Loading...
HomeMy WebLinkAboutSports Core Parking Lot Addition_Final Specifications Bid VersionCall for Bids for: Sports Core Parking Lot Addition Project Issued: Wednesday, March 13, 2024 Bids due: Wednesday, March 27, 2024, at 10:00 a.m. 1 This page intentionally left blank. 2 CONTRACT DOCUMENTS TABLE OF CONTENTS Invitation to Bid ........................................................................................................................... 5 Local Public Agency Formal Contract Proposal – BLR 12200 ............................................. 7 Schedule of Prices – BLR 12200a ......................................................................................... 13 Local Agency Proposal Bid Bond – BLR 12230 ................................................................... 14 Affidavit of Availability – BC 57 .............................................................................................. 16 Apprenticeships or Training Program Certification – BLR 12325 ...................................... 26 Affidavit of Illinois Business Office – BLR 12326 ................................................................. 27 Contract ..................................................................................................................................... 29 Contract Bond – BLR 12321 ................................................................................................... 31 Project Special Provisions Specifications Table of Contents ................................................................................. 35 Special Provisions .......................................................................................................... 36 General Conditions ........................................................................................................ 37 Pay Items ........................................................................................................................ 54 Appendix 1 Index for Supplemental Specifications and Recurring Special Provisions ............. 62 Check Sheet for Recurring Special Provisions .......................................................... 63 Check Sheet for BDE Special Provisions ................................................................... 65 Local Roads Special Provisions ................................................................................... 67 DuPage County Prevailing Wages .............................................................................. 94 Appendix 2 IDOT Standards ........................................................................................................... 105 Appendix 3 Boring Location Plan ................................................................................................... 133 General Notes .............................................................................................................. 134 Boring Logs ................................................................................................................... 136 Unifies Soil Classification System .............................................................................. 138 LPC-663 Form .............................................................................................................. 139 3 This page intentionally left blank. 4 INVITATION TO BID The Village of Oak Brook, lllinois is soliciting sealed bids for the SPORTS CORE PARKING LOT ADDITION PROJECT P@ect consist of expanding the existing parking lot by constructing a new parking area with a total of 81 parking spaces. The proposed improvements include 1250 cubic yards of earth excavation, 24,000 square feet of HMA and approximately 1 ,150 feet of concrete curb, type B, and all its incidental and collateral work necessary to complete the poect as described in the Plans and herein. Specifications and complete bid documents may be obtained for a cost of $50.00 dollars from the Butler Govemment Center, 1200 Oak Brook Road, Oak Brook, lL 60523, beginning on Wednesday, March 1 3, 2024. Paymenl must be in cash or check. Credit cards will not be accepted. No bid shall be wilhdrawn after opening of bids without consent of the Village of Oak Brook for a period of ninety (90) days after the scheduled time of opening bids. Bidders are advised of the following requirements of this contract: 1) lllinois Prevailing Wage; 2) 5% Bid Security with the bid submittal; 3) 100% Performance Bond; 4) Adherence to Public Act 30 ILCS 570 Employment of lllinois Workers on Public Works projects. Prequalification of Bidders in accordance with the applicable parts of IDOT Bureau of Local Roads and Streets Recurring Special Provision "Bidding Requirements and Conditions for Contract Proposals" (Check Sheet LRS 6) will be required of all bidders on this proposal. rDated Marsh 13-2024 Sealed bids will be received by Rania Serences, Purchasing and Budgeting Coordinator, Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, lL 60523, until 10:00 A.M., Wednesday, March 27,2024, prevailing time, and publicly opened in the Samuel E. Dean Board Room at that time. The Board of Trustees of the Village of Oak Brook reseryes the right to reject any and all bids or to waive any technicalities, discrepancies, or information in the bids. The Village of Oak Brook does not discriminate in admission, access to, treatment, or employment in its programs and activities. General questions regarding this lnvitation to Bid shall be directed to Jeremie Lukowicz, P.E., at jlukowicz@BLA-inc.com or 630-438-6400. All detailed questions concerning the actual bid specifications are to be foruvarded in writing via email to: jlukowicz@BlA-inc.com no less than five business days prior to the scheduled bid opening date. Netasha Scarpiniti, Village Clerk 5 INVITATION TO BID The Village of Oak Brook, Illinois is soliciting sealed bids for the SPORTS CORE PARKING LOT ADDITION PROJECT Project consist of expanding the existing parking lot by constructing a new parking area with a total of 81 parking spaces. The proposed improvements include 1250 cubic yards of earth excavation, 24,375 square feet of HMA and approximately 1,150 feet of concrete curb, type B, and all its incidental and collateral work necessary to complete the project as described in the Plans and herein. Sealed bids will be received by Rania Serences, Purchasing and Budgeting Coordinator, Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523, until 10:00 A.M., Wednesday, March 27, 2024, prevailing time, and publicly opened in the Samuel E. Dean Board Room at that time. Specifications and complete bid documents may be obtained for a cost of $50.00 dollars from the Butler Government Center, 1200 Oak Brook Road, Oak Brook, IL 60523, beginning on Wednesday, March 13, 2024. Payment must be in cash or check. Credit cards will not be accepted. No bid shall be withdrawn after opening of bids without consent of the Village of Oak Brook for a period of ninety (90) days after the scheduled time of opening bids. Bidders are advised of the following requirements of this contract: 1) Illinois Prevailing Wage; 2) 5% Bid Security with the bid submittal; 3) 100% Performance Bond; 4) Adherence to Public Act 30 ILCS 570 Employment of Illinois Workers on Public Works projects. Prequalification of Bidders in accordance with the applicable parts of IDOT Bureau of Local Roads and Streets Recurring Special Provision “Bidding Requirements and Conditions for Contract Proposals” (Check Sheet LRS 6) will be required of all bidders on this proposal. The Board of Trustees of the Village of Oak Brook reserves the right to reject any and all bids or to waive any technicalities, discrepancies, or information in the bids. The Village of Oak Brook does not discriminate in admission, access to, treatment, or employment in its programs and activities. General questions regarding this Invitation to Bid shall be directed to Jeremie Lukowicz, P.E., at jlukowicz@BLA-inc.com or 630-438-6400. All detailed questions concerning the actual bid specifications are to be forwarded in writing via email to: jlukowicz@BLA-inc.com no less than five business days prior to the scheduled bid opening date. Dated __March 13, 2024_____ ___________________________ Netasha Scarpiniti, Village Clerk This page intentionally left blank. 6 7 BLR 12200 (Rev. 01/19/23)Page 2 of 6Completed02/29/24 Route(s) (Street/Road Name) Parking Lot Section Number N/A County DuPage Local Public Agency Village of Oak Brook NOTICE TO BIDDERS Sealed proposals for the project described below will be received at the office of Name of Office The Village of Oak Brook Address 1200 Oak Brook Road, Oak Brook, IL 60523 until Time 10:00 AM on Date 03/27/24 . Sealed proposals will be opened and read publicly at the office of Name of Office The Village of Oak Brook Address 1200 Oak Brook Road, Oak Brook, IL 60523 at Time 10:00 AM on Date 03/27/24 . DESCRIPTION OF WORK Location 800 Oak Brook Rd, Oak Brook, IL 60523 Project Length 24,375 sq ft Proposed Improvement Project consist of expanding the existing parking lot by constructing a new parking area with a total of 81 parking spaces. The proposed improvements include 1250 cubic yards of earth excavation, 24,375 square feet of HMA and approximately 1,150 feet of concrete curb, type B, and all its incidental and collateral work necessary to complete the project as described in the Plans and herein. 1. Plans and proposal forms will be available in the office of Butler Government Center, 1200 Oak Brook Road, Oak Brook, IL 60523 With a cost of $50.00 dollars per package. Payment must be in cash or check. Credit cards will not be accepted. Package includes: A flash drive with plans and specifications. 2.Prequalification If checked, the 2 apparent as read low bidders must file within 24 hours after the letting an "Affidavit of Availability" (Form BC 57) in triplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. One original shall be filed with the Awarding Authority and two originals with the IDOT District Office. 3. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals. 4. The following BLR Forms shall be returned by the bidder to the Awarding Authority: a. Local Public Agency Formal Contract Proposal (BLR 12200) b. Schedule of Prices (BLR 12201) c. Proposal Bid Bond (BLR 12230) (if applicable) d. Apprenticeship or Training Program Certification (BLR 12325) (do not use for project with Federal funds.) e. Affidavit of Illinois Business Office (BLR 12326) (do not use for project with Federal funds) 5. The quantities appearing in the bid schedule are approximate and are prepared for the comparison of bids. Payment to the Contractor will be made only for the actual quantities of work performed and accepted or materials furnished according to the contract. The scheduled quantities of work to be done and materials to be furnished may be increased, decreased or omitted as hereinafter provided. 6. Submission of a bid shall be conclusive assurance and warranty the bidder has examined the plans and understands all requirements for the performance of work. The bidder will be responsible for all errors in the proposal resulting from failure or neglect to conduct an in depth examination. The Awarding Authority will, in no case, be responsible for any costs, expenses, losses or changes in anticipated profits resulting from such failure or neglect of the bidder. 7. The bidder shall take no advantage of any error or omission in the proposal and advertised contract. 8. If a special envelope is supplied by the Awarding Authority, each proposal should be submitted in that envelope furnished by the Awarding Agency and the blank spaces on the envelope shall be filled in correctly to clearly indicate its contents. When an envelope other than the special one furnished by the Awarding Authority is used, it shall be marked to clearly indicate its contents. When sent by mail, the sealed proposal shall be addressed to the Awarding Authority at the address and in care of the official in whose office the bids are to be received. All proposals shall be filed prior to the time and at the place specified in the Notice to Bidders. Proposals received after the time specified will be returned to the bidder unopened. 9. Permission will be given to a bidder to withdraw a proposal if the bidder makes the request in writing or in person before the time for 8 BLR 12200 (Rev. 01/19/23)Page 3 of 6Completed02/15/24 Route(s) (Street/Road Name) Parking Lot Section Number N/A County DuPage Local Public Agency Village of Oak Brook PROPOSAL 1. Proposal of Contractor's Name Contractor's Address . 2. The plans for the proposed work are those prepared by BLA, Inc. and approved by the Department of Transportation on . 3. The specifications referred to herein are those prepared by the Department of Transportation and designated as "Standard Specifications for Road and Bridge Construction" and the " Supplemental Specifications and Recurring Special Provisions" thereto, adopted and in effect on the date of invitation for bids. 4. The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the "Check Sheet for Recurring Special Provisions" contained in this proposal. 5. The undersigned agrees to complete the work within working days or by 05/24/24 is granted in accordance with the specifications. 6. The successful bidder at the time of execution of the contract will be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu thereof. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the Bid Bond of check shall be forfeited to the Awarding Authority. 7. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the products of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. A bid may be declared unacceptable if neither a unit price nor a total price is shown. 8. The undersigned submits herewith the schedule of prices on BLR 12201 covering the work to be performed under this contract. 9. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on BLR 12201, the work shall be in accordance with the requirements of each individual proposal for the multiple bid specified in the Schedule for Multiple Bids below. 10. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for unless additional time Contract Proposals, will be required. Bid Bonds will be allowed as a proposal guaranty. Accompanying this proposal is either a bid bond, if allowed, on Department form BLR 12230 or a proposal guaranty check, complying with the specifications, made payable to:The Village of Oak Brook Treasurer of The Village of Oak Brook . The amount of the check is (). Attach Cashier's Check or Certified Check Here In the event that one proposal guaranty check is intended to cover two or more bid proposals, the amount must be equal to the sum of the proposal guaranties which would be required for each individual bid proposal. If the proposal guaranty check is placed in another bid proposal, state below where it may be found. The proposal guaranty check will be found in the bid proposal for:Section Number . five percent 5% 9 BLR 12200 (Rev. 01/19/23)Page 4 of 6Completed02/15/24 Route(s) (Street/Road Name) Parking Lot Section Number N/A County DuPage Local Public Agency Village of Oak Brook CONTRACTOR CERTIFICATIONS The certifications hereinafter made by the bidder are each a material representation of fact upon which reliance is placed should the Department enter into the contract with the bidder. 1. Debt Delinquency. The bidder or contractor or subcontractor, respectively, certifies that it is not delinquent in the payment of any tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance with the procedure established by the appropriate Revenue Act, its liability for the tax or the amount of the tax. Making a false statement voids the contract and allows the Department to recover all amounts paid to the individual or entity under the contract in a civil action. 2. Bid-Rigging or Bid Rotating. The bidder or contractor or subcontractor, respectively, certifies that it is not barred from contracting with the Department by reason of a violation of either 720 ILCS 5/33E-3 or 720 ILCS 5/33E-4. A violation of section 33E-3 would be represented by a conviction of the crime of bid-rigging which, in addition to Class 3 felony sentencing, provides that any person convicted of this offense, or any similar offense of any state or the United States which contains the same elements as this offense shall be barred for 5 years from the date of conviction from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent on behalf of the corporation. A violation of Section 33E-4 would be represented by a conviction of the crime of bid-rotating which, in addition to Class 2 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be permanently barred from contracting with any unit of State of Local government. No corporation shall be barred from contracting with any unit of State or Local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent on behalf of the corporation. 3. Bribery. The bidder or contractor or subcontractor, respectively, certifies that, it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois or any unit of local government, nor has the firm made an admission of guilt of such conduct which is a matter or record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. 4. Interim Suspension or Suspension. The bidder or contractor or subcontractor, respectively, certifies that it is not currently under a suspension as defined in Subpart I of Title 44 Subtitle A Chapter III Part 6 of the Illinois Administrative code. Furthermore, if suspended prior to completion of this work, the contract or contracts executed for the completion of this work may be canceled. 10 BLR 12200 (Rev. 01/19/23)Page 5 of 6Completed02/15/24 Route(s) (Street/Road Name) Parking Lot Section Number N/A County DuPage Local Public Agency Village of Oak Brook SIGNATURES (If an individual) Business Address City State Zip Code (If a partnership)Firm Name Title Business Address City State Zip Code Insert the Names and Addresses of all Partners (If a corporation)Corporate Name Title Business Address City State Zip Code Insert Names of Officers President Bidder Signature & Date Signature & Date Signature & Date 11 BLR 12200 (Rev. 01/19/23)Page 6 of 6Completed02/15/24 Secretary Treasurer Attest: Secretary 12 RETURN WITH BID County Local Public Agency Section Route Total Item No. Code No. Items Unit Quantity Total 20101000 1 TEMPORARY FENCE FOOT 125 20200100 2 EARTH EXCAVATION CU YD 1250 20201200 3 REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL CU YD 355 21001000 4 GEOTECHNICAL FABRIC FOR GROUND STABILIZATION SQ YD 3170 28000400 5 PERIMETER EROSION BARRIER FOOT 425 28000510 6 INLET FILTERS EACH 2 35102100 7 AGGREGATE BASE COURSE, TYPE B 9"SQ YD 3050 40600290 8 BITUMINOUS MATERIALS (TACK COAT)POUND 2250 40602978 9 HOT-MIX ASPHALT BINDER COURSE, IL- 9.5, N50 TON 425 40604060 10 HOT-MIX ASPHALT SURFACE COURSE, IL-9.5, MIX "D", N50 TON 290 44000100 11 PAVEMENT REMOVAL SQ YD 275 44000300 12 CURB REMOVAL FOOT 170 48301000 13 PROTECTIVE COAT SQ YD 260 60300305 14 FRAMES AND LIDS TO BE ADJUSTED EACH 3 60600605 15 CONCRETE CURB, TYPE B FOOT 1150 67100100 16 MOBILIZATION L SUM 1 72000100 17 SIGN PANEL - TYPE 1 SQ FT 5 72800100 18 TELESCOPING STEEL SIGN SUPPORT FOOT 30 78000100 19 THERMOPLASTIC PAVEMENT MARKING - LETTERS AND SYMBOLS SQ FT 30 78000200 20 THERMOPLASTIC PAVEMENT MARKING - LINE 4" FOOT 1950 78300201 21 PAVEMENT MARKING REMOVAL - GRINDING SQ FT 150 A2001614 22 TREE, ACER SACCHARINUM MORTON (CRESCENDO SUGAR MAPLE), 2-1/2" CALIPER, BALLED AND EACH 3 A2004725 23 TREE, GLEDITSIA TRIACANTHOS VAR. INERMIS HALKA (HALKA THORNLESS HONEYLOCUST), 2-1/2 EACH 3 A2007120 24 TREE, QUERCUS RUBRA (RED OAK), 2-1/2" CALIPER, BALLED AND BURLAPPED EACH 3 X0326806 25 WASHOUT BASIN L SUM 1 X7010216 26 TRAFFIC CONTROL AND PROTECTION, (SPECIAL) L SUM 1 Z0013798 27 CONSTRUCTION LAYOUT L SUM 1 28 PARKWAY RESTORATION SQ YD 1000 SCHEDULE OF PRICES A bid will be declared unacceptable if neither a unit price nor total price is shown. DuPage (For complete information covering these items, see plans and specifications) Village of Oak Brook Combination Letter VILLAGE OF OAK BROOK Schedule for Multiple Bids Sections Included in Combinations Unit Price Bidder's Proposal for making Entire Improvements Schedule for Single Bid Printed 3/8/2024 Page 1 of 1 BLR 12200a (Rev. 01/24/19) 13 Local Public Agency Proposal Bid Bond Page 1 of 2 BLR 12230 (Rev. 01/19/23)Completed02/15/24 WE,as PRINCIPAL, and as SURETY, are held jointly, severally and firmly bound unto the above Local Public Agency (hereafter referred to as "LPA") in the penal sum of 5% of the total bid price, or for the amount specified in the proposal documents in effect on the date of invitation for bids, whichever is the lesser sum. We bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly pay to the LPA this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LPA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LPA for the above designated section and the PRINCIPAL shall within fifteen (15) days after award enter into a formal contract, furnish surety guaranteeing the faithful performance of the work, and furnish evidence of the required insurance coverage, all as provided in the "Standard Specifications for Road and Bridge Construction" and applicable Supplemental Specifications, then this obligation shall become void; otherwise it shall remain in full force and effect. IN THE EVENT the LPA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph, then the LPA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above, together with all court costs, all attorney fees, and any other expense of recovery. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this Day of Month and Year Principal Company Name Signature & Date Company Name Signature & Date By: By: Title Title (If Principal is a joint venture of two or more contractors, the company names, and authorized signatures of each contractor must be affixed.)Surety Name of Surety COUNTY OF I , a Notary Public in and for said county do hereby certify that (Insert names of individuals signing on behalf of PRINCIPAL & SURETY) who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instruments as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of Month and Year Date commission expires (SEAL, if required by the LPA) Local Public Agency Village of Oak Brook County DuPage Section Number N/A . By: Day STATE OF IL Signature of Attorney-in-Fact Signature & Date Notary Public Signature & Date 14 Page 2 of 2 BLR 12230 (Rev. 01/19/23) Local Public Agency Village of Oak Brook County DuPage Section Number N/A Completed02/15/24 ELECTRONIC BID BOND Electronic bid bond is allowed (box must be checked by LPA if electronic bid bond is allowed) The Principal may submit an electronic bid bond, in lieu of completing the above section of the Proposal Bid Bond Form. By providing an electronic bid bond ID code and signing below, the Principal is ensuring the identified electronic bid bond has been executed and the Principal and Surety are firmly bound unto the LPA under the conditions of the bid bond as shown above. (If PRINCIPAL is a joint venture of two or more contractors, an electronic bid bond ID code, company/Bidder name title and date must be affixed for each contractor in the venture.) Electronic Bid Bond ID Code Company/Bidder Name Title Signature & Date 15 Affidavit of Availability Page 1 of 10 BC 57 (Rev. 02/16/21) For the Letting of 03/27/24 Printed 02/29/24 Bureau of Construction 2300 South Dirksen Parkway/Room 322 Springfield, IL 62764 Instructions: Complete this form by either typing or using black ink. "Authorization to Bid" will not be issued unless both sides of this form are completed in detail. Use additional forms as needed to list all work. Part I. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture, list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate, and must include work subcontracted to others. If no work is contracted, show NONE. 1 2 3 4 Awards Pending Accumulated Totals Contract Number Contract With Estimated Completion Date Total Contract Price Uncompleted Dollar Value if Firm is the Prime Contractor Uncompleted Dollar Value if Firm is the Subcontractor Total Value of All Work Part II. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work subcontracted to others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your company. If no work is contracted, show NONE. Earthwork Portland Cement Concrete Paving HMA Plant Mix HMA Paving Clean & Seal Cracks/Joints Aggregate Bases, Surfaces Highway, R.R., Waterway Struc. Drainage Electrical Cover and Seal Coats Concrete Construction Landscaping Fencing Guardrail Painting Signing Cold Milling, Planning, Rotomilling Demolition Pavement Markings (Paint) Other Construction (List) Totals Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the “Illinois Procurement Code." Failure to comply will result in non-issuance of an "Authorization To Bid." This form has been approved by the State Forms Management Center. 16 Page 2 of 10 BC 57 (Rev. 02/16/21)Printed 02/29/24 Part III. Work Subcontracted to Others. For each contract described in Part I, list all the work you have subcontracted to others. 1 2 3 4 Awards Pending Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted Notary I, being duly sworn, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates. Officer or Director Title Signature Date Company Address City State Zip Code (Signature of Notary Public) Subscribed and sworn to before me this day of , My commission expires (Notary Seal) Add pages for additional contracts 17 Page 3 of 10 BC 57 (Rev. 02/16/21) For the Letting of 03/27/24 Affidavit of Availability Printed 02/29/24 Bureau of Construction 2300 South Dirksen Parkway/Room 322 Springfield, IL 62764 Instructions: Complete this form by either typing or using black ink. "Authorization to Bid" will not be issued unless both sides of this form are completed in detail. Use additional forms as needed to list all work. Part I. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture, list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate, and must include work subcontracted to others. If no work is contracted, show NONE. 1 2 3 4 Awards Pending Accumulated Totals Contract Number Contract With Estimated Completion Date Total Contract Price Uncompleted Dollar Value if Firm is the Prime Contractor Uncompleted Dollar Value if Firm is the Subcontractor Total Value of All Work Part II. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work subcontracted to others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your company. If no work is contracted, show NONE. Earthwork Portland Cement Concrete Paving HMA Plant Mix HMA Paving Clean & Seal Cracks/Joints Aggregate Bases, Surfaces Highway, R.R., Waterway Struc. Drainage Electrical Cover and Seal Coats Concrete Construction Landscaping Fencing Guardrail Painting Signing Cold Milling, Planning, Rotomilling Demolition Pavement Markings (Paint) Other Construction (List) Totals Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the “Illinois Procurement Code." Failure to comply will result in non-issuance of an "Authorization To Bid." This form has been approved by the State Forms Management Center. 18 Page 4 of 10 BC 57 (Rev. 02/16/21)Printed 02/29/24 Part III. Work Subcontracted to Others. For each contract described in Part I, list all the work you have subcontracted to others. 2 3 4 Awards Pending 1 Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted Notary I, being duly sworn, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates. Officer or Director Title Signature Date Company Address City State Zip Code (Signature of Notary Public) Subscribed and sworn to before me this day of , My commission expires (Notary Seal) Add pages for additional contracts 19 Page 5 of 10 BC 57 (Rev. 02/16/21) For the Letting of 03/27/24 Affidavit of Availability Printed 02/29/24 Bureau of Construction 2300 South Dirksen Parkway/Room 322 Springfield, IL 62764 Instructions: Complete this form by either typing or using black ink. "Authorization to Bid" will not be issued unless both sides of this form are completed in detail. Use additional forms as needed to list all work. Part I. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture, list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate, and must include work subcontracted to others. If no work is contracted, show NONE. 1 2 3 4 Awards Pending Accumulated Totals Contract Number Contract With Estimated Completion Date Total Contract Price Uncompleted Dollar Value if Firm is the Prime Contractor Uncompleted Dollar Value if Firm is the Subcontractor Total Value of All Work Part II. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work subcontracted to others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your company. If no work is contracted, show NONE. Earthwork Portland Cement Concrete Paving HMA Plant Mix HMA Paving Clean & Seal Cracks/Joints Aggregate Bases, Surfaces Highway, R.R., Waterway Struc. Drainage Electrical Cover and Seal Coats Concrete Construction Landscaping Fencing Guardrail Painting Signing Cold Milling, Planning, Rotomilling Demolition Pavement Markings (Paint) Other Construction (List) Totals Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the “Illinois Procurement Code." Failure to comply will result in non-issuance of an "Authorization To Bid." This form has been approved by the State Forms Management Center. 20 Page 6 of 10 BC 57 (Rev. 02/16/21)Printed 02/29/24 Part III. Work Subcontracted to Others. For each contract described in Part I, list all the work you have subcontracted to others. 1 2 3 4 Awards Pending Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted Notary I, being duly sworn, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates. Officer or Director Title Signature Date Company Address City State Zip Code (Signature of Notary Public) Subscribed and sworn to before me this day of , My commission expires (Notary Seal) Add pages for additional contracts 21 Page 7 of 10 BC 57 (Rev. 02/16/21) For the Letting of 03/27/24 Affidavit of Availability Printed 02/29/24 Bureau of Construction 2300 South Dirksen Parkway/Room 322 Springfield, IL 62764 Instructions: Complete this form by either typing or using black ink. "Authorization to Bid" will not be issued unless both sides of this form are completed in detail. Use additional forms as needed to list all work. Part I. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture, list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate, and must include work subcontracted to others. If no work is contracted, show NONE. 1 2 3 4 Awards Pending Accumulated Totals Contract Number Contract With Estimated Completion Date Total Contract Price Uncompleted Dollar Value if Firm is the Prime Contractor Uncompleted Dollar Value if Firm is the Subcontractor Total Value of All Work Part II. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work subcontracted to others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your company. If no work is contracted, show NONE. Earthwork Portland Cement Concrete Paving HMA Plant Mix HMA Paving Clean & Seal Cracks/Joints Aggregate Bases, Surfaces Highway, R.R., Waterway Struc. Drainage Electrical Cover and Seal Coats Concrete Construction Landscaping Fencing Guardrail Painting Signing Cold Milling, Planning, Rotomilling Demolition Pavement Markings (Paint) Other Construction (List) Totals Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the “Illinois Procurement Code." Failure to comply will result in non-issuance of an "Authorization To Bid." This form has been approved by the State Forms Management Center. 22 Page 8 of 10 BC 57 (Rev. 02/16/21)Printed 02/29/24 Part III. Work Subcontracted to Others. For each contract described in Part I, list all the work you have subcontracted to others. 1 2 3 4 Awards Pending Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted Notary I, being duly sworn, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates. Officer or Director Title Signature Date Company Address City State Zip Code (Signature of Notary Public) Subscribed and sworn to before me this day of , My commission expires (Notary Seal) Add pages for additional contracts 23 Page 9 of 10 BC 57 (Rev. 02/16/21) For the Letting of 03/27/24 Affidavit of Availability Printed 02/29/24 Bureau of Construction 2300 South Dirksen Parkway/Room 322 Springfield, IL 62764 Instructions: Complete this form by either typing or using black ink. "Authorization to Bid" will not be issued unless both sides of this form are completed in detail. Use additional forms as needed to list all work. Part I. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture, list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate, and must include work subcontracted to others. If no work is contracted, show NONE. 1 2 3 4 Awards Pending Accumulated Totals Contract Number Contract With Estimated Completion Date Total Contract Price Uncompleted Dollar Value if Firm is the Prime Contractor Uncompleted Dollar Value if Firm is the Subcontractor Total Value of All Work Part II. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work subcontracted to others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your company. If no work is contracted, show NONE. Earthwork Portland Cement Concrete Paving HMA Plant Mix HMA Paving Clean & Seal Cracks/Joints Aggregate Bases, Surfaces Highway, R.R., Waterway Struc. Drainage Electrical Cover and Seal Coats Concrete Construction Landscaping Fencing Guardrail Painting Signing Cold Milling, Planning, Rotomilling Demolition Pavement Markings (Paint) Other Construction (List) Totals Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the “Illinois Procurement Code." Failure to comply will result in non-issuance of an "Authorization To Bid." This form has been approved by the State Forms Management Center. 24 Page 10 of 10 BC 57 (Rev. 02/16/21)Printed 02/29/24 Part III. Work Subcontracted to Others. For each contract described in Part I, list all the work you have subcontracted to others. 1 2 3 4 Awards Pending Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted Notary I, being duly sworn, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates. Officer or Director Title Signature Date Company Address City State Zip Code (Signature of Notary Public) Subscribed and sworn to before me this day of , My commission expires (Notary Seal) 25 Apprenticeship and Training Program Certification Page 1 of 1 BLR 12325 (Rev. 01/19/23)Completed02/15/24 Local Public Agency Village of Oak Brook County DuPage Street Name/Road Name Parking Lot Section Number N/A All contractors are required to complete the following certification For this contract proposal or for all bidding groups in this deliver and install proposal. For the following deliver and install bidding groups in this material proposal. Illinois Department of Transportation policy, adopted in accordance with the provisions of the Illinois Highway Code, requires this contract to be awarded to the lowest responsive and responsible bidder. The award decision is subject to approval by the Department. In addition to all other responsibility factors, this contract or deliver and install proposal requires all bidders and all bidder's subcontractors to disclose participation in apprenticeship or training programs that are (1) approved by and registered with the United States Department of Labor's Bureau of Apprenticeship and Training, and (2) applicable to the work of the above indicated proposals or groups. Therefore, all bidders are required to complete the following certification: 1. Except as provided in paragraph 4 below, the undersigned bidder certifies that it is a participant, either as an individual or as part of a group program, in an approved apprenticeship or training program applicable to each type of work or craft that the bidder will perform with its own employees. 2. The undersigned bidder further certifies, for work to be performed by subcontract, that each of its subcontractors either (A) is, at the time of such bid, participating in an approved, applicable apprenticeship or training program; or (B) will, prior to commencement of performance of work pursuant to this contract, establish participation in an approved apprenticeship or training program applicable to the work of the subcontract. 3. The undersigned bidder, by inclusion in the list in the space below, certifies the official name of each program sponsor holding the Certificate of Registration for all of the types of work or crafts in which the bidder is a participant and that will be performed with the bidder's employees. Types of work or craft that will be subcontracted shall be included and listed as subcontract work. The list shall also indicate any type of work or craft job category for which there is no applicable apprenticeship or training program available. 4. Except for any work identified above, if any bidder or subcontractor shall perform all or part of the work of the contract or deliver and install proposal solely by individual owners, partners or members and not by employees to whom the payment of prevailing rates of wages would be required, check the following box, and identify the owner/operator workforces and positions of ownership. The requirements of this certification and disclosure are a material part of the contract, and the contractor shall require this certification provision to be included in all approved subcontracts. The bidder is responsible for making a complete report and shall make certain that each type of work or craft job category that will be utilized on the project is accounted for and listed. The Department at any time before or afterward may require the production of a copy of each applicable Certificate of Registration issued by the United States Department of Labor evidencing such participation by the contractor and any or all of its subcontractors. In order to fulfill the participation requirement, it shall not be necessary that any applicable program sponsor be currently taking or that it will take applications for apprenticeship, training or employment during the performance of the work of this contract or deliver and install proposal. Bidder Title Signature & Date Address City State Zip Code 26 Affidavit of Illinois Business Office Page 1 of 1 BLR 12326 (Rev. 01/20/23)Completed02/15/24 Local Public Agency Village of Oak Brook County DuPage Street Name/Road Name Parking Lot Section Number N/A I, Name of Affiant of City of Affiant , State of Affiant , being first duly sworn upon oath, state as follows: 1. That I am the Officer or Position of Bidder . 2. That I have personal knowledge of the facts herein stated. 3. That, if selected under the proposal described above, Bidder , will maintain a business office in the State of Illinois, which will be located in County County, Illinois. 4. That this business office will serve as the primary place of employment for any persons employed in the construction contemplated by this proposal. 5. That this Affidavit is given as a requirement of state law as provided in Section 30-22(8) of the Illinois Procurement Code. Print Name of Affiant Notary Public Signed (or subscribed or attested) before me on (name/s of person/s) County (SEAL)My commission expires , authorized agent(s) of (date) by . Bidder State of IL Notary Public Signature & Date Signature & Date 27 This page intentionally left blank. 28 VILLAGE OF OAK BROOK 1200 OAK BROOK ROAD OAK BROOK, ILLINOIS 60523 CONTRACT THIS AGREEMENT made this ______ day of ___________________, 2024 by and between the Village of Oak Brook, an Illinois municipal corporation hereinafter called the “Owner” and __________________________________________________________________________ located at _____________________________________________________________________ hereinafter called the “Contractor”. WITNESSETH: WHEREAS, the Owner has heretofore solicited Bid Proposals for all labor and materials necessary to complete the work specified in the SPORTS CORE PARKING LOT ADDITION PROJECT bid documents. WHEREAS, the Owner has found that the Contractor is the lowest responsible bidder for said work and has awarded the Contractor this contract for said work. NOW, THEREFORE, for and in consideration of their mutual promises and agreements, the parties hereto do hereby agree as follows: 1.The Contractor agrees to furnish all materials, supplies, tools, equipment, labor and other services necessary to commence and complete the Sports Core Parking Lot Addition Project in accordance with the conditions and prices stated in the Invitation to Bid, Instructions to Bidders, Insurance Requirements, Specifications, Special Provisions, IDOT Details, Proposal, Contract Form, and Plans, all of which are made a part hereof and herein called the “Contract Documents”. 2.The Owner will pay the Contractor in the amounts, manner and at times as set forth in the Contract Documents. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Contract as of the day and year first above written: OWNER: VILLAGE OF OAK BROOK BY: __________________________________ Greg Summers, Village Manager ATTEST: ________________________________ Netasha Scarpiniti, Village Clerk CONTRACTOR: BY: __________________________________ Signature Print Name and Title: __________________________________ IF CORPORATION ATTEST AND SEAL BELOW 29 This page intentionally left blank. 30 Contract Bond Page 1 of 2 BLR 12321 (Rev. 01/19/23)Completed02/15/24 Local Public Agency Village of Oak Brook County DuPage Street Name/Road Name Parking Lot Section Number N/A Bond information to be returned to Local Public Agency at Complete Address 1200 Oak Brook Road, Oak Brook, IL 60523 We, Contractor's Name and Address a/an organized under the laws of the State of State as PRINCIPAL, and Surety Name and Address as SURETY, are held and firmly bound unto the above Local Public Agency (thereafter referred to as "LPA") in the penal sum of Dollars () lawful money of the United States, to be paid to said LPA, the payment of which we bind ourselves, successors and assigns jointly to pay to the LPA this sum under the conditions of this instrument. WHEREAS, THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that the said Principal has entered into a written contract with the LPA acting through its awarding authority for the construction of work on the above sections, which contract is hereby referred to and made a part hereof, as if written herein at length, and whereby the said Principal has promised and agreed to perform said work in accordance with the terms of said contract, and has promised to pay all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished to such Principal for the purpose of performing such work and has further agreed to pay all direct and indirect damages to any person, firm, company or corporation to whom any money may be due from the Principal, subcontractor or otherwise for any such labor, materials, apparatus, fixtures or machinery so furnished and that suit may be maintained on such bond by any such person, firm, company or corporation for the recovery of any such money. NOW, THEREFORE, if the said Principal shall perform said work in accordance with the terms of said contract, and shall pay all sums of money due or to become due for any labor, materials, apparatus, fixtures or machinery furnished to it for the purpose of constructing such work, and shall commence and complete the work within the time prescribed in said contract, and shall pay and discharge all damages, direct and indirect, that may be suffered or sustained on account of such work during the time of the performance thereof and until the said work shall have been accepted, and shall hold the LPA and its awarding authority harmless on account of any such damages and shall in all respects fully and faithfully comply with all the provisions, conditions and requirements of said contract, then this obligation shall be void; otherwise it shall remain in full force and effect. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective Day day of Month and Year PRINCIPAL Company Name Company Name By By Attest Attest agents this . (If PRINCIPAL is a joint venture of two or more contractors, the company names and authorized signature of each contractor must be affixed.) . Signature & Date Signature & Date Signature & Date Signature & Date 31 BLR 12321 (Rev. 01/19/23)Page 2 of 2Completed02/15/24 COUNTY OF I, Notary Name , a Notary Public in and for said county, do hereby certify that Insert name of Individuals signing on behalf of PRINCIPAL who is/are each personally known to me to be the same person(s) whose name(s) is/are subscribed to the foregoing instrument on behalf of PRINCIPAL, appeared before me this day in person and acknowledged respectively, that he/she/they signed and delivered said instrument freely and voluntarily for the uses and purposes therein set forth. Name of Surety By: Title who is/are each personally known to me to be the same person(s) whose name(s) is/are subscribed to the foregoing instrument on behalf of SURETY, appeared before me this day in person and acknowledged respectively, that he/she/they signed and delivered said instrument freely and voluntarily for the uses and purposes therein set forth. Approved this Day day of Attest: Awarding Authority Village of Oak Brook Clerk Local Public Agency Type Village . Month, Year Local Public Agency Clerk Signature & Date Awarding Authority Signature & Date SURETY Given under my hand and notarial seal this Day day of Date commission expires (SEAL) . COUNTY OF I, Notary Name , a Notary Public in and for said county, do hereby certify that Insert name of Individuals signing on behalf of SURETY Date commission expires (SEAL) Given under my hand and notarial seal this Day day of . STATE OF IL STATE OF IL Month, Year Month, Year Notary Public Signature & Date Notary Public Signature & Date 32 PROJECT SPECIAL PROVISIONS 33 This page intentionally left blank. 34 TABLE OF CONTENTS SPECIAL PROVISIONS………………………………………………………………………………….1 LOCATION OF PROJECT ........................................................................................................ 1 DESCRIPTION OF PROJECT .................................................................................................. 1 COMPLETION DATE PLUS WORKING DAYS (D1) ............................................ .................... 1 GENERAL CONDITIONS ....................................................................................... .................... 2 WORK SCHEDULE ................................................................................................................... 2 CONSTRUCTION ACTIVITY .................................................................................................... 2 INDEMNIFICATION ................................................................................................................... 2 INSURANCE ............................................................................................................................. 3 SAFETY ..................................................................................................................................... 4 NON-DISCRIMINATING ............................................................................................................ 4 EQUAL OPPORTUNITY ........................................................................................................... 5 PREVAILING RATE OF WAGES .............................................................................................. 5 GOVERNING LAW .................................................................................................................... 6 INDEPENDENT CONTRACTOR .............................................................................................. 6 CERTIFIED PAYROLLS ............................................................................................................ 6 PREVAILING WAGE ................................................................................................................. 6 HOURS OF WORK ................................................................................................................... 7 WATER USAGE ........................................................................................................................ 7 CLEANIN UP ............................................................................................................................. 7 FRAMES, GRATES, AND LIDS ................................................................................................ 7 ADJUSTING RINGS .................................................................................................................. 8 EXISTING UTILITIES ................................................................................................................ 8 HANDICAP PARKING SPACES ............................................................................................... 9 PRECONSTRUCTION MEETING ............................................................................................. 9 CERTIFICATES FOR PAYMENT .............................................................................................. 9 MAINTENANCE OF ROADWAYS (D1)................................................................................... 10 HOT-MIX ASPHALT BINDER AND SURFACE COURSE (D1) .............................................. 10 FRICITION AGGREGATE (D1) ............................................................................................... 15 ADJUSTMENTS AND RECONSTRUCTIONS (D1) ................................................................ 17 COARSE AGGREGATE FOR BACKFILL, TRENCH BACKFILL AND BEDDING (D1) ........... 18 PAY ITEMS ................................................................................................................................ 19 PAY ITEM #2 – EARTH EXCAVATION .................................................................................. 19 PAY ITEM #6 – INLET FILTERS ............................................................................................. 19 PAY ITEM #12 – CURB REMOVAL ........................................................................................ 19 PAY ITEM #15 – CONCRETE CURB, TYPE B ....................................................................... 20 PAY ITEM #25 – WASHOUT BASIN ....................................................................................... 20 PAY ITEM #26 – TRAFFIC CONTROL AND PROTECTION, (SPECIAL) .............................. 20 PAY ITEM #27 – CONSTRUCTION LAYOUT......................................................................... 22 PAY ITEM #28 – PARKWAY RESTORATION ........................................................................ 22 35 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 1 STATE OF ILLINOIS ___________________ SPECIAL PROVISIONS The following Special Provisions, supplement the “Standard Specifications for Road and Bridge Construction,” adopted January 1, 2022, (hereinafter referred to as the “Standard Specifications”); the “Supplemental Specifications and Recurring Special Provisions”, adopted January 1, 2024; the latest edition of the “Manual on Uniform Traffic Control Devices for Streets and Highways” (MUTCD); the latest edition of the “Manual of Test Procedures of Materials”; and the “Standard Specifications for Water and Sewer Main Construction in Illinois”, 8th Edition, 2020 (referred to hereinafter as the “Water and Sewer Specifications”), which apply to and govern the improvements of the Sports Core Parking Lot Addition Project, DuPage County, Illinois. In case of conflict with any or parts of said Specifications, the said Special Provisions shall take precedence and shall govern. Where no conflict exists, the Specifications shall apply to this contract as if in their entirety herein. LOCATION OF PROJECT The project consists of the construction of a new parking lot addition at Oak Brook Bath & Tennis Club located at 800 Oak Brook Road in the Village of Oak Brook, DuPage County, Illinois. The total area of the improvement is 24,375 square feet. DESCRIPTION OF PROJECT Project consist of expanding the existing parking lot by constructing a new parking area with a total of 81 parking spaces. The proposed improvements include 1250 cubic yards of earth excavation, 24,375 square feet of HMA and approximately 1,150 feet of concrete curb, type B, and all its incidental and collateral work necessary to complete the project as described in the Plans and herein. COMPLETION DATE PLUS WORKING DAYS (D1) Effective: September 30, 1985 Revised: January 1, 2007 Revise Article 108.05 (b) of the Standard Specifications as follows: "When a completion date plus working days is specified, the Contractor shall complete all contract items and safely open all roadways to traffic by 5:00 PM on, May 24, 2024 except as specified herein. The Contractor will be allowed to complete all clean-up work and punch list items within 5 working days after the completion date for opening the roadway to traffic. Under extenuating circumstances the Engineer may direct that certain items of work, not affecting the safe opening of the roadway to traffic, may be completed within the working days allowed for clean up work and punch list items. Temporary lane closures for this work may be allowed at the discretion of the Engineer. Article 108.09 or the Special Provision for “Failure to Complete the Work on Time”, if included in this contract, shall apply to both the completion date and the number of working days. 36 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 2 GENERAL CONDITIONS WORK SCHEDULE Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: 1. Work consists of providing all materials, labor, tools, equipment, and construction methods necessary for the construction of the new parking lot, associated appurtenances, pavement marking, restoration work and all associated items shown on the Plans and Specifications. 2. It is the intent of this contract to minimize the disturbance of parkways and pavement appurtenances during construction. Special care shall be taken by the Contractor and Subcontractors to avoid excessive disturbance. The Village of Oak Brook reserves the right to deny payment for the restoration of damage caused by carelessness or negligence as deemed by the Engineer. 3. Once an entire area has been milled, the Contractor shall place the HMA binder course within 5 working days (weather pending). Unless otherwise dictated by the specifications, final parkway restoration/s eed placement shall be completed within 7 calendar days of pavement patching. Failure to complete this work by the above specified phases and time frames shall result in a liquidated damage charge in accordance with the provisions of Article 108.09 and shall be strictly adhered to. CONSTRUCTION ACTIVITY Bath and Tennis Drive is under construction. The Contractor shall cooperate and not hinder the operation of the adjacent Bath and Tennis Drive Project. There is not anticipated to be any overlap in the areas of construction. All construction traffic shall utilize Polo Drive. The use of Bath and Tennis Drive will not be permitted. INDEMNIFICATION The Contractor shall protect, indemnify, save, defend and hold forever harmless the Village and/or its officers, officials, employees, volunteers and agents from and against all liabilities, obligations, claims, damages, penalties, causes of action, costs and expenses, including without limitation court costs, insurance deductibles and attorney's fees and expenses, which the Village and/or its officers, officials, employees, volunteers and agents may incur, suffer or sustain, or for which the Village and/or its officers, officials, employees, volunteers and agents may become obligated by reason for any accident, injury to or death of persons or loss of or damage to property, or civil and/or constitutional infringement of rights (specifically including violations of the Federal Civil Right Statutes), arising indirectly or directly in connection with or under, or as a result of, this or any Agreement by virtue of any act or omission of any of the Contractor's officers, employees, subcontractors, and/or agents, provided that the Contractor shall not be liable for claims, obligations, damages, penalties, causes of action, costs and expenses arising solely by any act or omission of the Village's officers, officials, employees, volunteers and/or agents. 37 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 3 The Contractor shall hold the Village harmless for any and all claims for labor, material, apparatus, equipment, fixtures, or machinery furnished to the contractor for the purpose of performing the work under the contract; and the payment of all direct and indirect damages to any person, firm, company, or corporation suffered or sustained on account of the performance of such work during the time the contract is in force. INSURANCE Certificates of Insurance shall be presented to the Village within fifteen (15) days after the receipt by the contractor of the Notice of Award and the unexecuted contract, it being understood and agreed that the Village will not approve and execute the contract until acceptable insurance certificates are received and approved by the Village. Each contractor performing any work pursuant to a contract with the Village of Oak Brook and each permittee working under a permit as required pursuant to the provisions of Title 1 of Chapter 8 of the Code of Ordinances of the Village of Oak Brook (hereinafter referred to as "Insured") shall be required to carry such insurance as specified herein. Such contractor and permittee shall procure and maintain for the duration of the contract or permit insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work under the contract or permit, either by the contractor, permittee, or their agents, representatives, employees, or subcontractors. A contractor or permittee shall maintain insurance with limits no less than: A. General Liability - $2,000,000 combined single limit per occurrence for bodily injury, personal injury, and property damage, provided that when the estimated cost of the work in question does not exceed $5,000, the required limit shall be $500,000; B. Automobile Liability (if applicable) - $1,000,000 combined single limit per accident for bodily injury and property damage. C. Worker's Compensation and Employer's Liability - Worker's Compensation limits as required by the Labor Code of the State of Illinois and Employer's Liability limits of $1,000,000 per accident. Any deductibles or self-insured retention must be declared to and approved by the Village. At the option of the Village, either the insurer shall reduce or eliminate such deductible or self-insured retention as respects the Village, its officers, officials, employees, and volunteers; or the Insured shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses to the extent of such deductible or self-insured retention. The policies shall contain, or be endorsed to contain, the following provisions: D. General Liability and Automobile Liability Coverage - (1) The Village, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Insured; premises owned, occupied, or used by the Insured. The coverage shall contain no special limitations on the scope of protection afforded to the Village, its officers, officials, employees, volunteers, or agents. 38 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 4 (2) The Insured's insurance coverage shall be primary insurance as respects the Village, its officers, officials, employees, volunteers, and agents. Any insurance or self- insurance maintained by the Village, its officers, officials, employees, volunteers, or agents shall be in excess of the Insured's insurance and shall not contribute with it. (3) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Village, its officers, officials, employees, volunteers, or agents. (4) The Insured's insurance shall apply separately to each covered party against whom claim is made or suit is brought except with respect to the limits of the insurer's liability. E. Worker's Compensation and Employer's Liability Coverage The policy shall waive all rights of subrogation against the Village, its officers, officials, employees, volunteers, and agents for losses arising from work performed by the insured for the Village. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail has been given to the Village. Each insurance policy shall name the Village, its officers, officials and employees, volunteers, and agents as additional Insureds. Insurance is to be placed with insurers with a Best's rating of no less than A: VII. Each Insured shall furnish the Village with certificates of insurance and with original endorsements effecting coverage required by this provision. The certificate and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be on forms approved by the Village and shall be subject to approval by the Village Attorney before work commences. The Village reserves the right to request complete, certified copies of all required insurance policies, at any time. Each insured shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. SAFETY The Contractor and any subcontractors shall comply with all the provisions of the Federal Occupational Safety and Health Act of 1970 (84 Stat. 1590), as amended. NON-DISCRIMINATING The Vendor, its employees, and subcontractors, agrees not to commit unlawful discrimination and agrees to comply with applicable provisions of the Illinois Human Rights Act, the U.S. Civil Rights Act and Section 504 of the Federal Rehabilitation Act, and rules applicable to each. 39 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 5 EQUAL OPPORTUNITY The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, ancestry, national origin, place of birth, age, or handicap unrelated to bona fide occupational qualifications. PREVAILING RATE OF WAGES All wages paid by the Contractor and each subcontractor shall be in compliance with The Prevailing Wage Act (820 ILCS 130), as amended, except where a prevailing wage violates a federal law, order, or ruling, the rate conforming to the federal law, order, o r ruling shall govern. The Contractor shall be responsible for notifying each subcontractor of the wage rates set forth in this contract and any revisions thereto. If the Department of Labor revises the wage rates, the revised rate as provided by the public body shall apply to this contract and the Contractor will not be allowed additional compensation because of said revisions. The Contractor will comply with the Illinois prevailing wage law, as amended from time to time. No less than the prevailing rate of wages as found by Owner, or the Illinois Department of Labor shall be paid to all laborers, workers and mechanics performing work under the Contract. If the Department of Labor revises the prevailing rate of wages to be paid laborers, workers or mechanics under the Contract, Owner will notify Contractor and each Subcontractor of the change in the prevailing rate of wages; provided, however, regardless of whether Owner gives such notice, the revised prevailing rate of wages shall apply to the Contract and Contractor shall have the sole responsibility and duty to pay, and ensure that all Subcontractors pay, the revised prevailing rate of wages to each person to whom a revised rate is applicable. Revision of the prevailing wages shall not result in an increase in the Contract sum or other cost to Owner. Contractor shall indemnify, defend, and hold Owner harmless from any loss, including but not limited to Owner's attorney’s fees, resulting from Contractor's failure to comply with this prevailing wage clause. All bonds applicable to the Contract shall include a provision as will guarantee the faithful performance of the obligation to pay the prevailing rate of wages. The Contractor and each subcontractor shall make and keep, for a period of not less than 3 years, records of all laborers, mechanics, and other workers employed by them on the project; the records shall include each worker's name, address, telephone number when available, social security number, classification or classifications, the hourly wages paid in each period, the number of hours worked each day, and the starting and ending times of work each day. The Contractor and each subcontractor shall submit monthly, in person, by mail, or electronically a certified payroll to the public body in charge of the project. The certified payroll shall consist of a complete copy of the records. The certified payroll shall be accompanied by a statement signed by the contractor or subcontractor, which states that: (i) such records are true and accurate; (ii) the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required; and (iii) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. Upon 2 business days' notice, the contractor and each subcontractor shall make available for inspection the records to the public body in charge of the project, its officers, and agents, and to the Director of Labor and his deputies and agents at all reasonable hours at a location within this State. The Contractor and each subcontractor shall permit his/her employees to be interviewed 40 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 6 on the job, during working hours, by compliance investigators of the Department or the Department of Labor. GOVERNING LAW This Agreement shall be governed by the laws of the State of Illinois as to interpretation, performance, and enforcement. The forum for resolving any disputes concerning the parties’ respective performance or failure to perform under this Agreement shall be the Circuit Court for the Eighteenth Judicial Circuit, DuPage County, Illinois. INDEPENDENT CONTRACTOR There is no employee/employer relationship between the Contractor and the Village. Contractor is an independent contractor and not the Village’s employee for all purposes, including, but not limited to, the application of the Fair Labors Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the Worker’s Compensation Act (820 ILCS 305/1, et seq.). The VILLAGE will not (i) provide any form of insurance coverage, including but not limited to health, worker’s compensation, professional liability insurance, or other employee benefits, or (ii) deduct any taxes or related items from the monies paid to Contractor. The performance of the services described herein shall not be construed as creating any joint employment relationship between the Contractor and the Village, and the Village is not and will not be liable for any obligations incurred by the Contractor, including but not limited to unpaid minimum wages and/or overtime premiums, nor does there exist an agency relationship or partnership between the Village and the Contractor. CERTIFIED PAYROLLS The Contractor shall, in accordance with Section 5 of the Illinois Prevailing Wage Act, 820 ILCS 130/5, submit to the Department of Labor on a monthly basis, a certified payroll. The certified payroll shall consist of a complete copy of those records required to be made and kept by the Prevailing Wage Act. The certified payroll shall be accompanied by a statement signed by the Contractor or subcontractor which certifies that: (1) such records are true and accurate; (2) the hourly rate paid is not less than the general prevailing rate of hourly wages required by the Prevailing Wage Act; and (3) Contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class A misdemeanor. A general contractor may rely upon the certification of a lower tier subcontractor, provided that the general contractor does not knowingly rely upon a subcontractor's false certification. Upon seven business days' notice, Contractor and each subcontractor shall make available for inspection and copying at a location within this State during reasonable hours, the records required to be made and kept by the Act to: (i) the Village, its officers, and agents; (ii) the Director of Labor and his deputies and agents; and (iii) to federal, State, or local law enforcement agencies and prosecutors. PREVAILING WAGE Pursuant to Section 4 of the Illinois Prevailing Wage Act, 820 ILCS 130/4, Contractor agrees and acknowledges that not less than the applicable rate of prevailing of wages, as found or ascertained by the Department of Labor and made available on the Department’s Official website, or determined by the court on review, shall be paid for each craft or type of worker needed to execute this contract or to perform such work, and it shall be mandatory upon the contractor to whom the contract is awarded and upon any subcontractor under him, to pay not less than the specified rates to all laborers, workers and mechanics employed by them in the execution of this contract. 41 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 7 HOURS OF WORK The Contractor shall not work between the hours of 7:00 PM and 7:00 AM, nor on Saturdays, Sundays, or legal holidays, unless otherwise approved in writing by the Village. A minimum 48 - hour notice shall be provided to the Village if the Contractor decides to work on weekend or on legal holidays. However, such work may be performed at any time, if necessary, for the proper care and protection of work already performed, or in case of an emergency. All after-hour work is still subject to the permission of the Village. Any work, including the starting and/or idling of vehicles or machinery, or a congregation of workers prior to starting work, which may cause any noise level that can he heard by adjacent residents, performed outside of these hours of work, and not authorized by the Village shall be subject to a fine of $250 per day, per violation. WATER USAGE The contractor shall obtain a water meter complete with backflow preventer from the Village Water Department Supervisor prior to filling any equipment from Village hydrants. A $3,500 deposit is required to secure a hydrant meter. The deposit will be returned upon the meter being returned in good working condition less the value of the testing of the meter/backflow device and any fees or penalties incurred by the contractor. It shall be the responsibility of the Contractor to arrange for such a meter in advance of need. While the Village will make every effort to provide the meter, supply is limited and available on a first-request basis. The water meters are issued in a good working order and must be returned in the same condition. If the meter is damaged or the seal is broken, it shall be immediately returned to the Village. The Contractor will be held liable for any damage to the meter and the cost deducted from the deposit. CLEANING UP The Contractor shall, at all times, keep the premises free from an accumulation of waste material or rubbish caused by his employees or work. At the end of the day, he shall remove all his rubbish from and about the streets and sidewalks. All his tools, form boards, and surplus materials shall be removed and relocated to any temporary on -site storage location assigned by the Village or its Engineer and shall leave his work "broom clean" or its equivalent, unless more precisely defined. Upon completion of the work called for by the contract, and upon final inspection and acceptance, the Contractor shall remove any of his remaining rubbish, tools, form boards, and surplus materials completely from the work site. In the case of a dispute, the Village may remove the rubbish or other materials and charge the cost to the Contractor. FRAMES, GRATES, AND LIDS Frames, grates, lids, and other castings furnished under this contract shall be in accordance with Section 602 and Section 604 of the Standard Specifications, except as modified herein. Castings shall conform to ASTM A48 Class 30. Castings shall be free of cracks, holes, swells, cold shuts, and patches. Castings shall not be coated or painted. Frames, grates, lids, and other castings shall be furnished in accordance with the following: Type 1 frames and closed lids shall be Neenah R-1713 self-sealing or approved equal. 42 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 8 Type 1 frames and open lids shall be Neenah R-1713 or approved equal. All other castings not specified above shall be shown on the Plans or as directed by the Engineer. If any of the castings specified are not compatible in the field due to frame height or other constraints, the Contractor shall propose an alternate casting to the Engineer for approval and shall furnish the alternate casting if approved. Frames, grates, lids, and other castings located within curb ramps or crosswalks shall be substituted with ADA compliant castings. All closed lid castings furnished under this contract shall be self-sealing, gasketed, watertight, and shall have machined bearing surfaces and concealed pick holes. The top surface of all closed lids shall be embossed with the words “VILLAGE OF OAK BROOK”. The top surface of closed lids shall also be embossed with the word “SANITARY”, “STORM”, or “WATER” as appropriate. This work will not be paid for separately but shall be included in the cost of all pay items that include the furnishing of frames, grates, lids, or other castings. ADJUSTING RINGS All drainage and utility structures which are constructed, reconstructed, or adjusted as part of this contract shall have adjusting rings installed between the topmost section of the structure and the casting. Each structure shall be fitted with a minimum of one ring and a maximum of two adjusting rings. The topmost adjusting ring on each structure shall be rubber. The second adjusting ring on each structure, if needed, shall be either rubber or precast concrete with steel reinforcement. The total height of all adjusting rings on a single structure shall be a minimum of 2 in. and a maximum of 18 in. The mating faces of adjusting rings shall be smooth, parallel, free of cracks, chips, spalling, or casting irregularities. Rubber mastic shall be installed between each joint. Adjusting rings will not be paid for separately but shall be included in the cost of the items to which this work pertains. EXISTING UTILITIES Existing Public Utilities, such as watermains, sewers, gas lines, streetlights, telephone lines, electric power lines, etc., shall be protected against damage during the construction of this project. The Contractor shall contact the Owners of all public utilities and obtain locations of all utilities within the limits of the proposed construction and make arrangements, if necessary, to adjust or move any existing utility at the utility company's expense. Any expense incurred by the contractor in connection with making arrangements shall be borne by the Contractor and considered incidental to the contract. It shall be this Contractor's responsibility to determine the actual location of all such facilities in the field. The adjustment of all facilities of Nicor, ComEd, Verizon, etc. shall be done by the respective utility company, and if known, are indicated on the Plans as to be done "By Others". All other utility adjustments to sewer, water, and local facilities shall be performed under this contract, 43 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 9 under the supervision of the Owner of the utility, and will be paid for under the respective items in the contract unless otherwise indicated on the Plans or directed by the Engineer. Any existing facilities, residential or commercial sprinkler systems, invisible dog fences, etc. disturbed shall be returned to their original condition and any damage to said facilities shall be repaired immediately at the cost of the contractor. Whenever obstructions are encountered during the progress of the work and interfere to such an extent that an alteration in the plan is required, the Engineer shall order a deviation in the plan as required, the Engineer shall order a deviation in the line and/or grade to resolve the conflict, or relocation of the obstruction. The Contractor will be compensated for any additional pipe material, fittings, granular backfill, or structures required at the respective contract prices, and measured as specified in the Contract. No additional compensation will be allowed for delays or inconveniences, additional excavation, or any special construction methods required in prosecuting the work due to the existence of said obstruction. HANDICAP PARKING SPACES The quantities for sign panel and telescoping steel sign support are for the installation of handicap parking spaces. The signs will be installed to per the MUTCD requirements. The Village will determine the exact location during construction, which will be located in the existing parking lot adjacent to this project. Once the locations are selected, they will receive the appropriate handicap parking signs, as well as new handicap parking striping. PRECONSTRUCTION MEETING A preconstruction meeting for representatives of the Village, Engineer and Contractor will be held within ten (10) days after the date of the Engineer's notice to the Contractor to proceed with construction, at a time and place convenient for all parties, for review of the Contractor's construction schedules, to establish procedures for handling shop drawings and other submittals and for processing Contractor's requests for payments, and to establish a working understanding among the parties as to the contract work. Within ten (10) days after receiving the Engineer's letter of notice to proceed with construction, the Contractor shall submit a work schedule which indicates the start date of construction, completion date and other activities with respective dates. CETIFICATES FOR PAYMENT Certificates for payment shall be issued by the Engineer in accordance with the terms of the contract. In case of delivery of materials, or prepared work which cannot be conveniently fixed in place, the Engineer may, if he approves of what has been done, grant a certificate of payment on account of the same, which payment shall be reckoned one of the payments on account of the contract. All materials necessary for the construction of the work delivered upon the premises shall be held to be the property of the Village, and no materials shall be removed from the premises without the written consent of the Engineer. No certificates given or payments made, under the contract, nor the acceptance of the work, either partial or entire, by the Village, shall be conclusive evidence of the performance of the contract, either wholly or in part, and no payment shall be construed to be an acceptance of defective work or improper materials. No payment of certificates, final or otherwise, shall be construed to relieve the Contractor from his obligations to make good any defects arising or discovered in his work 44 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 10 within one (1) year (unless a different period of time is specified under the several sections of the specifications) after compilation and acceptance of the same, nor as a waiver of any specific obligation the Contractor may assume as to the durability of his work. The Engineer shall have the power to withhold certificates for payment if, in his opinion, the work is not being done or progressing satisfactorily, until such time as the progress or character of the work have been, in his opinion, made satisfactory. Before the issuing of each certificate for payment, the Contractor shall, if required by the Engineer, furnish him with a sworn complete statement of the amounts due or to become due at the time in question, to any Subcontractors or parties supplying material. MAINTENANCE OF ROADWAYS (D1) 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. HOT-MIX ASPHALT BINDER AND SURFACE COURSE (D-1) 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. 1/ CA 16 or CA 13 may be blended with the CA 11. 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 45 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 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” 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 actu al 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..” Revise table in Article 1030.05(a) of the Standard Specifications to read: 46 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 12 “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.” 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) 47 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 13 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: Breakdown/Intermediate Roller (one of the following) Final Roller (one or more of the following) Density Requirement 48 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 14 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 waiv e 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 verificati on 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.” 49 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 15 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/ 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/ 50 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 16 Use Mixture Aggregates Allowed 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 75% Dolomite2/ Crushed Sandstone, Crushed Slag (ACBF), Crushed Steel Slag, or Crystalline Crushed Stone 51 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 17 Use Mixture Aggregates Allowed 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.” ADJUSTMENTS AND RECONSTRUCTIONS (D1) Effective: March 15, 2011 Revised: October 1, 2021 Revise the first paragraph of Article 602.04 to read: “602.04 Concrete. Cast-in-place concrete for structures shall be constructed of Class SI concrete according to the applicable portions of Section 503. Cast-in-place concrete for pavement patching around adjustments and reconstructions shall be constructed of Class PP -2 concrete, unless otherwise noted in the Plans, according to the applicable portions of Section 1020.” Revise the third, fourth and fifth sentences of the second paragraph of Article 602.11(c) to read: 52 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 18 “Castings shall be set to the finished pavement elevation so that no subsequent adjustment will be necessary, and the space around the casting shall be filled with Class PP-2 concrete, unless otherwise noted in the Plans, to the elevation of the surface of the base course or binder course. HMA surface or binder course material shall not be allowed. The pavement may be opened to traffic according to Article 701.17(e)(3)b.” Revise Article 603.05 to read: “603.05 Replacement of Existing Flexible Pavement. After the castings have been adjusted, the surrounding space shall be filled with Class PP-2 concrete, unless otherwise noted in the Plans, to the elevation of the surface of the base course or binder course. HMA surface or binder course material shall not be allowed. The pavement may be opened to traffic according to Article 701.17(e)(3)b.” Revise Article 603.06 to read: “603.06 Replacement of Existing Rigid Pavement. After the castings have been adjusted, the pavement and HMA that was removed, shall be replaced with Class PP-2 concrete, unless otherwise noted in the Plans, not less than 9 in. (225 mm) thick. The pavement may be opened to traffic according to Article 701.17(e)(3)b. The surface of the Class PP concrete shall be constructed flush with the adjacent surface.” Revise the first sentence of Article 603.07 to read: “603.07 Protection Under Traffic. After the casting has been adjusted and the Class PP concrete has been placed, the work shall be protected by a barricade and two lights according to Article 701.17(e)(3)b.” 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) may be blended with gravel, crushed gravel, crushed stone crushed concrete, crushed slag, chats, crushed sandstone, 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. 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. 53 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 19 PAY ITEMS PAY ITEM #2 – EARTH EXCAVATION Description. This work shall consist of the excavation of material in accordance with Section 202 of the Standard Specifications, and the details in the plans. The removal of all tree stumps will not be paid for separately but shall be included in the cost of this item. Method of Measurement and Payment. This work will be measured in accordance with Section 202 of the Standard Specifications per cubic yard. This work will be paid for at the contract unit price per CUBIC YARD for EARTH EXCAVATION which price shall include all equipment, labor, and materials needed in accordance with the provisions herein. PAY ITEM #6 – INLET FILTERS Description. This work shall consist of installing, maintaining, and cleaning temporary erosion and sedimentation control systems as shown on the Plans or as directed by the Engineer. The work shall be placed in accordance with Section 280 of the Standard Specifications, with the following modifications: Inlet filters shall consist of metal frames with attached fabric bags. The Contractor shall furnish inlet filters of appropriate sizes and shapes necessary to accommodate all different types of drainage structures encountered. The use of filter fabric without a frame will not be an acceptable material for inlet filters and will be rejected. The Contractor shall inspect and clean all inlet filters weekly, after every rainfall, and additionally as needed. Maintenance and cleaning of inlet filters will not be paid for separately but shall be included in the cost of this item. Temporary or permanent storage in the flood plain of the following are prohibited unless elevated or flood proofed to one foot above the base flood elevation: Items susceptible to flood damage; or unsecured buoyant materials or materials that may cause off-site damage including bulky materials, flammable liquids, chemicals, explosives, pollutants, or other hazardous materials; or landscape waste. Measurement and Basis of Payment. This work will be measured for payment as each individual inlet filter installed and the unit of measurement will be each. No measurement will be made of maintenance and cleaning efforts. If an inlet filter is installed on multiple structures, the inlet filter will only be measured for payment once. This work will be paid for at the contract unit price per EACH for INLET FILTERS. PAY ITEM #12 – CURB REMOVAL Effective: January 1, 2007 Description: This work shall consist of removing and disposing of existing curb. General: The work shall be according to Section 440 of the “Standard Specifications” and the following: 54 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 20 The material removed shall be disposed of, outside the right-of-way, according to Article 202.03 of the “Standard Specifications”. Method of Measurement: Curb Removal will be measured for payment in feet. The measurement will be made along the face of curb. Basis of Payment: This work will be paid for at the contract unit price per foot for CURB REMOVAL. PAY ITEM #15 – CONCRETE CURB, TYPE B Description. This work shall consist of constructing type B concrete curb in accordance with Section 606 of the Standard Specifications, and the details in the plans. A three-foot-wide channel will be constructed on the south side of the parking lot, south of the center landscape area. This is to allow water to flow along the south curb line. The channel shall be filled with 4” of compacted crushed aggregate and 5 inches of portland cement concrete. All costs associated with installing the channel shall be included in the cost of this item. Method of Measurement and Payment. This work will be measured in accordance with Section 606 of the Standard Specifications per linear foot. This work will be paid for at the contract unit price per linear FOOT for CONCRETE CURB, TYPE B which price shall include all equipment, labor, and materials needed in accordance with the provisions herein. PAY ITEM #25 – WASHOUT BASIN Description. This work consists of installation, maintenance and subsequent removal and disposal of a concrete washout basin and shall be done in accordance with Section 280 of the Standard Specifications, as shown on the plans, and with the following modifications: The washout basin shall be removed within one week after concrete items have been installed. A concrete washout basin shall be supplied as necessary to accommodate concrete delivery operations. The washout basin location(s) must be approved by the Engineer prior to installation. Measurement and Basis of Payment. This work will be paid for at the contract price per LUMP SUM for WASHOUT BASIN. Measurement and Basis of Payment. This work will be measured for payment, complete in place per EACH for VALVE VAULTS TO BE ABANDONED which includes all time, materials, and disposal of frame and grate, top barrel section or portion of the existing vault to be abandoned. PAY ITEM #26 – TRAFFIC CONTROL AND PROTECTION, (SPECIAL) Traffic Control Plan (D1) 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 55 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 21 Traffic Control Devices, Recurring Special Provisions and Special Provisions contained herein, relating to traffic control. The Contractor shall contact the Village of Oak Brook at least 72 hours in advance of beginning work. STANDARDS: 701006, 701101, 701301, 701501, 701606, 701801, and 701901 SPECIAL PROVISIONS: Maintenance of Roadways, Supplemental Signage, Flaggers in Work Zones (LRS#4) Construction operations shall be conducted in a manner such that streets will be always open to traffic, and access to abutting property shall be maintained. The Contractor shall be responsible for providing a proposed scheduling, phasing and traffic control plan. The Village will review these plans and provide the contractor with any necessary modifications in writing. The Contractor will then be responsible for incorporating these changes into the proposed scheduling, phasing and traffic control plan. At the preconstruction meeting, the Contractor shall furnish the name and telephone number where he may be reached during non-working hours of the individual in his direct employ that is to be responsible for the installation and maintenance of the traffic control of this project. If the actual installation and maintenance are to be accomplished by a subcontractor, consent shall be requested of the Engineer at the time of the preconstruction meeting in accordance with Article 108.01 of the Standard Specifications. This shall not relieve the Contractor of the requirements to have a responsible individual in his direct employ supervise this work. NO PARKING SIGNS The Contractor shall be responsible for keeping vehicles off the streets as needed for the project, one side of the street at a time. The Contractor shall install and maintain temporary signs in the parkway twenty-four (24) hours prior to starting work on each street. The signs shall read “NO PARKING, 7:00 AM – 7:00 PM” and state the day or days of the week work will be done. Immediately following each stage of work on each street, the Contractor shall remove the signs and reinstall them as needed. ROAD CONSTRUCTION AHEAD SIGNS The Contractor shall be responsible for posting ‘ROAD CONSTRUCTION AHEAD’ signs (48” X 48” minimum) as needed for the project. The Contractor shall install and maintain temporary signs in the parkway seventy-two (72) hours prior to beginning work on a particular street or area. The Contractor shall remove the signs and reinstall them as needed. If construction and maintenance sign installation is not completed as specified above or as requested by the Engineer or the Village, liquidated damages in the amount of $500.00 per day will be assessed. This work shall be considered included in the LUMP SUM cost of TRAFFIC CONTROL AND PROTECTION, (SPECIAL). DETOUR SIGNS If the Contractor obstructs the existing parking area, the Contractor shall install a detour within existing parking lot to allow traffic to safely navigate the parking lot. The detour must be approved 56 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 22 by the Village prior to installation. This work shall be considered included in the LUMP SUM cost of TRAFFIC CONTROL AND PROTECTION, (SPECIAL). Basis of Payment: This work will be paid for at the contract LUMP SUM price for TRAFFIC CONTROL AND PROTECTION, (SPECIAL). PAY ITEM #27 – CONSTRUCTION LAYOUT Description. The Contractor shall furnish and place construction layout stakes for this project. The Engineer will provide adequate reference points to the centerline of survey including all PI’s, PCs, PT’s, PRCs, and POT’s as indicated on the plans as well as bench marks as described in the plans. Any additional control points set by the Department will be identified in the field to the Contractor and all field notes will be kept in the office of the Resident Engineer. The Contractor shall provide field forces, equipment, and material to set all additional stakes for this project, which are needed to establish offset stakes, reference points, and any other horizontal or vertical controls, including supplementary benchmarks, necessary to secure a correct layout for the roadway portion of the work. Stakes for line and grade of pavement and/or curb shall be set at sufficient station intervals (not to exceed 50 ft) to assure substantial conformance to plan line and grade. The Contractor will not be required to set additional stakes to locate a utility line which is not included as a pay item in the contract nor to determine property lines between private properties. The Contractor shall be responsible for having the finished work conform to the lines, grades, elevations, and dimensions called for in the plans. Any inspection or checking of the Contractor’s layout by the Engineer and the acceptance of all or any part of it shall not relieve the Contractor of his/her responsibility to secure the proper dimensions, grades, and elevations of the several parts of the work. The Contractor shall exercise care in the preservation of stakes and bench marks and shall have them reset when any are damaged, lost, displaced, removed, or ot herwise obliterated. Basis of Payment: This work will be paid for at the contract LUMP SUM price for CONSTRUCTION LAYOUT. PAY ITEM #28 – PARKWAY RESTORATION Description. This work shall be done in accordance with Sections 211 and 250 of the Standard Specifications, with the following modifications: This work shall consist of the excavation, top soiling, seeding, and fertilizing of areas disturbed by construction and/or to provide proper drainage in the parkway. The limits of restoration will be as shown on the plans or as determined by the Engineer. As contract work progresses through the Village, parkway restoration work shall commence in a timely manner in areas where permanent placement of new curb and gutter, driveways, watermain etc., has been completed. Under no circumstances shall the Contractor prolong final grading, shaping, and seeding placement so that the entire project can be permanently restored at the same time. At all times the parkways shall be left in a safe, clean and usable condition, conductive to foot traffic, and to the satisfaction of the Village. The Contractor shall protect any unfinished areas against erosion and work to keep them weed free. 57 Sports Core Parking Lot Addition Project Village of Oak Brook DuPage County 23 Any excavation or grading, including the disposal of excess material, required to provide a uniform slope withing the area being restored shall be included in the cost of this item. Topsoil shall be placed at required locations to a minimum depth of 4". Topsoil shall meet the requirements of Article 1081.05 of the Standard Specifications. Backfill shall be compacted by mechanical and/or hand methods so future consolidation/settlement does not occur. All seeding shall be “Class 1” meeting the Specifications of Article 250.07 of the Standard Specifications. Nitrogen fertilizer and potassium fertilizer will be used as specified in Article 252.03 of the Standard Specifications. Phosphorus fertilizer will NOT be used. Within 24 hours of seed placement all disturbed areas shall be covered with erosion control blanket meeting the requirements of Article 251.04 of the Standard Specifications. Fertilizer and erosion control blanket will not be measured for payment but shall be included in the cost of this item. Erosion control work such as placement of temporary seed or erosion control blanket, including their removal and redressing of the disturbed areas, shall not be paid for separately but shall be included in the cost of this item. Measurement and Basis of Payment. This work shall be paid for at the contract unit price per SQUARE YARD for PARKWAY RESTORATION. 58 This page intentionally left blank. 59 Appendix 1 Index for Supplemental Specifications and Recurring Special Provisions Check Sheet for Recurring Special Provisions BDE Special Provisions Local Roads Special Provisions DuPage County Prevailing Wages 60 This page intentionally left blank. 61 62 Check Sheet for Recurring Special Provisions BLR 11300 (Rev. 10/17/23)Page 1 of 2Printed 02/29/24 Local Public Agency Village of Oak Brook County DuPage Section Number N/A Check this box for lettings prior to 01/01/2024. The Following Recurring Special Provisions Indicated By An "X" Are Applicable To This Contract And Are Included By Reference: Recurring Special Provisions Check Sheet #Page No. 1 Additional State Requirements for Federal-Aid Construction Contracts 59 2 Subletting of Contracts (Federal-Aid Contracts)62 3 EEO 63 4 Specific EEO Responsibilities Non Federal-Aid Contracts 73 5 Required Provisions - State Contracts 78 6 Asbestos Bearing Pad Removal 84 7 Asbestos Waterproofing Membrane and Asbestos HMA Surface Removal 85 8 Temporary Stream Crossings and In-Stream Work Pads 86 9 Construction Layout Stakes 87 10 Use of Geotextile Fabric for Railroad Crossing 90 11 Subsealing of Concrete Pavements 92 12 Hot-Mix Asphalt Surface Correction 96 13 Pavement and Shoulder Resurfacing 98 14 Patching with Hot-Mix Asphalt Overlay Removal 99 15 Polymer Concrete 101 16 Reserved 103 17 Bicycle Racks 104 18 Temporary Portable Bridge Traffic Signals 106 19 Nighttime Inspection of Roadway Lighting 108 20 English Substitution of Metric Bolts 109 21 Calcium Chloride Accelerator for Portland Cement Concrete 110 22 Quality Control of Concrete Mixtures at the Plant 111 23 Quality Control/Quality Assurance of Concrete Mixtures 119 24 Reserved 135 25 Reserved 136 26 Temporary Raised Pavement Markers 137 27 Restoring Bridge Approach Pavements Using High-Density Foam 138 28 Portland Cement Concrete Inlay or Overlay 141 29 Portland Cement Concrete Partial Depth Hot-Mix Asphalt Patching 145 30 Longitudinal Joint and Crack Patching 148 31 Concrete Mix Design - Department Provided 150 32 Station Numbers in Pavements or Overlays 151 63 BLR 11300 (Rev. 10/17/23)Page 2 of 2Printed 02/29/24 Section Number N/A County DuPage Local Public Agency Village of Oak Brook The Following Local Roads And Streets Recurring Special Provisions Indicated By An "X" Are Applicable To This Contract And Are Included By Reference: Local Roads And Streets Recurring Special Provisions Check Sheet #Page No. LRS 1 Reserved 153 LRS 2 Furnished Excavation 154 LRS 3 Work Zone Traffic Control Surveillance 155 LRS 4 Flaggers in Work Zones 156 LRS 5 Contract Claims 157 LRS 6 Bidding Requirements and Conditions for Contract Proposals 158 LRS 7 Bidding Requirements and Conditions for Material Proposals 164 LRS 8 Reserved 170 LRS 9 Bituminous Surface Treatments 171 LRS 10 Reserved 175 LRS 11 Employment Practices 176 LRS 12 Wages of Employees on Public Works 178 LRS 13 Selection of Labor 180 LRS 14 Paving Brick and Concrete Paver Pavements and Sidewalks 181 LRS 15 Partial Payments 184 LRS 16 Protests on Local Lettings 185 LRS 17 Substance Abuse Prevention Program 186 LRS 18 Multigrade Cold Mix Asphalt 187 LRS 19 Reflective Crack Control Treatment 188 64 BDE SPECIAL PROVISIONS For the January 19 and March 8, 2024 Lettings The following special provisions indicated by a “check mark” are applicable to this contract and will be included by the Project Coordination and Implementation Section of the Bureau of Design & Environment (BDE). File Name # Special Provision Title Effective Revised 80099 1 Accessible Pedestrian Signals (APS) April 1, 2003 Jan. 1, 2022 80274 2 Aggregate Subgrade Improvement April 1, 2012 April 1, 2022 80192 3 Automated Flagger Assistance Devices Jan. 1, 2008 April 1, 2023 80173 4 Bituminous Materials Cost Adjustments Nov. 2, 2006 Aug. 1, 2017 80426 5 Bituminous Surface Treatment with Fog Seal Jan. 1, 2020 Jan. 1, 2022 * 80241 6 Bridge Demolition Debris July 1, 2009 * 5053I 7 Building Removal Sept. 1, 1990 Aug. 1, 2022 * 5026I 8 Building Removal with Asbestos Abatement Sept. 1, 1990 Aug. 1, 2022 80449 9 Cement, Type IL Aug. 1, 2023 80384 10 Compensable Delay Costs June 2, 2017 April 1, 2019 * 80198 11 Completion Date (via calendar days) April 1, 2008 * 80199 12 Completion Date (via calendar days) Plus Working Days April 1, 2008 80453 13 Concrete Sealer Nov. 1, 2023 80261 14 Construction Air Quality – Diesel Retrofit June 1, 2010 Nov. 1, 2014 80434 15 Corrugated Plastic Pipe (Culvert and Storm Sewer) Jan. 1, 2021 * 80029 16 Disadvantaged Business Enterprise Participation Sept. 1, 2000 Mar. 2, 2019 80229 17 Fuel Cost Adjustment April 1, 2009 Aug. 1, 2017 80452 18 Full Lane Sealant Waterproofing System Nov. 1, 2023 80447 19 Grading and Shaping Ditches Jan. 1, 2023 80433 20 Green Preformed Thermoplastic Pavement Markings Jan. 1, 2021 Jan. 1, 2022 80443 21 High Tension Cable Median Barrier Removal April 1, 2022 80456 22 Hot-Mix Asphalt Jan. 1, 2024 80446 23 Hot-Mix Asphalt - Longitudinal Joint Sealant Nov. 1, 2022 Aug. 1, 2023 80438 24 Illinois Works Apprenticeship Initiative – State Funded Contracts June 2, 2021 Sept. 2, 2021 80045 25 Material Transfer Device June 15, 1999 Jan. 1, 2022 80450 26 Mechanically Stabilized Earth Retaining Walls Aug. 1, 2023 80441 27 Performance Graded Asphalt Binder Jan. 1, 2023 80451 28 Portland Cement Concrete Aug. 1, 2023 * 3426I 29 Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, 2022 80455 30 Removal and Disposal of Regulated Substances Jan. 1, 2024 80445 31 Seeding Nov. 1, 2022 80448 32 Source of Supply and Quality Requirements Jan. 2, 2023 80340 33 Speed Display Trailer April 2, 2014 Jan. 1, 2022 80127 34 Steel Cost Adjustment April 2, 2004 Jan. 1, 2022 80397 35 Subcontractor and DBE Payment Reporting April 2, 2018 80391 36 Subcontractor Mobilization Payments Nov. 2, 2017 April 1, 2019 80437 37 Submission of Payroll Records April 1, 2021 Nov. 2, 2023 80435 38 Surface Testing of Pavements – IRI Jan. 1, 2021 Jan. 1, 2023 80410 39 Traffic Spotters Jan. 1, 2019 * 20338 40 Training Special Provisions Oct. 15, 1975 Sept. 2, 2021 80429 41 Ultra-Thin Bonded Wearing Course April 1, 2020 Jan. 1, 2022 80439 42 Vehicle and Equipment Warning Lights Nov. 1, 2021 Nov. 1, 2022 80302 43 Weekly DBE Trucking Reports June 2, 2012 Nov. 1, 2021 80454 44 Wood Sign Support Nov. 1, 2023 80427 45 Work Zone Traffic Control Devices Mar. 2, 2020 * 80071 46 Working Days Jan. 1, 2002 Highlighted items indicate a new or revised special provision for the letting. An * indicates the special provision requires additional information from the designer, which needs to be submitted separately. The Project Coordination and Implementation Section will then include the information in the applicable special provision. 65 The following special provisions are in the 2024 Supplemental Specifications and Recurring Special Provisions. File Name Special Provision Title New Location(s) Effective Revised 80436 Blended Finely Divided Minerals Articles 1010.01 & 1010.06 April 1, 2021 80440 Waterproofing Membrane System Article 1061.05 Nov. 1, 2021 66 CEMENT, TYPE IL (BDE) Effective: August 1, 2023 Add the following to Article 302.02 of the Standard Specifications: “ (k) Type IL Portland-Limestone Cement ....................................................................... 1001” Revise Note 2 of Article 352.02 of the Standard Specifications to read: “ Note 2. Either Type I or Type IA portland cement or Type IL portland-limestone cement shall be used.” Revise Note 1 of Article 404.02 of the Standard Specifications to read: “ Note 1. The cement shall be Type I portland cement or Type IL portland-limestone cement.” Revise Article 1019.02(a) of the Standard Specifications to read: “ (a) Cement, Type I or IL ................................................................................................ 1001” 80449 67 COMPENSABLE DELAY COSTS (BDE) Effective: June 2, 2017 Revised: April 1, 2019 Revise Article 107.40(b) of the Standard Specifications to read: “ (b) Compensation. Compensation will not be allowed for delays, inconveniences, or damages sustained by the Contractor from conflicts with facilities not meeting the above definition; or if a conflict with a utility in an unanticipated location does not cause a shutdown of the work or a documentable reduction in the rate of progress exceeding the limits set herein. The provisions of Article 104.03 notwithstanding, compensation for delays caused by a utility in an unanticipated location will be paid according to the provisions of this Article governing minor and major delays or reduced rate of production which are defined as follows. (1)Minor Delay. A minor delay occurs when the work in conflict with the utility in an unanticipated location is completely stopped for more than two hours, but not to exceed two weeks. (2)Major Delay. A major delay occurs when the work in conflict with the utility in an unanticipated location is completely stopped for more than two weeks. (3)Reduced Rate of Production Delay. A reduced rate of production delay occurs when the rate of production on the work in conflict with the utility in an unanticipated location decreases by more than 25 percent and lasts longer than seven calendar days.” Revise Article 107.40(c) of the Standard Specifications to read: “ (c) Payment. Payment for Minor, Major, and Reduced Rate of Production Delays will be made as follows. (1)Minor Delay. Labor idled which cannot be used on other work will be paid for according to Article 109.04(b)(1) and (2) for the time between start of the delay and the minimum remaining hours in the work shift required by the prevailing practice in the area. Equipment idled which cannot be used on other work, and which is authorized to standby on the project site by the Engineer, will be paid for according to Article 109.04(b)(4). (2)Major Delay. Labor will be the same as for a minor delay. Equipment will be the same as for a minor delay, except Contractor-owned equipment will be limited to two weeks plus the cost of move-out to either the 68 Contractor’s yard or another job and the cost to re-mobilize, whichever is less. Rental equipment may be paid for longer than two weeks provided the Contractor presents adequate support to the Department (including lease agreement) to show retaining equipment on the job is the most economical course to follow and in the public interest. (3) Reduced Rate of Production Delay. The Contractor will be compensated for the reduced productivity for labor and equipment time in excess of the 25 percent threshold for that portion of the delay in excess of seven calendar days. Determination of compensation will be in accordance with Article 104.02, except labor and material additives will not be permitted. Payment for escalated material costs, escalated labor costs, extended project overhead, and extended traffic control will be determined according to Article 109.13.” Revise Article 108.04(b) of the Standard Specifications to read: “ (b) No working day will be charged under the following conditions. (1) When adverse weather prevents work on the controlling item. (2) When job conditions due to recent weather prevent work on the controlling item. (3) When conduct or lack of conduct by the Department or its consultants, representatives, officers, agents, or employees; delay by the Department in making the site available; or delay in furnishing any items required to be furnished to the Contractor by the Department prevents work on the controlling item. (4) When delays caused by utility or railroad adjustments prevent work on the controlling item. (5) When strikes, lock-outs, extraordinary delays in transportation, or inability to procure critical materials prevent work on the controlling item, as long as these delays are not due to any fault of the Contractor. (6) When any condition over which the Contractor has no control prevents work on the controlling item.” Revise Article 109.09(f) of the Standard Specifications to read: “ (f) Basis of Payment. After resolution of a claim in favor of the Contractor, any adjustment in time required for the work will be made according to Section 108. Any adjustment in the costs to be paid will be made for direct labor, direct materials, direct equipment, direct jobsite overhead, direct offsite overhead, and other direct costs allowed by the resolution. Adjustments in costs will not be made for interest charges, loss of anticipated profit, undocumented loss of efficiency, home office overhead and unabsorbed overhead 69 other than as allowed by Article 109.13, lost opportunity, preparation of claim expenses and other consequential indirect costs regardless of method of calculation. The above Basis of Payment is an essential element of the contract and the claim cost recovery of the Contractor shall be so limited.” Add the following to Section 109 of the Standard Specifications. “ 109.13 Payment for Contract Delay. Compensation for escalated material costs, escalated labor costs, extended project overhead, and extended traffic control will be allowed when such costs result from a delay meeting the criteria in the following table. Contract Type Cause of Delay Length of Delay Working Days Article 108.04(b)(3) or Article 108.04(b)(4) No working days have been charged for two consecutive weeks. Completion Date Article 108.08(b)(1) or Article 108.08(b)(7) The Contractor has been granted a minimum two week extension of contract time, according to Article 108.08. Payment for each of the various costs will be according to the following. (a)Escalated Material and/or Labor Costs. When the delay causes work, which would have otherwise been completed, to be done after material and/or labor costs have increased, such increases will be paid. Payment for escalated material costs will be limited to the increased costs substantiated by documentation furnished by the Contractor. Payment for escalated labor costs will be limited to those items in Article 109.04(b)(1) and (2), except the 35 percent and 10 percent additives will not be permitted. (b)Extended Project Overhead. For the duration of the delay, payment for extended project overhead will be paid as follows. (1)Direct Jobsite and Offsite Overhead. Payment for documented direct jobsite overhead and documented direct offsite overhead, including onsite supervisory and administrative personnel, will be allowed according to the following table. Original Contract Amount Supervisory and Administrative Personnel Up to $5,000,000 One Project Superintendent Over $ 5,000,000 - up to $25,000,000 One Project Manager, One Project Superintendent or Engineer, and One Clerk Over $25,000,000 - up to $50,000,000 One Project Manager, One Project Superintendent, One Engineer, and 70 One Clerk Over $50,000,000 One Project Manager, Two Project Superintendents, One Engineer, and One Clerk (2) Home Office and Unabsorbed Overhead. Payment for home office and unabsorbed overhead will be calculated as 8 percent of the total delay cost. (c) Extended Traffic Control. Traffic control required for an extended period of time due to the delay will be paid for according to Article 109.04. When an extended traffic control adjustment is paid under this provision, an adjusted unit price as provided for in Article 701.20(a) for increase or decrease in the value of work by more than ten percent will not be paid. Upon payment for a contract delay under this provision, the Contractor shall assign subrogation rights to the Department for the Department’s efforts of recovery from any other party for monies paid by the Department as a result of any claim under this provision. The Contractor shall fully cooperate with the Department in its efforts to recover from another party any money paid to the Contractor for delay damages under this provision.” 80384 71 72 73 74 75 76 77 78 79 80 PORTLAND CEMENT CONCRETE (BDE) Effective: August 1, 2023 Revise the second paragraph of Article 1103.03(a)(4) the Standard Specifications to read: “ The dispenser system shall provide a visual indication that the liquid admixture is actually entering the batch, such as via a transparent or translucent section of tubing or by independent check with an integrated secondary metering device. If approved by the Engineer, an alternate indicator may be used for admixtures dosed at rates of 25 oz/cwt (1630 mL/100 kg) or greater, such as accelerating admixtures, corrosion inhibitors, and viscosity modifying admixtures.” 80451 81 82 83 84 85 86 87 88 89 90 LR107-4 Page 1 of 1 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR INSURANCE Effective: February 1, 2007 Revised: August 1, 2007 All references to Sections or Articles in this specification shall be construed to mean specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation. The Contractor shall name the following entities as additional insured under the Contractor’s general liability insurance policy in accordance with Article 107.27: The entities listed above and their officers, employees, and agents shall be indemnified and held harmless in accordance with Article 107.26. 91 LR 109 Page 1 of 1 State of Illinois Department of Transportation Bureau of Local Roads and Streets SPECIAL PROVISION FOR EQUIPMENT RENTAL RATES Effective: January 1, 2012 All references to Sections or Articles in this specification shall be construed to mean a specific Section or Article of the Standard Specifications for Road and Bridge Construction, adopted by the Department of Transportation. Replace Article 109.04(b)(4) with the following: "(4) Equipment. For any machinery or special equipment (other than small tools) the use of which has been authorized by the Engineer, the Contractor will be paid according to the latest revision of “SCHEDULE OF AVERAGE ANNUAL EQUIPMENT OWNERSHIP EXPENSE” and latest index factor as issued by the Illinois Department of Transportation. The equipment should be of a type and size reasonably required to complete the extra work.” 92 This page intentionally left blank. 93 DuPage County Prevailing Wage Rates posted on 1/25/2024 94 95 96 97 98 99 100 101 This page intentionally left blank. 102 Appendix 2 IDOT Standard Drawings 103 This page intentionally left blank. 104 105 106 107 108 109 110 111 112 113 0.0052 0.0104 0.015625 0.0208 0.0260 0.03125 0.0365 0.0417 0.046875 0.0521 0.0573 0.0625 0.0677 0.0729 0.078125 0.0833 0.0885 0.09375 0.0990 0.1042 0.109375 0.1146 0.1198 0.1250 0.1302 0.1354 0.140625 0.1458 0.1510 0.15625 0.1615 0.1667 1 2 0.171875 0.1771 0.1823 0.1875 0.1927 0.1979 0.203125 0.2083 0.2135 0.21875 0.2240 0.2292 0.234375 0.2396 0.2448 0.2500 0.2552 0.2604 0.265625 0.2708 0.2760 0.28125 0.2865 0.2917 0.296875 0.3021 0.3073 0.3125 0.3177 0.3229 0.328125 0.3333 3 4 A B A B A B A B A B A B DECIMAL OF AN INCH AND OF A FOOT 0.3385 0.34375 0.3490 0.3542 0.359375 0.3646 0.3698 0.3750 0.3802 0.3854 0.390625 0.3958 0.4010 0.40625 0.4115 0.4167 0.421875 0.4271 0.4323 0.4375 0.4427 0.4479 0.453125 0.4583 0.4635 0.46875 0.4740 0.4792 0.484375 0.4896 0.4948 0.5000 5 6 0.5052 0.5104 0.515625 0.5208 0.5260 0.53125 0.5365 0.5417 0.546875 0.5521 0.5573 0.5625 0.5677 0.5729 0.578125 0.5833 0.5885 0.59375 0.5990 0.6042 0.609375 0.6146 0.6198 0.6250 0.6302 0.6354 0.640625 0.6458 0.6510 0.65625 0.6615 0.6667 7 8 0.671875 0.6771 0.6823 0.6875 0.6927 0.6979 0.703125 0.7083 0.7135 0.71875 0.7240 0.7292 0.734375 0.7396 0.7448 0.7500 0.7552 0.7604 0.765625 0.7708 0.7760 0.78125 0.7865 0.7917 0.796875 0.8021 0.8073 0.8125 0.8177 0.8229 0.828125 0.8333 9 10 1 0.8385 0.84375 0.8490 0.8542 0.859375 0.8646 0.8698 0.8750 0.8802 0.8854 0.890625 0.8958 0.9010 0.90625 0.9115 0.9167 0.921875 0.9271 0.9323 0.9375 0.9427 0.9479 0.953125 0.9583 0.9635 0.96875 0.9740 0.9792 0.984375 0.9896 0.9948 1.0000 11 12 B = Inch Equivalents to Foot Fractions A = Fractions of Inch or Foot 1-1-97 New Standard. AND OF A FOOT DECIMAL OF AN INCH 64 1 32 1 64 3 16 1 64 5 32 3 64 7 8 1 64 9 32 5 16 1 8 1 16 3 4 1 16 5 8 3 16 7 2 1 16 9 8 5 16 11 4 3 16 13 8 7 16 15 16 11 8 11 16 31 4 11 16 51 8 31 16 71 2 11 16 91 8 51 16 111 4 31 16 131 8 71 16 151 64 11 16 3 64 13 32 7 64 15 4 1 64 17 32 9 64 19 16 5 64 21 16 12 8 12 16 32 4 12 16 52 8 32 16 72 2 12 16 92 8 52 16 112 4 32 16 132 8 72 16 152 16 13 8 13 16 33 4 13 16 53 8 33 16 73 2 13 16 93 8 53 16 113 4 33 16 133 8 73 16 153 32 11 64 23 8 3 64 25 32 13 64 27 16 7 64 29 32 15 64 31 2 1 16 14 8 14 16 34 4 14 16 54 8 34 16 74 2 14 16 94 8 54 16 114 4 34 16 134 8 74 16 154 16 15 8 15 16 35 4 15 16 55 8 35 16 75 2 15 16 95 8 55 16 115 4 35 16 135 8 75 16 155 64 33 32 17 64 35 16 9 64 37 32 19 64 39 8 5 64 41 32 21 16 16 8 16 16 36 4 16 16 56 8 36 16 76 2 16 16 96 8 56 16 116 4 36 16 136 8 76 16 156 16 17 8 17 16 37 4 17 16 57 8 37 16 77 2 17 16 97 8 57 16 117 4 37 16 137 8 77 16 157 64 43 16 11 64 45 32 23 64 47 4 3 64 49 32 25 64 51 16 13 64 53 16 18 8 18 16 38 4 18 16 58 8 38 16 78 2 18 16 98 8 58 16 118 4 38 16 138 8 78 16 158 16 19 8 19 16 39 4 19 16 59 8 39 16 79 2 19 16 99 8 59 16 119 4 39 16 139 8 79 16 159 32 27 64 55 8 7 64 57 32 29 64 59 16 15 64 61 32 31 64 63 16 110 8 110 16 310 4 110 16 510 8 310 16 710 2 110 16 910 8 510 16 1110 4 310 16 1310 8 710 16 1510 16 111 8 111 16 311 4 111 16 511 8 311 16 711 2 111 16 911 8 511 16 1111 4 311 16 1311 8 711 16 1511 STANDARD 001006 Illinois Department of Transportation January 1,1997 ENGINEER OF POLICY AND PROCEDURES APPROVED January 1,1997 ENGINEER OF DESIGN AND ENVIRONMENT ISSUED1-1-97PASSED DATE REVISIONS 114 fabric. Silt fence metal stake. Wood post or metal stake. Wood post or fabric. Silt fence fence with fabric positioned as swown. adjacent to end-post (stake) of second silt Place end-post (stake) of first silt fence and drive both posts (stakes) 18 (450) into ground. Rotate posts (stakes) together 180° clockwise (Not applicable for J-hooks) J-hook Sheet flowJ-hook Sheet flow(60 m) 200' (typical). metal stake Wood post or fabric. Continuous fence top with wire. adjacently and bind at Place posts (stakes) bank. Top of pin. Securing fabric. Filter pin. Securing(150)6min. 12 (300)max.36 (914)of the aggregate shall be 1:4 (V:H). traffic, the traffic approach slope clear zone and the road is open to When the ditch check is within the*aggregate. Coarse ditch. Bottom of pin. Securing Flow fabric. Filter 2* 1 1 1 Riprap 2* 1 fabric. Filter pin. Securing (300) 12 (300) 12 (300) 12 (300) 12 (300) 12 (150)6(1.5 m) 5' Wood or metal stake Fence fabric Sheet flow (150)6(450)18(1.2 m)4'unless otherwise shown. All dimensions are in inches (millimeters) protection. shall also apply for inlet and pipe shown for perimeter erosion barriers The installation details and dimensions 1-1-13 (Sheet 1 of 2) Wood or metal stake Fence fabric Sheet flow (450)18(1.2 m)4'(150) 6 (250)10trench to secure fabric. Excavate, backfill and compact 1-1-12 to SECTION A-A. barrier. Added SLICE METHOD Omitted hay/straw perimeter STANDARD 280001-07 STEP 1 STEP 2 ATTACHING TWO SILT FILTER FENCES SILT FILTER J-HOOK PLACEMENT J-HOOK ELEVATION SECTION B-B AGGREGATE DITCH CHECK ELEVATION SECTION A-A GENERAL NOTES PERIMETER EROSION BARRIER SILT FILTER FENCE AS A TRENCH METHOD SLICE METHOD CONTROL SYSTEMS TEMPORARY EROSION B B A A BASIN ELEVATION. flowline (¥) on SEDIMENT Corrected notation for Illinois Department of Transportation January 1,2013 ENGINEER OF POLICY AND PROCEDURES APPROVED January 1,2013 ENGINEER OF DESIGN AND ENVIRONMENT ISSUED1-1-97PASSED DATE REVISIONS 115 Flow or rolled excelsior Straw or hay bales Flow Flow Spacers fence Silt filter 30' (9.0 m) 20' (6.0 m) to 6' (1.8 m) 24 (600) tomin.12 (300)will improve if put into a series. The performance of the basin directed by Engineer. Outlet type as Flow removed anytime the basins become 75% filled. direction of the flow. Accumulated silt shall be The long dimension should be parallel with the(2.4 m)8'Flow Tie down stakes Flow Bale ties hay bales Straw or Flow Flow fence Silt filter open grate Manhole with Flow Spacers Flow to excavation Ground line prior ditch Downside limits Final excav. Upside ditch slope or finished Temporary Final embankment limits toe ditch Temporary toe ditch Temporary ditch Final (Sheet 2 of 2) F Ditch STANDARD 280001-07 INLET AND PIPE PROTECTION ELEVATION SEDIMENT BASIN PLAN TYPICAL CUT CROSS-SECTION TYPICAL FILL CROSS-SECTION CUT & FILL SECTIONS TEMPORARY DITCHES FOR CONTROL SYSTEMS TEMPORARY EROSIONIllinois Department of Transportation January 1,2013 ENGINEER OF POLICY AND PROCEDURES APPROVED January 1,2013 ENGINEER OF DESIGN AND ENVIRONMENT ISSUED1-1-97PASSED 116 117 1 1 1 2 1 1 2 Saw at 4 to 24 hours, and seal. 2 (50) deep, and seal. (3) thick steel template8 1Form with construction option: (Placed in prolongation with pavement joints) Doweled contraction joint 1. 2. ramp returns). side streets and (Such as entrances, Short radius curve joint Contraction (when space permits) placed at mid-depth 2-No. 4 (No. 13) bars dowel bars 18 (450) long joint Construction box Curb with curb box Drainage casting Back of curb pavement joint on the adjacent adjusted to align with This dimension shall be* (typ.) 12 (300 min. (1.0 m) * 3'-0'' min. (1.0 m) * 3'-0''(300)12(75)3pavement Edge of with (or without) dowels Pavement expansion jointmin.(300)* 12A A A A A with 2 (50) min. cl. 2-No. 4 (No. 13) bars (when space permits) placed at mid-depth 2-No. 4 (No. 13) bars without curb box Drainage casting Back of curb (typ.) 12 (300) min. (1.0 m) *3'-0'' min. (1.0 m) *3'-0'' mid-depth). bar (placed at 18 (450) long dowel cap Expansion joint filler. preformed expansion 1 (25) - thick (min.) Full depth & width min. 1 (25) curb type. as required for Gutter flag width (175) 7 Slope 6% Pavement t(40)211Tie bar Pavement CB A Tie bar RSlope 6%tDcurb type. as required for Gutter flag width Slope 5% max. Pavement Tie bart (13)21(175) 7 Pavement A B C R Tie bar Slope 6%DtHMA surfacing course PCC base Tie bar (other types permitted) Mountable curb shown min.3 (75)(6)41Slope 6% A Pavement B C R Tie bar R DtSlope 2% BARRIER CURB TABLE OF DIMENSIONS TYPE (B-15.3) B-6.12 (B-15.45) B-6.18 (B-15.60) B-6.24 (B-22.30) B-9.12 (B-22.45) B-9.18 (B-22.60) B-9.24 A (300) 12 (450) 18 (600) 24 (300) 12 (450) 18 (600) 24 B (25) 1 (25) 1 (25) 1 (50) 2 (50) 2 (50) 2 C (150) 6 (150) 6 (150) 6 (125) 5 (125) 5 (125) 5 D (150) 6 (150) 6 (150) 6 (225) 9 (225) 9 (225) 9 R (25) 1 (25) 1 (25) 1 (25) 1 (25) 1 (25) 1 MOUNTABLE CURB TABLE OF DIMENSIONS TYPE (M-5.15) M-2.06 (M-5.30) M-2.12 (M-10.15) M-4.06 (M-10.30) M-4.12 (M-10.45) M-4.18 (M-10.60) M-4.24 (M-15.15) M-6.06 (M-15.30) M-6.12 (M-15.45) M-6.18 (M-15.60) M-6.24 A (150) 6 (300) 12 (150) 6 (300) 12 (450) 18 (600) 24 (150) 6 (300) 12 (450) 18 (600) 24 B (50) 2 (50) 2 (100) 4 (100) 4 (100) 4 (100) 4 (150) 6 (150) 6 (150) 6 (150) 6 C (100) 4 (100) 4 (75) 3 (75) 3 (75) 3 (75) 3 (50) 2 (50) 2 (50) 2 (50) 2 D (50) 2 (50) 2 (100) 4 (100) 4 (100) 4 (100) 4 (150) 6 (150) 6 (150) 6 (150) 6 R R (75) 3 (75) 3 (75) 3 (75) 3 (75) 3 (75) 3 (50) 2 (50) 2 (50) 2 (50) 2 (50) 2 (50) 2 NA NA NA NA NA NA NA NA (Sheet 1 of 2) (150) 6 (25) 1 (150) 6 (150) 6 (25) 1 (B-15.15) B-6.06 For corner islands only. STANDARD 606001-08 A * * CONCRETE CURB AND GUTTER AND COMBINATION CONCRETE CURB TYPE B ¡ ¡ ¡ ¡ ¡ GENERAL NOTES TO THE DISABLED TO CURB RAMP ACCESSIBLE DEPRESSED CURB ADJACENT DEPRESSED CURB (TYPICAL) WITH HMA SURFACING ADJACENT TO PCC BASE COURSE M-2.06 (M-5.15) and M-2.12 (M-5.30) EXPANSION JOINT DETAIL MOUNTABLE CURBBARRIER CURB ADJACENT TO PCC PAVEMENT OR PCC BASE COURSE PLAN Illinois Department of Transportation January 1,2022 ENGINEER OF POLICY AND PROCEDURES APPROVED January 1,2022 ENGINEER OF DESIGN AND ENVIRONMENT ISSUED1-1-97PASSED DATE REVISIONS 1-1-22 otherwise shown. All dimensions are in inches (millimeters) unless See Standard 606301 for details of corner islands. required for monolithic construction. The dowel bars shown in contraction joints will only be tie bar and the back of the curb shall be maintained. A minimum clearance of 2 (50) between the end of the longitudinal construction joint shown on Standard 420001. 36 (900) centers in accordance with details for Longitudinal joint tie bars shall be No. 6 (No. 19) at t = Thickness of pavement. slope as the subbase or 6% when subbase is omitted. constructed adjacent to pcc pavement shall be the same The bottom slope of combination curb and gutter bar spacing to 36 (900) cts. Revised General Note for tie1-1-18 adjacent to pcc pavement. Revised contraction joint spacing course 8 (200) 10 (250) when PCC base course 8 (200) 9 (225) when PCC base ****** ** exceed 15' (4.5 m). adjcent pcc pavement but not to Spacing of contraction joints to match 118 1 1 (Sheet 2 of 2) Short radius curve A A A A (when space permits) placed at mid-depth 2-No. 4 (No. 13) bars Back of curb with curb box Drainage casting pavement Edge of (typ.) 12 (300) Construction joint full depth and width. (20) thick preformed joint filler4 3Insert Saw 2 (50) deep at 4 to 24 hours, and seal. 2 (50) deep, and seal. (3) thick steel template8 1Form with construction options: Undoweled contraction joint (typ.) 1. 2. 3. PT PC max. cts. (typ.) at 25'-0'' (7.6 m) Contraction joints with 2 (50) min. cl. 2-No. 4 (No. 13) bars (when space permits) placed at mid-depth 2-No. 4 (No. 13) bars (1.5 m) 5'-0" (1.5 m) 5'-0" without curb box Drainage casting Back of curb (typ.) 12 (300) pavement Edge of A A (1.5 m) 5'-0" (1.5 m) 5'-0" (other types permitted) Mountable curb shown HMA surfacing Base course (6)41tmin.9 (225)min.9 (225)(6)41tBase course HMA surfacing Pavement (40)211(175) 7 (340)2113Pavement B C R D(450)18Pavement Tie bar (40)211t(175) 7 Pavement R Tie bar B C DtA STANDARD 606001-08 CONCRETE CURB AND GUTTER AND COMBINATION CONCRETE CURB TYPE B ¡¡ DEPRESSED CURB BARRIER CURB ADJACENT TO FLEXIBLE PAVEMENT DEPRESSED CURB BARRIER CURB ADJACENT TO PCC PAVEMENT OR PCC BASE COURSE CONCRETE CURB TYPE B ADJACENT TO FLEXIBLE PAVEMENT ON UNDISTURBED SUBGRADEON DISTURBED SUBGRADE PLAN Illinois Department of Transportation January 1,2022 ENGINEER OF POLICY AND PROCEDURES APPROVED January 1,2022 ENGINEER OF DESIGN AND ENVIRONMENT ISSUED1-1-97PASSED 119 * * ** * * ***(450-900)18-36(700)28min.4' (1.2 m)min.24 (600)(900)36min. 18 (450)min.5' (1.5 m)min. 4' (1.2 m) (600) 24 (900)36(300)12(200)8(900)36(Sheet 1 of 3) min. 4' (1.2 m)min.36 (900)(100)4min.36 (900)min. 24 (600)min.36 (900)min. 24 (600)(100)4Orange(100)4(700 - 900)28 - 36Posted speed < 45 mph STANDARD 701901-08 TUBULAR MARKER VERTICAL PANEL TYPE I BARRICADE TYPE II BARRICADE TYPE III BARRICADE BARRICADE DIRECTION INDICATOR DRUM VERTICAL BARRICADE CHANNELIZING BARRICADE DETECTABLE PEDESTRIAN GENERAL NOTES DATE REVISIONS orange to white background. SPEED LIMIT sign from Revised END WORK ZONE1-1-18 1-1-19(700 - 900)28 - 36CONES Any posted speed DAYTIME USE Any posted speed Any posted speed>36 (900)DAY OR NIGHTTIME USE (100-150) 4-6 (100-150) 4-6 added cones >36" (900 m) height. Revised cone usage and DEVICES TRAFFIC CONTROL(200-300)8-12max.2 (50)(150)6(150)6Warning lights (if required) unless otherwise shown. All dimensions are in inches (millimeters) pavement surface. All heights shown shall be measured above the(200-300)8-12(100)4(100)4(100)4(100)4(200-300)8-12(200-300)8-12(150)6(150)6(300) 12 (150)6(150)6(100)4(100)4(50)2(150)6(75 - 100)3 - 4min. 3 (75)(100)4(100)4(200-300) 8-12 4-6 (100-150) 4-6 (100-150) POST MOUNTED Orange Orange Orange Illinois Department of Transportation January 1,2019 APPROVED January 1,2019 ENGINEER OF DESIGN AND ENVIRONMENT ISSUED1-1-13ENGINEER OF SAFETY PROG. AND ENGINEERING APPROVED 120 "'- MAX W IDTH XX XX X M ILES AHEAD NEXT X MILES CONSTRUCTION ROAD CONSTRUCTION END (IF SPECIFIED) SIGN STOP SLOW END WORK ZONE SPEED LIMIT MINIMUM $XXX FINE LIMIT SPEED XX ZONE WORK ENFORCED PHOTO (1.8 m - 3.6 m) 6' - 12' FRONT SIDE REVERSE SIDE(100)4(125)5(600) 24 (125) 5 (175) 7 (400) 16 (175)7(125)5(600)24(600 - 3 m) 24 - 10'min.8' (2.4 m)(Sheet 2 of 3)(1.8 m - 2.1 m)6' - 7'R2-1-3648 R2-I106p-3618 G20-I104(0)-6036 G20-I105(0)-6024 W12-I103-4848 XX'-XX" width and X miles are variable. G20-I103-6036 STANDARD 701901-08 POST MOUNTED SIGNS SIGNS ON TEMPORARY SUPPORTS HIGH LEVEL WARNING DEVICE WIDTH RESTRICTION SIGN FLAGGER TRAFFIC CONTROL SIGN SPEED ZONE SIGNS HIGHWAY CONSTRUCTION WORK LIMIT SIGNING DEVICES TRAFFIC CONTROLEdge of pavement** (if required) Warning light wood post Metal or 6' (1.8 m) urban 4' (1.2 m) rural embedment 5' (1.5 m) min. of pavement Elevation of edge 7' (2.1 m) min. urban 5' (1.5 m) min. rural edge of the paved shoulder. face of curb or 6' (1.8 m) to the outside this dimension shall be 24 (600) to the When curb or paved shoulder are present** of curb or face pavement Edge of of pavement Elevation of edge completely above the devices. shall be sufficient to be seen behind other devices, the height be 5' (1.5 m) min. If located four days, this dimension shall When work operations exceed***min. ***12 (300)Orange flags 18x18 (450x450) lane highways. Dual sign displays shall be utilized on multi- within 2 miles (3200 m). the end of the job unless another job is END CONSTRUCTION sign shall be erected at ject limits. be placed 500' (150 m) in advance of pro- ROAD CONSTRUCTION NEXT X MILES sign shall 2 miles (3200 m) or more in length. This signing is required for all projects W21-Ill5(0)-3618 R10-I108p-3618 **** or as allowed by District Operations. Sign assembly as shown on Standards above sign assembly is used. This sign shall be used when the under the juristiction of the State. R10-I108p shall only be used along roadways**** 8 (200) Federal series C (15) 32 19 (513) 20 2 1 7 (180) Federal series BR.1 (40)21 (90)321Illinois Department of Transportation January 1,2019 APPROVED January 1,2019 ENGINEER OF DESIGN AND ENVIRONMENT ISSUED1-1-13ENGINEER OF SAFETY PROG. AND ENGINEERING APPROVED 121 ROAD CLOSED ROAD CLOSED TO THRU TRAFFIC ROAD CLOSED TO THRU TRAFFIC min. 4' (1.2 m) min. 5' (1.5 m)min.(600)24min.6' (1.8 m)min.7' (2.1 m)min.30 (750)min.4' (1.2 m)min.7' (2.1 m)min. 8' (2.4 m) (8 m) 25'100' (30 m) max.30' (9.1 m) min.(Sheet 3 of 3) A A STANDARD 701901-08 ARROW BOARDS SECTION A-A TEMPORARY RUMBLE STRIPS PLAN TYPICAL INSTALLATION TYPE III BARRICADES CLOSING A ROAD TYPICAL APPLICATIONS OF 24 (600) ± MOUNTED TRAILER TYPE C MOUNTED ROOF OR TRAILER TYPE B MOUNTED ROOF TYPE A DEVICES TRAFFIC CONTROL213 (90) ±Weep holes Traffic1 (45) ±4 3 Epoxy channels stepped or smooth Face may be (13) ±212 13 (90) ± Traffic (8 m) 25' (60 m) ± 200 (60 m) ± 200 (8 m) 25' (8 m) 25' (60 m) ± 200 warning signs advance Construction (1.5 m) 5' min. 12 (300) min. 12 (300) R11-4 Pavement flasher Type A ROAD CLOSED TO THRU TRAFFIC directly in front of the barricade. on NCHRP 350 temporary sign supports not available, the signs may be mounted sign panel which meets NCHRP 350 is Type III barricade with an attached both sides of the barricades. If a Reflectorized striping shall appear on ROAD CLOSED TO ALL TRAFFIC in front of the barricade. NCHRP 350 temporary sign support directly available, the sign may be mounted on an sign panel which meets NCHRP 350 is not If a Type III barricade with an attached on the back side of the barricades. Reflectorized striping may be omitted Pavement shoulder Edge of R11-2flasher Type A max. 6 (150) max. 6 (150) max. 6 (150) Illinois Department of Transportation January 1,2019 APPROVED January 1,2019 ENGINEER OF DESIGN AND ENVIRONMENT ISSUED1-1-13ENGINEER OF SAFETY PROG. AND ENGINEERING APPROVED 122 123 124 125 126 (50)2(100)4(100)4Edge of pavement White Yellow White (100)4(180)7(40)211Edge of pavement Yellow (3.05 m) 10' (9.15 m) 30' (9.15 m) 30' (3.05 m) 10' White As specified As specified DIVIDED UNDIVIDED Edge of pavement(100)4(50)2(100)4(50)2(300)12(100)4(100)4(180)7(100)4(600) 24 (3.05 m) 10' (600) 24 (600) 24 the Engineer. As directed by (7.6 m) 25' (7.6 m) 25' (15.2 m) 50' (600) 24 Engineer. by the as directed 8' (2.4 m) or (1.8 m)6'(6.1 m)20'Std. R (400)16 unless otherwise shown. All dimensions are in inches (millimeters) 1-1-15 (Sheet 1 of 3) of the MUTCD. as placed by Table 2C-4, Condition B to the Advance Warning Sign (W10-1) should be located directly adjacent is used, a portion of the symbol When the pavement marking symbol each lane. be placed adjacent to each other in lanes and separate RXR symbols shall shall extend across all approach On multi-lane roads, the stop lines may vary according to lane width. The transverse spread of the "X" NOTES 1-1-14 'LANE-REDUCTION ARROW'. 'LANE DROP ARROW' detail to Added bike symbol. Renamed to center line. present. Stop line placed perpendicular rail or 8' (2.4 m) back from gate, if Approximately 15' (4.5 m) from nearest for stop line at RR crossing. bike symbol. Revised note Added symbols. Revised STANDARD 780001-05 MARKINGS TYPICAL PAVEMENT LANE AND EDGE LINES 2 LANE MULTI LANE RAILROAD-HIGHWAY GRADE CROSSING PAVEMENT MARKINGS AT Lane ¡ Illinois Department of Transportation January 1,2015 APPROVED January 1,2015 ENGINEER OF DESIGN AND ENVIRONMENT ISSUED1-1-97PASSED ENGINEER OF OPERATIONS DATE REVISIONS 127 (Sheet 2 of 3) a a Height Legend Size Arrow a 6' (1.8 m)Small 2.9 (74) 8' (2.4 m)Large 3.8 (96) 6' (1.8 m) legend and 4 (100) for 8' (2.4 m) legend. numerals should be approximately 3 (75) for The space between adjacent letters or STANDARD 780001-05 MARKINGS TYPICAL PAVEMENT LETTER AND ARROW GRID SCALE Illinois Department of Transportation January 1,2015 APPROVED January 1,2015 ENGINEER OF DESIGN AND ENVIRONMENT ISSUED1-1-97PASSED ENGINEER OF OPERATIONS 128 between words) and word or (Between arrow 50' (15 m): rural 20' (6 m): urban Large size: ruralSmall size: urban(1.2 m) 4' (3 m) 10' (600) 24 (2.7 m) 9' (2.4 m) 8' (1.75 m) 5'-9"(838)33(838)33(600)2420°Dir ecti on of Vi ewEdge of Pavem ent (5 m) 16'-6"(750)30(750) 30 (3 m )10'(200)8(200)8(1.0 m) 3'-4"(1.8 m)6'-0"Use mirror image for left lane. Right lane-reduction arrow shown. (Sheet 3 of 3)(1.8 m)6'-0"(1.8 m)6'-0"(1.0 m) 3'-4"(1.8 m)6'-0"(1.02 m)3'-4"8' (2.4 m): rural6' (1.8 m): urban(914) 36 (1.04 m)3'-5"(Arrow is optional.) STANDARD 780001-05 MARKINGS TYPICAL PAVEMENT LANE-REDUCTION ARROW WORD AND ARROW LAYOUT WRONG WAY ARROW SYMBOL SHARED LANE ACCESSILITY SYMBOL OF INTERNATIONAL BIKE SYMBOL Illinois Department of Transportation January 1,2015 APPROVED January 1,2015 ENGINEER OF DESIGN AND ENVIRONMENT ISSUED1-1-97PASSED ENGINEER OF OPERATIONS 129 This page intentionally left blank. 130 Appendix 3 Boring Location Plan General Notes Boring Logs Unified Soil Classification System LPC-663 Form 131 This page intentionally left blank. 132 133 134 135 136 137 138 139 140