. a. General. The Contractor shall confirm the orientation of the traffic service installation and its door side with the engineer, prior to installation. All conduit entrances into the service installation shall be sealed with a pliable waterproof material. b. Pole Mounted. Brackets designed for pole mounting shall be used. All mounting hardware shall be stainless steel. Mounting height shall be as noted on the plans or as directed by the Engineer. c. Ground Mounted. The service installation shall be mounted plumb and level on the foundation and fastened to the anchor bolts with hot-dipped galvanized or stainless steel nuts and washers. The space between the bottom of the enclosure and the top of the foundation shall be caulked at the base with silicone. Basis of Payment. The service installation shall be paid for at the contract unit price each for SERVICE INSTALLATION of the type specified which shall be payment in full for furnishing and installing the service installation complete. The CONCRETE FOUNDATION, TYPE A, which includes the ground rod, shall be paid for separately. SERVICE INSTALLATION, POLE MOUNTED shall include the 3/4 inch (20mm) grounding conduit, ground rod, and pole mount assembly. Any charges by the utility companies shall be approved by the engineer and paid for as an addition to the contract according to Article 109.05 of the Standard Specifications. GROUNDING OF TRAFFIC SIGNAL SYSTEMS Effective: May 22, 2002 Revised: July 1, 2015 806.01TS Revise Section 806 of the Standard Specifications to read: General. All traffic signal systems, equipment and appurtenances shall be properly grounded in strict conformance with the NEC. This work shall be in accordance with IDOT’s District One Traffic Signal Design Details. The grounding electrode system shall include a ground rod installed with each traffic signal controller concrete foundation and all mast arm and post concrete foundations. An additional ground rod will be required at locations were measured resistance exceeds 25 ohms. Ground rods are included in the applicable concrete foundation or service installation pay item and will not be paid for separately. Testing shall be according to Article 801.13 (a) (4) and (5). (a) The grounded conductor (neutral conductor) shall be white color coded. This conductor shall be bonded to the equipment grounding conductor only at the Electric Service Installation. All power cables shall include one neutral conductor of the same size. (b) The equipment grounding conductor shall be green color coded. The following is in addition to Article 801.04 of the Standard Specifications. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 41 1. Equipment grounding conductors shall be bonded to the grounded conductor (neutral conductor) only at the Electric Service Installation. The equipment grounding conductor is paid for separately and shall be continuous. The Earth shall not be used as the equipment grounding conductor. 2. Equipment grounding conductors shall be bonded, using a UL Listed grounding connector, to all traffic signal mast arm poles, traffic signal posts, pedestrian posts, pull boxes, handhole frames and covers, conduits, and other metallic enclosures throughout the traffic signal wiring system, except where noted herein. Bonding shall be made with a splice and pigtail connection, using a sized compression type copper sleeve, sealant tape, and heat-shrinkable cap. A UL listed electrical joint compound shall be applied to all conductors’ terminations, connector threads and contact points. Conduit grounding bushings shall be installed at all conduit terminations including spare or empty conduits. 3. All metallic and non-metallic raceways shall have a continuous equipment grounding conductor, except raceways containing only detector loop lead-in circuits, circuits under 50 volts and/or fiber optic cable will not be required to include an equipment grounding conductor. 4. Individual conductor splices in handholes shall be soldered and sealed with heat shrink. When necessary to maintain effective equipment grounding, a full cable heat shrink shall be provided over individual conductor heat shrinks. (c) The grounding electrode conductor shall be similar to the equipment grounding conductor in color coding (green) and size. The grounding electrode conductor is used to connect the ground rod to the equipment grounding conductor and is bonded to ground rods via exothermic welding, UL listed pressure connectors, and UL listed clamps . UNDERGROUND RACEWAYS Effective: May 22, 2002 Revised: July 1, 2015 810.02TS Revise Article 810.04 of the Standard Specifications to read: “Installation. All underground conduits shall have a minimum depth of 30-inches (700 mm) below the finished grade.” Add the following to Article 810.04 of the Standard Specifications: “All metal conduit installed underground shall be Rigid Steel Conduit unless otherwise indicated on the plans.” Add the following to Article 810.04 of the Standard Specifications: “All raceways which extend outside of a structure or duct bank but are not terminated in a cabinet, junction box, pull box, handhole, post, pole, or pedestal shall extend a minimum or 300 mm (12”) or the length shown on the plans beyond the structure or duct bank. The end of this extension shall be capped and sealed with a cap designed for the conduit to be capped. The ends of rigid metal conduit to be capped shall be threaded, the threads protected with full galvanizing, and capped with a threaded galvanized steel cap. The ends of rigid nonmetallic conduit and coilable nonmetallic conduit shall be capped with a rigid PVC cap of not less than 3 mm (0.125”) thick. The cap shall be sealed to the conduit using a room- Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 42 temperature-vulcanizing (RTV) sealant compatible with the material of both the cap and the conduit. A washer or similar metal ring shall be glued to the inside center of the cap with epoxy, and the pull cord shall be tied to this ring.” HANDHOLES Effective: January 01, 2002 Revised: July 1, 2018 814.01TS Description. Add the following to Section 814 of the Standard Specifications: All conduits shall enter the handhole at a depth of 30 inches (762 mm) except for the conduits for detector loops when the handhole is less than 5 feet (1.52 m) from the detector loop. All conduit ends should be sealed with a waterproof sealant to prevent the entrance of contaminants into the handhole. Steel cable hooks shall be coated with hot-dipped galvanization in accordance with AASHTO Specification M111. Hooks shall be a minimum of 1/2 inch (13 mm) diameter with two 90 degree bends and extend into the handhole at least 6 inches (152 mm). Hooks shall be placed a minimum of 12 inches (305 mm) below the lid or lower if additional space is required. Precast round handholes shall not be used unless called out on the plans. The cover of the handhole frame shall be labeled “Traffic Signals" with legible raised letters. Handhole covers for Red Light Running Cameras shall be labeled “RLRC”. Revise the third paragraph of Article 814.03 of the Standard Specifications to read: “Handholes shall be constructed as shown on the plans and shall be cast-in-place, or precast concrete units. Heavy duty handholes shall be either cast-in-place or precast concrete units.” Add the following to Article 814.03 of the Standard Specifications: “(c) Precast Concrete. Precast concrete handholes shall be fabricated according to Article 1042.17. Where a handhole is contiguous to a sidewalk, preformed joint filler of 1/2 inch (13 mm) thickness shall be placed between the handhole and the sidewalk.” Cast-In-Place Handholes. All cast-in-place handholes shall be concrete, with inside dimensions of 21-1/2 inches (546 mm) minimum. Frames and lid openings shall match this dimension. For grounding purposes the handhole frame shall have provisions for a 7/16 inch (11 mm) diameter stainless steel bolt cast into the frame. The covers shall have a stainless steel threaded stint extended from the eye hook assembly for the purpose of attaching the grounding conductor to the handhole cover. The minimum wall thickness for heavy duty hand holes shall be 12 inches (305mm). Precast Round Handholes. All precast handholes shall be concrete, with inside dimensions of 30 inches (762mm) diameter. Frames and covers shall have a minimum opening of 26 inches (660mm) and no larger than the inside diameter of the handhole. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 43 For grounding purposes the handhole frame shall have provisions for a 7/16 inch (11 mm) diameter stainless steel bolt cast into the frame. For the purpose of attaching the grounding conductor to the handhole cover, the covers shall either have a 7/16 inch (11 mm) diameter stainless steel bolt cast into the cover or a stainless steel threaded stint extended from an eye hook assembly. A hole may be drilled for the bolt if one cannot be cast into the frame or cover. The head of the bolt shall be flush or lower than the top surface of the cover. The minimum wall thickness for precast heavy duty hand holes shall be 6 inches (152 mm). Precast round handholes shall be only produced by an approved precast vendor. Materials. Add the following to Section 1042 of the Standard Specifications: “1042.17 Precast Concrete Handholes. Precast concrete handholes shall be according to Articles 1042.03(a)(c)(d)(e).” UNINTERRUPTABLE POWER SUPPLY, SPECIAL Effective: January 1, 2013 Revised: May 19, 2016 862.01TS This work shall be in accordance with section 862 of the Standard Specification except as modified herein Add the following to Article 862.01 of the Standard Specifications: The UPS shall have the power capacity to provide normal operation of a signalized intersection that utilizes all LED type signal head optics, for a minimum of 6 (six) hours. Add the following to Article 862.02 of the Standard Specifications: Materials shall be according to Article 1074.04 as modified in UNINTERRUPTABLE POWER SUPPLY, SPECIAL. Add the following to Article 862.03 of the Standard Specifications: The UPS shall additionally include, but not be limited to, a battery cabinet, where applicable. For Super-P (Type IV) and Super-R (Type V) cabinets, the battery cabinet is integrated to the traffic signal cabinet, and shall be included in the cost for the traffic signal cabinet of the size and type indicated on the plans. The UPS shall provide reliable emergency power to the traffic signals in the event of a power failure or interruption. Revise Article 862.04 of the Standard Specifications to read: Installation. When a UPS is installed at an existing traffic signal cabinet, the UPS cabinet shall partially rest on the lip of the existing controller cabinet foundation and be secured to the existing controller cabinet by means of at least four (4) stainless steel bolts. The UPS cabinet shall be completely enclosed with the bottom and back constructed of the same material as the cabinet. When a UPS is installed at a new signal cabinet and foundation, it shall be mounted as shown on the plans. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 44 At locations where UPS is installed and an Emergency Vehicle Priority System is in use, any existing incandescent confirmation beacons shall be replaced with LED lamps in accordance with the District One Emergency Vehicle Priority System specification at no additional cost to the contract. A concrete apron shall be provided and be in accordance with Articles 424 and 202 of the Standard Specifications. The concrete apron shall also, follow the District 1 Standard Traffic Signal Design Detail, Type D for Ground Mounted Controller Cabinet and UPS Battery Cabinet. This item shall include any required modifications to an existing traffic signal controller as a result of the addition of the UPS including the addition of alarms. Materials. Revise Article 1074.04(a)(1) of the Standard Specifications to read: The UPS shall be line interactive or double conversion and provide voltage regulation and power conditioning when utilizing utility power. The UPS shall be sized appropriately for the intersection(s) normal traffic signal operating load. The UPS must be able to maintain the intersection’s normal operating load plus 20 percent (20%) of the intersection’s normal operating load. When installed at a railroad-interconnected intersection the UPS must maintain the railroad pre- emption load, plus 20 percent (20%) of the railroad preemption-operating load. The total connected traffic signal load shall not exceed the published ratings for the UPS. The UPS shall provide a minimum of 6 (six) hours of normal operation run-time for signalized intersections with LED type signal head optics at 77 °F (25 °C) (minimum 1000 W active output capacity, with 86 percent minimum inverter efficiency). Revise the first paragraph of Article 1074.04(a)(3) of the Standard Specifications to read: The UPS shall have a minimum of four (4) sets of normally open (NO) and normally closed (NC) single-pole double- throw (SPDT) relay contact closures, available on a panel mounted terminal block or locking circular connectors, rated at a minimum 120 V/1 A, and labeled so as to identify each contact according to the plans. Revise Article 1074.04(a)(10) of the Standard Specifications to read: The UPS shall be compatible with the District’s approved traffic controller assemblies utilizing NEMA TS 1 or NEMA TS 2 controllers and cabinet components for full time operation. Revise Article 1074.04(a)(17) of the Standard Specifications to read: When the intersection is in battery backup mode, the UPS shall bypass all internal cabinet lights, ventilation fans, cabinet heaters, service receptacles, luminaires, any lighted street name signs, any automated enforcement equipment and any other devices directed by the Engineer. Revise Article 1074.04(b)(2)b of the Standard Specifications to read: Batteries, inverter/charger and power transfer relay shall be housed in a separate NEMA Type 3R cabinet. The cabinet shall be Aluminum alloy, 5052-H32, 0.125-inch thick and have a natural mill finish. Revise Article 1074.04(b)(2)c of the Standard Specifications to read: No more than three batteries shall be mounted on individual shelves for a cabinet housing six batteries and no more than four batteries per shelf for a cabinet housing eight batteries. Revise Article 1074.04(b)(2)e of the Standard Specifications to read: Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 45 The battery cabinet housing shall have the following nominal outside dimensions: a width of 25 in. (785 mm), a depth of 16 in. (440 mm), and a height of 41 to 48 in. (1.1 to 1.3 m). Clearance between shelves shall be a minimum of 10 in. (250 mm). End of paragraph 1074.04(b)(2)e The door shall be equipped with a two position doorstop, one a 90o and one at 120o. Revise Article 1074.04(b)(2)g of the Standard Specifications to read: The door shall open to the entire cabinet, have a neoprene gasket, an Aluminum continuous piano hinge with stainless steel pin, and a three point locking system. The cabinet shall be provided with a main door lock which shall operate with a traffic industry conventional No. 2 key. Provisions for padlocking the door shall be provided. Add the following to Article 1074.04(b)(2) of the Standard Specifications: j. The battery cabinet shall have provisions for an external generator connection. Add the following to Article 1074.04(c) of the Standard Specifications: (8) The UPS shall include a tip or kill switch installed in the battery cabinet, which shall completely disconnect power from the UPS when the switch is manually activated. (9) The UPS shall include standard RS-232 and internal Ethernet interface. (10) The UPS shall incorporate a flanged electric generator inlet for charging the batteries and operating the UPS. The generator connector shall be male type, twist-lock, rated as 15A, 125VAC with a NEMA L5-15P configuration and weatherproof lift cover plate. Access to the generator inlet shall be from a secured weatherproof lift cover plate or behind a locked battery cabinet police panel. (11) The bypass switch shall include an internal power transfer relay that allows removal of the battery back-up unit, while the traffic signal is connected to utility power, without impacting normal traffic signal operation. Revise Article 1074.04(d)(3) of the Standard Specifications to read: All batteries supplied in the UPS shall be either gel cell or AGM type, deep cycle, completely sealed, prismatic lead calcium based, silver alloy, valve regulated lead acid (VRLA) requiring no maintenance. All batteries in a UPS installation shall be the same type; mixing of gel cell and AGM types within a UPS installation is not permitted. Revise Article 1074.04(d)(4) of the Standard Specifications to read: Batteries shall be certified by the manufacturer to operate over a temperature range of -13 to 160 °F (-25 to + 71 °C) for gel cell batteries and -40 to 140 °F (-40 to + 60 °C) for AGM type batteries. Add the following to Article 1074.04(d) of the Standard Specifications: (9) The UPS shall consist of an even number of batteries that are capable of maintaining normal operation of the signalized intersection for a minimum of 6 (six) hours. Calculations shall be provided showing the number of batteries of the type supplied that are needed to satisfy this requirement. A minimum of four batteries shall be provided. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 46 (10) Battery Heater mats shall be provided, when gel cell type batteries are supplied. Add the following to the Article 1074.04 of the Standard Specifications: (e) Warranty. The warranty for an uninterruptable power supply (UPS) and batteries (full replacement) shall cover a minimum of 5 years from date the equipment is placed in operation. (f) Installation. Bypass switch shall completely disconnect the traffic signal cabinet from the utility provider. (g) The UPS shall be set-up to run the traffic signal continuously, without going to a red flashing condition, when switched to battery power unless otherwise directed by the Engineer. The Contractor shall confirm set-up with the Engineer. The continuous operation mode when switched to battery may require modification to unit connections and these modifications are included in the unit price for this item. Revise Article 862.05 of the Standard Specifications to read: Basis of Payment. This work will be paid for at the contract unit price per each for UNINTERRUPTABLE POWER SUPPLY, SPECIAL or UNINTERRUPTABLE POWER SUPPLY AND CABINET, SPECIAL. Replacement of Emergency Vehicle Priority System confirmation beacons and any required modifications to the traffic signal controller shall be included in the cost of the UNINTERRUPTABLE POWER SUPPLY, SPECIAL or UNINTERRUPTABLE POWER SUPPLY AND CABINET, SPECIAL item. The concrete apron and earth excavation required shall be included in the cost of the UNINTERRUPTABLE POWER SUPPLY AND CABINET, SPECIAL item. ELECTRIC CABLE Effective: May 22, 2002 Revised: July 1, 2015 873.01TS Delete “or stranded, and No. 12 or” from the last sentence of Article 1076.04 (a) of the Standard Specifications. Add the following to the Article 1076.04(d) of the Standard Specifications: Service cable may be single or multiple conductor cable. EMERGENCY VEHICLE PRIORITY SYSTEM LINE SENSOR CABLE, NO. 20 3/C Effective: January 1, 2013 Revised: July 1, 2015 873.03TS This work shall consist of furnishing and installing lead-in cable for light detectors installed at existing and/or proposed traffic signal installations as part of an emergency vehicle priority system. The work includes installation of the lead-in cables in existing and/or new conduit. The electric cable shall be shielded and have (3) stranded conductors, colored blue, orange, and yellow with a stranded tinned copper drain wire. The cable shall meet the requirements of the vendor of the Emergency Vehicle Priority System Equipment. Basis of Payment. This work will be paid for at the contract unit price per foot for EMERGENCY VEHICLE PRIORITY SYSTEM LINE SENSOR CABLE, NO. 20 3/C, which price shall be payment in full for furnishing, installing and making all electrical connections necessary for proper operations. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 47 TRAFFIC SIGNAL POST Effective: May 22, 2002 Revised: July 14, 2021 875.01TS Revise Article 1077.01 (c) of the Standard Specifications to read: (c) Anchor Rods. The anchor rods shall be a minimum of 5/8 in. in diameter and 16 in. long and shall be according to Article 1006.09. The anchor rods shall be threaded approximately 6 in. at one end and have a bend at the other end. The first 12 in. at the threaded end shall be galvanized. One each galvanized nut and trapezoidal washer shall be furnished with each anchor rod. The washer shall be properly sized to fully engage and sit flush on all sides of the slot of the base plate. Revise the first sentence of Article 1077.01 (d) of the Standard Specifications to read: All posts shall be steel and bases shall be cast iron. All posts and bases shall be hot dipped galvanized according to AASHTO M 111. If the Department approves painting, powder coating by the manufacturer will be required over the galvanization in accordance with 851.01TS TRAFFIC SIGNAL PAINTING Special Provisions. MAST ARM ASSEMBLY AND POLE Effective: May 22, 2002 Revised: July 01, 2015 877.01TS Revise the second sentence of Article 1077.03 (a)(3) of the Standard Specifications to read: Traffic signal mast arms shall be one piece construction, unless otherwise approved by the Engineer. Add the following to Article 1077.03 (a)(3) of the Standard Specifications: If the Department approves painting, powder coating by the manufacturer will be required over the galvanization in accordance with 851.01TS TRAFFIC SIGNAL PAINTING Special Provisions. CONCRETE FOUNDATIONS Effective: May 22, 2002 Revised: November 01, 2018 878.01TS Add the following to Article 878.03 of the Standard Specifications: All anchor bolts shall be according to Article 1006.09, with all anchor bolts hot dipped galvanized a minimum of 12 in. at the threaded end. No foundation is to be poured until the Resident Engineer gives his/her approval as to the depth of the foundation. Add the following to the first paragraph of Article 878.05 of the Standard Specifications: The concrete apron in front of the cabinet and UPS shall be included in this pay item. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 48 LIGHT EMITTING DIODE (LED) SIGNAL HEAD AND OPTICALLY PROGRAMMED LED SIGNAL HEAD Effective: May 22, 2002 Revised: July 1, 2015 880.01TS Materials. Add the following to Section 1078 of the Standard Specifications: 1. LED modules proposed for use and not previously approved by IDOT District One will require independent testing for compliance to current VTCSH-ITE standards for the product and be Intertek ETL Verified. This would include modules from new vendors and new models from IDOT District One approved vendors. 2. The proposed independent testing facility shall be approved by IDOT District One. Independent testing must include a minimum of two (2) randomly selected modules of each type of module (i.e. ball, arrow, pedestrian, etc.) used in the District and include as a minimum Luminous Intensity and Chromaticity tests. However, complete module performance verification testing may be required by the Engineer to assure the accuracy of the vendor’s published data and previous test results. An IDOT representative will select sample modules from the local warehouse and mark the modules for testing. Independent test results shall meet current ITE standards and vendor’s published data. Any module failures shall require retesting of the module type. All costs associated with the selection of sample modules, testing, reporting, and retesting, if applicable, shall be the responsibility of the LED module vendor and not be a cost to this contract. 3. All signal heads shall provide 12” (300 mm) displays with glossy yellow or black polycarbonate housings. All head housings shall be the same color (yellow or black) at the intersection. For new signalized intersections and existing signalized intersections where all signals heads are being replaced, the proposed head housings shall be black. Where only selected heads are being replaced, the proposed head housing color (yellow or black) shall match existing head housings. Connecting hardware and mounting brackets shall be polycarbonate (black). A corrosion resistant anti-seize lubricant shall be applied to all metallic mounting bracket joints, and shall be visible to the inspector at the signal turn-on. Post top mounting collars are required on all posts, and shall be constructed of the same material as the brackets. 4. The LED signal modules shall be replaced or repaired if an LED signal module fails to function as intended due to workmanship or material defects within the first 7 years from the date of traffic signal TURN-ON. LED signal modules which exhibit luminous intensities less than the minimum values specified in Table 1 of the ITE Vehicle Traffic Control Signal Heads: Light Emitting Diode (LED) Circular Signal Supplement (June 27, 2005) [VTSCH], or applicable successor ITE specifications, or show signs of entrance of moisture or contaminants within the first 7 years of the date of traffic signal TURN-ON shall be replaced or repaired. The vendor’s written warranty for the LED signal modules shall be dated, signed by a vendor’s representative and included in the product submittal to the State. (a) Physical and Mechanical Requirements 1. Modules can be manufactured under this specification for the following faces: a. 12 inch (300 mm) circular, multi-section b. 12 inch (300 mm) arrow, multi-section 2. The maximum weight of a module shall be 4 lbs. (1.8 kg). 3. Each module shall be a sealed unit to include all parts necessary for operation (a printed circuit board, power supply, a lens and gasket, etc.), and shall be weather proof after installation and connection. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 49 5. The lens of the module shall be tinted with a wavelength-matched color to reduce sun phantom effect and enhance on/off contrast. The tinting shall be uniform across the lens face. Polymeric lens shall provide a surface coating or chemical surface treatment applied to provide abrasion resistance. The lens of the module shall be integral to the unit, convex with a smooth outer surface and made of plastic. The lens shall have a textured surface to reduce glare. 6. The use of tinting or other materials to enhance ON/OFF contrasts shall not affect chromaticity and shall be uniform across the face of the lens. 7. Each module shall have a symbol of the type of module (i.e. circle, arrow, etc.) in the color of the module. The symbol shall be 1 inch (25.4 mm) in diameter. Additionally, the color shall be written out in 1/2 inch (12.7mm) letters next to the symbol. (b) Photometric Requirements 4. The LEDs utilized in the modules shall be AlInGaP technology for red and InGaN for green and amber indications, and shall be the ultra bright type rated for 100,000 hours of continuous operation from -40 °C to +74 °C. (c) Electrical 1. Maximum power consumption for LED modules is per Table 2. 2. Operating voltage of the modules shall be 120 VAC. All parameters shall be measured at this voltage. 3. The modules shall be operationally compatible with currently used controller assemblies (solid state load switches, flashers, and conflict monitors). 4. When a current of 20 mA AC (or less) is applied to the unit, the voltage read across the two leads shall be 15 VAC or less. 5. The LED modules shall provide constant light output under power. Modules with dimming capabilities shall have the option disabled or set on a non-dimming operation. 6. LED arrows shall be wired such that a catastrophic loss or the failure of one or more LED will not result in the loss of the entire module. (d) Retrofit Traffic Signal Module 1. The following specification requirements apply to the Retrofit module only. All general specifications apply unless specifically superseded in this section. 2. Retrofit modules can be manufactured under this specification for the following faces: a. 12 inch (300 mm) circular, multi-section b. 12 inch (300 mm) arrow, multi-section 3. Each Retrofit module shall be designed to be installed in the doorframe of a standard traffic signal housing. The Retrofit module shall be sealed in the doorframe with a one-piece EPDM (ethylene propylene rubber) gasket. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 50 4. The maximum weight of a Retrofit module shall be 4 lbs. (1.8 kg). 5. Each Retrofit module shall be a sealed unit to include all parts necessary for operation (a printed circuit board, power supply, a lens and gasket, etc.), and shall be weather proof after installation and connection. 6. Electrical conductors for modules, including Retrofit modules, shall be 39.4 inches (1m) in length, with quick disconnect terminals attached. 7. The lens of the Retrofit module shall be integral to the unit, shall be convex with a smooth outer surface and made of plastic or of glass. (e) The following specification requirements apply to the 12 inch (300 mm) arrow module only. All general specifications apply unless specifically superseded in this section. 1. The arrow module shall meet specifications stated in Section 9.01 of the Equipment and Material Standards of the Institute of Transportation Engineers (November 1998) [ITE Standards], Chapter 2 (Vehicle Traffic Control Signal Heads) or applicable successor ITE specifications for arrow indications. 2. The LEDs arrow indication shall be a solid display with a minimum of three (3) outlining rows of LEDs and at least one (1) fill row of LEDs. (f) The following specification requirement applies to the 12 inch (300 mm) programmed visibility (PV) module only. All general specifications apply unless specifically superseded in this section. 1. The LED module shall be a module designed and constructed to be installed in a programmed visibility (PV) signal housing without modification to the housing. Basis of Payment. Add the following to the first paragraph of Article 880.04 of the Standard Specifications: The price shall include furnishing the equipment described above, all mounting hardware and installing them in satisfactory operating condition. Revise the second paragraph of Article 880.04 of the Standard Specifications to read: If the work consists of retrofitting an existing polycarbonate traffic signal head with light emitting diodes (LEDs), it will be paid for as a SIGNAL HEAD, LED, RETROFIT, of the type specified, and of the particular kind of material, when specified. Price shall be payment in full for removal of the existing module, furnishing the equipment described above including LED modules, all mounting hardware, and installing them in satisfactory operating condition. The type specified will indicate the number of signal faces, the number of signal sections in each signal face and the method of mounting. EMERGENCY VEHICLE PRIORITY SYSTEM Effective: May 22, 2002 Revised: July 1, 2015 887.01TS Revise Section 887 of the Standard Specifications to read: Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 51 It shall be the Contractor’s responsibility to contact the municipality or fire district to verify the brand of emergency vehicle pre-emption equipment to be installed prior to the contract bidding. The equipment must be completely compatible with all components of the equipment currently in use by the Agency. All new installations shall be equipped with Confirmation Beacons as shown on the "District One Standard Traffic Signal Design Details." The Confirmation Beacon shall consist of a 6 watt Par 38 LED flood lamp with a 30 degree light spread, or a 7 watt Par 30 LED flood lamp with a 15 degree or greater spread, maximum 7 watt energy consumption at 120V, and a 2,000 hour warranty for each direction of pre-emption. The lamp shall have an adjustable mount with a weatherproof enclosure for cable splicing. All hardware shall be cast aluminum or stainless steel. Holes drilled into signal poles, mast arms, or posts shall require rubber grommets. In order to maintain uniformity between communities, the confirmation beacons shall indicate when the control equipment receives the pre-emption signal. The pre-emption movement shall be signalized by a flashing indication at the rate specified by Section 4L.01 of the “Manual on Uniform Traffic Control Devices,” and other applicable sections of future editions. The stopped pre-empted movements shall be signalized by a continuous indication. All light operated systems shall include security and transit preemption software and operate at a uniform rate of 14.035 Hz ±0.002, or as otherwise required by the Engineer, and provide compatible operation with other light systems currently being operated in the District. This item shall include any required modifications to an existing traffic signal controller as a result of the addition of the EMERGENCY VEHICLE PRIORITY SYSTEM. Basis of Payment. The work shall be paid for at the contract unit price each for furnishing and installing LIGHT DETECTOR and LIGHT DETECTOR AMPLIFIER. Furnishing and installing the confirmation beacon shall be included in the cost of the Light Detector. Any required modifications to the traffic signal controller shall be included in the cost of the LIGHT DETECTOR AMPLIFIER. The preemption detector amplifier shall be paid for on a basis of (1) one each per intersection controller and shall provide operation for all movements required in the pre-emption phase sequence. TRAFFIC SIGNAL BACKPLATE Effective: May 22, 2002 Revised: July 1, 2021 882.01TS Delete 1st sentence of Article 1078.03 of the Standard Specifications and add “All backplates shall be louvered, formed ABS plastic or composite aluminum”. Delete first sentence of the second paragraph of Article 1078.03 of the Standard Specifications and add “The backplate shall be composed of one or two piece. Delete second sentence of the fourth paragraph of Article 1078.03 the Standard Specifications. Add the following to the fourth paragraph of Article 1078.03 of the Standard Specifications: When retro reflective sheeting is specified, it shall be Type ZZ sheeting according to Article 1091.03 and applied in preferred orientation for the maximum angularity according to the vendor’s recommendations. The retroreflective sheeting shall be installed under a controlled environment at the vendor/equipment supplier before shipment to the contractor. The formed plastic backplate shall be prepared and cleaned, following recommendations of the retroreflective sheeting manufacturer. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 52 RADAR VEHICLE DETECTION SYSTEM Effective: July 01, 2015 Revised: May 9, 2017 886.03TS Description. This work shall consist of furnishing and installing a radar vehicle detection system as specified and/or as shown on the plan. This pay item shall include all necessary work and equipment required to have a fully operational system including but not limited to the detector unit/s, the interface unit and all the necessary hardware, cable and accessories required to complete the installation in accordance with the manufacturer’s specifications. The radar vehicle detection system shall work under all weather conditions, including rain, freezing rain, snow, wind, dust, fog, and changes in temperature and light. It shall work in an ambient temperature range of -34 to 74 degrees Celsius. It shall have a max power output of 75 watts or less. The radar vehicle detection system shall be compatible with the District’s approved traffic controller assemblies utilizing NEMA TS 1 or NEMA TS 2 controllers and cabinet components for full time operation. The radar vehicle detection system shall provide a minimum of one interface unit that has Ethernet connectivity, surge protection and shall be capable of supporting a minimum of 2 detector units. The stop bar radar vehicle detection system shall have true presence capabilities in which it can detect stopped, slow moving or turning vehicles similar to the Departments in-pavement detection. This is especially important at side streets where driveways are near the intersection. The radar shall be able to drop the call if the vehicle leaves the detection zone. A manufacture statement confirming proper operation is required along each catalog cut submittal. The Department will not allow substitutes for other types of detection. The far back radar detection shall have a detection range of 400 feet or better. A representative from the supplier of the radar vehicle detection system shall supervise the installation and testing of the radar vehicle detection system and shall be present at the traffic signal turn-on inspection. Once the radar vehicle detection system is configured, it shall not need reconfiguration to maintain performance, unless the roadway configuration or the application requirements change. The mounting location/s of the detector unit/s shall be per the manufacturer’s recommendations. If an extension mounting assembly is needed, it shall be included in this item. All holes drilled into signal poles, mast arms, or posts shall require rubber grommets to prevent chafing of wires. The radar vehicle detection system shall be warrantied, free from material and workmanship defects for a period of two years from final inspection. Basis of Payment. This work shall be paid for at the contract unit price each for RADAR VEHICLE DETECTION SYSTEM, SINGLE APPROACH, STOP BAR; RADAR VEHICLE DETECTION SYSTEM, SINGLE APPROACH, FAR BACK; RADAR VEHICLE DETECTION SYSTEM, SINGLE APPROACH, STOP BAR AND FAR BACK, the price of which shall include the cost for all of the work and material described herein and includes furnishing, installing, delivery, handling, testing, set-up and all appurtenances and mounting hardware necessary for a fully operational radar vehicle detection system. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 53 TEMPORARY TRAFFIC SIGNAL TIMING Effective: May 22, 2002 Revised: July 1, 2015 890.02TS Description. This work shall consist of developing and maintaining appropriate traffic signal timings for the specified intersection for the duration of the temporary signalized condition, as well as impact to existing traffic signal timings caused by detours or other temporary conditions. All timings and adjustments necessary for this work shall be performed by an approved Consultant who has previous experience in optimizing Closed Loop Traffic signal Systems for District One of the Illinois Department of Transportation. The Contractor shall contact the Traffic Signal Engineer at (847) 705-4424 for a listing of approved Consultants. The following tasks are associated with TEMPORARY TRAFFIC SIGNAL TIMING. (a) Consultant shall attend temporary traffic signal inspection (turn-on) and/or detour meeting and conduct on- site implementation of the traffic signal timings. (b) Consultant shall be responsible for making fine-tuning adjustments to the timings in the field to alleviate observed adverse operating conditions and to enhance operations. (c) Consultant shall provide monthly observation of traffic signal operations in the field. (d) Consultant shall provide on-site consultation and adjust timings as necessary for construction stage changes, temporary traffic signal phase changes, and any other conditions affecting timing and phasing, including lane closures, detours, and other construction activities. (e) Consultant shall make timing adjustments and prepare comment responses as directed by the Area Traffic Signal Operations Engineer. (f) Return original timing plan once construction is complete. Basis of Payment. The work shall be paid for at the contract unit price each for TEMPORARY TRAFFIC SIGNAL TIMING, which price shall be payment in full for performing all work described herein per intersection. When the temporary traffic signal installation is turned on and/or detour implemented, 50 percent of the bid price will be paid. The remaining 50 percent of the bid price will be paid following the removal of the temporary traffic signal installation and/or detour. LED INTERNALLY ILLUMINATED STREET NAME SIGN Effective: May 22, 2002 Revised: July 1, 2021 891.02TS Description. This work shall consist of furnishing and installing a LED internally illuminated street name sign. Materials. The illuminated street name sign shall be as follows. (a) Description. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 54 The LEDs shall be white in color. The LED internally illuminated street name sign shall display the designated street name clearly and legibly in the daylight hours without being energized and at night when energized. White translucent Type ZZ reflective sheeting sign faces with the street name applied in transparent green shall be installed on the street sign acrylic panels which shall be affixed to the interior of the sign enclosure. Sheeting material shall be of one continuous piece. Paneling shall not be allowed. Hinged door(s) shall be provided for easy access to perform general cleaning and maintenance operations. Illumination shall occur with LED Light Engine as specified. (b) Environmental Requirements. The LED lamp shall be rated for use in the ambient operating temperature range of -40 to +50oC (-40 to +122oF) for storage in the ambient temperature range of -40 to +75oC (-40 to +167oF). (c) General Construction. 1. The LED components, power supply, and wiring harness shall be arranged as to allow for maintenance, up to and including the replacement of all three components. The LED Light Engine shall be mounted in the top and/or bottom of the sign housing and no components of the light source shall sit between the sign faces. 2. The assembly and manufacturing processes of the LED Light Engine shall be designed to ensure that all LED and electronic components are adequately supported to withstand mechanical shocks and vibrations in compliance with the specifications of the ANSI C136.31-2001 standards. (d) Mechanical Construction. 1. The sign shall be constructed using a weatherproof, aluminum housing consisting of an extruded aluminum with the maximum sign dimensions of 30” in height, 96” in length, 10.75” in depth (including the drip edge) and shall not weight more than 110 pounds. All housing corners are continuous TIG (Tungsten Inert Gas) welded to provide a weatherproof seal. 2. The sign doors shall be continuous TIG welded along the two corners with the other two screwed together to make one side of the door removable for installation of the sign face. The door is fastened to the housing on the bottom by a full length stainless steel hinge. The sign shall also be fabricated in a way to ensure that no components fall out while a technician is opening or working inside the sign enclosure. The door shall be held secure onto a 1” wide by 5/32” thick neoprene gasket by an appropriate number of quarter-turn fasteners to form a watertight seal between the door and the housing. 3. The sign face shall be constructed of .125” white translucent polycarbonate or acrylic. Sign legend shall be according to D1 Mast Arm Mounted Street Name Sign detail and MUTCD. The sign face legend background shall consist of translucent Type ZZ white reflective sheeting and transparent green film applied to the front of the sign face. The legend shall be framed by a white border. A logo symbol and/or name of the community may be included with approval of the Engineer. 4. All fasteners and hardware shall be corrosion resistant stainless steel. No special tools shall be required for routine maintenance. 5. All wiring shall be secured by insulated wire compression nuts or barrier type terminal blocks. 6. A wire entrance junction box shall be supplied with the sign assembly. The box may be supplied mounted to the exterior or interior of the sign and shall provide a weather tight seal. 7. A photoelectric switch shall be mounted inside control cabinet to control lighting functions for day and night display. Each sign shall be individually fused. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 55 8. Brackets and Mounting: LED internally illuminated street name signs will be factory drilled to accommodate mast arm two-point support assembly mounting brackets unless indicated otherwise in the plans. A 72” stainless steel safety cable shall be included and installed with each mounting bracket. (e) Electrical. 1. Photocell shall be rated 105-305V, turn on at 1.5 fcs. with a 3-5 second delay. A manufacturer’s warranty of six (6) years shall be provided. Power consumption shall be no greater than 1 watt at 120V. 2. The LED Light Engine shall operate from a 60 +- 3 cycle AC line power over a voltage range of 80 to 135 Vac rms. Fluctuations in line voltage over the range of 80 to 135 Vac shall not affect luminous intensity by more than +- 10%. 3. Total harmonic distortion induced into the AC power line by the LED Light Engine, operated at a nominal operating voltage and at a temperature of +25oC (+77oF), shall not exceed 20%. 4. The LED Light Engine shall cycled ON and OFF with a photocell as shown on the detail sheet and shall not exceed 120 Watts. The signs shall be installed such that they are not energized when traffic signals are powered by an alternate energy source such as a generator or uninterruptable power supply (UPS). (f) Photometric Requirements. 1. The entire surface of the sign panel shall be evenly illuminated. The average maintained luminous intensity measured across the letters, operating under the conditions defined in Environmental Requirements and Wattage Sections shall be of a minimum value of 100 cd/m2. 2. The manufacturer shall make available independent laboratory test results to verify compliance to Voltage Range and Luminous Intensity Distribution Sections. 3. LED shall have a color temperature of 5200k nominal, CRI of 80 with a life expectancy of 75,000 hrs. (g) Quality Assurance. The LED Light Engine shall be manufactured in accordance with a vendor quality assurance (QA) program. The production QA shall include statistically controlled routine tests to ensure minimum performance levels of the LED Light Engine build to meet this specification. QA process and test result documentations shall be kept on file for a minimum period of seven (7) years. The LED Light Engine that does not satisfy the production QA testing performance requirements shall not be labeled, advertised, or sold as conforming to these specifications. Each LED Light Engine shall be identified by a manufacturer’s serial number for warranty purposes. LED Light Engines shall be replaced or repaired if they fail to function as intended due to workmanship or material defects within the first sixty (60) months from the date of acceptance. LED Light Engines that exhibit luminous intensities less than the minimum value specified in Photometric Section within the first thirty-six (36) months from the date of acceptance shall be replaced or repaired. Installation. The sign shall be located on a steel traffic signal mast arm no further than 8-feet from the center of the pole to the center of the sign at a height of between 16 to 18-feet above traveled pavement. Mounting hardware shall be from an approved vendor, utilizing stainless steel components. Basis of Payment. This work will be paid for at the contract unit price each for LED INTERNALLY ILLUMINATED STREET NAME SIGN, of the length as specified in the contract plans which shall be payment in full for furnishing and installing the LED internally illuminated street name sign, complete with circuitry and mounting hardware including photo cell, circuit breaker, fusing, relay, connections and cabling as shown on the plans for proper operation and installation. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 56 The Illuminated street name sign cable will be paid for at the contract unit price per foot for ELECTRIC CABLE IN CONDUIT, STREET NAME SIGN, NO. 14 3C, TYPE SOOW, which price shall be payment in full for furnishing, installing and making all electrical connections necessary for proper operations. REMOVE EXISTING TRAFFIC SIGNAL EQUIPMENT Effective: May 22, 2002 Revised: July 1, 2015 895.02TS Add the following to Article 895.05 of the Standard Specifications: The traffic signal equipment which is to be removed and is to become the property of the Contractor shall be disposed of outside the right-of-way at the Contractor’s expense. All equipment to be returned to the State shall be delivered by the Contractor to the State's Traffic Signal Maintenance Contractor's main facility. The Contractor shall contact the State's Electrical Maintenance Contractor to schedule an appointment to deliver the equipment. No equipment will be accepted without a prior appointment. All equipment shall be delivered within 30 days of removing it from the traffic signal installation. The Contractor shall provide one hard copy and one electronic file of a list of equipment that is to remain the property of the State, including model and serial numbers, where applicable. The Contractor shall also provide a copy of the Contract plan or special provision showing the quantities and type of equipment. Controllers and peripheral equipment from the same location shall be boxed together (equipment from different locations may not be mixed) and all boxes and controller cabinets shall be clearly marked or labeled with the location from which they were removed. If equipment is not returned according to these requirements, it will be rejected by the State's Electrical Maintenance Contractor. The Contractor shall be responsible for the condition of the traffic signal equipment from the time Contractor takes maintenance of the signal installation until the acceptance of a receipt drawn by the State's Electrical Maintenance Contractor indicating the items have been returned in good condition. The Contractor shall safely store and arrange for pick up or delivery of all equipment to be returned to agencies other than the State. The Contractor shall package the equipment and provide all necessary documentation as stated above. Traffic signal equipment which is lost or not returned to the Department for any reason shall be replaced with new equipment meeting the requirements of these Specifications at no cost to the contract. LUMINAIRE, LED, SPECIAL Description. This work shall consist of furnishing and installing LED luminaire as shown on the plans, as specified herein General. The luminaire shall be of the same style and type as specified in the manufacturer’s specifications. Installation. Each luminaire shall be installed according to the luminaire manufacturer’s recommendations. Luminaires which are pole mounted shall be mounted on site such that poles and arms are not left unloaded. Pole mounted luminaires shall be leveled/adjusted after poles are set and vertically aligned before being energized. Each luminaire shall be checked to assure compatibility with the project power system. When the night-time check of the lighting system by the Engineer indicates that any luminaires are mis-aligned, the mis-aligned luminaires shall be corrected at no additional cost. No luminaire shall be installed before it is approved. Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 57 Pole wire shall be extended through the pole, pole grommet, luminaire ring, and any associated arm. The pole wire shall be terminated in a manner that avoids sharp kinks, pinching, pressure on the insulation, or any other arrangement prone to damaging insulation value and producing poor megger test results. Wires shall be trained away from heat sources within the luminaire. Wires shall be terminated so all strands are extended to the full depth of the terminal lug with the insulation removed far enough so it abuts against the shoulder of the lug, but is not compressed as the lug is tightened. Each luminaire and optical assembly shall be free of all dirt, smudges, etc. Should the optical assembly require cleaning, a luminaire manufacturer approved cleaning procedure shall be used. Horizontal mount luminaires shall be installed in a level, horizontal plane, with adjustments as needed to insure the optics are set perpendicular to the traveled roadway. Warranty The entire luminaire and all of its component parts shall be covered by a 10 year warranty. Failure is when one or more of the following occur: 1) Negligible light output from more than 10 percent of the discrete LEDs. 2) Significant moisture that deteriorates performance of the luminaire. 3) Driver that continues to operate at a reduced output due to overheating. The warranty period shall begin on the date of project final acceptance. A copy of the acceptance letter shall be sent to the luminaire manufacturer and luminaire manufacturer’s representative by the Contractor upon final acceptance. The replacement luminaire shall be of the same manufacturer, model, and photometric distribution as the original. Basis of Payment. This work will be paid for at the contract unit price per each for LUMINAIRE, LED, SPECIAL which price shall be payment in full for furnishing and installing the luminaire as described herein and shown on the drawings and as approved by the Engineer. LUMINAIRE SAFETY CABLE ASSEMBLY Description. This item shall consist of providing a luminaire safety cable assembly as specified herein and as indicated in the plans. Materials Materials shall be according to the following: Wire Rope. Cables (wire rope) shall be manufactured from Type 304 or Type 316 stainless steel having a maximum carbon content of 0.08 % and shall be a stranded assembly. Cables shall be 3.18 mm (0.125”) diameter, 7x19 Class strand core and shall have no strand joints or strand splices. Cables shall be manufactured and listed for compliance with Federal Specification RR-W-410 and Mil- DTL-83420. Cable terminals shall be stainless steel compatible with the cable and as recommended by the cable manufacturer. Terminations and clips shall be the same stainless steel grade as the wire rope they are connected to. U-Bolts. U-Bolts and associated nuts, lock washers, and mounting plates shall be manufactured from Type 304 or Type 316 stainless steel. General. The safety cable assembly shall be installed as indicated in the plan details. One end of the cable assembly shall have a loop fabricated from a stainless steel compression sleeve. The other end of the cable assembly shall be connected with stainless steel wire rope clips as indicated. Slack shall be kept to a minimum to prevent the luminaire from creeping off the end of the mast arm. Unless otherwise indicated in the plans, the luminaire safety cable shall only be used in conjunction with luminaires which are directly above the traveled Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 58 pavement. Basis of Payment. This work shall be paid for at the contract price each for LUMINAIRE SAFETY CABLE ASSEMBLY, which shall be payment for the work as described herein and as indicated in the plans. FLOOR DRAIN EXTENSION Effective: February 1, 1996 Revised: April 7, 1998 Description. This work consists of the furnishing and installing extensions on the existing bridge deck drains at locations and as detailed on the plans and as directed by the Engineer. Construction Requirements. The drains shall be fabricated from material as shown on the plans and is to be bent and/or formed according to the dimensions shown on the plans. The Contractor shall verify all plan dimensions prior to fabrication of the extensions. The extensions shall be braced as shown on the plans and the cost of all supporting members shall be included in the cost of FLOOR DRAIN EXTENSIONS. Basis of Payment. This work will be paid for at the contract unit price Each for FLOOR DRAIN EXTENSION, which price shall include all material and labor to satisfactorily complete the work. PLUG EXISTING DECK DRAINS Effective: November 6, 1996 Revised: January 1, 2007 Description. This work consists of all material and labor to satisfactorily plug the existing bridge deck drains at locations and as detailed in the plans. Construction Requirements. The threaded rod, nuts and washers shall be galvanized according to AASHTO M 232 (M232M). The material used to plug the drains shall be Class BS concrete and shall be placed according to Section 503 and Section 1020 of the Standard Specifications. The Contractor may use Bridge Deck Patching mixes as an alternative to the Class BS concrete. Basis of Payment. This work will be paid for at the contract unit price each for PLUG EXISTING DECK DRAINS. PUMPABLE CONCRETE MIX Description This work consists of furnishing all material and labor required to remove all loose material, install forms and install a pumpable concrete mix at locations shown on the plans. Materials Materials shall be according to Article 1020.02. Portland cement concrete shall be according to Section 1020. Class PP-1, PP-2, PP-3, PP-4 or PP-5 concrete shall be used at the Contractor’s option unless noted otherwise on the Contract plans. For all PP mixes the aggregate Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 59 gradation shall be CA 13, CA 14 or CA 16. In addition, the mix shall have 72 hours to obtain 4,000 psi (27,000 kPa) compressive or 675 psi (4,650 kPa) flexural. Surface Preparation Remove all deteriorated concrete, dirt, oil, grease, and all bonding-inhibiting materials from surface. Preparation work shall be done by high pressure water blast, scabbler, or other appropriate mechanical means to obtain an exposed aggregate surface with a minimum surface profile of +1/8 in. (CSP-7). Saturate surface with clean water. Substrate shall be saturated surface dry (SSD) with no standing water during application. Steel reinforcement shall be thoroughly prepared by mechanical cleaning to remove all traces of rust. Where corrosion has occurred due to the presence of chlorides, the steel shall be high-pressure washed with clean water after mechanical cleaning. Placement Pre-wet surface to SSD. Ensure good intimate contact with the substrate is achieved. Vibrate form while pumping. Pump with a variable pressure pump until a 3 to 5 psi increase in normal line pressure is evident then STOP pumping. Form shall not deflect. The Inlet and vent shall be capped when steady flow is evident at the vent. Appropriate measures shall be taken to prevent material backflow at the inlet when pump nozzle is removed. Strip forms when appropriate. Thickness of repair shall be Minimum 1 in. (25 mm). Placement shall be done only with a minimum ambient and surface temperatures of 450F (70C) and rising at the time of application. Curing Moist cure according to Articles 1020.13 (a) (2) or (3). Moist cure shall commence immediately after form removal. The curing period shall be 3 days. In addition to Article 1020.13 when the air temperature is less than 550F (130C), the Contractor shall cover the patch according to Article 1020.13(d)(1) with minimum R12 insulation. Insulation is optional when the air temperature is 550F–900F (130C–320C). Insulation shall not be placed when the air temperature is greater than 900F (320C). Method of Measurement This work will be measured for payment in cubic foot (cubic meters). Basis of Payment This work will be paid for at the contract unit price, per cubic foot (cubic meters) for PUMPABLE CONCRETE MIX) AVAILABLE REPORTS (D1 LR) Effective: July 1, 2021 ☐ No project specific reports were prepared. When applicable, the following checked reports and record information is available for Bidders’ reference upon request: ☐ Record structural plans ☐ Preliminary Site Investigation (PSI) (IDOT ROW) ☐ Preliminary Site Investigation (PSI) (Local ROW) ☐ Preliminary Environmental Site Assessment (PESA) (IDOT ROW) Plainfield-Naperville Road and 127th Street Intersection Village of Plainfield Department of Public Works Section: 08-00044-00-WR Will County Contract No.: 61J25 Project No.: 26ZD(146) Job No.: C-91-096-20 60 ☒ Preliminary Environmental Site Assessment (PESA) (Local ROW) ☐ Soils/Geotechnical Report ☐ Boring Logs ☐ Pavement Cores ☐ Location Drainage Study (LDS) ☐ Hydraulic Report ☐ Noise Analysis ☐ Other: ______________________ [if the first box indicating no reports is checked delete the following section] Those seeking these reports should request access from: Dave Shannon dshannon@hwlochner.com 255 W. Washington St., 12th Floor, Chicago, IL, 60606 312-372-3011 61 IDOT TRAINING PROGRAM GRADUATE ON-THE-JOB TRAINING SPECIAL PROVISION Effective: August 1, 2012 Revised: February 2, 2017 In addition to the Contractor’s equal employment opportunity (EEO) affirmative action efforts undertaken as required by this Contract, the Contractor is encouraged to participate in the incentive program described below to provide additional on-the-job training to certified graduates of the IDOT pre-apprenticeship training program, as outlined in this Special Provision. IDOT funds, and various Illinois community colleges operate, pre-apprenticeship training programs throughout the State to provide training and skill-improvement opportunities to promote the increased employment of minority groups, disadvantaged persons and women in all aspects of the highway construction industry. The intent of this IDOT Pre- Apprenticeship Training Program Graduate (TPG) special provision (Special Provision) is to place these certified program graduates on the project site for this Contract in order to provide the graduates with meaningful on-the-job training. Pursuant to this Special Provision, the Contractor must make every reasonable effort to recruit and employ certified TPG trainees to the extent such individuals are available within a practicable distance of the project site. Specifically, participation of the Contractor or its subcontractor in the Program entitles the participant to reimbursement for graduates’ hourly wages at $15.00 per hour per utilized TPG trainee, subject to the terms of this Special Provision. Reimbursement payment will be made even though the Contractor or subcontractor may also receive additional training program funds from other non-IDOT sources for other non-TPG trainees on the Contract, provided such other source does not specifically prohibit the Contractor or subcontractor from receiving reimbursement from another entity through another program, such as IDOT through the TPG program. With regard to any IDOT funded construction training program other than TPG, however, additional reimbursement for other IDOT programs will not be made beyond the TPG Program described in this Special Provision when the TPG Program is utilized. No payment will be made to the Contractor if the Contractor or subcontractor fails to provide the required on-site training to TPG trainees, as solely determined by IDOT. A TPG trainee must begin training on the project as soon as the start of work that utilizes the relevant trade skill and the TPG trainee must remain on the project site through completion of the Contract, so long as training opportunities continue to exist in the relevant work classification. Should a TPG trainee’s employment end in advance of the completion of the Contract, the Contractor must promptly notify the IDOT District EEO Officer for the Contract that the TPG’s involvement in the Contract has ended. The Contractor must supply a written report for the reason the TPG trainee involvement terminated, the hours completed by the TPG trainee on the Contract, and the number of hours for which the incentive payment provided under this Special Provision will be, or has been claimed for the separated TPG trainee. Finally, the Contractor must maintain all records it creates as a result of participation in the Program on the Contract, and furnish periodic written reports to the IDOT District EEO Officer that document its contractual performance under and compliance with this Special Provision. Finally, through participation in the Program and reimbursement of wages, the Contractor is not relieved of, and IDOT has not waived, the requirements of any federal or state labor or employment law applicable to TPG workers, including compliance with the Illinois Prevailing Wage Act. METHOD OF MEASUREMENT: The unit of measurement is in hours. BASIS OF PAYMENT: This work will be paid for at the contract unit price of $15.00 per hour for each utilized certified TPG Program trainee (TRAINEES TRAINING PROGRAM GRADUATE). The estimated total number of hours, unit price, and total price must be included in the schedule of prices for the Contract submitted by Contractor prior to beginning work. The initial number of TPG trainees for which the incentive is available for this contract is __1___. The Department has contracted with several educational institutions to provide screening, tutoring and pre-training to individuals interested in working as a TPG trainee in various areas of common construction trade work. Only individuals who have successfully completed a Pre-Apprenticeship Training Program at these IDOT approved institutions are eligible to be TPG trainees. To obtain a list of institutions that can connect the Contractor with eligible TPG trainees, the Contractor may contact: HCCTP TPG Program Coordinator, Office of Business and Workforce Diversity (IDOT OBWD), Room 319, Illinois Department of Transportation, 2300 S. Dirksen Parkway, Springfield, Illinois 62764. Prior to commencing construction with the utilization of a TPG trainee, the Contractor must submit documentation to the IDOT District EEO Officer for the Contract that provides the names and 62 contact information of the TPG trainee(s) to be trained in each selected work classification, proof that that the TPG trainee(s) has successfully completed a Pre-Apprenticeship Training Program, proof that the TPG is in an Apprenticeship Training Program approved by the U.S. Department of Labor Bureau of Apprenticeship Training, and the start date for training in each of the applicable work classifications. To receive payment, the Contractor must provide training opportunities aimed at developing a full journeyworker in the type of trade or job classification involved. During the course of performance of the Contract, the Contractor may seek approval from the IDOT District EEO Officer to employ additional eligible TPG trainees. In the event the Contractor subcontracts a portion of the contracted work, it must determine how many, if any, of the TPGs will be trained by the subcontractor. Though a subcontractor may conduct training, the Contractor retains the responsibility for meeting all requirements imposed by this Special Provision. The Contractor must also include this Special Provision in any subcontract where payment for contracted work performed by a TPG trainee will be passed on to a subcontractor. Training through the Program is intended to move TPGs toward journeyman status, which is the primary objective of this Special Provision. Accordingly, the Contractor must make every effort to enroll TPG trainees by recruitment through the Program participant educational institutions to the extent eligible TPGs are available within a reasonable geographic area of the project. The Contractor is responsible for demonstrating, through documentation, the recruitment efforts it has undertaken prior to the determination by IDOT whether the Contractor is in compliance with this Special Provision, and therefore, entitled to the Training Program Graduate reimbursement of $15.00 per hour. Notwithstanding the on-the-job training requirement of this TPG Special Provision, some minimal off-site training is permissible as long as the offsite training is an integral part of the work of the contract, and does not compromise or conflict with the required on-site training that is central to the purpose of the Program. No individual may be employed as a TPG trainee in any work classification in which he/she has previously successfully completed a training program leading to journeyman status in any trade, or in which he/she has worked at a journeyman level or higher 63 LR 107-4 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR INSURANCE Effective: February 1, 2007 Revised: August 1, 2007 All references to Sections or Articles in this specification shall be construed to mean specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation. The Contractor shall name the following entities as additional insured under the Contractor’s general liability insurance policy in accordance with Article 107.27: VILLAGE OF PLAINFIELD VILLAGE OF BOLINGBROOK The entities listed above and their officers, employees, and agents shall be indemnified and held harmless in accordance with Article 107.26. 64 LR 1030-2 State of Illinois DEPARTMENT OF TRANSPORTATION Bureau of Local Roads & Streets SPECIAL PROVISION FOR LOCAL QUALITY ASSURANCE/ QUALITY MANAGEMENT QC/QA Effective: January 1, 2022 Replace the first five paragraphs of Article 1030.06 of the Standard Specifications with the following: “1030.06 Quality Management Program. The Quality Management Program (QMP) will be Quality Control / Quality Assurance (QC/QA) according to the following.” Delete Article 1030.06(d)(1) of the Standard Specifications. Revise Article 1030.09(g)(3) of the Standard Specifications to read: “(3) If core testing is the density verification method, the Contractor shall provide personnel and equipment to collect density verification cores for the Engineer. Core locations will be determined by the Engineer following the document “Hot-Mix Asphalt QC/QA Procedure for Determining Random Density Locations” at density verification intervals defined in Article 1030.09(b). After the Engineer identifies a density verification location and prior to opening to traffic, the Contractor sha ll cut a 4 in. (100 mm) diameter core. With the approval of the Engineer, the cores may be cut at a later time.” Revise Article 1030.09(h)(2) of the Standard Specifications to read: “(2) After final rolling and prior to paving subsequent lifts, the Engineer will identify the random density verification test locations. Cores or nuclear density gauge testing will be used for density verification. The method used for density verification will be as selected below. Density Verification Method Cores Nuclear Density Gauge (Correlated when paving ≥ 3,000 tons per mixture) Density verification test locations will be determined according to the document “Hot- Mix Asphalt QC/QA Procedure for Determining Random Density Locations”. The density testing interval for paving wider than or equal to 3 ft (1 m) will be 0.5 miles (800 m) for lift thicknesses of 3 in. (75 mm) or less and 0.2 miles (320 m) for lift thicknesses greater than 3 in. (75 mm). The density testing interval for paving less than 3 ft (1 m) wide will be 1 mile (1,600 m). If a day’s paving will be less than t he prescribed density testing interval, the length of the day’s paving will be the interval for that day. The density testing interval for mixtures used for patching will be 50 patches with a minimum of one test per mixture per project. If core testing is the density verification method, the Engineer will witness the Contractor coring, and secure and take possession of all density samples at the density verification locations. The Engineer will test the cores collected by the Contractor for density according to Illinois Modified AASHTO T 166 or AASHTO T 275. If nuclear density gauge testing is the density verification method, the Engineer will conduct nuclear density gauge tests. The Engineer will follow the density testing procedure detailed in the document “Illinois Modified ASTM D 2950, Standard Test Method for Density of Bituminous Concrete In-Place by Nuclear Method”. A density verification test will be the result of a single core or the average of the nuclear density tests at one location. The results of each density test must be within acceptable limits. The Engineer will promptly notify the Contractor of observed deficiencies.” 65 Revise the seventh paragraph and all subsequent paragraphs in Section D. of the document “Hot-Mix Asphalt QC/QA Initial Daily Plant and Random Samples” to read: “Mixtures shall be sampled from the truck at the plant by the Contractor following the same procedure used to collect QC mixture samples (Section A). This process will be witnessed by the Engineer who will take custody of the verification sample. Each sample bag with a verification mixture sample will be secured by the Engineer using a locking ID tag. Sample boxes containing the verification mixture sample will be sealed/taped by the Engineer using a security ID label.” 66 STORMWATER POLLUTION PREVENTION PLAN 67 68 69 70 71 72 73 74