HomeMy WebLinkAboutWoodside and Forest Glen WM Bid PackageCall for Bids
for:
Woodside and Forest Glen
Watermain Improvements
Project
Issued: Tuesday, February 18, 2025
Bids due: Thursday, March 6, 2025, 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 ................................................................... 15
Affidavit of Availability – BC 57 .............................................................................................. 17
Apprenticeships or Training Program Certification – BLR 12325 ...................................... 27
Affidavit of Illinois Business Office – BLR 12326 ................................................................. 28
Contract ..................................................................................................................................... 29
Contract Bond – BLR 12321 ................................................................................................... 31
Prevailing Wage Affidavit ........................................................................................................ 33
Certification of Payroll Records .............................................................................................. 34
Project Special Provisions
Specifications Table of Contents ................................................................................. 37
Special Provisions .......................................................................................................... 40
General Conditions ........................................................................................................ 41
Pay Items ........................................................................................................................ 63
Appendix 1
Index for Supplemental Specifications and Recurring Special Provisions ........... 105
Check Sheet for Recurring Special Provisions ........................................................ 107
Check Sheet for BDE Special Provisions ................................................................. 109
Local Roads Special Provisions ................................................................................. 111
Performance Bond ....................................................................................................... 147
Labor and Materials Payment Bond .......................................................................... 149
DuPage County Prevailing Wages ............................................................................ 151
Appendix 2
IDOT Standards ........................................................................................................... 161
Appendix 3
Geotechnical Engineering Services Report .............................................................. 189
LPC-662 ........................................................................................................................ 227
3
This page intentionally left blank.
4
INVITATION
TO
BID
Sealed bids will be received by Rania Serences, Purchasing and Budgeting Coordinator, Mllage of
Oak Brook, 1200 Oak Brook Road, Oak Brook, lL 60523, until 10:00 A.M., Thursday, ltlarch 6,
2025, 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, lL 60523, beginning on
Tuesday, February 1E,2025. 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) lllinois Prevailing Wage; 2)
50lo Bid security with the bid submittal; 3) 1000/o 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 Recuning 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 Mllage of Oak Brook reserves the right to reiect 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
aclivities.
General questions regarding this lnvitation to Bid shall be directed to Jeremie Lukowicz, P-E., at
ilukowicz@BLA-inc.com or 630.438-6400. All detailed questions conceming the actual bid
specifications are to be forwarded in writing via email to: jlukowicz@BlA-inc.com no less than
live business days prior to the scheduled bid opening date.
Dated February 1 8.2025
Netasha Scarpiniti, Village Clerk
The Village of Oak Brook, lllinois is soliciting sealed bids for the
WOODSIDE AND FOREST GLEN WATERMATN IMPROVEIT ENTS PROJECT
5
This page intentionally left blank.
6
Local Public Agency
Formal Contract Proposal
Page 1 of 6 BLR 12200 (Rev. 01/19/23)Completed02/14/25
Proposal Submitted By:
Contractor's Name
Contractor's Address City State Zip Code
STATE OF ILLINOIS
Local Public Agency
Village of Oak Brook
County
DuPage
Section Number
N/A
Route(s) (Street/Road Name)
Various Streets - Watermain Improvements Project
Type of Funds
Local
Proposal Only Proposal and Plans Proposal only, plans are separate
Submitted/Approved
For Local Public Agency:
Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent loss
when bids are processed.
COVER SHEET
For a County and Road District Project
Submitted/Approved
Submitted/Approved
Highway Commissioner Signature & Date
County Engineer/Superintendent of Highways Signature & Date
For a Municipal Project
Submitted/Approved/Passed
Official Title
Signature & Date
Department of Transportation
Released for bid based on limited review
Regional Engineer Signature & Date
7
BLR 12200 (Rev. 01/19/23)Page 2 of 6Completed02/14/25
Route(s) (Street/Road Name)
Various Streets - Watermain Im
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
03/06/25 .
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
03/06/25 .
DESCRIPTION OF WORK
Location
Woodside and Forest Glen Subdivision
Project Length
3.80 Mi
Proposed Improvement
The proposed improvements include open cut water main installation, horizontal directional drilling of water main,
pavement patching, storm sewers improvements, curb & gutter / driveway replacement, landscape restoration,
and related work.
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
opening proposals.
8
BLR 12200 (Rev. 01/19/23)Page 3 of 6Completed02/14/25
Route(s) (Street/Road Name)
Various Streets - Watermain Im
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 10/31/25
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 N/A .
9
BLR 12200 (Rev. 01/19/23)Page 4 of 6Completed02/14/25
Route(s) (Street/Road Name)
Various Streets - Watermain Im
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 6Completed02/14/25
Route(s) (Street/Road Name)
Various Streets - Watermain Im
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 6Completed02/14/25
Secretary
Treasurer
Attest:
Secretary
12
RETURN WITH BID
County
Local Public Agency
Section
Route
Total
Item No. Items Unit Quantity Total
20100110 TREE REMOVAL (6 TO 15 UNITS DIAMETER)UNIT 130
20100210 TREE REMOVAL (OVER 15 UNITS DIAMETER)UNIT 40
20101000 TEMPORARY FENCE FOOT 2390
20101200 TREE ROOT PRUNING EACH 15
20800150 TRENCH BACKFILL CU YD 14500
28000400 PERIMETER EROSION BARRIER FOOT 335
28000510 INLET FILTERS EACH 134
42300200 PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT, 6 INCH SQ YD 240
STAMPED PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT, 6 INCH SQ YD 20
PAINTED PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT, 6 INCH SQ YD 20
EXPOSED AGGREGATE PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT, 6 INCH SQ YD 30
44000200 DRIVEWAY PAVEMENT REMOVAL SQ YD 530
44201XXX CLASS D PATCHES, 6 INCH SQ YD 9500
PVC C-900 WATER MAIN, 6"FOOT 36
PVC C-900 WATER MAIN, 8"FOOT 5752
PVC C-900 WATER MAIN, 10"FOOT 1058
PVC C-900 WATER MAIN, 12"FOOT 9865
48301000 PROTECTIVE COAT SQ YD 210
56105000 WATER VALVES 8"EACH 15
56105100 WATER VALVES 10"EACH 3
56105200 WATER VALVES 12"EACH 21
56400500 FIRE HYDRANTS TO BE REMOVED EACH 41
56400820 FIRE HYDRANT WITH AUXILIARY VALVE AND VALVE BOX EACH 42
60248900 VALVE VAULTS, TYPE A, 5'-DIAMETER, TYPE 1 FRAME, CLOSED LID EACH 39
67100100 MOBILIZATION L SUM 1
A2001614
TREE, ACER SACCHARINUM MORTON (CRESCENDO SUGAR MAPLE), 2-1/2" CALIPER,
BALLED AND BURLAPPED EACH 1
A2004725
TREE, GLEDITSIA TRIACANTHOS VAR. INERMIS HALKA (HALKA THORNLESS
HONEYLOCUST), 2-1/2" CALIPER, BALLED AND BURLAPPED EACH 1
A2007120 TREE, QUERCUS RUBRA (RED OAK), 2-1/2" CALIPER, BALLED AND BURLAPPED EACH 1
D2001972
EVERGREEN, PICEA GLAUCA DENSATA (BLACK HILLS SPRUCE), 6' HEIGHT, BALLED AND
BURLAPPED EACH 3
D2003172
EVERGREEN, PSUEDOTSUGA MENZIESII (DOUGLAS FIR), 6' HEIGHT, BALLED AND
BURLAPPED EACH 4
D2002272
EVERGREEN, PICEA PUNGENS GLAUCA (COLORADO BLUE SPRUCE), 6' HEIGHT, BALLED
AND BURLAPPED EACH 3
K0036120 MULCH PLACEMENT 4"SQ YD 100
X0325225 BRICK PAVEMENT REMOVAL AND REPLACEMENT SQ FT 80
X0326806 WASHOUT BASIN L SUM 1
X1200015 VALVE VAULTS TO BE ABANDONED EACH 28
X2003001 REMOVE AND REINSTALL DECORATIVE STONE SQ FT 200
X4060280 HOT-MIX ASPHALT DRIVEWAY PAVEMENT, 3"SQ YD 190
STAMPED HOT-MIX ASPHALT DRIVEWAY PAVEMENT, 3"SQ YD 30
X5510309 SANITARY SEWER REMOVAL AND REPLACEMENT 8"FOOT 180
X5620116 WATER SERVICE CONNECTION (SHORT)EACH 125
X5620118 WATER SERVICE CONNECTION (LONG)EACH 73
WATER SERVICE, ADDITIONAL LENGTH FOOT 50
X5630006 CUT AND CAP EXISTING 6" WATER MAIN EACH 1
X5630008 CUT AND CAP EXISTING 8" WATER MAIN EACH 1
X5630010 CUT AND CAP EXISTING 10" WATER MAIN EACH 2
X5630012 CUT AND CAP EXISTING 12" WATER MAIN EACH 1
X5630706 CONNECTION TO EXISTING WATER MAIN 6"EACH 1
X5630708 CONNECTION TO EXISTING WATER MAIN 8"EACH 1
X5630710 CONNECTION TO EXISTING WATER MAIN 10"EACH 2
X5630712 CONNECTION TO EXISTING WATER MAIN 12"EACH 1
X6026632 VALVE BOXES TO BE REMOVED EACH 9
X6030310 FRAMES AND LIDS TO BE ADJUSTED (SPECIAL)EACH 1
X7010216 TRAFFIC CONTROL AND PROTECTION, (SPECIAL)L SUM 1
Z0013798 CONSTRUCTION LAYOUT L SUM 1
Z0019600 DUST CONTROL WATERING UNIT 1
Z0056603 STORM SEWER (WATER MAIN REQUIREMENTS) 6 INCH FOOT 55
Z0056604 STORM SEWER (WATER MAIN REQUIREMENTS) 8 INCH FOOT 890
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
SCHEDULE OF PRICES
Various Streets
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
Printed 2/9/2025 Page 1 of 1 BLR 12200a (Rev. 01/24/19)
13
RETURN WITH BID
County
Local Public Agency
Section
Route
Total
Item No. Items Unit Quantity Total
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
SCHEDULE OF PRICES
Various Streets
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
Z0056606 STORM SEWER (WATER MAIN REQUIREMENTS) 10 INCH FOOT 580
Z0056608 STORM SEWER (WATER MAIN REQUIREMENTS) 12 INCH FOOT 440
Z0056610 STORM SEWER (WATER MAIN REQUIREMENTS) 15 INCH FOOT 100
Z0056612 STORM SEWER (WATER MAIN REQUIREMENTS) 18 INCH FOOT 100
Z0056614 STORM SEWER (WATER MAIN REQUIREMENTS) 21 INCH FOOT 40
Z0056622 STORM SEWER (WATER MAIN REQUIREMENTS) 36 INCH FOOT 50
DECORATIVE ALUMINUM FENCE TO BE REMOVED AND RE-ERECTED FOOT 20
DECORATIVE STONE TO BE REMOVED AND REINSTALLED EACH 22
LANDSCAPE WALL REMOVAL AND REPLACEMENT FOOT 100
MAILBOX REMOVAL AND REINSTALLATION EACH 3
SPLIT RAIL WOOD FENCE TO BE REMOVED AND RE-ERECTED FOOT 10
CURB AND GUTTER REMOVAL AND REPLACEMENT FOOT 900
PARKWAY RESTORATION SQ YD 4200
DRILL, HDPE WATER MAIN, 8"FOOT 849
DRILL, HDPE WATER MAIN, 12"FOOT 2505
NON-OPEN TRENCH SERVICE CONNECTION EACH 5
LEAK DETECTION LSUM 1
PRE-CONSTRUCTION VIDEO RECORDING LSUM 1
TOTAL
Printed 2/9/2025 Page 2 of 1 BLR 12200a (Rev. 01/24/19)
14
Local Public Agency
Proposal Bid Bond
Page 1 of 2 BLR 12230 (Rev. 01/19/23)Completed10/28/24
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
15
Page 2 of 2 BLR 12230 (Rev. 01/19/23)
Local Public Agency
Village of Oak Brook
County
DuPage
Section Number
N/A
Completed10/28/24
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
16
Affidavit of Availability
Page 1 of 10 BC 57 (Rev. 02/16/21)
For the Letting of 03/06/25
Printed 01/24/25
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.
17
Page 2 of 10 BC 57 (Rev. 02/16/21)Printed 01/24/25
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
18
Page 3 of 10 BC 57 (Rev. 02/16/21)
For the Letting of 03/06/25
Affidavit of Availability
Printed 01/24/25
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.
19
Page 4 of 10 BC 57 (Rev. 02/16/21)Printed 01/24/25
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
20
Page 5 of 10 BC 57 (Rev. 02/16/21)
For the Letting of 03/06/25
Affidavit of Availability
Printed 01/24/25
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.
21
Page 6 of 10 BC 57 (Rev. 02/16/21)Printed 01/24/25
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
22
Page 7 of 10 BC 57 (Rev. 02/16/21)
For the Letting of 03/06/25
Affidavit of Availability
Printed 01/24/25
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.
23
Page 8 of 10 BC 57 (Rev. 02/16/21)Printed 01/24/25
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
24
Page 9 of 10 BC 57 (Rev. 02/16/21)
For the Letting of 03/06/25
Affidavit of Availability
Printed 01/24/25
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.
25
Page 10 of 10 BC 57 (Rev. 02/16/21)Printed 01/24/25
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)
26
Apprenticeship and
Training Program Certification
Page 1 of 1 BLR 12325 (Rev. 01/19/23)Completed10/28/24
Local Public Agency
Village of Oak Brook
County
DuPage
Street Name/Road Name
Various Streets
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
27
Affidavit of Illinois Business Office
Page 1 of 1 BLR 12326 (Rev. 01/20/23)Completed10/28/24
Local Public Agency
Village of Oak Brook
County
DuPage
Street Name/Road Name
Various Streets
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
28
VILLAGE OF OAK BROOK
1200 OAK BROOK ROAD
OAK BROOK, ILLINOIS 60523
CONTRACT
THIS AGREEMENT made this ______ day of ___________________, 2025 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 WOODSIDE AND FOREST GLEN WATERMAIN IMPROVEMENTS 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 Woodside and Forest Glen Watermain Improvements 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)Completed10/28/24
Local Public Agency
Village of Oak Brook
County
DuPage
Street Name/Road Name
Various Streets
Section Number
N/A
Bond information to be returned to Local Public Agency at
Complete Address
1200 Oak BrookRoad, 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 2Completed10/28/24
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
PREVAILING WAGE AFFIDAVIT
I, ___________________________(name of signatory), on oath hereby state and
certify that _____________________________ (name of Contractor), pursuant to a
Contract dated ___________, 2025, with the Village of Oak Brook for the
______________ Project, has complied and will comply with all laws, including
those relating to the employment of labor, the payment of the current general prevailing
rate of hourly wages for each craft or type of worker or mechanic needed to execute the
Contract or perform such work, and also the current general prevailing rate for legal
holiday and overtime work, as ascertained by the Illinois Department of Labor for DuPage
County, Illinois, and those prevailing rates are paid and shall be paid for each craft or type
of worker or mechanic needed to execute the aforesaid Contract or to perform such work.
_____________________________ (name of Contractor) has also complied and will
comply with all record keeping requirements established in the Prevailing Wage Act (820
ILCS 130/0.01, et seq.
CONTRACTOR:
By: _____________________________________
Title: ___________________________________
SUBSCRIBED AND SWORN TO BEFORE
ME THIS _____ DAY OF _______________, 2025
________________________________________
NOTARY PUBLIC
33
CERTIFICATION OF PAYROLL RECORDS
I, ___________________ (name of person executing this certificate), do hereby
certify that I am the duly qualified and acting __________________ (title) for
____________________, (name of contractor) and, as such, am authorized to certify
payroll records as true and accurate for such company in accordance with the
requirements of Section 5 of the Prevailing Wage Act (820 ILCS 130/5) (the "Act").
I do hereby further certify that the following document is a true and accurate copy
of the records of all laborers, mechanics, and other workers employed by _____________
(name of contractor) on the _____________ Project (the "Project") for the Village
of Oak Brook (the “Village”), including each such worker's name, address, telephone
number, social security number, classification or classifications; and the hourly wages
paid in each pay period, hours worked each day, and the starting and ending times of
work each day for each such worker on such Project.
I do hereby further certify that the hourly rate paid to each worker is not less than
the general prevailing rate of hourly wages required by the Act, and that
_______________ (name of contractor), and I on behalf of such
contractor, are fully aware that filing a certified payroll that we know to be false is a Class
B misdemeanor. I further certify that upon two (2) business days' notice, if requested, we
and any subcontractor hired by us shall make available for inspection the records required
in the Act to the District, its officers, and agents, and to the Director of Labor, his deputies,
and agents, at reasonable hours at a location within the State of Illinois.
Date: ____________________, 2025
____________________________________
(Name of Contractor)
____________________________________
(Signature)
____________________________________
(Printed Name)
____________________________________
(Title)
Subscribed and sworn to before me.
this ____ day of _____________, 2025.
Notary Public ______________________________
34
PROJECT
SPECIAL PROVISIONS
35
This page intentionally left blank.
36
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
GENERAL CONSTRUCTION REQUIREMENTS ...................................................................... 3
INDEMNIFICATION ................................................................................................................... 3
INSURANCE ............................................................................................................................. 4
NON-DISCRIMINATING ............................................................................................................ 5
EQUAL OPPORTUNITY ........................................................................................................... 5
PREVAILING WAGE ................................................................................................................. 6
SAFETY ..................................................................................................................................... 7
PAYMENT ................................................................................................................................. 7
ASSIGNMENT ........................................................................................................................... 7
WARRANTY .............................................................................................................................. 7
GUARANTEE ............................................................................................................................ 7
INSPECTION/TESTING/REJECTION ....................................................................................... 7
LIQUIDATED DAMAGES .......................................................................................................... 7
DEFAULT .................................................................................................................................. 8
PERFORMANCE CLAUSE ....................................................................................................... 8
GOVERNING LAW .................................................................................................................... 8
INDEPENDENT CONTRACTOR .............................................................................................. 8
CERTIFIED PAYROLLS ............................................................................................................ 8
HOURS OF WORK ................................................................................................................... 9
WATER USAGE ........................................................................................................................ 9
TRENCH WIDTH ....................................................................................................................... 9
DRIVEWAY ACESS .................................................................................................................. 9
STAGING AREAS ................................................................................................................... 10
CLEANIN UP ........................................................................................................................... 10
STORM AND SANITARY PIPE CONNECTIONS ................................................................... 10
FRAMES, GRATES, AND LIDS .............................................................................................. 10
ADJUSTING RINGS ................................................................................................................ 11
MANUFACTURED DATE ........................................................................................................ 11
SPECIALITY CONCRETE AND ASPHALT ITEMS ................................................................. 11
EXISTING UTILITIES .............................................................................................................. 12
PRECONSTRUCTION MEETING ........................................................................................... 12
CERTIFICATES FOR PAYMENT ............................................................................................ 13
MAINTENANCE OF ROADWAYS (D1)................................................................................... 14
HOT-MIX ASPHALT BINDER AND SURFACE COURSE (D1) .............................................. 15
ADJUSTMENTS AND RECONSTRUCTIONS (D1) ................................................................ 22
COARSE AGGREGATE FOR BACKFILL, TRENCH BACKFILL AND BENDDING (D1) ........ 23
TEMPORARY SURFACE OVER TRENCH - AGGREGATE ................................................... 23
37
PAY ITEMS ................................................................................................................................ 24
PAY ITEM #4 – TREE ROOT PRUNNING .............................................................................. 24
PAY ITEM #5 – TRENCH BACKFILL ...................................................................................... 24
PAY ITEM #7 – INLET FILTERS ............................................................................................. 24
PAY ITEM #8 – PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT, 6 INCH ....... 25
PAY ITEM #9 – STAMPED PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT,
6 INCH ........................................................................................................... 26
PAY ITEM #10 – PAINTED PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT,
6 INCH ......................................................................................................... 27
PAY ITEM #11 – EXPOSED AGGREGATE PORTLAND CEMENT CONCRETE DRIVEWAY
PAVEMENT, 6 INCH ................................................................................... 28
PAY ITEM #12 – DRIVEWAY PAVEMENT REMOVAL .......................................................... 29
PAY ITEM #13 – CLASS D PATCHES, TYPE IV, 6 INCH ...................................................... 30
PAY ITEM #14-17 – PVC C-900 WATER MAIN (SIZE) .......................................................... 30
PAY ITEM #19-21 – WATER VALVES (SIZE) ........................................................................ 37
PAY ITEM #22 – FIRE HYDRANTS TO BE REMOVED ......................................................... 38
PAY ITEM #23 – FIRE HYDRANTS WITH AUXILIARY VALVE AND VALVE BOX ................ 38
PAY ITEM #24 – VALVE VAULTS, TYPE A, 5’-DIAMETER, TYPE 1 FRAME, CLOSED LID ....
................................................................................................................................................. 39
PAY ITEM #32 – MULCH PLACEMENT, 4” ............................................................................ 40
PAY ITEM #33 – BRICK PAVEMENT REMOVAL AND REPLACEMENT .............................. 41
PAY ITEM #34 – WASHOUT BASIN ....................................................................................... 41
PAY ITEM #35 – VALVE VAULTS TO BE ABANDONED ....................................................... 41
PAY ITEM #36 – REMOVE AND REINSTALL DECORATIVE STONE .................................. 42
PAY ITEM #37 – HOT-MIX ASPHALT DRIVEWAY PAVEMENT, 3” ...................................... 42
PAY ITEM #38 – STAMPED HOT-MIX ASPHALT DRIVEWAY PAVEMENT, 3” .................... 43
PAY ITEM #39 – SANITARY SEWER REMOVAL AND REPLACEMENT 8” ......................... 43
PAY ITEM #40-41 – WATER SERVICE CONNECTION (SHORT)
WATER SERVICE CONNECTION (LONG) ........................................... 44
PAY ITEM #42 – WATER SERVICE, ADDITIONAL LENGTH ................................................ 46
PAY ITEM #43-46 – CUT AND CAP EXISTING (SIZE) WATER MAIN .................................. 47
PAY ITEM #47-50 – CONNECTION TO EXISTING WATER MAIN (SIZE) ............................ 47
PAY ITEM #51 – VALVE BOXES TO BE REMOVED ............................................................. 48
PAY ITEM #52 – FRAMES AND LIDS TO BE ADJUSTED (SPECIAL) .................................. 49
PAY ITEM #53 – TRAFFIC CONTROL AND PROTECTION, (SPECIAL) .............................. 50
PAY ITEM #54 – CONSTRUCTION LAYOUT......................................................................... 51
PAY ITEM #55 – DUST CONTROL WATERING .................................................................... 51
PAY ITEM #56-63 – STORM SEWER (WATER MAIN REQUIREMENTS) (SIZE) ................. 52
PAY ITEM #64 – DECORATIVE ALUMINUM FENCE TO BE REMOVED AND RE-ERECTED
................................................................................................................................................. 52
PAY ITEM #65 – DECORATIVE STONE TO BE REMOVED AND REINSTALLED ............... 53
PAY ITEM #66 – LANDSCAPE WALL REMOVAL AND REPLACEMENT ............................. 53
PAY ITEM #67 – MAILBOX REMOVAL AND REINSTALLATION .......................................... 54
PAY ITEM #68 – SPLIT RAIL WOOD FENCE TO BE REMOVED AND RE-ERECTED ........ 54
PAY ITEM #69 – CURB AND GUTTER REMOVAL AND REPLACEMENT ........................... 55
PAY ITEM #70 – PARKWAY RESTORATION ........................................................................ 56
38
PAY ITEM #71-72 – DRILL, HDPE WATER MAIN, (SIZE) ..................................................... 57
PAY ITEM #73 – NON-OPEN TRENCH SERVICE CONNECTION ........................................ 59
PAY ITEM #74 – LEAK DETECTION ...................................................................................... 60
PAY ITEM #75 – PRE-CONSTRUCTION VIDEO RECORDING ............................................ 61
39
Woodside and Forest
Glen Watermain
Improvements 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, 2025;
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 Woodside and Forest Glen Watermain Improvements 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 8-inch, 10-inch, and 12-inch water main improvements in Woodside and
Forest Glen Subdivisions in the Village of Oak Brook, DuPage County, Illinois.
DESCRIPTION OF PROJECT
The total length of water main improvements is 20,065 feet or 3.80 miles. The work consists of
16,711 feet (36 feet of 6 inch, 5752 feet of 8 inch, 1058 feet of 10 inch, and 9865 feet of 12 inch)
of open cut water main installation, 3,354 feet (849 feet of 8 inch and 2505 feet of 12 inch) of
horizontal directional drilling of water main, pavement patching, storm sewer improvements, curb
& gutter / driveway replacement, landscape restoration, and all its incidental and collateral work
necessary to complete the project as describe 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 11:59 PM on, October 31, 2025 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.
40
Woodside and Forest
Glen Watermain
Improvements 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 installation of new 8” PVC C-900 water main, new 10” PVC
C-900 water main, and new 12” PVC C-900 water main, associated appurtenances,
valve, water services, pavement patching, restoration work and all associated items
shown on the Plans and Specifications.
2. Also included is the directional drilling of water main as shown on the Plans or as
directed by the Engineer.
3. Curb replacement and permanent driveway restoration shall be completed within 7
calendar days of when the water main and services have been installed. This includes
replacement of HMA driveway as designated, as well as the gap between the curb and
street.
4. All voids/open excavations remaining adjacent to newly constructed curb and gutter,
driveways, etc., shall be properly backfilled, compacted and graded per the
specifications within 5 calendar days of their completion.
Unless otherwise dictated by the specifications, final parkway restoration/seed placement shall
be completed within 7 calendar days of pavement patching.
The Contractor will be allowed to split the project into as many phases as it deems necessary to
complete the project within the proposed project schedule. However, the contractor will be
required to split the project into a minimum of three phases, split roughly evenly by footage of
water main to install. Once the first phase is complete, all required testing must be performed to
allow service installation to begin prior to the second phase commencing. The Contractor shall
include in its proposed construction schedule the number of phases and where those phases are
proposed to occur.
The Contractor will be required to start the restoration, including but not limited to pavement
patching, curb and gutter, driveway, parkway restoration, etc., within 7 calendar days following
the completion of each water main construction phase. Restoration work will not be permitted to
commence after the conclusion of all water main construction stages.
The Contractor will be required to complete the northeast corner of the parking lot at 1808 Swift
Drive as the last connection to an existing water main.
If the Contractor determines that the directionally drilled watermain is located too close to the
existing watermain, the Contractor will be required to add stages to all the old watermain to be
abandoned prior to installation without impacting water service to any property. Any additional
cost to perform this work is included in the cost of this contract and no additional compensation
will be allowed.
41
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
3
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.
GENERAL CONSTRUCTION REQUIREMENTS
The following general requirements are intended to govern the overall priority for the performance
of the work described in this contract. As general requirements, they are not intended to dictate
to the Contractor the precise method by which these tasks shall be performed.
Special consideration to hours and location of work near schools shall be made to allow for full
and safe access during normal student arrival and departure schedules.
No more than 300 ft. of pavement may be open-cut and closed to use by the motoring public, and
access to all individual drives within the current work zone must be restored at the end of each
workday, unless a Village-approved phasing plan shows otherwise. When a water main crosses
to the other side of the road, the Contractor shall take care to minimize the duration of construction
activities. Only 1 stick of pipe will be allowed to be installed and it must be backfilled before the
next stick of pipe installation can begin. This is to ensure that traffic and emergency vehicles can
enter/exit the subdivision as needed. Any deviation from this requirement requires approval of the
Engineer and Village in advance of construction activities.
Unless otherwise allowed by the engineer, curb and gutter removal and replacement shall be
done on one side of a street at a time to allow for on-street parking. No curb shall be removed
from the opposite side of the street until completion of curb replacement and full access to
driveways is restored on the first side.
When patching the pavement, patches shall only be removed and replaced on one side of the
road at a time. At no time will the patching be allowed to complete block access to an adjacent
street. If work is occurring, requiring traffic to be diverted to one side of the street, a flagger must
be present at all times until the patch is complete. The patch must have a smooth finish. If the
finish is determined not to be smooth by the Village or the Engineer, the Contractor shall mill off
the two inches and replace it at no additional cost to the Village.
For the entire time when the sending or receiving pits of the non-open trench water main
installation is occurring, the pits shall be plated outside of the time when construction is
occurring. These pits shall be constructed to allow traffic to operate at all times while construction
activity is occurring and at no time shall use more than one-half (1/2) of the width of the roadway
pavement, including any required traffic control and protection.
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
42
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
4
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.
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 -
43
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
5
(1)The Village, its officers, officials, employees, and volunteers, and BLA, Inc. 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.
(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.
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.
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.
44
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
6
PREVAILING WAGE
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, or ruling shall govern. If
the Department of Labor revises the wage rates, the revised rate, as made available on the
Department's official website, shall apply to this contract and the Contractor will not be allowed
additional compensation on account of said revisions. The Contractor shall be responsible to
notify each subcontractor of the wage rates set forth in this contract and any revisions thereto.
Contractor will comply with the Illinois prevailing wage law, as amended from time to time and
made available on the Department of Labor’s official website. Not less than the prevailing rate of
wages as found by 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, 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 Village of Oak Brook. Contractor shall indemnify,
defend and hold Village of Oak Brook harmless from any loss, including but not limited to Village
of Oak Brook'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, last four
digits of their social security number, gender, race, ethnicity, veteran status, classification or
classifications, the hourly wages paid in each period, the number of hours worked each day, the
starting and ending times of work each day, the worker’s hourly rate, the worker’s hourly overtime
wage rate, the worker’s hourly fringe benefit rates, the name and address of each fringe benefit
fund, the plan sponsor of each fringe benefit, if applicable, and the plan administrator of each
fringe benefit. The Contractor and each subcontractor shall submit monthly, in person, by mail,
or electronically a certified payroll to the Department of Labor, or to the public body if the
Department of Labor has yet to activate the database created by Section 5.1 of 820 ILCS 130.
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 7 business days' notice, the contractor and each subcontractor shall make available for
inspection and copying at a location within this State during reasonable hours, 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. The Contractor and each subcontractor shall permit his/her employees to
be interviewed on the job, during working hours, by compliance investigators of the Department
or the Department of Labor.
45
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
7
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.
PAYMENT
The Village of Oak Brook authorizes the payment of invoices on the second and fourth Tuesday of
the month. For consideration on one of these dates, payment request must be received no later than
fourteen (14) days prior to the second or fourth Tuesday of the month.
ASSIGNMENT
Neither the Village nor the Contractor shall assign or transfer any rights or obligations under this
Agreement without the prior written consent of the other party, which consent shall not be
unreasonably withheld.
WARRANTY
The Contractor will also forward copies of all applicable manufacturer's warranties for all
equipment/commodities supplied by the Contractor as a part of the Contract.
GUARANTEE
Contractor (successful bidder) will guarantee his own work for a period of one (1) year against
faulty material and/or workmanship. If any defects(s) appear(s) within the one (1) year guarantee
period, the contractor will repair any such defect(s) solely at his cost and at no cost to the Village
of Oak Brook. The Contractor will also forward copies of all applicable manufacture’s warranties
for all equipment/commodities supplied by the Contractor as a part of the Contract.
INSPECTION/TESTING/REJECTION
The Village shall have the right to inspect all or any part of the Work and to reject all or any part
of the Work that is, in the Village’s judgment, defective or damaged or that in any way fails to
confirm strictly to the requirements of this bid, without limiting its other rights or remedies, may
require correction or replacement at Bidder's cost, perform or have performed all Work necessary
to complete or correct all or any part of the Work that is defective, damaged, or nonconforming
and charge Bidder with any excess cost incurred thereby, or cancel all or any part of any order or
this bid/contract. Work so rejected may be returned or held at Bidder's expense and risk.
LIQUIDATED DAMAGES
It is also understood and agreed that if the Village determines the Contractor failed to perform either
by observing the established schedule or failing to perform to the level of service established herein
for more than two (2) consecutive working days, the Village shall reserve the right to impose
liquidated damages for said failure to perform, but not as penalty. The Village will serve notice either
personally or in writing stating the reasons for imposing liquidated damages on the Contractor
providing twenty-four (24) hour notice to correct such items. If at the end of the twenty-four (24) hour
period the Contractor has not made the necessary corrections, the Contractor shall pay liquidated
damages to the Village in the amount of $500 per day. This failure to perform shall include repeated
incidents of any of the following: failure to perform any of the items under the scope of services,
failure to respond to or resolve Village complaints, failure to adhere to any and all terms and
conditions specified in the agreement documents. The Village reserves the right to attempt to work
through these items prior to imposing liquidated damages.
46
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
8
DEFAULT
The contract may be canceled or annulled by the Village as a whole or in part by written notice of
default to the Contractor upon nonperformance or violation of contract terms. An award may be
made to another contractor with services similar to those terminated. Failure of the Contractor to
deliver services within the time stipulated on his offer, unless extended in writing by the Owner,
shall constitute contract default.
PERFORMANCE CLAUSE
In the event the quality of services becomes unacceptable, the Village reserves the right to cancel
the agreement after giving thirty (30) day written notice to the contractor.
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.
47
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
9
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.
TRENCH WIDTH
Trench width backfill will be paid for per the specifications and per IDOT requirements. The width
of the asphalt or concrete patch over the trench shall have a max width of four feet (4’). This will
be the case for all pipe work including drinking water pipes, storm pipes, and sanitary pipes. At
locations where a water service is required to be installed, the trench will be allowed to widen to
six feet (6’) for a length of four feet (4’). Any areas requiring a wider trench width shall be approved
by the Engineering prior to excavation. If the Engineer deems it unnecessary, the Contractor
proceeds without approval, or the Contractor damages any area outside the approved width, the
Contractor shall repair the damaged area at the Contractor’s expense.
DRIVEWAY ACESS
If access to a driveway is impeded, the Contractor shall coordinate with the Village 48 hours in
advance for an opportunity to provide proper notifications to residents and businesses. The
Village shall provide the written notifications. The Contractor shall be responsible for notifying the
resident or business verbally on the morning of any driveway closure, to ensure awareness of the
lack of access. On the scheduled day of operations, the Contractor must provide residents and
businesses the opportunity to remove their vehicles from the driveway or make other
arrangements.
48
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
10
STAGING AREAS
The Village has defined a staging area, which is depicted on the Plans. The contractor shall use
this area for staging all equipment and materials. Equipment and materials must be staged here
at the end of every day. Staging on the streets or at other locations will not be allowed without
prior approval of the Village.
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.
STORM AND SANITARY PIPE CONNECTIONS
All connections of new sewer pipe to existing sewer pipe shall be made with non-shear Fernco
RC Series or Mission Flex Seal adjustable repair couplings equipped with stainless steel bands
and shall be included in the cost of the cost of the item being installed.
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.
Type 1 frames and open lids shall be Neenah R-1713 or approved equal.
Type 11 frames and grates located in barrier curb and gutter shall be Neenah R-3281-A
with curb box or approved equal.
Type 11 frames and grates located in depressed curb and gutter shall be Neenah R-3281-
A with depressed curb grate 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.
49
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
11
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.
MANUFACTURED DATE
The Contractor is required to use fire hydrants, auxiliary valves, and grate valves manufactured
in the current year. The use of any past year manufactured materials will not be permitted, and it
will be the responsibility of Contractor to ensure that the requirements are met. If any other past
year manufacturer is used, the Contractor will have to cover the cost to replace the fire hydrants,
auxiliary valves, and/or grate valves to a manufacturer of the current year.
SPECIALITY CONCRETE AND ASPHALT ITEMS
The Contractor will be required to provide references for itself and all Subcontractors performing
speciality concrete or asphalt items. For purposes of this contract, specialty concrete or asphalt
items shall include STAMPED HOT-MIX ASPHALT, 3”, STAMPED PORTLAND CEMENT
CONCRETE DRIVEWAY PAVEMENT, 6 INCH, PAINTED PORTLAND CEMENT CONCRETE
DRIVEWAY PAVEMENT, 6 INCH, and EXPOSED AGGREGATE PORTLAND CEMENT
CONCRETE DRIVEWAY PAVEMENT, 6 INCH.
The reference list shall include five (5) projects completed within the last five (5) years. The list
shall include the project location, contract name, contract phone number, and contract email. This
will be required for each speciality concrete or asphalt even if the same contractor will perform
multiple speciality items.
50
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
12
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,
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.
It is unlikely the Village will be able to locate the existing sanitary sewer services. It is anticipated
that the existing sanitary sewer services will be encountered during construction. The Contractor
will be responsible to locate all sanitary sewer services prior to digging and take care to not
damage those services during construction. If the Contractor damages a sanitary sewer service,
it shall be repaired at the Contractor’s expense. All damaged sanitary sewer services must
repaired to meet the IEPA requirements for a sanitary sewer crossing a watermain. All pipes shall
be PVC SDR-26 (ASTM- D-2241), with joints conforming to ASTM D-3139 and flexible
elastomeric gaskets meeting ASTM F-477 criteria.
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.
51
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
13
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
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.
52
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
14
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.
53
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
15
HOT-MIX ASPHALT BINDER AND SURFACE COURSE (D-1)
Effective: November 1, 2019
Revised: January 1, 2025
Revise Article 1004.03(c) to read:
“(c) Gradation. The coarse aggregate gradations shall be as listed in the following table.
Use Size/Application Gradation No.
Class A-1, A-2, & A-3 3/8 in. (10 mm) Seal CA 16 or CA 20
Class A-1 1/2 in. (13 mm) Seal CA 15
Class A-2 & A-3 Cover Coat CA 14
HMA High ESAL
IL-19.0;
Stabilized Subbase IL-19.0
CA 11 1/
SMA 12.5 2/ CA 134/, CA 14, or CA 16
SMA 9.5 2/ CA 133/4/ or CA 163/
IL-9.5 CA 16, CM 134/
IL-9.5FG CA 16
HMA Low ESAL IL-19.0L CA 11 1/
IL-9.5L CA 16
1/ CA 16 or CA 13 may be blended with the CA 11.
2/ The coarse aggregates used shall be capable of being combined with the fine
aggregates and mineral filler to meet the approved mix design and the mix
requirements noted herein.
3/ The specified coarse aggregate gradations may be blended.
4/ CA 13 shall be 100 percent passing the 1/2 in. (12.5mm) sieve.”
Revise Article 1004.03(e) of the Standard 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”
54
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
16
Revise Note 2. and add Note 6 to Article 1030.02 of the Standard Specifications to read:
“Item Article/Section
(g)Performance Graded Asphalt Binder (Note 6) 1032
(h) Fibers (Note 2)
Note 2. A stabilizing additive such as cellulose or mineral fiber shall be added to the SMA
mixture according to Illinois Modified AASHTO M 325. The stabilizing additive shall meet
the Fiber Quality Requirements listed in Illinois Modified AASHTO M 325. Prior to
approval and use of fibers, the Contractor shall submit a notarized certification by the
producer of these materials stating they meet these requirements. Reclaimed Asphalt
Shingles (RAS) may be used in Stone Matrix Asphalt (SMA) mixtures designed with an
SBA polymer modifier as a fiber additive if the mix design with RAS included meets
AASHTO T305 requirements. The RAS shall be from a certified source that produces
either Type I or Type 2. Material shall meet requirements noted herein and the actual
dosage rate will be determined by the Engineer.
Note 6. The asphalt binder shall be an SBS PG 76-28 when the SMA is used on a full-
depth asphalt pavement and SBS PG 76-22 when used as an overlay, except where
modified herein. The asphalt binder shall be a SBS PG 76-22 for IL-4.75, except where
modified herein..”
55
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
17
Revise table in Article 1030.05(a) of the Standard Specifications to read:
“MIXTURE COMPOSITION (% PASSING) 1/
Sieve
Size
IL-19.0 mm SMA
12.5 SMA 9.5 IL-
9.5mm IL-9.5FG IL-4.75
mm
min max min max min max min max min max min max
1 1/2 in
(37.5 mm)
1 in.
(25 mm) 100
3/4 in.
(19 mm) 90 100 100
1/2 in.
(12.5 mm) 75 89 80 100 100 100 100 100
3/8 in.
(9.5 mm) 65 90 100 90 100 90 100 100
#4
(4.75 mm) 40 60 20 30 36 50 34 69 60 756/ 90 100
#8
(2.36 mm) 20 42 16 24 4/ 16 324/ 34 5/ 52 2/ 45 606/ 70 90
#16
(1.18 mm) 15 30 10 32 25 40 50 65
#30
(600 m) 12 16 12 18 15 30
#50
(300 m) 6 15 4 15 8 15 15 30
#100
(150 m) 4 9 3 10 6 10 10 18
#200
(75 m) 3.0 6.0 7.0 9.0 3/ 7.5 9.5 3/ 4.0 6.0 4.0 6.5 7.0 9.0 3/
#635
(20 m) ≤ 3.0 ≤ 3.0
Ratio
Dust/Asphalt
Binder
1.0 1.5 1.5 1.0
1.0 1.0
1/ Based on percent of total aggregate weight.
2/ The mixture composition shall not exceed 44 percent passing the #8 (2.36 mm)
sieve for surface courses with Ndesign = 90.
3/ Additional minus No. 200 (0.075 mm) material required by the mix design shall be
mineral filler, unless otherwise approved by the Engineer.
4/ When establishing the Adjusted Job Mix Formula (AJMF) the percent passing the
#8 (2.36 mm) sieve shall not be adjusted above the percentage stated on the table.
56
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
18
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)
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”
57
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
19
Revise the last paragraph of Article 1102.01 (a) (5) of the Standard Specifications to read:
“IL-4.75 and Stone Matrix Asphalt (SMA) mixtures which contain aggregate having
absorptions greater than or equal to 2.0 percent, or which contain steal slag sand, shall
have minimum surge bin storage plus haul time of 1.5 hours.”
Revise the first and second paragraphs of Articles 1030.06(c)(2) of the Standard Specifications
to read:
“(2) Personnel. The Contractor shall provide a QC Manager who shall have overall
responsibility and authority for quality control. This individual shall maintain active
certification as a Hot-Mix Asphalt Level II technician.
In addition to the QC Manager, the Contractor shall provide sufficient personnel to
perform the required visual inspections, sampling, testing, and documentation in a
timely manner. Mix designs shall be developed by personnel with an active certification
as a Hot-Mix Asphalt Level III technician. Technicians performing mix design testing
and plant sampling/testing shall maintain active certification as a Hot-Mix Asphalt
Level I technician. The Contractor may provide a technician trainee who has
successfully completed the Department’s “Hot-Mix Asphalt Trainee Course” to assist in
the activities completed by a Hot-Mix Asphalt Level I technician for a period of one year
after the course completion date. The Contractor may also provide a Gradation
Technician who has successfully completed the Department's "Gradation Technician
Course" to run gradation tests only under the supervision of a Hot-Mix Asphalt Level II
Technician. The Contractor shall provide a Hot-Mix Asphalt Density Tester who has
successfully completed the Department's "Nuclear Density Testing” course to run all
nuclear density tests on the job site.”
Add Article 1030.06(d)(3) to the Standard Specifications to read:
“(3) The Contractor shall take possession of any Department unused backup or dispute
resolution HMA mixture samples or density specimens upon notification by the Engineer.
The Contractor shall collect the HMA mixture samples or density specimens from the
location designated by the Engineer. The HMA mixture samples or density specimens
may be added to RAP stockpiles according to Section 1031.”
Revise the second paragraph of Articles 1030.07(a)(11) and 1030.08(a)(9) of the Standard
Specifications to read:
“When establishing the target density, the HMA maximum theoretical specific gravity
(Gmm) will be based on the running average of four available Department test results
for that project. If less than four Gmm test results are available, an average of all
available Department test results for that project will be used. The initial Gmm will be
the last available Department test result from a QMP project. If there is no available
Department test result from a QMP project, the Department mix design verification test
result will be used as the initial Gmm.”
Revise the following table and notes in Article 1030.09 (c) of the Standard Specifications to read:
58
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
20
CONTROL LIMITS
Parameter
IL-19.0, IL-9.5,
IL-9.5FG, IL-19.0L,
IL-9.5L
SMA-12.5,
SMA-9.5 IL-4.75
Individual
Test
Moving
Avg. of 4
Individual
Test
Moving
Avg. of 4
Individual
Test
Moving
Avg. of 4
% Passing: 1/
1/2 in. (12.5 mm) ± 6 % ± 4 % ± 6 % ± 4 %
3/8 in. (9.5mm) ± 4 % ± 3 %
# 4 (4.75 mm) ± 5 % ± 4 % ± 5 % ± 4 %
# 8 (2.36 mm) ± 5 % ± 3 % ± 4 % ± 2 %
# 16 (1.18 mm) ± 4 % ± 2 % ± 4 % ± 3 %
# 30 (600 µm) ± 4 % ± 2.5 % ± 4 % ± 2.5 %
Total Dust Content
# 200 (75 µm) ± 1.5 % ± 1.0 % ± 1.5 % ± 1.0 %
Asphalt Binder
Content ± 0.3 % ± 0.2 % ± 0.2 % ± 0.1 % ± 0.3 % ± 0.2 %
Air Voids 2/ ± 1.2 % ± 1.0 % ± 1.2 % ± 1.0 % ± 1.2 % ± 1.0 %
Field VMA 3/ -0.7 % -0.5 % -0.7 % -0.5 % -0.7 % -0.5 %
1/ Based on washed ignition oven or solvent extraction gradation.
2/ The air voids target shall be a value equal to or between 3.2 % and 4.8 %.
3/ Allowable limit below minimum design VMA requirement.
Revise Article 1030.09(g)(2) of the Standard Specifications to read:
“(2) The Contractor shall complete split verification sample tests listed in the Limits of
Precision table in Article 1030.09(h)(1).”
In the Supplemental Specifications, replace the revision for the end of the third paragraph of
Article 1030.09(h)(2) with the following:
“When establishing the target density, the HMA maximum theoretical specific gravity
(Gmm) will be the Department mix design verification test result.”
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:
59
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
21
Breakdown/Intermediate
Roller
(one of the following)
Final Roller
(one or more of
the following)
Density Requirement
IL-9.5, IL-9.5FG,
IL-19.01/
VD, P , TB, 3W, OT, OB VS, TB, TF, OT As specified in
Section 1030
IL-4.75 and SMA
3/ 4/
TB, 3W, OT TF, 3W As specified in
Section 1030
Mixtures on
Bridge Decks 2/
TB TF As specified in
Articles 582.05 and
582.06.
“4/ The Contractor shall provide a minimum of two steel-wheeled tandem rollers (T B), and/or
three-wheel (3W) rollers for breakdown, except one of the (TB) or (3W) rollers shall be 84
inches (2.14 m) wide and a weight of 315 pound per linear inch (PLI) (5.63 kg/mm) and one
of the (TB) or (3W) rollers can be substituted for an oscillatory roller (OT). TF rollers shall be a
minimum of 280 lb/in. (50 N/mm). The 3W and TB rollers shall be operated at a uniform speed
not to exceed 3 mph (5 km/h), with the drive roll for TB rollers nearest the paver and maintain
an effective rolling distance of not more than 150 ft (45 m) behind the paver.”
Add the following after the fourth paragraph of Article 406.13 (b):
“The plan quantities of SMA mixtures shall be adjusted using the actual approved binder and
surface Mix Design’s Gmb.”
Revise first paragraph of Article 1030.10 of the Standard Specifications to read:
“A test strip of 300 ton (275 metric tons), except for SMA mixtures it will be 400 ton (363
metric ton), will be required for each mixture on each contract at the beginning of HMA production
for each construction year according to the Manual of Test Procedures for Materials “Hot Mix
Asphalt Test Strip Procedures”. At the request of the Producer, the Engineer may waive the test
strip if previous construction during the current construction year has demonstrated the
constructability of the mix using Department test results.”
Revise fourth paragraph of Article 1030.10 of the Standard Specifications to read:
“When a test strip is constructed, the Contractor shall collect and split the mixture
according to the document “Hot-Mix Asphalt Test Strip Procedures”. The Engineer, or a
representative, shall deliver split sample to the District Laboratory for verification testing. The
Contractor shall complete mixture tests stated in Article 1030.09(a). Mixture sampled shall include
enough material for the Department to conduct mixture tests detailed in Article 1030.09(a) and in
the document “Hot-Mix Asphalt Mixture Design Verification Procedure“ Section 3.3. The mixture
test results shall meet the requirements of Articles 1030.05(b) and 1030.05(d), except Hamburg
wheel tests will only be conducted on High ESAL mixtures during production.”
60
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
22
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:
“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.”
61
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
23
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.
TEMPORARY SURFACE OVER TRENCH - AGGREGATE
Description: This work shall consist of construction, maintenance, and removal of an aggregate
surface course for temporary roads and approaches as specified in Section 402 of the Standard
Specifications, with the following modifications:
Maintenance shall consist of placing and compacting additional aggregate of the same type and
gradation as the surface aggregate.
Aggregate used for temporary access shall meet all requirements of trench backfill except that
recycled material of either crushed concrete or processed asphalt grindings will be allowed. This
thickness of the recycled material shall not exceed the thickness of the proposed pavement to
ensure all recycled materials over a trench are removed prior to the installation of the final repair.
When the use of the aggregate for temporary roads and approaches is discontinued, the
aggregate placed in its construction and maintenance shall be removed and either utilized in the
permanent construction or otherwise disposed of off-site.
Measurement and Basis of Payment. This work will NOT be measured for payment separately
but shall be included in the cost of TRENCH BACKFILL.
62
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
24
PAY ITEMS
PAY ITEM #4 – TREE ROOT PRUNNING
Description. This work shall be performed in accordance with Section 201 of the Standard
Specifications with the following modifications:
A chemical agent approved by an arborist shall be applied to improve the tree’s ability to recover
from root loss. All fertilizer nutrients and supplemental watering will not be paid for separately but
shall be included in the cost of this item.
All varying diameters of root size shall be combined under this pay item.
Measurement and Basis of Payment. This work shall be paid for at the contract unit price per
EACH for TREE ROOT PRUNING.
PAY ITEM #5 – TRENCH BACKFILL
This work shall be done in accordance with Section 208 of the Standard Specifications, with the
following modifications:
All trench backfill and pipe bedding materials furnished under this contract shall be virgin non-
recycled materials.
All trench backfill shall be crushed aggregate of CA-6 gradation. The aggregate material shall be
placed in lifts not exceeding 1 ft. in depth, loose measurement, and compacted by mechanical
means to the satisfaction of the Engineer.
NOTE: Jetting will NOT be allowed for compaction, unless approved by the Engineer.
All pipes installed under this contract shall be placed on a bedding of crushed aggregate CA-11
or CA-13 gradation having a minimum thickness of 4 in. The bedding shall be placed to a minimum
of 1 ft. above the top of the pipe and fittings and compacted mechanically to the satisfaction of
the Engineer. The bedding material, to 1 ft. above the pipe shall not be paid for separately but
shall be included in the cost of the pipe.
Measurement and Basis of Payment. This work will be paid for at the contract unit price per CUBIC
YARD for TRENCH BACKFILL.
PAY ITEM #7 – 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.
63
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
25
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 #8 – PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT, 6 INCH
Description. This work shall consist of constructing Portland Cement Concrete (PCC) driveway
pavement, of the thickness specified, on a prepared aggregate base in accordance with
requirements of Sections 351 and 423 of the Standard Specifications, with the following
modification:
Included in this work shall be the installation of a 4-inch aggregate base course, type B, on a
prepared subgrade. A 6-inch PCC driveway pavement shall be placed on the aggregate base
course. The aggregate base course and preparation of the sub-grade will not be measured for
payment separately but shall be included in the cost of this item.
Where a valve box or domestic water service valve (b-box) exists in the limits of new driveway
pavement, the Contractor shall surround the box with plastic pipe of a length sufficient to extend
the full depth of proposed pavement. Expansion joint material around b-boxes shall be placed in
one-foot by one-foot squares. Expansion joint filler shall extend the full depth of the driveway.
Preformed expansion joint filler of ½” thickness shall be placed between the new concrete and all
structures which extend through the driveway, including, but not limited to, utility manholes and
valve vaults.
Alignment, slope, and grades of the formwork will be verified by the Engineer upon a minimum of
24 hours notice by the Contractor before pouring concrete. No concrete shall be placed without
prior approval of the formwork by the Engineer.
This work shall also include the adjustment to proper grade of all buffalo boxes encountered.
Measurement and Basis of Payment. This work will be paid for at the contract unit price per
SQUARE YARD for PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT, 6 INCH.
64
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
26
PAY ITEM #9 – STAMPED PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT, 6
INCH
Description. This work shall consist of constructing Portland Cement Concrete (PCC) driveway
pavement, of the thickness specified, on a prepared aggregate base in accordance with
requirements of Sections 351 and 423 of the Standard Specifications, with the following
modification:
Included in this work shall be the installation of a 4-inch aggregate base course, type B, on a
prepared subgrade. A 6-inch PCC driveway pavement shall be placed on the aggregate base
course. The aggregate base course and preparation of the sub-grade will not be measured for
payment separately but shall be included in the cost of this item.
Where a valve box or domestic water service valve (b-box) exists in the limits of new driveway
pavement, the Contractor shall surround the box with plastic pipe of a length sufficient to extend
the full depth of proposed pavement. Expansion joint material around b-boxes shall be placed in
one-foot by one-foot squares. Expansion joint filler shall extend the full depth of the driveway.
If the existing driveway has a pigment, the pigment shall meet the requirements of ASTM C979,
“Standard Specification for Pigments for Integrally Colored Concrete”. All work shall be in
accordance with the manufacturer’s recommendations, including pigment percentage, mixing,
curing, etc. Care shall be taken such that different batches of concrete do not have different
finished colors.
During installation the Contractor shall install a stamped pattern to match the existing pattern.
Prior to starting the PCC work, the Contractor shall provide a template for approval by the
Engineer. If a decorative color has been added to the surface mix, the Contractor shall maintain
the color. A color sample shall be provided for approval by the Engineer before installation. Once
a color sample and pattern has been approved by the Engineer, the Contractor shall not change
the material sources or other factors which may alter the structural or appearance characteristics
of the work, without prior written approval of the Engineer. The Contractor shall preserve the
approved color sample for use as a reference.
The Contractor shall ensure that the concrete finishing process and subsequent regular work
activities do not compromise or create differences in the color of the finished product. Sections of
the finished product which become discolored as a result of regular work activities shall be
removed and replaced to the satisfaction of the Engineer, at no additional cost.
Alignment, slope, and grades of the formwork will be verified by the Engineer upon a minimum of
24 hours notice by the Contractor before pouring concrete. No concrete shall be placed without
prior approval of the formwork by the Engineer.
Method of Measurement and Basis of Payment. This work shall be measured in place and paid
for at the contract unit price per SQUARE YARD for STAMPED PORTLAND CEMENT
CONCRETE DRIVEWAY PAVEMENT, 6 INCH.
65
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
27
PAY ITEM #10 – PAINTED PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT, 6
INCH
Description. This work shall consist of constructing Portland Cement Concrete (PCC) driveway
pavement, of the thickness specified, on a prepared aggregate base in accordance with
requirements of Sections 351 and 423 of the Standard Specifications, with the following
modification:
Included in this work shall be the installation of a 4-inch aggregate base course, type B, on a
prepared subgrade. A 6-inch PCC driveway pavement shall be placed on the aggregate base
course. The aggregate base course and preparation of the sub-grade will not be measured for
payment separately but shall be included in the cost of this item.
Where a valve box or domestic water service valve (b-box) exists in the limits of new driveway
pavement, the Contractor shall surround the box with plastic pipe of a length sufficient to extend
the full depth of proposed pavement. Expansion joint material around b-boxes shall be placed in
one-foot by one-foot squares. Expansion joint filler shall extend the full depth of the driveway.
Prior to beginning work, the Contractor shall deliver all painting or inlay materials to the work site
in original containers with seals and labels intact. Containers shall not be open until after they
have been approved by the Engineer. A color sample shall be provided for approval by the
Engineer before installation. Once a color sample and pattern has been approved by the
Engineer, the Contractor shall not change the material sources or other factors which may alter
the structural or appearance characteristics of the work, without prior written approval of the
Engineer. The Contractor shall preserve the approved color sample for use as a reference.
All work shall be done by thoroughly qualified Contractors in a neat and workmanlike manner to
match existing pattern. All work which shows carelessness or lack of skill in execution or is
defective due to any other cause will be rejected. Said work shall be redone to satisfaction of the
Engineer at no additional cost to the Village.
The Contractor shall ensure that the concrete finishing process and subsequent regular work
activities do not compromise or create differences in the color of the finished product. Sections of
the finished product which become discolored as a result of regular work activities shall be
removed and replaced to the satisfaction of the Engineer, at no additional cost.
Alignment, slope, and grades of the formwork will be verified by the Engineer upon a minimum of
24 hours notice by the Contractor before pouring concrete. No concrete shall be placed without
prior approval of the formwork by the Engineer.
Method of Measurement and Basis of Payment. This work shall be measured in place and paid
for at the contract unit price per SQUARE YARD for PAINTED PORTLAND CEMENT
CONCRETE DRIVEWAY PAVEMENT, 6 INCH.
66
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
28
PAY ITEM #11 – EXPOSED AGGREGATE PORTLAND CEMENT CONCRETE DRIVEWAY
PAVEMENT, 6 INCH
Description. This work shall consist of constructing Portland Cement Concrete (PCC) driveway
pavement surfacing with an exposed aggregate finish, of the thickness specified, on a prepared
aggregate base in accordance with requirements of Sections 351 and 423 of the Standard
Specifications, with the following modification:
Included in this work shall be the installation of a 4-inch aggregate base course, type B, on a
prepared subgrade. A 6-inch PCC driveway pavement shall be placed on the aggregate base
course. The aggregate base course and preparation of the sub-grade will not be measured for
payment separately but shall be included in the cost of this item.
Where a valve box or domestic water service valve (b-box) exists in the limits of new driveway
pavement, the Contractor shall surround the box with plastic pipe of a length sufficient to extend
the full depth of proposed pavement. Expansion joint material around b-boxes shall be placed in
one-foot by one-foot squares. Expansion joint filler shall extend the full depth of the driveway.
A retarding agent, compliant with 40 CFT 59, Subpart D, shall be applied to the concrete to keep
the surface from hardening.
The sealer on all exposed aggregate surfaces shall be a transparent, non-glossy 100% acrylic
(methyl methacrylate) water based emulsion to protect and waterproof the slabs. Materials shall
be unaffected by atmospheric contaminants from car or industrial exhaust, fuels, and roadway
salts and meet the following ASTM Standards:
1. D-1653 – Maximum Moisture Vapor Transmission of .550 mgm/cm2/mm/24 hours
2. C-291 – 60 Cycles without deterioration
3. E-239 – 800 Hour Exposure without change in appearance
Construction. The concrete shall be poured in one course to the full depth. The concrete shall
not be vibrated. Curing procedures shall begin immediately upon finishing the surface. Within
one hour after the concrete is placed, the retarding agent shall be sprayed on the concrete surface
according to the manufacturer’s recommendation. The surfacing shall be wet-cured using a
minimum 6 mil black plastic cover for 112-16 hours, then the aggregate shall be exposed by
washing off the cement paste using a high pressure water hose. The finished surface shall be
completely covered with aggregate with a uniform appearance, as determined by the
Engineer. The aggregate exposed shall have a 3/16” depth of exposure or depth equal to the
existing driveway, whichever is less. The depth of exposure shall be measured by laying a
straight edge across the plane of the surface and measuring down to the concrete matrix. The
concrete surfacing shall be scored at intervals matching the existing driveway. The method of
scoring along with the width and depth of the score shall match the existing driveway. The
surfacing shall then be wet cured for a minimum of three (3) days. Then air dried for thirty (30)
days. The concrete shall then receive two (2) applications of an approved acrylic sealer in
accordance with the manufacturers’ recommendations.
Prior to the removal of the surface to allow for the exposed aggregate finish, a containment area
shall be constructed to ensure the concrete surface which is removed does not drain to waterways
or drainage structures. Any effort necessary to ensure the removed material does not make it to
waterways or drainage structures shall be included in the cost of this item and no additional
compensation will be allowed.
67
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
29
Prior to beginning work, the Contractor shall provide a sample of the aggregate which will be
exposed for approval by the Engineer. Once an aggregate sample has been approved by the
Engineer, the Contractor shall not change the material sources or other factors which may alter
the structural or appearance characteristics of the work, without prior written approval of the
Engineer. The Contractor shall preserve the approved sample for use as a reference.
All work shall be done by thoroughly qualified contractors in a neat and workmanlike manner to
match existing pattern. All work which shows carelessness or lack of skill in execution or is
defective due to any other cause will be rejected. Said work shall be redone to satisfaction of the
Engineer at no additional cost to the Village.
The Contractor shall ensure that the concrete finishing process and subsequent regular work
activities do not compromise or create differences in the color of the finished product. Sections of
the finished product which become discolored as a result of regular work activities shall be
removed and replaced to the satisfaction of the Engineer, at no additional cost.
Alignment, slope, and grades of the formwork will be verified by the Engineer upon a minimum of
24 hours notice by the Contractor before pouring concrete. No concrete shall be placed without
prior approval of the formwork by the Engineer.
Method of Measurement and Basis of Payment. This work shall be measured in place and paid
for at the contract unit price per SQUARE YARD for EXPOSED AGGREGATE PORTLAND
CEMENT CONCRETE DRIVEWAY PAVEMENT, 6 INCH.
PAY ITEM #12 – DRIVEWAY PAVEMENT REMOVAL
Description. This work shall consist of the removal and disposal of existing driveway pavement,
including all necessary excavation, as shown on the plans or as directed by the Engineer. This
work shall be completed in accordance with Sections 202 and 440 of the Standard Specifications,
except as modified herein.
Driveway pavement removal shall include the removal of existing driveway pavement and base
course to the lines and grades shown on the plans and as directed by the Engineer. All excavation
required to remove the driveway base course and subgrade necessary to install the proposed
driveway pavement to the lines and grades shown on the plans shall be included in this item.
The removal and disposal of all driveways, regardless of type, shall be included in this item.
Where possible as determined by the engineer, driveway entrances shall be kept open to traffic
at all times. The Contractor shall be responsible for maintaining traffic control and protection to
prevent traffic from using the driveways during construction.
Where a valve box or domestic water service valve (b-box) exists in the limits of removal, the
Contractor shall surround the box with full-depth saw cuts and break out around the box before
removing that section of pavement.
Reinforcing bars may be embedded in old concrete driveways. Sawing, removal, and disposal of
reinforcing bars will not be paid for separately but shall be included in the cost of the item removed.
68
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
30
The Contractor shall saw cut full depth the limits of all driveway removal. The cost to saw cut the
pavement shall be included in the cost of this item. These areas must be marked and measured
for payment by the Engineer prior to removal. The Contractor at their expense shall repair any
driveway pavement damaged by the Contractor during driveway pavement removal operations.
Method of Measurement and Basis of Payment. This work shall be measured and paid for at the
contract unit price per SQUARE YARD for DRIVEWAY PAVEMENT REMOVAL.
PAY ITEM #13 – CLASS D PATCHES, 6 INCH
Description. This work, measurement, and payment shall be done in accordance with the
applicable portions of Article 442 of the Standard Specifications and per the Details in the Plans
except as follows:
Class D patching shall follow the IDOT District 1 Standard BD-22 as included in the Plans.
Any reference to size shall be removed. All Class D patches will be paid for under this item and
no additional compensation will be allowed, regardless of the size.
The cost of Saw-Cutting where necessary shall not be paid for separately but be considered
included in the cost of this item.
Measurement and Basis of Payment. CLASS D PATCHES will be paid for at the contract unit
price per SQUARE YARD for the depth and type specified.
PAY ITEM #14-17 – PVC C-900 WATER MAIN (SIZE)
Description. This work shall consist of installing C-900 PVC water main of the pipe sizes, joint
type and material specified. Water main pipe materials and installation shall meet all of the
applicable requirements of the Standard Specifications for Water and Sewer Construction in
Illinois, and the following:
This work shall also be done according to the specifications, Special Provisions and to the
requirements of the construction permit of Illinois Environmental Protection Agency. The Engineer
shall be responsible for obtaining the Illinois Environmental Protection Agency permit.
This work shall consist of water main pipe complete in place, including excavation; removal and
disposal of waste excavated materials; protection, replacement, or repair of utilities; trench
dewatering, including erosion and siltation control methods and devices to provide protection to
the environment form all pumping operations; installation of pipe and pipe fittings; joint restraint
(Megalugs); bracing; furnishing and installing concrete thrust blocks at all connections to existing
pipe and at all bends, wyes, and tees; bedding and covering of pipe to a height of one foot above
the top of pipe; trench backfilling with and compaction of excavated (native) materials; testing;
disinfection, finish grading; but not including backfilling with trench backfill material. All fittings will
NOT be paid for separately but shall be included in the cost of the pipe.
The Village performed a detailed soil investigation and analysis during the design phase of this
project to determine the presence of any non-special waste material. The LPC 662 form along
with pertinent exhibits have been included in Appendix 4. The Contractor is expected to dispose
of any excavated material at an approved clean construction demolition debris (CCDD) facility.
69
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
31
The Village will not be responsible for any additional soil disposal costs if the soil disposal site
chosen by the Contractor rejects loads due to photoionization reading. Photoionization detector
(PID) readings are not acceptable results for determining classification of the excavated material.
Should a licensed landfill reject any loaded, analytical chemical testing shall be performed on the
excavated material by an IEPA National Environmental Laboratory Accreditation Program
(NELAP) approved laboratory on representative samples obtained in accordance with standard
IEPA protocol and frequencies. The analytical chemical testing shall be completed by a qualified,
independent testing agency hired and paid for by the Contractor. SW-846 Analytical Laboratory
Procedures (USEPA) methods will be used for analysis. If the test results are inconclusive, or
when the test results indicate levels that do not exceed the Residential Tier 1 Soil and/or Class
One Groundwater Remediation Objectives (SRO & GRO) presented in 35 Illinois Administrative
Code 742 (IAC) the removal and disposal of the excavated material shall be included in the cost
of this item and no additional compensation will be provided. No additional compensation will be
allowed for this testing, transportation, or disposal.
All water main pipe shall be laid to a depth of 5.5 ft measured from the existing ground surface or
established finished grade shown on the Plans to the top of the barrel of the pipe. It may be
necessary to increase the depth of the proposed water main to avoid conflicts with other utilities.
In addition, the depth of the connection to the existing water main may be greater or less than 5.5
ft. In both cases no additional compensation will be given to the contractor for extra depth except
for increased quantities for selected trench backfill.
A minimum of 48 hours advance notice to the Village’s Public Works Department is required for
any water disruptions.
At the end of each workday, the end of installed water main pipe shall be protected, and the
excavation backfilled. No excavation or trench shall be left open overnight. A plug or cap must be
installed in/on the end of the pipe at the end of each day to protect interior of the pipe from dirt,
debris, water, etc. from entering the pipe.
NOTE: No water main work shall commence until the IEPA construction permit is
issued. Permit is anticipated by late February or early March.
Watermain shall meet the separation requirement from any sanitary or storm
sewer per the IEPA requirements and as shown on the Plans.
EXISTING CONDITIONS
The location of underground utilities shown on the drawings represents the best information of
the Owner. The Contractor shall determine the location of underground utilities and perform his
work in a manner which will avoid damage.
Should unidentified or incorrectly located piping or other utilities be encountered during the
performance of the work, the Contractor shall consult the Engineer immediately for instructions
on how to proceed.
70
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
32
If existing utilities are to remain in place, the Contractor shall provide adequate means of
protecting such utilities from any damage which may be caused by his construction operations.
Contractor shall repair any such damage to the satisfaction of the Engineer at no additional cost
to the Owner. If existing utilities are to be removed, they shall be demolished and completely
removed from site. Contractor shall consult with the Engineer and Utility Owner before any utility
services are shut-off or disconnected.
MATERIAL REQUIREMENTS
1. Polyvinyl Chloride (PVC) pipe: Provide PVC pipe complying with AWWA C900 with joints
complying with ASTM D3139. Pipe gaskets shall be elastomeric seals for jointing PVC
pipe meeting the requirements of ASTM F477.
a. Provide restrained joint pipe system, where indicated on the Plans, that utilizes
one of the following methods: i. Lock rings welded into place around the pipe barrel.
b. Bolted rings installed around pipe barrels that fit inside pipe bells.
c. Gaskets which include stainless steel locking segments vulcanized into the gasket.
d. Mechanical joint retainer gland systems that provide locking segments shaped io
pipe barrel that do not create stress points on the pipe barrel.
i. Do not use setscrew type retainer glands.
e. Acceptable products:
i. American Fastite, Flex-ring, Lok-ring, and MJ coupled joint.
ii. Clow Tyton Joint – Type A or Type B, and Super-Lock
iii. Griffin Bolt Lok or Snap Lok
iv. U.S. Pipe TR-Flex Gripper
v. Field Lok or Fast Grip Gasket Systems
vi. Meg-A-Lug System
1. Series 1100 Megalug for MJ to pipe
2. Series 1700 Megalug Harness for push on joint
vii. Or approved equal
2. Use ductile iron fittings with mechanical joint complying with ANSI A21.10 or A21.53.
a. Use cement lining complying with ANSI A21.4, standard thickness.
b. Use Cor-blue bolts and nuts.
c. Provide restrained joint type fittings compatible with pipe system utilized, as
specified by the pipe manufacturer.
d. Mechanical joint retainer gland systems that provide locking segments shaped to
pipe barrel that do not create stress points on pipe barrel.
i. Meg-A-Lug System
1. Series 1100 Megalug for MJ to pipe
2. Series 1700 Megalug Harness for push on joint
3. Conductivity appurtenances: Provide wedges of serrated silicon
bronze or #10- copper cable and tapping devices specifically
designed for this purpose. Use devices provided by the pipe
manufacturer. Standard mechanical joints, field lok, or meg-a-lug
are not acceptable for the purpose of conductivity.
4. Iron and steel materials: All iron and steel materials used on this
project shall be domestically manufactured or produced and
fabricated in accordance with Article 106.01 of the Standard
Specifications.
71
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
33
5. Brass and bronze alloys: All brass and bronze alloys supplied with
the products shall contain less than 15 percent zinc, unless
otherwise specified.
e. Brass that will come in contact with potable water shall contain no more than 0.25%
lead.
i. Brass fittings shall be marked with industry standard marking to indicate
the amount of lead (no lead, low lead, etc.) in the brass.
3. Tees and Bends shall come from Tyler Union. Any other manufacturer will not be allowed.
All materials detailed above shall be included in the cost of this item.
THRUST RESTRAINT
Provide protection from movement of water main piping, plugs, caps, tees, valves, hydrants, and
bends of 11-1/4 degrees or greater.
1. Provide concrete thrust blocks at all locations unless restrained joint type fittings are
utilized.
2. Where restrained joint type fittings are called for on the Plans, but cannot be utilized,
provide concrete thrust blocks.
3. Concrete thrust blocks:
a. Provide precast or cast-in-place concrete thrust blocking with a compressive
strength of 3,000 psi in 28 days.
b. Locate thrust blocking between solid ground and the fitting to be anchored.
c. Unless otherwise shown or directed by the Engineer, place the base and thrust
bearing sides of thrust blocking directly against undisturbed earth.
d. Sides of thrust blocking not subject to thrust may be laced against forms.
e. Place thrust blocking so the fitting joints will be accessible for repair.
f. When conditions prevent the use of concrete thrust blocks, use restrained joints of
an approved type.
g. Minimum width of thrust block shall be 12 inches.
4. Restrained type pipe, fittings, and valves:
a. Provide restrained system as outlined in this Section or utilize metal tie rods,
clamps. And lugs to prevent pipe and appurtenances from movement.
b. Protect tie rods and clamps with epoxy or bituminous paint.
c. Only restrained joint pipe indicated on the Plans will be paid for as a separate Pay
Item.
i. Restraining gaskets or locking systems utilized on straight runs of push
pipe are not considered as fittings and are paid for as part of the Pay Item
for restrained joint type pipe.
Thrust restraints shall be included in the cost of this item. No additional compensation shall be
provided to the Contractor.
72
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
34
TRACER WIRE
This work shall consist of furnishing and installing 1 ¼” coilable nonmetallic conduit on top of the
PVC water main and furnishing and installing electric tracer cable in the conduit. The minimum
conduit wall thickness shall be SDR 13.5. This work shall be done in accordance with Section 81
and 817 of the IDOT Standard Specifications and as specified herein.
The conduit shall be fastened to the PVC water main with zip ties (3 or 4 per pipe length) or a
method acceptable to the Village and installed in the same trench as the water main. The conduit
and tracer wire shall be terminated at each end in a flush mount access box or within a valve
vault.
The access box shall have a cast iron lid that can be locked and opened with a standard pentagon
head key wrench. Tracer wires shall be stripped and attached to stainless steel screws mounted
to the underside of the lid. Three-feet of slack shall be left in wire length so cover can be lifted
with wire intact. Tracer wire access box shall be located directly in front of auxiliary valves, and
inside valve vaults or where indicated by the Engineer and be set to grade.
Tracer wire access boxes shall not be located in pavement unless specified by the Engineer.
Tracer wire shall be #10 solid insulated copper wire installed in a 1 ¼” coilable nonmetallic conduit.
Tracer wire and conduit will be measured per lineal foot of constructed PVC water main. Vertical
length for access box terminations will not be measured for payment and shall be included in the
cost of this item.
Splicing of wires between access boxes or valve vaults will not be permitted. Conduit shall extend
into and terminate with the access box or valve vault. If required due to unforeseen circumstances,
methods of splicing conduit shall be submitted to the Village for approval prior to performing any
splicing. Only waterproof splicing kits may be used.
Tracer wire access box shall be of domestic manufacture and have a cast iron lid that can be
locked and opened with a standard pentagon head key wrench. Tracer wires shall be stripped
and attached to stainless steel screws mounted to the underside of lid.
This work shall be included in the cost of this item.
WATER MAIN TESTING
Contractor shall install new water main but not install corporation stops, service lines, curb stops,
or service boxes until after conducting pressure test, leakage test, disinfection of the new water
main, flush the main, and acceptance for putting the new main into service. Finish by installing
corporation stops, service lines, curb stops, and service boxes, and test and disinfect prior to
connection to existing service lines. All testing including all labor, materials, tools and equipment
necessary to perform the pressure and leakage tests shall be included in the cost of this item.
The Contractor shall perform pressure and leakage tests satisfactorily prior to requesting the
Engineer witness the official test. The Contractor shall notify the Engineer and Village 48 hours
prior to initiation of any testing. The Engineer and Village must be present for all testing.
73
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
35
Depending on traffic conditions, public hazard, or other reasons, the Engineer may direct when
to conduct the tests, and may order the tests to be made in relatively short sections of water main.
If contractor elects to complete this project in more than two phases, testing shall be performed
in every stage of the project and shall be included in the cost of this item.
TESTS REQUIRED:
1. Hydrostatic tests:
a. Devise a method for disposal of waste water from hydrostatic tests, and for
disinfection, as approved in advance by the Engineer.
2. Pressure tests:
a. Subject the new water mains, including valves and hydrants, to a hydrostatic
pressure of 150 PSI.
b. Hold the test pressure for a duration of two hours without pressure loss of further
pressure application.
c. Carefully examine exposed pipe, joints, fittings, and valves.
d. Replace or remake joints showing visible leakage.
e. Remove cracked pipe, defective pipe, and cracked or defective joints, fittings, and
valves. Replace with sound material and repeat the test until results are
satisfactory.
f. Make repair and replacement without additional cost to the Village.
g. Use only solid stainless full-body repair clamps as approved by the Engineer.
3. Leakage Test: Conduct a metered leakage test after the pressure test has been
satisfactorily completed.
a. Duration of each leakage test: At least 24 hours.
b. During the test, subject water lines to a normal water pressure of the Village’s
water system.
c. Install water meter approved by the Engineer. Provide double check valve
assembly between water meter and existing water main.
d. Maximum allowable leakage: As recorded by a meter approved by the Engineer,
with leakage to not exceed the number of gallons per hour (GPH) as determined
by the following formula:
In inch-pound units,
𝐿ൌ 𝑆𝐷√𝑃
148,000
Where:
L = Testing (leakage) allowance (makeup water), in gallons per hour
S = Length of pipe tested, in feet
D = Nominal diameter of the pipe, in inches
P = Average test pressure during the hydrostatic test, in pounds per square inch
(guage)
Should any test of pipe disclose leakage greater than the maximum allowable
amount, locate and repair the defective joint or joints and then repeat the 24-hour
metered leakage test until leakage is within the specified allowance.
74
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
36
This work shall be included in the cost of this item. No additional compensation will be provided
for any required re-testing.
PRELIMINARY FLUSHING
Prior to disinfection, flush main as thoroughly as possible.
1. Flush main until water runs clear.
2. Provide a minimum flushing velocity of 2.5 fps in the water main.
3. Coordinate time of flushing with the Village and Engineer, at least 48 hours in advance of
flushing. Do not initiate flushing without Village’s permission.
This work shall be included in the cost of this item. No additional compensation will be provided
regardless of the amount of flushing required.
DISINFECTION
After work on the new watermain work has been satisfactorily completed, including pressure and
leakage testing, the Contractor shall disinfect the work in accordance with the latest revision of
AWWA Standard C651 and Standard Specifications for Water and Sewer Construction in Illinois.
1. Forms of applied chlorine:
a. Apply chlorine by gas feed or solution feed chlorinator, as approved by the Village.
b. Provide effective diffusion of the gas or solution into the water within the water
main.
c. Provide means for preventing the backflow of water into the feeder.
2. Requirement of chlorine:
a. Initial chlorine solution in pipe: at least 50 mg/l, but not more than 100 mg/l.
b. Retain the disinfecting solutions in the work for at least 24 hours.
c. Chlorine residual after the retention period: at least 25 mg/l
3. Flushing and testing:
a. Following chlorination, flush treated water thoroughly from the water mains until
the chlorine concentration in the water flowing from the main is no higher than
generally prevailing in the Village’s system or less than 1 mg/l.
b. After flushing, collect two water samples on successive days at least 24 hours
apart in sterile bottles treated with sodium thiosulfate. Notify the Engineer and the
Village to witness sample collection.
c. Deliver the samples to a State approved laboratory for bacteriological analysis.
d. Should the initial disinfection result in an unsatisfactory bacterial test, repeat the
chlorination procedure until satisfactory results are obtained.
e. The Village will provide the water for the initial flushing and testing only.
f. Compensate the Village for water used in subsequent flushing and testing.
4. Swabbing:
a. Flush and swab the piping, valves, and fittings that must be placed in service
immediately and cannot be disinfected by the above specified methods with five
percent solution of calcium hypochlorite prior to assembly.
b. Secure the Engineer’s approval before applying this method of disinfection.
75
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
37
This work shall be included in the cost of this item. No additional compensation will be provided
regardless of the number of times the main must be disinfected.
DECHLORINATION
The Contractor shall comply with AWWA C651-14 requirements to neutralize the residual chlorine
in new water mains. After new water mains have passed disinfection requirements, utilize portable
diffusing dechlorinators that utilize sulfur dioxide or other chemicals listed in Appendix C of AWWA
C651 to lower chlorine residuals prior to discharge to the Drainage system. Lower concentration
to 1 mg/l or less. Dechlorination is required of the disinfecting solution before being released to
the storm sewers.
This work shall be included in the cost of this item.
Measurement and Basis of Payment. This work will be measured in lineal feet along the centerline
of the pipe, and the measurement shall extend through fittings and valves. This work will be paid
for at the contract unit price per FOOT for PVC C-900 WATER MAIN, of the pipe sizes, joint type
and material specified, regardless of depth.
PAY ITEM #19-21 – WATER VALVES (SIZE)
Description. This work shall consist of constructing water valves. This work shall be in accordance
with applicable portions of Section 561 of the Standard Specifications and with the Standard
Specifications for Water and Sewer Construction in Illinois, with the following modifications:
Four-inch to 12-inch gate valves shall be resilient wedge type conforming to AWWA C515,
manufactured by Mueller. Resilient wedge or resilient seated gate valves shall be cast iron body,
bronze stem and stem nut, rubber seated type with non-rising stem and O-ring packing and
conforming to the latest revised requirements of AWWA Specification C509 or C515. The resilient
rubber seat shall be bonded to the gate or wedge with the bond proved by requirements of ASTM
D429 testing procedures.
All valves shall be counter-clockwise opening and shall be supplied with 2-inch square operating
nuts.
Unless otherwise specified, all valves shall be installed in valve vaults 60 in. in diameter paid
EACH for VALVE VAULTS, TY A, (SIZE) DIAMETER, TY 1 FRAME, CLOSED LID. The Valve
shall be placed so that the operating nut is centered under the opening of the valve vault.
Where a new water valve is to be installed on an existing main, the existing water main shall be
cut by an approved method and a section of existing water main of sufficient length shall be
removed. The valve shall be jointed on both ends to sections of new water main pipe of proper
length with mechanical joint restraints. The valve and pipe assembly shall be positioned in place
between the two cut ends of the existing water main and the ends of the existing water main shall
be joined to the valve assembly with water main couplings of the proper size. The labor,
equipment, and materials which are necessary to construct a new valve on an existing water main
will not be paid for separately but shall be included in the cost of this item.
76
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
38
Where an existing water valve is to be removed and replaced with a new water valve in
substantially the same location, removal of the existing water valve will not be paid for separately
but shall be included in the cost of this item.
Excavation, bedding, fittings, and backfilling needed for the installation of water valves will not be
paid for separately but shall be included in the cost of this item.
Measurement and Basis of Payment. This work will be paid for at the contract unit price EACH
for WATER VALVES of the size specified.
PAY ITEM #22 – FIRE HYDRANTS TO BE REMOVED
Description. This work shall include full compensation for cost of removal and disposal of the
complete fire hydrant and auxiliary valve assembly and connecting water main, excavation,
plugging of abandoned main at the hydrant tee, hauling, disposal of excess material, backfill,
temporary restoration of disturbed area but not including permanent restoration, cleanup and work
incidental to fire hydrant removal but not specifically included in other unit prices.
Measurement and Basis of Payment. This work shall be paid for and measured per EACH for
FIRE HYDRANTS TO BE REMOVED
PAY ITEM #23 – FIRE HYDRANTS WITH AUXILIARY VALVE AND VALVE BOX
Description. This work shall consist of constructing fire hydrants with auxiliary valves and valve
boxes. This work shall be done in accordance with Section 564 of the Standard Specifications
and the Standard Specifications for Water and Sewer Construction in Illinois, with the following
modifications:
Materials: Fire hydrants shall be Mueller Centurion, conforming to ANSI/AWWA C502, 6’ – 0” bury
depth with all stainless-steel trim, above-ground breakable flanges, and auxiliary resilient wedge
gate valve and valve box. Fire hydrants shall have a valve opening of 5-1/4 in. and shall be
equipped with two, 2-1/2 in. male hose connections and one, 4-1/2 in. male pumper connections.
The outside diameter of the male thread on the 2-1/2 in. hose connection shall be “National
Standard” threads. Hose caps shall be fastened to barrel with steel chain of at least 1/8 in.
thickness.
Valve box stabilizer grip shall be by BLR Enterprises, Inc., or approved equal.
Fire hydrants shall be sand blasted and painted in the field with primer (Sherwin Williams Kem
Bond HS universal metal primer) and painted a green color (Glidden structure green no. 4503 or
rust scat Mach green no. 138). All port caps shall be painted in the field with primer (Sherwin
Williams Kem Bond HS universal metal primer) and painted a highly reflective white color
(Sherwin Williams Industrial Enamel B54WX-401 or 3M traffic control division white paint no.
7216).
Valve boxes shall have a cover embossed with the word “WATER”.
Hydrant lead pipe shall be PVC pipe conforming to AWWA C900, with joints conforming to ASTM
D3139, 6 in. diameter. The cost of this pipe shall be included in the cost of this item.
77
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
39
Each hydrant shall be provided with a drip that will leave no water standing in the barrel of the
hydrant when the hydrant is closed. This drip shall close tightly before the hydrant begins to open.
Construction. The height of the nut on the 4-1/2 in. pumper connection shall be set at the
manufacturer’s recommended bury depth. Or at 18-inches maximum from the ground level to the
steamer port. The breakable flanges shall be positioned 2 in. above finished grade. The centerline
of the hydrant shall be at least 2 ft. but not more than 7 ft behind the back of curb, unless otherwise
approved by the engineer. Where hydrants are to be installed adjacent to a roadway, they shall
be places so that the pumper nozzle faces the roadway and is perpendicular to the direction of
travel of the roadway.
The bowl of each hydrant shall be well braced against unexcavated earth at the end of the trench
with stone slabs or concrete backing, or it shall be tied to the pipe with suitable rods or clamps.
There shall be restrained joints between the auxiliary valve and the tee, such as a hydrant locking
tee and mega lugs. All hydrants shall be thoroughly cleaned of dirt and foreign matter before
setting.
All new fire hydrants shall be covered or labeled as being out of service, until such time as the
new main is brought into service.
Excavation, bedding, 6 in. pipe, and backfilling of fire hydrants will not be paid for separately but
shall be included in the cost of this work.
Measurement and Basis of Payment. This work will be paid for at the contract unit price EACH
for FIRE HYDRANT WITH AUXILIARY VALVE AND VALVE BOX.
PAY ITEM #24 – VALVE VAULTS, TYPE A, 5’-DIAMETER, TYPE 1 FRAME, CLOSED LID
Description. This work shall consist of constructing valve vaults with frames and lids as shown in
the Plans or as directed by the Engineer in accordance with Section 602 of the Standard
Specifications and the details within the Plans, with the following modifications:
In cases where only the Valve vault is being replaced and no work is being done to the existing
water main, the proposed valve vault barrel section shall be of “doghouse” type to fit over the
existing main. The Valve vault base will be a precast base.
A continuous layer of non-hardening preformed bituminous mastic material will be used at each
joint to prevent inflow. Brick and non-shrink hydraulic grout will be used to close the water main
openings.
A ¾ inch corporation stop, Muller No. H-15000, shall be installed on new water main pipe inside
each valve vault. Larger corporation stops may be required for flushing purposes on certain valves
as shown on the plans.
The lid shall have “WATER” and “VILLAGE OF OAK BROOK” cast into it. The new frame and lid
on a valve vault shall be included in the cost of the new valve vault.
78
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
40
The unit price for each vault shall include the cost of furnishing and installing vaults with a
concentric cone, including concrete work, masonry work, corporation stops; specified manhole
frame and cover; masonry blocking, flexible pipe connectors with stainless steel bands,
excavation, hauling, and disposal of excess material; designated backfill; 4" bedding material;
compaction; temporary restoration of disturbed area, but not including permanent restoration,
cleanup and work incidental to valve vault installation not specifically included for payment under
other unit prices. Backfill of the vault shall be included in the unit price cost for this item.
Measurement and Basis of Payment. This work will be paid for at the contract unit price EACH
for VALVE VAULTS, TYPE A, 5’-DIAMETER, TYPE 1 FRAME, CLOSED LID.
PAY ITEM #32 – MULCH PLACEMENT, 4”
Effective: February 8, 2007
This work shall be done in accordance with the applicable portion of Section 253.02 (c) and
Section 1081.06 of the Standard Specifications for Road and Bridge Construction.
Description. This work shall consist of furnishing, transporting, and spreading approved shredded
hardwood bark mulch to the depth specified in areas as shown in the plans or as directed by the
Engineer.
Material. Hardwood bark mulch shall be clean, finely shredded mixed-hardwood bark meeting
the following requirements:
Material shall be free of sticks, leaves, stones, dirt clods, and other debris.
Individual wood chips shall not exceed 2 inches (50 mm) in the largest dimension.
A mulch sample and request for material inspection must be supplied to the Engineer for approval
prior to performing any work 72 hours prior to application.
Method. The grade, depth, and condition of the area must be approved by the Engineer prior to
placement.
The Contractor shall remove and properly dispose of all weeds, litter and plant debris before
mulching. Pre-emergent herbicide, if specified, shall be applied prior to the placement of shredded
mulch. The Contractor shall prepare a neatly spaded edge between the landscaped bed and/or
tree ring and the turf. The Contractor shall repair the grade by raking and adding topsoil as
needed, before mulching.
The shredded mulch shall be placed according at the required depth as specified in the plans for
planting trees, shrubs, vines and perennial plants. Care shall be taken not to bury leaves, stems,
or vines under mulch material. Mulch shall not be in contact with the base of the trunk.
All finished mulch areas shall be left smooth and level to maintain uniform surface and
appearance.
After the mulch placement, any debris or piles of material shall be immediately removed from the
right of way, including raking excess mulch out of turf areas.
Method of Measurement. Mulch placement will be measured in place to the depth specified in
square yards. Areas not meeting the depth specified shall not be measured for payment.
79
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
41
Basis of Payment. This work will be paid for at the contract unit price per SQUARE YARD for
MULCH PLACEMENT, of the thickness specified. Payment shall include the cost of removing
and disposing of any debris. Any mulch placement included as part of the work in other work
items will not be measured separately for payment.
PAY ITEM #33 – BRICK PAVEMENT REMOVAL AND REPLACEMENT
Description. This work shall be done in accordance with the applicable articles Section 440 of the
Standard Specifications for brick driveway removal and reinstallation as shown on the plans and
where directed by the Engineer.
Add the following to Article 440.03:
“Upon removal, brick pavers shall be cleaned and placed at location on a palette. Cleaning shall
consist of removing all debris, mud, markings, etc. with water and a brush. Any damaged brick
pavers will be replaced by the Contractor at no additional cost to the contract.
In cases where an existing brick is damaged, a new brick should be installed and shall be included
in the unit price cost for this item.
Upon substantial completion of the improvements, the Contractor shall reinstall the brick pavers
on a 4 in sand cushion to the same dimension and pattern prior to commencement of the work.”
Measurement and Basis of Payment. This work will be paid for at the contract unit price per
SQUARE FOOT for BRICK PAVEMENT REMOVAL AND REPLACEMENT, which price shall
include removing, cleaning, stacking, sand cushion, reinstallation, and all labor, equipment and
materials necessary to complete the work.
PAY ITEM #34 – 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.
PAY ITEM #35 – VALVE VAULTS TO BE ABANDONED
Description. This work shall consist of abandoning the existing water valve vaults not being used
in the new water system. When directed by the Engineer and the new water main has been placed
into service, this work is to be accomplished.
80
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
42
Construction Methods. When the new water main has been installed, tested, and placed into
service, the contractor shall excavate around existing valves in vaults to remove and dispose of
the top barrel section(s) leaving only the section with the existing valve. The remaining barrel
section shall be filled with sand or approved backfill while the remaining depth of the hole is to be
filled with approved backfill material, as approved by the Engineer, to the existing grade elevation.
The existing valve shall remain in place and will not be removed.
In locations where the Village determines that removal of the cone, flat top, or barrel section is
not feasible, the contractor shall be required to only remove the frame and lid prior to backfilling
the structure. In this case the contractor will still be required to backfill the structure and properly
compact the backfill. This work shall be included in the cost of this item and no additional
compensation will be allowed. This will be done in very limited quantities and requires Village
approval at every location.
All backfill shall be compacted in accordance with Section 550 of the "Standard Specifications"
except that only Method 1 shall be used.
The barrel section(s) and boxes that have been removed shall be hauled offsite and disposed of
in an appropriate and approved location.
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 #36 – REMOVE AND REINSTALL DECORATIVE STONE
Description. This work consists of the removal, storage, and replacement of any type of existing
decorative stone. If the Contractor is unable to salvage the existing stone, the Contractor shall
replace the stone. The replacement stone shall be of the same type and size as the existing. All
cost to acquire the stone shall be included in the cost of this item.
Method of Measurement. This work shall be measured for payment in place and the area
computed in square feet.
Basis of Payment. This work shall be paid for at the contract unit price per square foot for
REMOVE AND REINSTALL DECORATIVE STONE, which price shall be payment in full for all
labor and equipment necessary to perform the work as specified herein.
PAY ITEM #37 – HOT-MIX ASPHALT DRIVEWAY PAVEMENT, 3"
Description. This work shall consist of paving hot-mix asphalt driveway aprons, of the thickness
specified, which composition will be of surface course as shown in the Hot-Mix Asphalt Mixture
Requirements table in the Plans, on a prepared aggregate base and according to Sections 351
and 406 of the Standard Specifications, with the following modifications:
Included in this work shall be the installation of a 6-inch aggregate base course, Type B, on a
prepared subgrade. A 3-inch-thick asphalt surface course layer shall be placed on the aggregate
base course. The aggregate base course and preparation of the sub-grade will not be measured
for payment but shall be included in the cost of this item.
81
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
43
Measurement and Basis of Pavement. This work shall be paid for at the contract unit price per
SQUARE YARD for HOT-MIX ASPHALT DRIVEWAY PAVEMENT, 3”.
PAY ITEM #38 – STAMPED HOT-MIX ASPHALT DRIVEWAY PAVEMENT, 3”
Description. This work shall consist of paving hot-mix asphalt driveway aprons, of the thickness
specified, which composition will be of surface course as shown in the Hot-Mix Asphalt Mixture
Requirements table in the Plans, on a prepared aggregate base and according to Sections 351
and 406 of the Standard Specifications, with the following modifications:
Included in this work shall be the installation of a 6-inch aggregate base course, Type B, on a
prepared subgrade. A 3-inch-thick asphalt surface course layer shall be placed on the aggregate
base course. The aggregate base course and preparation of the sub-grade will not be measured
for payment but shall be included in the cost of this item.
During installation the Contractor shall install a stamped pattern to match the existing pattern.
Prior to starting the HMA work, the Contractor shall provide a template for approval by the
Engineer. If a decorative color has been added to the surface or the mix, the Contractor shall
maintain the color. A color sample shall be provided for approval by the Engineer before
installation. Once a color sample and pattern has been approved by the Engineer, the Contractor
shall not change the material sources or other factors which may alter the structural or appearance
characteristics of the work, without prior written approval of the Engineer. The Contractor shall
preserve the approved color sample for use as a reference.
The Contractor shall ensure that the asphalt finishing process and subsequent regular work
activities do not compromise or create differences in the color of the finished product. Sections of
the finished product which become discolored as a result of regular work activities shall be
removed and replaced to the satisfaction of the Engineer, at no additional cost.
Method of Measurement and Basis of Payment. This work shall be measured in place and paid
for at the contract unit price per SQUARE YARD for STAMPED HOT-MIX ASPHALT DRIVEWAY
PAVEMENT, 3".
PAY ITEM #39 – SANITARY SEWER REMOVAL AND REPLACEMENT 8”
Description. This work shall be done in accordance with Section 550 and Section 551 of the
Standard Specifications and the Standard Specifications of Water and Sewer
Construction in Illinois, with the following modifications: Materials. All pipe materials shall be
watermain quality PVC SDR-26 (ASTM D-2241), with joints conforming to ASTM D-3139 and
flexible elastomeric gaskets meeting ASTM F-477 criteria.
Where the existing sanitary sewer is being replaced by a new sanitary sewer, the removal and
proper disposal of the existing sewer is to be included in the cost of this item.
The connection of the proposed sanitary sewers to the existing manholes in the same location
shall be included in the cost of this item. This work shall be coordinated with the Village of Oak
Brook Public Works prior to connection. Any bypass pumping that is needed shall be included in
the cost of this item.
82
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
44
Measurement and Basis of Payment. This work will be paid for at the contract unit price per FOOT
for SANITARY SEWER REMOVAL AND REPLACEMENT 8”.
PAY ITEM #40-41 – WATER SERVICE CONNECTION (SHORT)
WATER SERVICE CONNECTION (LONG)
Description. This work shall consist of installing new copper water service connections and lines,
complete in place from the water main to the existing water service line behind the curb stop, as
shown on the plans or as directed by the Engineer of the size 1 ½”. This work shall be in
accordance with Section 562 of the Standard Specifications, with the Standard Specifications for
Water and Sewer Construction in Illinois, and the WATER SERVICE DETAIL within the Plans,
with the following modifications:
Short service connections shall be defined as those services for properties which are located
adjacent to the half of the right-of-way where the water main is located. Long service connections
shall be defined as those services for properties which are located adjacent to the half of the right-
of-way opposite where the water main is located.
It is expected that all services shall be installed using a trenchless method under street pavements
not otherwise disturbed by the installation of the main or encumbered by the separation
requirements from storm and sanitary sewers. If the contractor elects to install a service using the
open cut method, all associated restoration and trench backfill will be included in the cost of this
item.
Materials. Water service line pipe shall be Type “K” seamless copper water tubing conforming to
ASTM B88, of the diameter 1 ½”. The pipe shall be marked with the manufacturer’s name or
trademark and with marking indicating the type of the pipe.
The corporation stop shall be Mueller B 25000-Flare with AWWA tapper (Mueller “CC”) thread
inlet and copper flare straight connection outlet.
The tap shall be made through a full circle stainless steel tapping clamp, Smith-Blair 264 Full
Circle Fab SS Lug Tapped Single Band of the correct size depending on diameter of water main
and size of new service tap.
The curb stop shall be Mueller – 25155 (COMP) B-25154 (Flare) with copper flare nuts on both
ends, quarter turn check, and Minneapolis pattern thread top.
The curb boxes shall be Mueller extension type curb box Model H-10300 with Minneapolis pattern
base, 1-1/4 in. inside diameter, and 2 in. base tapping diameter. The cover of the buffalo box shall
have the word “WATER” cast thereon.
Water service line couplings shall be Mueller H-15400 straight three-part unions with copper flare
nuts on both ends, conforming to ANSI/AWWA C800, of the size needed.
All materials furnished as part of this work shall comply with the latest requirements of the Federal
Safe Drinking Water Act.
Casing pipe shall consist of a minimum 4 in. diameter PVC SDR-26 Pipe.
83
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
45
Construction. The Contractor shall install a new water service line pipe from the corporation stop
to the location of the existing curb box, or to such other location as shown in the plans or as
directed by the Engineer. A single piece of copper water tubing of sufficient length to extend the
full distance from the water main to the curb stop shall be utilize. Splicing of multiple sections of
copper water tubing will not be permitted.
All water service lines shall have a minimum 5.5 ft of cover. The tap shall be made in the upper
third of the main, as close to a 45-degree angle as is practical. The curb stop and buffalo box
shall be located 5 ft. behind the back of curb, unless directed otherwise by the Engineer. The
Contractor shall make every effort to install the curb stop and buffalo box outside of paved
surfaces including driveway aprons and sidewalks. If a curb stop and buffalo box is to remain
within a paved surface, prior approval by the Engineer is required.
Additional pipe required to relocate the b-box outside of a paved surface will not be paid for
separately but shall be included in the cost of this item.
The Contractor shall record the location of each buffalo box in relation to the nearest corner lot
line, and the tap in relation to the nearest fire hydrant and this information should be mentioned
in the record drawing.
The new water service shall be encased whenever the horizontal and vertical separation of the
new service from existing storm or sanitary sewers or services cannot be maintained. The new
service shall be encased on each side of the crossing until the perpendicular distance from the
end of the casing to the storm sewer or sanitary sewer or service is at least ten feet. Service line
encasement shall be installed from the auger pits and shall not entail open cutting an existing
street pavement not otherwise disturbed in the process of installing the replacement water main.
Encasement of water services shall be included in the cost of this item.
The Engineer reserves the right to require the replacement of additional services; however,
services replaced due to damage caused by the Contractor's operations shall be replaced at the
Contractors expense and no payment shall be made.
All services shall be installed using a trenchless method from the water main to the b-box. If the
contractor elects to open trench this portion of the service, all associated trench backfill and
restoration are at the contractor’s expense.
Open trenching will be allowed for services past the new b-box. All pipe past the new b-box to
connect to the existing service shall be included in the cost of this item, regarding of the length.
The removal of the existing b-box shall be included in the cost of this item.
In locations where the Village determines it is not possible to fully remove the existing b-box, the
Village shall require the contractor to hand excavate the existing b-box stem to at least 1-foot
below grade, cut the existing b-box shaft at 1-foot below grade, fill the remaining shaft with sand,
and then backfill the hole. This work shall be included in the cost of this item and no additional
compensation will be allowed. This will be done in very limited quantities and requires Village
approval at every location.
Prior to final inspection, the Contractor shall verify that all water appurtenances are adjusted to
grade and clearly visible.
84
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
46
Measurement and Basis of Payment. This work will be measured for payment as each water
service connection and line installed, regardless of the length of the water service line, the depth
of the water service line, conflicts with other utilities, or any other factors. No separate
measurement will be made of pipe, fittings, couplings, stops, valves, or other components. This
work will be paid for at the contract unit price EACH for WATER SERVICE CONNECTION
(SHORT) and WATER SERVICE CONNECTION (LONG).
PAY ITEM #42 – WATER SERVICE, ADDITIONAL LENGTH
Description. This work shall consist of installing additional length of new copper water service.
This work shall be in accordance with Section 562 of the Standard Specifications, with the
Standard Specifications for Water and Sewer Construction in Illinois, and the WATER SERVICE
DETAIL within the Plans, with the following modifications:
This item will be used only when the length of the new service exceeds 75 feet.
It is expected that all services shall be installed using a trenchless method under street pavements
not otherwise disturbed by the installation of the main or encumbered by the separation
requirements from storm and sanitary sewers. If the contractor elects to install a service using the
open cut method, all associated restoration and trench backfill will be included in the cost of this
item.
Materials. Water service line pipe shall be Type “K” seamless copper water tubing conforming to
ASTM B88, of the diameter 1 ½”. The pipe shall be marked with the manufacturer’s name or
trademark and with marking indicating the type of the pipe.
All materials furnished as part of this work shall comply with the latest requirements of the Federal
Safe Drinking Water Act.
Casing pipe shall consist of a minimum 4 in. diameter PVC SDR-26 Pipe.
Construction. The Contractor shall install a new water service line pipe from the corporation stop
to the location of the existing curb box, or to such other location as shown in the plans or as
directed by the Engineer. A single piece of copper water tubing of sufficient length to extend the
full distance from the water main to the curb stop shall be utilize. Splicing of multiple sections of
copper water tubing will not be permitted.
All water service lines shall have a minimum 5.5 ft of cover.
Additional pipe required to relocate the b-box outside of a paved surface will not be paid for
separately but shall be included in the cost of this item.
The new water service shall be encased whenever the horizontal and vertical separation of the
new service from existing storm or sanitary sewers or services cannot be maintained. The new
service shall be encased on each side of the crossing until the perpendicular distance from the
end of the casing to the storm sewer or sanitary sewer or service is at least ten feet. Service line
encasement shall be installed from the auger pits and shall not entail open cutting an existing
street pavement not otherwise disturbed in the process of installing the replacement water main.
Encasement of water services shall be included in the cost of this item.
85
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
47
All services shall be installed using a trenchless method from the water main to the b-box. If the
contractor elects to open trench this portion of the service, all associated trench backfill and
restoration are at the contractor’s expense.
Open trenching will be allowed for services past the new b-box. All pipe past the new b-box to
connect to the existing service shall be included in the cost of this item, regarding of the length.
Measurement and Basis of Payment. This work will be measured for payment per foot of water
service line installed, for each foot beyond 75 feet in length of the water service line. The
measurement will occur in a straight line between the connection to the watermain and the
connection to the existing service, regardless of how the service is installed in the field. No
separate measurement will be made of fittings, couplings, stops, valves, or other components.
This work will be paid for at the contract unit price per FOOT for WATER SERVICE, ADDITIONAL
LENGTH.
PAY ITEM #43-46 – CUT AND CAP EXISTING (SIZE) WATER MAIN
Description. This work shall include all materials, equipment and labor, excavation, hauling, and
disposal of excess material, cutting and removal of portions of existing water main in areas
indicated in the plans to facilitate a water tight existing main before the proposed water main is
approved. In each case this involves installing a mechanical cap of like size to the existing main.
In all cases the cap will be required with Megalug Mechanical Joint Restraining Glands (Series
1100 or Approved by the Engineer) and thrust blocking which shall be included with this pay item.
Temporary flushing, valve closures (by the Village), and all associated work and materials
required are included in this pay item.
The total quantity for this work has been calculated in two construction phases. If the Contractor
decides to complete the work in more than two construction phases and additional quantity is
needed, the Contractor will be required to cut and cap the watermain at his own expense to the
satisfaction of the Engineer.
The existing water main will be abandoned in place. No compensation will be provided to the
Contractor for this work other than to cut and cap existing water main as shown on the Plans or as
directed by the Engineer.
Basis of Payment. This work will be paid for at the contract unit price EACH for CUT AND CAP
EXISTING (SIZE) WATER MAIN.
PAY ITEM #47-50 – CONNECTION TO EXISITNG WATER MAIN (SIZE)
Description. This work shall consist of making a non-pressure, cut-in connections to existing water
mains of the size specified. The work shall be in accordance with Section 561 and Section 563 of
the Standard Specifications for Water and Sewer Construction in Illinois, with the following
modifications:
Water main shutdowns must be scheduled 48-hours in advance with the Village. The Village must
provide 24-hour notice to affected residents by notice provided by Engineer. Shutdowns will be
one day between the hours of 9:00 AM to 3:00 PM. Shutdowns shall only occur Tuesday through
Friday. No shutdown shall be allowed on Monday, unless approved by the Engineer. Contractor
will be charged with an extra expense including overtime and mobilization for testing on Saturdays
and Sundays for Monday shutdown.
86
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
48
Materials. Water main pipe shall be PVC pipe conforming to AWWA C-900, with push-on joints
conforming to ASTM D3139, of the diameter required.
Water main fittings shall be ductile iron conforming to ANSI/AWWA C110/A21.10 or ANSI/AWWA
C153/A21.53. Fittings shall be cement mortar lined and tar coated in accordance with AWWA
C104. Fittings shall have mechanical joint end connections unless otherwise specified. Fitting
shall include tees, crosses, reducers, and all other fittings as may be necessary to construct a
connection to an existing water main.
Mechanical joint restraints shall be EBBA Iron, Inc., MEGALUG Mechanical Joint Restraints for
ductile iron pipe, or approved equal.
Construction. The connection to the existing water main shall be accomplished by the use of
fittings of the proper types and sizes, sections of new water main pipe of the proper lengths and
diameters, water main couplings of the proper sizes, and mechanical joint restraints. The
connection shall be made in the most direct configuration possible. The connection may be made
to the existing water main or to existing valves or fittings.
Thrust blocking of all fittings shall be in accordance with Article 41-2.08 of the Water and Sewer
Specifications and the details on the Plans.
The water main pipe and fittings shall be placed on a bedding of crushed aggregate of CA-11 or
CA-13 gradation having a minimum thickness of 4 in. The bedding shall be placed to a minimum
of 12 in. above the water main pipe and fittings.
Excavation, bedding, and backfilling will not be paid for separately but shall be included in the
cost of this item.
Measurement and Basis of Payment. This work will be measured for payment as each connection
made, regardless of the depth of the connection, the number or type of fittings required, or any
other factors. No separate measurement will be made of pipe, fittings, couplings, hardware, or
any other components. This work will be paid for at the contract unit price EACH for
CONNECTION TO EXISTING WATER MAIN (SIZE).
PAY ITEM #51 – VALVE BOXES TO BE REMOVED
Description: This work shall be performed in accordance with the applicable articles of Section
605 of the Standard Specifications and construction details shown on the plans. The work shall
include all labor, equipment, and material necessary to remove valve boxes and cut and cap/plug
any existing lines. Valve box removal shall consist of the complete removal and include disposal
and backfilling with earth or trench backfill material.
The excavated areas that are within 2-feet of proposed paved areas shall be backfilled with trench
backfill material. All removed frames and lids shall be salvaged and returned to the City. Materials
determined not to be salvaged by the Engineer shall be disposed of offsite by the Contractor in
accordance with Article 202.03.
87
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
49
Measurement and Payment: This work shall be paid for at the contract unit price each for VALVE
BOXES TO BE REMOVED which price shall include all labor, equipment and materials necessary
to perform the work as specified including dewatering of abandoned line, cutting and removing
sections of pipe, capping or plugging pipes, and backfilling with earth or trench backfill material,
protection, replacement or repair of utilities, drainage systems, removal and disposal of surplus
excavated material, and clean up.
PAY ITEM #52 – FRAMES AND LIDS TO BE ADJUSTED (SPECIAL)
Description. This work shall consist of the adjustment of inlets, catch basins, valve vaults, valve
boxes, and manholes at those locations indicated in the plans and as directed by the Engineer in
the field. This work shall be completed in accordance with the applicable portions of Section 602,
603, and 604 of the Standard Specifications as well as the District One Standard Detail “Details
for Frames and Lids Adjustment with Milling” (BD600-03 (BD-8)).
The existing pavement around each structure to be adjusted or reconstructed shall be removed
by a straight, saw-cut joint. The pavement shall be removed, the structure lowered below the
elevation of the roadway, plated, backfilled with crushed stone, and HMA pavement placed over
structure. After the pavement is milled the stone, plate and HMA pavement shall be removed, the
frame and lid adjusted to the final elevation, and the void around the structure / frame and lid shall
be backfilled per the Standard Specifications and the District One Standard Detail and as directed
by the Engineer.
All locations of existing structures to be adjusted shall be identified, documented, recorded, and
accounted for in the final condition. No frames and lids shall remain under pavement in the final
condition.
Adjustment of frames and lids on new structures shall be included in the cost of the new structure.
All structures requiring frame and lid adjustment shall also be cleaned in accordance with Article
602.15. Any trench backfill necessary to fill in the area around the adjusted structure will not be
paid for separately but considered included in the cost of the structure being adjusted or
reconstructed.
After adjustment or reconstruction is completed the pavement around the structure shall be
replaced with Leveling Binder (Hand Method), N50. The leveling binder will be placed on a
compacted, prepared subgrade, and the thickness shall match the existing conditions. The
pavement being replaced will not be paid for separately but considered included in the cost of the
structure being adjusted or reconstructed.
Measurement and Basis of Payment. The work will be paid for at the contract unit price per EACH
for FRAMES AND LIDS TO BE ADJUSTED (SPECIAL) which price shall include all material,
labor and equipment to perform the work specified above.
88
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
50
PAY ITEM #53 – 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
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, 701301, 701501, 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.
89
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
51
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.
Basis of Payment: This work will be paid for at the contract LUMP SUM price for TRAFFIC
CONTROL AND PROTECTION, (SPECIAL).
PAY ITEM #54 – 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 otherwise
obliterated.
Basis of Payment: This work will be paid for at the contract LUMP SUM price for
CONSTRUCTION LAYOUT.
PAY ITEM #55 – DUST CONTROL WATERING
Description. This work shall consist of controlling construction dust on the jobsite by application
of a water / calcium chloride mixture.
General. Dust shall be controlled by uniform application of sprinkled water mixture applied only
when directed by the Engineer in a manner meeting his approval and shall be equipped with
adequate measuring devices for meeting the exact amount of water discharged. The
concentration of calcium chloride in the water used shall be properly documented by ticket or
other approved means. If the ratio of calcium chloride to water is insufficient to properly control
the dust, the ratio may be adjusted at the Engineer's discretion, with no additional compensation
for the extra chloride needed.
90
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
52
Measurement. This work will be measured in 1,000 gallon units of applied water. To ensure
prompt response to the Resident Engineer's request for DUST CONTROL WATERING, the
Contractor shall apply the water within 4 hours of the Engineer's request. If the Contractor fails to
comply with the Engineer's request, the Engineer will impose a deduction of $100 per hour
beginning 4 hours after the Engineer's initial request. The hourly deduction shall end with the
Engineer's acceptance of the field conditions.
Basis of Payment. This work shall be paid for at the contract unit price per UNIT for DUST
CONTROL WATERING.
PAY ITEM #56-63 – STORM SEWER (WATER MAIN REQUIREMENTS) (SIZE)
Description. This work shall be done in accordance with Section 550 and Section 551 of the
Standard Specifications and the Standard Specifications of Water and Sewer
Construction in Illinois, with the following modifications: Materials. All pipe materials shall be
watermain quality PVC SDR-26 (ASTM D-2241), with joints conforming to ASTM D-3139 and
flexible elastomeric gaskets meeting ASTM F-477 criteria.
Where the existing storm sewer is being replaced by new storm sewer, the removal and proper
disposal of the existing sewer is to be included in the cost of this item.
The connection of the proposed storm sewers to the existing manholes in the same location shall
be included in the cost of this item. This work shall be coordinated with the Village of Oak Brook
Public Works prior to connection. Any bypass pumping that is needed shall be included in the
cost of this item.
Measurement and Basis of Payment. This work will be paid for at the contract unit price per FOOT
for STORM SEWER (WATER MAIN REQUIREMENTS) (SIZE).
PAY ITEM #64 – DECORATIVE ALUMINUM FENCE TO BE REMOVED AND RE-ERECTED
Description. This work shall consist of the Contractor removing, and re-erecting a portion of the
existing decorative aluminum fence as indicated in the plans. The decorative aluminum fence and
all related components (posts, hardware, etc.) shall be re-erected as shown in the plans. The
Contractor shall remove the decorative aluminum fence and components in such a manner as to
not cause damage. Any repair or touch-up required, including any replacement shall be performed
by the Contractor using a method approved by the Engineer and at the Contractor's expense. If
any material is damaged by the Contractor, it shall be replaced with the same type of material at
no additional cost to the Village.
The decorative aluminum fence and components shall be stored and protected, until it is re-
erected per Section 664 of the Standard Specifications. Any holes created by removal of the
foundation shall be filled with clean earth fill to eliminate any hazard to the public.
The removal limits shown on the plans are approximate. The existing decorative aluminum fence
shall be removed to the nearest post location as directed by the Engineer. If the existing posts
are set in concrete foundations, the Contractor shall remove the posts from the foundations. The
existing foundations shall be disposed of by the Contractor in accordance with Article 202.03 of
the Standard Specifications. The resultant voids at the removal locations shall be backfilled with
controlled low strength material or topsoil as directed by the Engineer.
91
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
53
The proposed post foundations shall be constructed to match the existing post foundations or as
otherwise directed by the Engineer. Concrete foundations shall be constructed in accordance with
the details of the Highway Standard 664001 or as otherwise directed by the Engineer.
Method of Measurement. The decorative aluminum fence will be measured per lineal foot
measured along the top of the fence.
Basis of Payment. This work will be paid for at the contract unit price per foot for DECORATIVE
ALUMINUM FENCE TO BE REMOVED AND RE-ERECTED.
PAY ITEM #65 – DECORATIVE STONE TO BE REMOVED AND REINSTALLED
Description. This work shall consist of removing the existing large decorative stones, storing the
removed stones until improvements are completed and future construction will not damage the
decorative stone, and reinstalling the decorative stone at the same existing location. If any large
stones are damaged by the Engineer, they shall be replaced with similar decorative stone of equal
or better quality. Large stones will be those which exceed 12 inches in diameter.
Measurement and Basis of Payment. This work will be paid for at the contract unit price per EACH
for DECORATIVE STONE TO BE REMOVED AND REINSTALLED. Price shall include all costs
for labor, equipment, and incidentals necessary to perform the work.
PAY ITEM #66 – LANDSCAPE WALL REMOVAL AND REPLACEMENT
Description. This work shall be done in accordance with the applicable articles Section 440 and
552 of the Standard Specifications for retaining wall removal and replacement as shown on the
plans and as directed by the Engineer.
Add the following to Article 440.03:
“Upon removal; blocks, bricks, rocks, stones, or other materials shall be cleaned and placed at
location on a palette. Cleaning shall consist of removing all debris, mud, markings, etc. with water
and a brush. Any damaged blocks, bricks, rocks, stones, or other material will be replaced by the
Contractor at no additional cost to the contract in the same material, color, and pattern of the
existing retaining wall.
Upon substantial completion of the improvements, the Contractor shall reinstall the blocks, bricks,
rocks, stones, or other material on a 6 in compacted CA-6 gradation cushion to the same
dimension and pattern prior to commencement of the work. All backfill behind the wall shall be
topsoil and the cost to install and properly compact shall be included in the cost of this item.
If a drainage system is encountered behind or under the wall, that system shall be avoided. If the
Contractor were to damage the system, the Contractor will be required to repair it to
preconstruction condition at no additional cost to the Village.
Only walls determined by the Village to be in conflict will be allowed to be removed and replaced
with payment. Any retaining wall damaged or removed without Village approval will be repaired
and/or replaced at the Contractor's expense.”
92
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
54
Measurement and Basis of Payment. This work will be paid for at the contract unit price per
LINEAR FOOT for LANDSCAPING WALL REMOVAL AND REPLACEMENT, which price shall
include removing, cleaning, stacking, sand cushion, reinstallation, and all labor, equipment and
materials necessary to complete the work.
PAY ITEM #67 – MAILBOX REMOVAL AND REINSTALLATION
Description. This item shall consist of furnishing all labor, equipment, and materials necessary for
the removal, temporary relocation of existing mailbox and reinstallation of mailboxes.
Prior to removing any mailbox, the Contractor shall coordinate temporary and permanent
locations with the mailbox owner and local Postmaster.
The Contractor shall remove the mailbox with components in such a manner as to not cause
damage as directed by the Engineer. Any repair or touch-up required shall be performed by the
Contractor using a method approved by the Engineer and at the Contractor's expense. If any
material is damaged by the Contractor, it shall be replaced with the same type of material at no
additional cost to the Village.
Upon removal of the existing mailbox, the mailbox shall be stored on the job site and protected,
as directed by the Engineer, until it is reinstalled according to Section 604 of the Standard
Specifications for Installing Posts. Any holes created by removal of the foundation shall be filled
with clean earth fill to eliminate any hazard to the public.
Measurement and Basis of Payment. This work will be paid for at the Contract unit price per EACH
for MAILBOX REMOVAL AND REINSTALLATION. This pay item shall include relocating all
mailboxes to temporary locations as well as relocating them from temporary locations to their final
locations as directed by the Engineer.
PAY ITEM #68 - SPLIT RAIL WOOD FENCE TO BE REMOVED AND RE-ERECTED
Description. This work shall consist of removing the existing split rail wood fence, storing the
removed fence until improvements are completed and future construction will not damage the
fence, and re-erecting the fence at the location determined by the Engineer. If any posts are
damaged or deemed unsuitable by the Engineer, they shall be replaced with similar treated posts
of equal or better quality. The existing post design and style is to be duplicated for any new posts
required.
Method of Measurement. The wood fence will be measured per lineal foot measured along the
top of the fence.
Basis of Payment. This item shall be paid for at the contract unit price per lineal foot for SPLIT
RAIL WOOD FENCE TO BE REMOVED AND RE-ERECTED which shall include all labor,
materials, and equipment necessary to perform the work.
93
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
55
PAY ITEM #69 – CURB AND GUTTER REMOVAL AND REPLACEMENT
Description. This work consists of removing and replacing existing curb and gutter with proposed
curb and gutter of the same type in locations specified on the plans, or as instructed by the
Engineer. The work shall also include the removal and replacement of existing type B concrete
curb in accordance with section 606 of the Standard Specifications.
Excavation will not be paid for separately but shall be included in the cost of this item.
Combination concrete curb and gutter shall be constructed on a prepared base of mechanically
compacted crushed aggregate of CA-6 gradation having a minimum compacted thickness of 4 in.
Wood forms shall be used. Forms constructed of steel or Masonite will not be permitted. Forms
for radius sections of the combination concrete curb and gutter shall be constructed of 1 in. thick
wood boards.
The height of the curb head may vary as shown on the plans or as directed by the Engineer.
Variations in the height of the curb head will not be paid for separately but shall be included in the
cost of this item.
Where a rural cross section currently exists without an existing curb and gutter the new curb
should be depressed (ribbon curb) for the entire length of the rural cross section. All costs
necessary to construct the new ribbon curb should be included in the cost of this item
Where combination concrete curb and gutter is constructed across driveways, alleys, sidewalk
curb ramps, or other designated areas, the top of the curb shall be depressed according to the
details shown on the plans or as directed by the Engineer. The transition from full height curb to
depressed curb shall be made over a distance equal to at least four times the difference in height
between the full height curb and the depressed curb.
Expansion joints shall be constructed at 60 ft. maximum centers. Expansion joints shall also be
constructed at all construction joints, all points of curvature, all points of tangency, within 5 ft. on
either side of all curb structure castings, and at additional locations as directed by the Engineer.
Expansion joints shall consist of a 1 in. thick preformed bituminous expansion joint filler that
extends the full cross section of the combination concrete curb and gutter. Expansion joint filler
material that is larger than the cross section of the combination concrete curb and gutter shall be
cut to the exact cross section of the combination concrete curb and gutter.
Curb and gutter shall be continuously reinforced with 2 No. 4 bars. Where proposed curb joins
existing, the expansion joint shall have two 18 in. long, No. 6 non-deformed epoxy-coated steel
dowel bars placed at mid-depth. The dowel bars shall have a greased plastic expansion cap
placed on one end of each dowel bar a minimum of 1 in. from the end of the dowel bar.
Where proposed combination concrete curb and gutter is to be constructed abutting existing
combination concrete curb and gutter, the dowel bars shall be drilled into the existing combination
concrete curb and gutter. This work will not be paid for separately but shall be included in the cost
of this item.
94
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
56
Contraction joints shall be constructed at 15 ft. maximum centers. Where the location of a
contraction joint coincides with the location of an expansion joint, the contraction joint may be
omitted at the discretion of the Engineer. Contraction joints shall be tooled and sawed. Sawing of
contraction joints shall commence as soon as the concrete has hardened sufficiently to permit
sawing without excessive raveling, but in no case shall sawing commence less than 4 hours or
more than 24 hours after the concrete is placed. Sawing of contraction joints shall be to a depth
equal to 1/3 the thickness of the gutter flag and to a width of not less than 1/8 in. Contraction joints
shall be sealed according to Article 420.12, except that joints shall be sealed with polysulfide or
polyurethane joint sealant.
If Contractor fails to construct joints in accordance with the requirements of this provision and the
curb cracks, the Contractor shall remove and replace the affected section of combination concrete
curb and gutter extending the full length between the two adjacent joints on either side of the
crack. This work will not be paid for but shall be at the Contractor's expense.
Upon removal of the forms from the back of the combination concrete curb and gutter, excavated
areas behind the combination concrete curb and gutter shall be immediately backfilled. Areas
where pavement or sidewalks are to be constructed shall be backfilled with crushed aggregate of
CA-6 or CA-7 gradation and mechanically compacted. Areas where topsoil and sodding are to be
placed shall be backfilled with non-organic material acceptable to the Engineer. This work will not
be paid for separately but will be included in the cost of this item.
Measurement and Basis of Payment. This work will be paid for at the contract unit price per FOOT
for CURB AND GUTTER REMOVAL AND REPLACEMENT.
PAY ITEM #70 – 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, water
main 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.
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.
95
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
57
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.
PAY ITEM #71-72 – DRILL, HDPE WATER MAIN, (SIZE)
Description. All watermain construction shall comply with the IDOT “Standard Specifications for
Road and Bridge Construction” adopted April 1, 2016 or latest edition and “The Standard
Specifications for Water and Sewer Main Construction in Illinois”, 8th Edition or latest.
Directionally drilled water main shall be High Density Polyethylene (HDPE) Pressure Pipe, AWWA
C906, Pressure Class PC160, DR11, PE 3408. Fittings shall meet AWWA C906, molded and
joints shall be heat fusion meeting ASTM D-3261. HDPE pipe shall be Ductile Iron Pipe Size.
Manufacturer shall be Driscopipe or Approved Equal. Approved bedding and fill over pipe shall
meet Village of Oak Brook water main typical section detail requirements in areas where the water
main is open cut. The bedding below the pipe shall be mechanically tamped prior to placement
of pipe. The remainder of the pipe bedding shall be hand tamped into the haunch area of the
pipe. Excavated material shall be used for final backfill from one (1) foot over the top of the pipe
to finished surface grade except for locations under driveways and sidewalks, and locations within
two (2) feet of any paved surface where upon trench backfill shall be used meeting the
requirements described under TRENCH BACKFILL. Joints between pipe sections shall be
smooth on the inside and internal projection beads shall not be greater than 3/16 inch. The tensile
strength at the yield of the butt-fusion joints shall not be less than the pipe. A specimen of the
pipe cut across the butt-fusion joint shall be tested in accordance with ASTM D-638. All butt-
fusion joints shall be controlled using a McElroy Datalogger (or equivalent computer) which
monitors and stores from the butt-fusion operation.
Access Pits. The Contractor shall excavate pits for accessing the water main for the horizontal
directional drilling process. The Contractor shall be responsible for developing a plan for the
location of the proposed access pits. The Contractor should use locations of existing tees,
crosses, bends, reducers and valves for access pit locations as often as possible. When an
access pit is excavated and a fitting is contained within it, the Contractor shall replace the fitting.
The cost of the fitting replacement shall be included in the cost of DRILL, HPDE WATER MAIN,
(SIZE).
The Contractor shall note that the locations for all access pits shall be approved by the Engineer
prior to the beginning of construction. The work shall include all excavation, shoring, tight
sheeting, bracing protection and restoration of access pits. This work shall be included in the cost
of DRILL, HPDE WATER MAIN, (SIZE). Restoration shall be as defined elsewhere within this
special provision.
96
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
58
Valves and/or fittings in close proximity to access pits shall be braced as required.
It shall be the Village’s responsibility to remove any unforeseen obstructions that might prevent
the liner installation. The Village shall have the right to make corrective repairs using in-house
staff or a third-party contractor if it is deemed to be in the Village’s best interest to do so (within
fourteen day’s notice), or the Engineer may authorize the Contractor to make repairs that are
billable under the pay items of this contract. At the request of the Engineer or due to unforeseen
conditions, the Contractor shall excavate, supply and replace complete tees, bends (including
vertical bends), crosses, reducers, etc. The restoration shall be as per the pay items included in
the Contract.
When excavating bends/fittings/access points to watermains, and the access point requires the
Contractor to remove water service connections, the Contractor shall be responsible to
reestablish the water service connections to the water main prior to backfill by re-tapping or
relocating the service connection within the excavation. This work shall be considered included in
the cost of DRILL, HPDE WATER MAIN, (SIZE).
In some locations it may be necessary for the new HDPE water main to be installed under the
existing water main. If this occurs, any necessary potholes to verify the existing main shall be
included in the cost of this item.
When working in areas where pedestrian traffic is present, the Contractor shall take all necessary
precautions to protect pedestrians from accidental injury, and shall secure all work areas against
unauthorized entry, in a manner meeting the approval of the Engineer. At a minimum, temporary
construction fence shall be placed around all open access pits. All work site protection shall be
considered included in the cost of DRILL, HPDE WATER MAIN, (SIZE). The Contractor shall
maintain pedestrian access along the project corridor on at least one side of the roadway
throughout the duration of the project.
When the access pits fall within the existing pavement and are not protected by temporary
concrete barriers, the access pits shall be covered by a steel plate meeting the approval of the
Engineer whenever work is not being performed in the access pit. The cost of this work shall be
considered included in the cost of DRILL, HPDE WATER MAIN, (SIZE). If the Contractor elects
to re-open the lane to traffic with the Engineer’s approval prior to the restoration of the access pit,
any required flowable fill around the outside of the shoring necessary to support the plate and any
asphalt material necessary to secure the plate in place and provide adequate ramping, shall be
installed by the Contractor and shall be considered included in the cost of DRILL, HPDE WATER
MAIN, (SIZE).
The Contractor shall be responsible for dewatering all access pits and valve vaults. The
Contractor shall be responsible for all testing, analysis, and reports required to ensure that the
water being discharged to the existing storm or sanitary sewers is not contaminated. Any
contaminated water shall be disposed of in accordance with all applicable laws. This work shall
be included in the cost of DRILL, HPDE WATER MAIN, (SIZE).
Transitions from HDPE to Ductile Iron Pipe shall require a Mechanical Joint Adapter Restrained
Joint and shall meet ASTM D3261 and AWWA C906 standards.
97
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
59
All watermain shall be installed with 8 gauge (jacketed/insulated) copper wire conductor and shall
be exposed in the valve vaults at located above grade at the fire hydrants. After installation of
directionally drilled pipe, contractor shall confirm continuity of wire to ensure no breaks occurred
during installation. Repair of any severed wire shall be required prior to final acceptance.
Measurement & Basis of Payment. This work will be paid for at the contract unit price per FOOT
for DRILL, HDPE WATER MAIN, (SIZE), of the pipe sizes, joint type and material specified,
regardless of depth. Price shall include all costs for labor, materials, equipment, and incidentals
necessary to perform the work.
PAY ITEM #73 – NON-OPEN TRENCH SERVICE CONNECTION
Description. This work shall consist of installing a new copper water service using a trenchless
method from the new b-box to the existing b-box. This work shall be in accordance with Section
562 of the Standard Specifications, with the Standard Specifications for Water and Sewer
Construction in Illinois, and the WATER SERVICE DETAIL within the Plans, with the following
modifications:
This item will be used only when determined by the Engineer that open trench excavation from
the new b-box to the existing b-box is not feasible.
The purpose of this item is to compensate the Contractor for extra expenses incurred to install
the new water service from the new b-box to the existing b-box. This item will be paid in addition
to the item WATER SERVICE CONNECTION (SHORT OR LONG). If the Contractor elects to
directionally drill this portion of the water service without prior Engineering authorization, no
additional compensation will be provided. This item will not be used for payment from the new
watermain to the new b-box.
Construction. When determined by the Engineer that open trench excavation is not feasible or in
the best interest of the Village, the Contractor shall select a non-open trench method to install the
entire water service. The Contractor shall install a new water service line pipe from the new curb
stop to the location of the existing curb box, or to such other location as shown in the plans or as
directed by the Engineer. A single piece of copper water tubing of sufficient length to extend the
full distance shall be utilized. Splicing of multiple sections of copper water tubing will not be
permitted.
All water service lines shall have a minimum 5.5 ft of cover.
Additional pipe required to relocate the b-box outside of a paved surface will not be paid for
separately but shall be included in the cost of WATER SERVICE CONNECTION (SHORT) or
(LONG).
The new water service shall be encased whenever the horizontal and vertical separation of the
new service from existing storm or sanitary sewers or services cannot be maintained. The new
service shall be encased on each side of the crossing until the perpendicular distance from the
end of the casing to the storm sewer or sanitary sewer or service is at least ten feet. Service line
encasement shall be installed from the auger pits and shall not entail open cutting any area not
otherwise disturbed in the process of installing the replacement water main. Encasement of water
services shall be included in the cost of this item.
98
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
60
Measurement and Basis of Payment. This work will be measured for payment as each
directionally drilled water service from the new b-box to the existing b-box, regardless of the length
of the water service line, the depth of the water service line, conflicts with other utilities, or any
other factors. No separate measurement will be made of pipe, fittings, couplings, stops, valves,
or other components. This work will be paid for at the contract unit price per EACH for NON-
OPEN TRENCH SERVICE CONNECTION.
PAY ITEM #74 – LEAK DETECTION
Description. Upon completion of the proposed water mains and services, but prior to the
placement of any asphalt or concrete roadways, the water main shall be leak tested. The work to
be done shall include furnishing of all labor, material, transportation, tools, and supplies necessary
to acoustically survey the installed water mains and service connections. The Contractor shall be
responsible for and shall provide personnel qualified to conduct waterline locating activities during
the course of the leak detection survey.
The Contractor shall listen on all hydrants, valves, and when necessary, b-boxes with sensitive
sound intensifying instruments to determine areas of leakage. When a leak is discovered, the
contractor shall conduct further investigations using an Electronic Leak Correlator to pinpoint the
leaks for repairs.
Any cracked or defective pipe fitting, valves, hydrants or services found shall be removed and
replaced at no additional cost to the Village with satisfactory materials and the test repeated until
test results are satisfactory. Upon completion of the leak survey a final report shall be submitted
indicating the following, at a minimum:
1. A description of the area surveyed including lineal feet of the system surveyed.
2. A summary list of leaks including a description of the type of leak (main line, service line,
valve or hydrant) and the location of the leak.
3. Individual leak detection reports incorporating a diagram of the area surveyed for the
suspect leak, as well as information relative to the date and time the leak was detected,
the address/location of the leak and the number and type of connection points used.
4. A summary list of leak repairs completed including a description of the type of leak (main
line, service line, valve or hydrant), the location of the leak and the date and time the leak
repair was completed.
This item will only be paid for once regardless of the number of locations or times the leak
detection must occur.
Basis of Payment. This work will be paid for at the contract LUMP SUM price for LEAK
DETECTION, which price shall be payment in full for the work as specified herein, and no
additional compensation will be given for any required re-testing.
99
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
61
PAY ITEM #75 – PRE-CONSTRUCTION VIDEO RECORDING
Description. This work shall consist of performing color video and audio recording of the project
area and other areas which may be impacted by construction.
Pre-construction video recordings will include coverage of the project area and all other areas
which may be impacted by construction. Video recordings will also include construction
easements when applicable. Video recordings will provide a visual record of all physical features
within those areas, including, but not limited to, roadways, pavements, curbs, gutters, driveways,
driveway aprons, sidewalks, carriage walks, parkways, trees, landscaping, shrubbery, plantings,
landscaping walls, retaining walls, signs, sign posts, fences, utility poles, light poles, utilities,
equipment, manholes, b-boxes, cleanouts, valves, curb structures, pipelines, buildings,
mailboxes, and any other features located within the project area.
Video recordings will begin with an audio narrative which provides the current date and time, the
name of the Village and name of project, and a description of both the starting location and the
location or locations to be recorded, including street name or names, street addresses, and any
additional information which may be necessary to describe the location and subject of viewing.
Video recordings will maintain viewer orientation by means of an audio commentary in the audio
track of each video recording which provides an explanation of what is being viewed; and by
videotaping landmarks and readily identifiable objects, including property addresses, street signs,
or other appropriate objects, at appropriate intervals.
Pre-construction video recordings will be recorded at a rate of travel not exceeding 50 feet per
minute, and zooming and panning rates will be controlled to provide clarity of features during
playback. The finished product will be provided with bright, clear pictures and accurate colors free
from distortion, tearing, rolls, or other forms of picture imperfection. The audio will have proper
volume and clarity. All recordings will be performed at times of satisfactory visibility, and when no
more than 10 percent of ground is obscured by snow, leaves, or other cover.
If any element within or portion of the project area is not adequately documented by the pre-
construction video recording so as to definitively demonstrate its condition prior to the start of
construction, Contractor will assume responsibility for the repair, restoration or replacement of
that element or portion of the project area. Such repair, restoration or replacement will be to equal
or better condition than previously existing, and will further comply with all standards and
provisions which govern the work in question.
Schedule. Preconstruction video recording will be performed according to the following schedule:
a) Pre-construction video recording will be completed after a Notice to Proceed has been
issued.
b) Pre-construction video recording will be completed after the Joint Utility Locating
Information for Excavators (JULIE) request for the project area has cleared.
c) Pre-construction video recording will be completed before any equipment, materials, or
other items are delivered to the site.
d) Pre-construction video recording will be completed no more than 7 chargeable days prior
to the start of construction.
100
Woodside and Forest
Glen Watermain
Improvements Project
Village of Oak Brook
DuPage County
62
e) Pre-construction video recording will be completed, the required pre-construction video
recording deliverables will be submitted to the Engineer, and the Engineer will review and
issue written approval of the pre-construction video recording before any activity other
than utility locating will be permitted to start. Such activity will include, but not be limited
to, delivery of materials and equipment, installation of traffic control and erosion control,
and completion of construction layout and tree protection. No days will be charged against
the contract time while the video is under review by the Engineer, including the day the
deliverables are submitted and the day a response is provided If the pre-construction video
recording or any portions thereof are rejected, the contract time will commence to run until
revisions are submitted.
f) Pre-construction video recording will be submitted to Engineer for review prior to
commencement of any construction, and receive acceptance of recordings prior to
commencement of construction. Any areas found not acceptable to the Owner will be re-
recorded at no additional cost to the contract.
Deliverables. Video will be high-definition, with a minimum resolution of 1280 x 720 pixels per
frame. Video will be filmed in a landscape aspect ratio. Video filmed in a portrait aspect ratio
will be considered unacceptable and will be rejected.
Preconstruction video recordings will be provided as electronic files of .avi, .mp4, m4v, .mkv,
.wmv, or .mpg file format, or of such other file format as may be approved by the Engineer.
Preconstruction video recordings will be provided as independent digital container format files,
which container files will include all video, audio, and other electronic information necessary
to view the preconstruction video recording as intended.
Video DVD will be considered an unacceptable format for providing preconstruction video
recordings, and will be rejected.
Pre-construction video recording electronic files will be provided on a portable electronic
media device or devices of one of the following types: USB flash drive, SD flash memory card,
CF flash memory card, data DVD, external hard drive, or such other portable electronic media
device as may be approved by Engineer. Preconstruction video recording electronic files may
also be provided via online file sharing, cloud storage, File Transfer Protocol (FTP), or other
online or network file transfer methods if approved by Engineer.
Pre-construction video recording electronic files will be accompanied by corresponding logs
which document the dates, times, and locations covered by each preconstruction video
recording electronic file.
Contractor shall maintain copies of all items submitted to Engineer for Contractor's own use
and record.
Method of Measurement. This work will be measured for payment on a lump sum basis.
No measurement will be made of the individual components of this effort.
Bais of Payment. Pre-construction video recording will be paid for at the contract LUMP SUM
price for PRE-CONSTRUCTION VIDEO RECORDING.
101
This page intentionally left blank.
102
Appendix 1
Index for Supplemental Specifications and Recuring Special Provisions
Check Sheet for Recurring Special Provisions
BDE Special Provisions
Local Roads Special Provisions
DuPage County Prevailing Wages
103
This page intentionally left blank.
104
INDEX
FOR
SUPPLEMENTAL SPECIFICATIONS
AND RECURRING SPECIAL PROVISIONS
Adopted January 1, 2025
This index contains a listing of SUPPLEMENTAL SPECIFICATIONS and frequently used RECURRING SPECIAL
PROVISIONS.
ERRATA Standard Specifications for Road and Bridge Construction (Adopted 1-1-22) (Revised 1-1-25)
SUPPLEMENTAL SPECIFICATIONS
Std. Spec. Sec. Page No.
202 Earth and Rock Excavation ............................................................................................................. 1
204 Borrow and Furnished Excavation .................................................................................................... 2
207 Porous Granular Embankment ........................................................................................................ 3
211 Topsoil and Compost ...................................................................................................................... 4
406 Hot-Mix Asphalt Binder and Surface Course ................................................................................... 5
407 Hot-Mix Asphalt Pavement (Full-Depth) .......................................................................................... 7
420 Portland Cement Concrete Pavement ............................................................................................. 8
502 Excavation for Structures ................................................................................................................ 9
509 Metal Railings .................................................................................................................................. 10
540 Box Culverts .................................................................................................................................... 11
542 Pipe Culverts ................................................................................................................................... 31
550 Storm Sewers .................................................................................................................................. 40
586 Granular Backfill for Structures ........................................................................................................ 47
630 Steel Plate Beam Guardrail ............................................................................................................. 48
632 Guardrail and Cable Road Guard Removal ..................................................................................... 49
644 High Tension Cable Median Barrier ................................................................................................ 50
665 Woven Wire Fence .......................................................................................................................... 51
701 Work Zone Traffic Control and Protection ....................................................................................... 52
781 Raised Reflective Pavement Markers ............................................................................................. 54
782 Reflectors ........................................................................................................................................ 55
801 Electrical Requirements .................................................................................................................. 57
821 Roadway Luminaires ....................................................................................................................... 60
1003 Fine Aggregates .............................................................................................................................. 61
1004 Coarse Aggregates ......................................................................................................................... 62
1010 Finely Divided Minerals ................................................................................................................... 63
1020 Portland Cement Concrete ……… ................................................................................................... 64
1030 Hot-Mix Asphalt ............................................................................................................................... 67
1040 Drain Pipe, Tile, and Wall Drain ...................................................................................................... 68
1061 Waterproofing Membrane System ................................................................................................... 69
1067 Luminaire ……… .............................................................................................................................. 70
1097 Reflectors ........................................................................................................................................ 77
1102 Hot-Mix Asphalt Equipment ............................................................................................................. 78
105
This page intentionally left blank.
106
Check Sheet for Recurring Special Provisions
BLR 11300 (Rev. 10/17/23)Page 1 of 2Printed 10/28/24
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
107
BLR 11300 (Rev. 10/17/23)Page 2 of 2Printed 10/28/24
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
108
BDE SPECIAL PROVISIONS
For the January 17 and March 7, 2025 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
*802416 Bridge Demolition Debris July 1, 2009
*5053I7 Building Removal Sept. 1, 1990 Aug. 1, 2022
*5026I8 Building Removal with Asbestos Abatement Sept. 1, 1990 Aug. 1, 2022
80460 9 Cement, Finely Divided Minerals, Admixtures, Concrete, and Mortar Jan. 1, 2025
80384 10 Compensable Delay Costs June 2, 2017 April 1, 2019
*8019811 Completion Date (via calendar days)April 1, 2008
*8019912 Completion Date (via calendar days) Plus Working Days April 1, 2008
80461 13 Concrete Barrier Jan. 1, 2025
80453 14 Concrete Sealer Nov. 1, 2023
80261 15 Construction Air Quality –Diesel Retrofit June 1, 2010 Jan. 1, 2025
*8002916 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
80456 21 Hot-Mix Asphalt Jan. 1, 2024 Jan. 1, 2025
80446 22 Hot-Mix Asphalt - Longitudinal Joint Sealant Nov. 1, 2022 Aug. 1, 2023
80438 23 Illinois Works Apprenticeship Initiative –State Funded Contracts June 2, 2021 April 2, 2024
80450 24 Mechanically Stabilized Earth Retaining Walls Aug. 1, 2023
80441 25 Performance Graded Asphalt Binder Jan. 1, 2023
80459 26 Preformed Plastic Pavement Marking June 2, 2024
*3426I27 Railroad Protective Liability Insurance Dec. 1, 1986 Jan. 1, 2022
80455 28 Removal and Disposal of Regulated Substances Jan. 1, 2024 April 1, 2024
80445 29 Seeding Nov. 1, 2022
80457 30 Short Term and Temporary Pavement Markings April 1, 2024 April 2, 2024
80462 31 Sign Panels and Appurtenances Jan. 1, 2025
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
*2033839 Training Special Provisions Oct. 15, 1975 Sept. 2, 2021
80429 40 Ultra-Thin Bonded Wearing Course April 1, 2020 Jan. 1, 2022
80439 41 Vehicle and Equipment Warning Lights Nov. 1, 2021 Nov. 1, 2022
80458 42 Waterproofing Membrane System Aug. 1, 2024
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 Jan. 1, 2025
*8007146 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.
109
The following special provisions have been deleted from use.
File Name Special Provision Title Effective Revised
80449 Cement, Type IL Aug. 1, 2023
80451 Portland Cement Concrete Aug. 1, 2023
The following special provisions are in the 2025 Supplemental Specifications and Recurring Special Provisions.
File Name Special Provision Title New Location(s)Effective Revised
80434 Corrugated Plastic Pipe (Culvert and Storm
Sewer)
Articles 542.03, 550.03, 1040.03,
1040.04(b), 1040.04(d) & 1040.08
Jan. 1, 2021
80443 High Tension Cable Median Barrier Removal Section 632 April 1, 2022
80045 Material Transfer Device Articles 406.03, 406.06(f), 406.13(b),
406.14 & 1102.02
Nov 15, 1999 Jan. 1, 2022
80410 Traffic Spotters Article 701.13 Jan. 1, 2019
110
111
112
113
114
115
116
117
118
119
120
121
122
123
124
125
126
127
128
129
130
131
132
133
134
135
136
137
138
139
140
141
142
143
144
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.
Village of Oak Brook
BLA, Inc.
145
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.”
146
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
[insert contractor name and address here:]
as Principal (hereinafter called the “Contractor”) and
[insert surety name and address here:]
, organized and existing under the laws of the State of
_______________ (hereinafter called the “Surety”) are held and firmly bound unto Village of Oak
Brook, 1200 Oak Brook Road, Oak Brook, Illinois, as the obligee (hereinafter called the “Owner”), in
the full and just sum of [insert full contract price here:] $__________________________ for the
payment of which sum of money well and truly to be made, the Contractor and the Surety bind
themselves and their heirs, executors, administrators, successors, and assigns, jointly and severally,
firmly by these presents, said amount to include payment of actual costs and damages and for attorneys’
fees, architectural fees, design fees, engineering fees, accounting fees, testing fees, consulting fees,
administrative costs, court costs, interest and any other fees and expenses resulting from or incurred by
reason of the Contractor’s failure to promptly and faithfully perform its contract with the Owner, said
contract being more fully described below, and to include attorneys’ fees, court costs and administrative
and other expenses necessarily paid or incurred in successfully enforcing performance of the obligation
of the Surety under this bond.
WHEREAS, the Contractor has entered into a written agreement dated [insert contract date
here:] __________________, 202__, with the Owner titled [insert contract title here:]
______________________________________________________________________” (the
“Contract”), the terms and conditions of which are by this reference incorporated herein as though fully
set forth herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the
Contractor shall well, truly, and promptly perform all the undertakings, covenants, terms, conditions,
and agreements of the Contractor under the contract, including but not limited to the Contractor’s
obligations under the Contract, (1) to provide, perform, and complete at the Work Site and in the manner
specified in the Contract all necessary Work, labor, services, transportation, equipment, materials,
apparatus, machinery, tools, fuels, gas, electric, water, waste disposal, information, data, and other
means and items necessary for [insert general description of the Work here:]
__________________________________________________________________________________
______________________; (2) to procure and furnish all permits, licenses, and other governmental
approvals and authorizations necessary in connection therewith [except as otherwise expressly provided
in the Attachment A of the Contract]; (3) to procure and furnish all bonds, certificates, and policies of
insurance specified in the Contract; (4) to pay all applicable federal, state, and local taxes; (5) to do all
other things required of the Contractor by the Contract; and (6) to provide, perform, and complete all of
the foregoing in a proper and workmanlike manner and in full compliance with, and as required by and
pursuant to, the Contract; all of which is herein referred to as the “Work,” whether or not any of the
Work enter into and become component parts of the improvement contemplated, then this obligation
shall be null and void; otherwise it shall remain in full force and effect.
147
The Surety, for value received, hereby stipulates and agrees that no changes, modifications, alterations,
omissions, deletions, additions, extensions of time, or forbearances on the part of the Owner or the
Contractor to the other in or to the terms of said Contract; in or to the schedules, plans, drawings, or
specifications; in or to the method or manner of performance of the Work; in or to Owner-furnished
facilities, equipment, material, service, or site; or in or to the mode or manner of payment therefore shall
in any way release the Contractor and the Surety or either or any of them, or any of their heirs, executors,
administrators, successors, or assigns, or affect the obligations of the Surety on this bond, all notice of
any and all of the foregoing changes, modifications, alterations, omissions, deletions, additions,
extensions of time, or forbearances and notice of any and all defaults by the Contractor or of the Owner’s
termination of the Contractor being hereby waived by the Surety.
Notwithstanding anything to the contrary in the foregoing paragraph, in no event shall the
obligations of the Surety under this bond in the event of the Contractor’s default be greater than the
obligations of the Contractor under the Contract in the absence of the Contractor default.
In the event of a default or defaults by the Contractor, the Owner shall have the right to take
over and complete the Contract on 30 calendar days’ written notice to the Surety, in which event the
Surety shall pay the Owner all costs incurred by the Owner in taking over and completing the Contract.
At its option, the Owner may instead request that the Surety take over and complete the Contract,
in which event the Surety shall take reasonable steps to proceed promptly with completion no later than
30 calendar days after the date on which the Owner notifies the Surety that the Owner wants the Surety
to take over and complete the Contract.
The Owner shall have no obligation to actually incur any expense or correct any deficient
performance of the Contractor to be entitled to receive the proceeds of this bond.
No right of action shall accrue on this bond to or for the use of any person or corporation other
than the Owner or the heirs, executors, administrators, or successors of the Owner.
Signed and sealed this _____ day of _______________ 202__.
Attest/Witness: PRINCIPAL
By: _________________________________ By: _________________________________
Title: _________________________________ By: _________________________________
Attest/Witness: SURETY
By: _________________________________ By: _________________________________
Title: _________________________________ By: _________________________________
148
LABOR AND MATERIALS PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS:
[insert contractor name and address here:]
as Principal (hereinafter called the “Contractor”) and
[insert surety name and address here:]
, organized and existing under the laws of the State of
_______________ (hereinafter called the “Surety”) are held and firmly bound unto Village of Oak
Brook, 1200 Oak Brook Road, Oak Brook, Illinois, as the obligee (hereinafter called the “Owner”), for
the use and benefit of itself and of claimants as hereinafter defined (the “Claimants”) in the full and just
sum of [insert full contract price here:] $_________________________ to be paid to the Owner or the
Claimants or the Owner’s or the Claimant’s assigns, to which payment well and truly to be made the
Contractor and the Surety bind themselves and their heirs, executors, administrators, successors, and
assigns, jointly and severally, firmly by these presents, said amount to include attorney’s fees, court
costs, and administrative and other expenses necessarily paid or incurred in successfully enforcing
performance of the obligation of the Surety under this bond.
WHEREAS, the Contractor has entered into a written agreement dated [insert contract date
here:] __________________, 202__, with the Owner titled [insert contract title here:] ____________
_________________________________________________________________” (the “Contract”), the
terms and conditions of which are by this reference incorporated herein as though fully set forth herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH THAT if the
Contractor shall promptly pay or cause to be paid all sums of money that may be due to any Claimant
with respect to the Contractor’s obligations under the Contract: (1) to provide, perform, and complete
at the Work Site and in the manner specified in the Contract all necessary Work, labor, services,
transportation, equipment, materials, apparatus, machinery, tools, fuels, gas, electric, water, waste
disposal, information, data and other means and items necessary for [insert general description of the
Work here:] ________________________________________________________________________
______________________________________________; (2) to procure and furnish all permits,
licenses, and other governmental approvals and authorizations necessary in connection therewith
[except as otherwise expressly provided in Attachment A to the Contract]; (3) to procure and furnish
all Bonds and all certificates and policies of insurance specified in the Contract; (4) to pay all applicable
federal, state, and local taxes; (5) to do all other things required of the Contractor by the Contract; and
(6) to provide, perform, and complete all of the foregoing in a proper and workmanlike manner and in
full compliance with, and as required by or pursuant to, the Contract; all of which is herein referred to
as the “Work,” whether or not any of said Work enter into and become component parts of the
improvement contemplated, then this obligation shall be null and void; otherwise it shall remain in full
force and effect.
For purpose of this bond, a Claimant is defined as one having a direct contract with the
Contractor or with a subcontractor of the Contractor to provide, perform, or complete any part of the
Work.
The Contractor and the Surety hereby jointly and severally agree that every Claimant that has
not had all just claims for the furnishing of any part of the Work paid in full, including without limitation
all claims for amounts due for materials, lubricants, oil, gasoline, rentals of or service or repairs on
machinery, equipment, and tools consumed or used in connection with the furnishing of any part of the
Work, may sue on this bond for the use of that Claimant, may prosecute the suit to final judgment for
149
such sum or sums as may be justly due that Claimant, and may have execution therein; provided,
however, that the Owner shall not be liable for the payment of any costs or expenses of any such suit.
The provisions of 30 ILCS 550/1 and 2 of the Illinois Compiled Statutes shall be deemed inserted herein,
including the time limits within which notices of claim must be filed and actions brought under this
bond.
The Contractor and the Surety hereby jointly agree that the Owner may sue on this bond if the
Owner is held liable to, or voluntarily agrees to pay, any Claimant directly, but nothing in this bond shall
create any duty on the part of the Owner to pay any Claimant.
The Surety, for value received, hereby stipulates and agrees that no changes, modifications,
alterations, omissions, deletions, additions, extensions of time, or forbearances on the part of the Owner
or the Contractor to the other in or to the terms of the Contract; in or to the schedules, plans, drawings,
or specifications; in or to the method or manner of performance of the Work; in or to Owner-furnished
facilities, equipment, material, service, or site; or in or to the mode or manner of payment therefor shall
in any way release the Contractor and the Surety or either or any of them, or any of their heirs, executors,
administrators, successors, or assigns, or affect the obligations of the Surety on this bond, all notice of
any and all of the foregoing changes, modifications, alterations, omissions, deletions, additions,
extensions of time, or forbearances and notice of any and all defaults by the Contractor or of the Owner’s
termination of the Contractor being hereby waived by the Surety.
Signed and sealed this _____ day of _______________ 202__.
Attest/Witness:CONTRACTOR
By: _________________________________ By: _________________________________
Title: _________________________________ By: _________________________________
Attest/Witness:SURETY
By: _________________________________ By: _________________________________
Title: _________________________________ By: _________________________________
150
DuPage County Prevailing Wage Rates posted on 1/15/2024
151
152
153
154
155
156
157
158
Appendix 2
IDOT Standard Drawings
159
This page intentionally left blank.
160
161
162
163
164
165
166
167
168
169
170
171
172
173
174
175
176
177
178
179
180
181
182
183
184
185
186
Appendix 3
Geotechnical Engineering Services Report
LPC-662
187
This page intentionally left blank.
188
DECEMBER 31, 2024
SEECO JOB NO. 13693G
SUBSURFACE EXPLORATION, LABORATORY TESTING AND
GEOTECHNICAL ENGINEERING AND ANALYSIS
FOR THE PROPOSED WATER MAIN REPLACEMENT
TO BE LOCATED IN THE VILLAGE OF OAK BROOK, ILLINOIS
PREPARED FOR:
MR. JEREMIE LUKOWICZ, P.E.,
BLA, INC.
333 PIERCE RD., STE. 200
ITASCA, IL 60143
PREPARED BY:
SEECO CONSULTANTS, INC.
7350 DUVAN DRIVE
TINLEY PARK, ILLINOIS 60477
(708) 429-1666
189
TABLE OF CONTENTS
PAGE
REPORT SUMMARY .................................................................................................................. 1
PROJECT OVERVIEW ............................................................................................................... 2
Introduction ..................................................................................................................... 2
General Site Conditions and Project Description ............................................................. 3
Site Geology .................................................................................................................... 4
FIELD AND LABORATORY ANALYSIS AND RESULTS ............................................................ 5
Subsurface Site Exploration Procedure ........................................................................... 5
Geotech Laboratory Testing Program .............................................................................. 5
Environmental Laboratory Soil Testing Program .............................................................. 6
Site Pavement and Soil Conditions .................................................................................. 8
Site Groundwater Conditions ......................................................................................... 10
ENGINEERING ANALYSIS AND RESULTS ............................................................................. 10
Water Main Improvements ............................................................................................. 10
Braced Excavations for Water Main Improvements ....................................................... 11
Pipe Bedding ..................................................................................................... 12
Trench Backfill ................................................................................................... 13
Pavement Patching Recommendations ......................................................................... 13
Potential Construction Problems.................................................................................... 13
Construction Consultation Engineering .......................................................................... 14
Closing Remarks ........................................................................................................... 15
APPENDIX .................................................................................................................................. 1
190
REPORT SUMMARY
This geotechnical report is prepared for the construction of the proposed Water Main Replacement
Project to be located in the Village of Oak Brook, Illinois. The project includes a new 8-inch to 12-inch
diameter PVC water main on Wood Glen Lane, Forest Glen Lane, and the branching residential streets,
drives, and courts extending from them in the Village of Oak Brook, Illinois. The total length of PVC
water main installation will be approximately 15000 feet based on Project Location Map, created by the
GIS Consortium, dated July 29, 2024. The proposed water main will be provided with a cover of
approximately 5.5 feet from the existing ground surface elevation.
As of December 30, 2024, plan and profile sheets are not yet available from the Project Civil Engineer,
BLA Inc. The recommendations in this report are based on the project information provided above and
the Project Location Map created by the GIS Consortium, dated July 29, 2024, and email conversation
between Jeremie Lukowicz, P.E., MPA, Director of Municipal Services at BLA, Inc., and the principal
author of this report, dated December 16 and 17, 2024.
On September 30, 2024, and November 26 2024, SEECO Consultants Inc. drilled and sampled nine (9)
soil borings using a truck mounted Diedrich D-50 drill rig along the following locations:
BORING #1 - Wood Glen Lane
BORING #2 - Palisades Drive
BORING #3 - Wildwood Court
BORING #4 - Forest Glen Lane
BORING #5 - Meadowood Drive
BORING #5 - Forest Glen Lane
BORING #6 - Forest Glen Lane
BORING #7 - Abbeywood Court
BORING #8 - Wood Glen Lane
BORING #9 - Wood Glen Lane
The approximate location of each boring is shown in Boring Location Plan section of Appendix. All
borings were drilled and sampled to the 10 foot depth. No groundwater was encountered while drilling
and sampling on 9/30/2024 and 11/26/2024.
The virgin soils mostly consist of very stiff to hard brown and gray silty clay glacial till of the Tinley
Moraine. Exception to this is very stiff dark gray silty clay fill (Boring #5).
It is recommended that the Borings Logs in the Appendix of this report be referred for the detail site
soil and groundwater conditions encountered in each of the soil borings.
191
Bedrock was not encountered in any of the nine (9) soil borings for the entire drilling depth of 10 feet;
therefore, bedrock excavation is not anticipated for the proposed water main installation. The soils at
the bottom of the excavation for the proposed water main trenches in the location of these borings are
stiff to hard brown and gray silty clay glacial till. The pipe bedding material can be placed directly on this
soil.
Since the proposed water mains will be installed in the ROW of these streets and the depth of
excavation will be greater than 5 feet, open cut excavation with vertical side walls will not be safe.
Therefore, it is recommended that the trench excavations should be braced. The trench box should be
designed for lateral earth pressure based on the apparent lateral earth pressure distribution for braced
excavations based on Peck’s criteria for stiff clay. For trench excavations the steel trench box sidewalls
and struts should be capable of resisting an approximate minimum of 820 psf/ft of length (for maximum
10-foot depth) of lateral earth pressure in comparison with the trench box allowable structural lateral
pressure capacity. Refer to the Apparent Lateral Earth Pressure Diagram for Trench Protection
Box Design in Clayey Soils for excavation depths 10 feet or less as given in the Appendix of this
report. The utility contractor is responsible for the design of the trench protection box.
The new water main construction should be done in accordance with the ISPE “Standard Specification
for Water & Sewer Main Construction in Illinois,” Eighth Edition, dated 2020. Detailed
recommendations regarding the construction of the water main are given in the body of this report.
PROJECT OVERVIEW
Introduction
This geotechnical report is prepared for the construction of the proposed Water Main Improvement
Project located in the Village of Oak Brook, Illinois. The project includes a new 8 to 12-inch diameter
PVC water main on Wood Glen Lane, Forest Glen Lane, and the branching residential streets, drives,
and courts extending from them in the Village of Oak Brook, Illinois. The proposed water main will be
installed using open cut trench excavation with trench box protection.
The purpose of this report is to describe the subsurface soil conditions encountered at the various
water main improvements sites, to evaluate the physical characteristics of the soil by means of a
geotech laboratory testing program and provide general recommendation for the installation of the
proposed water main using open cut trench excavation method with trench box protection, along with
192
engineering recommendations on general construction procedures and address problems due to soil
and/or prevalent groundwater conditions at the project site.
The scope of services also includes screening of the soil samples using visual, olfactory senses, and a
photo-ionization detector (PID) for the presence of volatile organic vapors and testing for VOCs,
SVOCS, 8 RCRA Metals, TCLP Extraction and Metals and pH. Any statements in this report or on the
boring logs regarding odors, colors, unusual or suspicious items or conditions are strictly for the
information of the client. Attached in the Appendix of this report is the completed Illinois Environmental
Protection Agency LPC-663 form for a soil sample from each of the 9 borings at 1 to 3 foot depths for
this project which exhibits pH values between 7.57 to 8.48. The result for VOCs, SVOCS, 8 RCRA
Metals, TCLP Extraction and Metals are all below MAC table objectives per the IEPA CCDD allowable
concentrations. PID readings values are shown on the Boring Logs provided in the Appendix of this
report and the completed IEPA LPC-663 Form in the Appendix of this report.
This scope of work was authorized by Mr. Jeremie Lukowicz, P.E., of BLA, Inc. per SEECO’s Proposal
and Contract dated August 14, 2024, and authorization provided by Mr. Jeremie Lukowicz, P.E., of
BLA, Inc. Itasca office on September 13, 2023.
General Site Conditions and Project Description
This project site is in a residential area of Village of Oak Brook, Illinois. The Water Main Improvements
project is located on Wood Glen Lane, Forest Glen Lane, and the branching residential streets, drives,
and courts extending from them.
The project consists of the installation of approximately 15000 feet of 8 to 12-inch diameter PVC water
main. Based on the project concept plans are available, the proposed water main will be installed using
open cut trench excavation method with trench box protection and the proposed water main will be
provided with a cover of approximately 5.5 feet from the existing ground surface elevation.
The project information referenced above was obtained from the Project Location Map, created by the
GIS Consortium, dated July 29, 2024, and from email conversation between Jeremie Lukowicz, P.E.,
MPA, Director of Municipal Services at BLA, Inc., and the principal author of this report, dated
December 16 and 17, 2024.
193
As of December 31, 2024, plan and profile sheets are not yet available from the Project Civil Engineer,
BLA, Inc. The recommendations in this report are based on the project information provided above and
the Project Location Map created by the GIS Consortium, dated July 29, 2024.
Due to the significant distances between each boring, the recommendations are limited to the nine
borings that were drilled. It is important to note that different soil conditions may be encountered in
areas not represented by Borings #1 through #9, and these varying conditions may require different
engineering recommendations.
Site Geology
The native soils at the project site are the product of the result of Wisconsinan Stage of the Continental
Glacier. The Wisconsinan Ice was the last to cover the North American Continent, receding from this
area some 13,500 years ago. Present land forms in this area are the results of the Wisconsinan
glaciation action during the Pleistocene Epoch. The soils were formed from the natural deposition
erosion and weathering processes that have prevailed to the present time. The Pre-Wisconsin glacial
deposits are found only in deep bedrock valleys and ravines where they were sheltered from the
erosive action of the Wisconsinan Ice.
According to the Illinois State Geological Survey (ISGS) Surficial Geology of The Chicago Region
(Willman, H.B. and Lineback, Jerry A., 1970), virgin soils at this project site have been assigned to the
Wadsworth Member of the Wedron Formation Tinley Moraine. The soil deposits in the Tinley moraine
are mostly gray clayey and silty clayey till, relatively low in content of pebbles, cobbles, and boulders;
contains local lenses of silt; commonly mantled with 1 to 2 feet of leached silt (loess).
The soil borings performed for this project on September 30, 2024 and November 26, 2024 by SEECO
Consultants, Inc. indicates that the original virgin soils below the topsoil at this project site consist of
stiff to hard brown and gray silty clay glacial till. These soil borings in general, confirm the ISGS
published surficial geology map for this area below the surficial pavement. The details of the onsite soil
conditions can be found in the Site Soil Conditions paragraph of the FIELD AND LABORATORY
ANALYSIS AND RESULTS section of this Report and Boring Logs given in the Appendix of this
Report.
194
FIELD AND LABORATORY ANALYSIS AND RESULTS
Subsurface Site Exploration Procedure
Nine (9) soil borings (#1 through #9) were drilled and sampled to a depth of 10 feet each below the
existing ground surface level by a two-man drill crew from SEECO Consultants, Inc. with a truck
mounted Diedrich D-50 drill rig on September 30, 2024 and November 26, 2024 at this site. The soil
borings for this project were performed at the approximate locations indicated on the Boring Location
Plan given in the Appendix of this report. The soil borings were laid out in the field by a representative
from SEECO Consultants, Inc. at the approximate locations marked.
All nine (9) soil borings (#1 through #9) were drilled and sampled by a 2-man drill crew from SEECO
Consultants, Inc. utilizing a truck-mounted rotary-type Diedrich (Model D-50) drill rig which advances
the borehole by the hollow stem auger method. The soil samples were obtained utilizing a split spoon
sampler in accordance with ASTM D 1586-18. In the split barrel sampling procedure, a split spoon
sampler having a two-inch outside diameter and inside diameter of 1-3/8 inches and a length of two feet
is driven into the soil. The sampler is advanced by driving with a 140-pound weight falling freely from a
height of 30 inches with Standard Penetration Resistance being recorded as the number of blows
required to advance the sampling spoon a distance of 12 inches after an initial driving of six inches has
been used to seat the sampler. The standard penetration blow counts are for last two 6 inches
increments of driving the split spoon which is indicated on the Boring Log in the Appendix of this
report. This “N” value is a measure of the consistency of a clay soil or the relative density of primarily
cohesionless soils and is in general related to the bearing capacity of the material. Representative
portions of the split spoon samples were placed in glass containers with screw-type lids and taken to
our geotechnical laboratory for further examination and testing.
Geotech Laboratory Testing Program
The geotechnical laboratory testing program consists of performing in-situ natural moisture content,
visual classification of all soil samples and unconfined compressive strength tests on the basis of
calibrated penetrometer readings on all cohesive soil samples.
In-situ moisture content or natural water content is determined in the Geotech laboratory as follows:
(ASTM D 2216-19). A portion of each sample, consisting of a one-inch piece is weighed, oven-dried at
105±5C, and reweighed to obtain the weight of water in the sample. The moisture content is a ratio
195
of the weight of water in the soil sample to the weight of the dry soil expressed as a percentage of the
total dry weight of the soil sample.
After completion of the geotech testing program, each soil sample was visually classified on the basis
of texture and plasticity in accordance with the Unified Soil Classification System (ASTM D 2487-17
and D 2488-17). The estimated group symbol according to this system is included following the
description of the soil on the Boring Logs. A brief explanation of the Unified Soil Classification
System is included in the Appendix of this report. All laboratory test data is noted on the Boring Logs
which are also included in the Appendix of this report.
Environmental Laboratory Soil Testing Program
A geoenvironmental engineer from SEECO Consultants, Inc. environmentally screened the soil
samples using a photoionization detector (PID) readings in the SEECO Consultants geotech laboratory
utilizing a RKI-GX-6000 4 GAS METER and a Mini RAE 3000 PID 11.8 (eV) lamp in conjunction with
visual and olfactory observations to determine the presence of petroleum contamination in the
subsurface soils. The OVM PID readings of the soil samples obtained for this exploration are given on
the Boring Logs in the Appendix of this report and are all 0.0 PPM. The visual and olfactory
observations indicate no petroleum odors and/or staining were present in the soil samples taken. Based
on the PID readings and visual and olfactory observations, it is determined that the soil samples are not
contaminated with volatile organic compounds at the location of the boreholes drilled and sampled for
this exploration. In addition, two (2) representative soil samples from Borings #1 and #5 at 2-foot depth
was environmental chemical tested for VOC’s, SVOC’s, Total 8 RCRA Metals, TCLP Extraction and
Metals (only at Boring #1), and pH by First Environmental Laboratory of Naperville, Illinois per one soil
sample for each boring. The chemical test results came back and are below MAC Table objectives per
the TACO Derived Allowable Concentration of Chemical Constituents in Uncontaminated Soil 35 Illinois
Administrative Code 1100 Subpart F, a completed IEPA LPC-663 form was prepared and is provided
in the Appendix of this report. The PID readings are shown on the Boring Logs in the Appendix of
this report.
The Illinois Pollution Control Board has changed the rule for the requirements for Clean Construction or
Demolition Debris (CCDD) fill operations according to 35 Illinois Administrative Code 1100 Subpart F.
The rule prohibits landfill from accepting clean construction debris and fill with a pH below 6.25 or
above 9.0 regardless of applicable Maximum Allowable Concentrations (MACs) in the CCDD
196
regulations of the various chemical compounds. Nine (9) pH tests were performed on representative
soil samples obtained from each soil boring #1 through #9 and the pH values ranged between 7.57 to
8.48. Since the pH value of the soil samples is between 6.25 and 9.0, the excavated soils from the
water main trenches are considered clean, to the best of our knowledge, for CCDD landfill disposal for
this project site. PID readings values are shown on the project Boring Logs in the Appendix of this
report. Also, the CCDD results are documented in a completed IEPA LPC-663 form which is also
attached in the Appendix of this report.
Screening of soil samples at the job site is no guarantee that landfill facility will accept/not reject
materials since this report is prepared strictly on the basis of soil samples obtained from the soil borings
only and it is not possible to determine if the site is entirely clean of contaminants per IEPA CCDD
standards. Environmental chemical analysis may be required if the soils at the time of excavation
between the soil boring locations are found to be contaminated.
197
Site Pavement and Soil Conditions
Nine (9) pavement cores were obtained from the original locations of the soil borings with the same
core number as the borings as given the following table:
Core No./Street
Approximate Bituminous
Concrete Thickness
(Inches)
Approximate Base
Course Thickness
(Inches)
Base Course
Description
Depth of Core
(Inches)
#1
Wood Glen Lane
Surface 2.0
4 Crushed Stone 13
Surface 1.5
Surface*
1.0
Binder 2.0
Binder 2.5
Total 9.0
#2
Palisades Drive
Surface 2.0
4.0 Crushed Stone 16
Surface 1.5
Surface 3.0
Surface*
1.5
Surface 1.25
Binder 2.75
Total 12.0
#3
Wildwood Court
Surface 1.25
8.25 Crushed Stone 18
Surface 2.0
Binder 3.25
Binder 3.25
Total 9.75
#4
Forest Glen Lane
Surface 1.25
8.25 Crushed Stone 18
Poly Sand 0.75
Surface 2.0
Binder 2.5
Binder 3.25
Total 9.75
#5
Meadowood Drive
Surface 1.25
3.0 Crushed Stone 14
Surface 2.0
Surface 1.5
Surface*
1.75
Binder 2.25
Binder 2.25
Total 11.0
198
Core No./Street
Approximate Bituminous
Concrete Thickness
(Inches)
Approximate Base
Course Thickness
(Inches)
Base Course
Description
Depth of Core
(Inches)
#6
Forest Glen Lane
Surface 1.25
8.25 Crushed Stone 18
Poly Sand 0.75
Surface 2.0
Binder 3.25
Binder 2.5
Total 9.75
*Petromat layer exists beneath those layers.
Core No./Street
Approximate Bituminous
Concrete Thickness
(Inches)
Approximate Base
Course Thickness
(Inches)
Base Course
Description
End of Core
(Inches)
#7
Abbeywood Court
Surface 1.5
9.25 Crushed Stone 18
Poly Sand 0.75
Surface 1.5
Binder 2.25
Binder 2.75
Total 8.75
#8
Wood Glen Lane
Surface 1.25
11.75 Crushed Stone 20
Poly Sand 0.75
Surface 1.25
Binder 2.25
Binder 2.75
Total 8.25
#9
Wood Glen Lane
Surface 1.5
9.5 Crushed Stone 19
Binder 3.0
Surface 1.75
Poly Sand 1.0
Binder 2.25
Total 9.5
The native soils at this project site consists of a cohesive silty clay soil profile under the pavement
layers. The virgin soils mostly consist of very stiff to hard brown and gray silty clay glacial till of the
Tinley Moraine. Exception to this is very stiff dark gray silty clay fill (Boring #5).
It is recommended that the Boring Logs in the Appendix of this report be referred to for detail site soil
conditions in each boring log.
199
Site Groundwater Conditions
Groundwater was not encountered in any of the nine (9) soil borings #1 through #9 drilled and sampled
to a depth of 10 feet each at this project site during this subsurface exploration of 9/30/2024 and
11/26/2024 while drilling, sampling, and after the removal of the hollow stem augers from the
boreholes. However, daily, monthly, yearly and seasonal fluctuations in the groundwater levels are
possible due to changes in hydrogeological conditions at this site over time.
ENGINEERING ANALYSIS AND RESULTS
Water Main Improvements
In order to limit the footprint area of the excavation on the ground surface for the proposed water main,
the proposed water main should be installed using open cut trench method of excavation with trench
protection box and the proposed 8-inch to 12-inch diameter PVC water main will be provided a
minimum 5.5 feet of cover. The construction recommendation for open cut trench method with trench
box protection procedure is given in this report.
The anticipated depth of excavation of the proposed water main will be approximately 6.5 to 7 feet
below the existing ground surface level for the water main construction. Bedrock was not encountered
in any of the nine (9) soil borings for the entire drilling depth of 10 feet each; therefore, bedrock
excavation is not anticipated for the proposed water main installation. See the following Table No. 1:
Anticipated Soil Conditions at the Water Main Invert Elevations for more information on the type of
soil at the proposed invert elevations.
Table No. 1: Anticipated Soil Conditions
Boring
Approximate Depth for
top of the water main
b.e.g.l. (feet)
Approximate
Invert Depth
b.e.g.l.*
(feet)
Type of Soil to be Encountered at the
Proposed Location of PVC Water Main
Invert
#1 5.5 6.5 Hard brown, little gray silty clay
#2 5.5 6.5 Stiff brown & gray silty clay
#3 5.5 6.5 Hard brown & gray, little black silty clay
#4 5.5 6.5 Hard brown & gray silty clay
#5 5.5 6.5 Hard brown & gray silty clay
#6 5.5 6.5 Hard brown & gray silty clay
#7 5.5 6.5 Hard brown & gray silty clay
#8 5.5 6.5 Hard brown & gray silty clay
#9 5.5 6.5 Hard brown & gray silty clay
b.e.g.l.= below the existing ground level
*8 to 12-inch diameter PVC water mains will be used. Thus, invert is assumed 1 foot lower than the top of the main.
200
The soils at the bottom of the excavation for the proposed water main trenches in the location of these
borings are stiff to hard brown and gray silty clay. The pipe bedding material can be placed directly on
these soils.
Braced Excavations for Water Main Improvements
Any excavation that extends greater than five (5) feet in depth should be designed in accordance with
the U.S. Department of Labor, Occupational Safety and Health Administration 1989 (OSHA)
“Occupational Safety and Health Standards – Excavations; Final Rule” 29 CFR, Part 1926 Subpart P.
Since the proposed water mains will be installed in the ROW of these streets and the depth of
excavation will be greater than 5 feet, open cut excavation with vertical side walls will not be safe.
Therefore, it is recommended that the trench excavations should be braced. The trench excavation with
accompanying steel trench protection box should not have major problems when excavating for the
proposed water mains. The trench box is introduced into the trench and protects personnel in the
trench and the work under construction from damage or injury which might be caused by the collapse of
the trench sidewalls. The trench box is designed to brace the two (2) parallel walls of the trench against
each other. The walls of the box are constructed from sheet steel, usually double wall thickness, with a
diaphragm between the two (2) sheets to provide structural rigidity. The pipe is laid inside the box after
placing the bedding material and the men at the bottom of the trench join the pipe. The trench box is
advanced as the excavation is dug and backfill material is placed.
The pre-fabricated steel trench protection box can be used for this project in order to protect personnel
in the trench during construction and must conform to OSHA CFR 29, Part 1926, Subject P, July 1997,
and keep the work under construction from damage or personnel injury which might be caused by the
collapse of the trench sidewalls.
The trench box should be designed for lateral earth pressure based on the apparent lateral earth
pressure distribution for braced excavations based on Peck’s criteria for stiff clay. The soil conditions at
this project site are in general stiff to hard cohesive glacial till soils and the minimum live load surcharge
from construction equipment should be considered to be 600 psf per running foot of bracing. The depth
of trenches for the proposed water main may vary but anticipated approximate trench depth will be 7
feet. However, lateral earth pressure diagram is provided to 10 feet below the existing ground surface
level for the proposed water main for the worst case Boring #2. For trench excavations the steel trench
box sidewalls and struts should be capable of resisting an approximate minimum of 820 psf/ft per foot
201
of length (for maximum 10-foot depth) of lateral earth pressure in comparison with the trench box
allowable structural lateral pressure capacity. Refer to the Apparent Lateral Earth Pressure Diagram
for Trench Protection Box Design in Clayey Soils for excavation depths 10 feet or less as given in
the Appendix of this report. The utility contractor is responsible for the design of the trench protection
box.
The parallel walls of the box are braced apart by adjustable pipe struts. The adjustment permits the use
of the box in trenches of different widths. The box is open at both ends. The rear opening permits
movement of the box along the trench while allowing passage of the completed pipe utility out of the
back of the box. The front of the box is open to permit dragging the box forward through unstable
ground. The top of the box is open to permit introduction of the pipe bedding and new portion of the
pipe into the trench. The bottom of the box is open to permit placement of trench bedding directly on
the bottom of the trench.
Trench boxes must not only be wide enough to permit the introduction of the required utility pipe or
conduit together with the specified sidewall backfill cover, but also wide enough to permit passage of
the backhoe bucket into the box to clean the base or bottom of the trench. Trench boxes are dragged
forward by the backhoe (a hydraulic excavator) digging the trench on the front side. The backhoe
hooks its bucket behind the leading pipe strut and pulls the box toward itself.
The stability of the bottom of trench excavation is controlled by the type of soil at the bottom of the
trench and its underlying soils of the excavation trench. For the proposed water mains, the bottom of an
excavation in the stiff to hard silty clay is stable for failure by plastic clay bottom heave since the bottom
heave Factor of Safety is greater than 1.5 for the proposed temporary water main trench excavation.
For conventional open cut and cover excavation construction, the following bedding and trench backfill
recommendations are applicable for the proposed water main improvements project.
Pipe Bedding
Bedding material should comply with Article 1003.04 of the IDOT Standard Specifications for Road and
Bridge Construction, 2022 Edition. The bedding material should be a well-graded granular material
equivalent to IDOT FA-1, FA-2 or FA-6. A minimum 4.0 inches of bedding material is required to be
placed below the water main. The bedding material must be placed in maximum 4.0-inch loose lifts and
compacted to a minimum 95% of the maximum density according to AASHTO T-99. The placement of
202
bedding material must comply with Article 550.04 of the IDOT Standard Specifications for Road and
Bridge Construction, 2022 Edition.
Trench Backfill
The soils excavated from the water main trenches cannot be used as backfill of the trenches under
driveways, roads or street pavements. The approved granular trench backfill material should be placed
in maximum eight-inch loose lifts with each lift compacted to a minimum of 95% of maximum density as
per AASHTO T-99 to the proposed subgrade of the street. Trench backfill material should be FA -1,
FA-2, FA-6 or CA-6 of the IDOT Standard Specifications for Road and Bridge Construction, 2022
Edition. However, the final one foot of trench backfill should be compacted to 100% of maximum
density as obtained according to AASHTO T-99. The excavation at any pavement areas should be
completed with a bituminous concrete pavement section to match the existing pavement section.
Pavement Patching Recommendations
Upon backfilling the water main trenches with compacted trench backfill materials according to the
recommendations given under ‘Trench Backfill’ section, the cut areas of the pavement should be
patched with Class D patches as per IDOT Standard Specifications for Road and Bridge Construction,
2022 Edition.
Potential Construction Problems
No groundwater was encountered in any of the nine (9) soil borings #1 through #9 drilled and sampled
to a depth of 10 feet each at this project site during this subsurface exploration of 9/30/2024 and
11/26/2024 and the groundwater problem will generally be minimum in the street covered by these soil
borings. However, during the rainy season and under normal conditions, surface runoff and seepage
water that may accumulate overnight or momentarily in the excavation trenches can be removed by
means of standard sump and pump procedures. Construction dewatering and excavation schemes are
the sole responsibility of the installing utility contractor.
Any excavation that extend greater than five feet in depth should be designed in accordance with U.S.
Department of Labor, Occupational Safety and Health Administration 1989 (OSHA) “Occupational
Safety and Health Standards-Excavations; Final Rule” 29 CFR, Part 1926, Subpart P. Excavations with
properly sloped or braced excavation earth retention systems (such as trench boxes) to prevent
excavation instability and provide safety is the responsibility of the utilities contractor. Also, the means
203
and methods of excavating the soil materials are at the discretion of the utilities contractor and are the
responsibility of the utilities contractor.
Construction Consultation Engineering
A Field Geotechnical Engineer from SEECO Consultants Inc. should be present during the utilities
excavation operations to ensure compliance with the specifications during construction. Field density
tests to determine the degree of trench backfill compaction should be performed by a Field Engineering
Technician or Field Geotechnical Engineer from SEECO Consultants Inc. once the water main is
installed and the backfilling begins.
204
205
APPENDIX
1. BORING LOCATION PLAN
2. GENERAL NOTES
3. BORING LOGS
4. UNIFIED SOIL CLASSIFICATION
5. APPARENT LATERAL EARTH PRESSURE
DIAGRAM FOR TRENCH PROTECTION BOX DESIGN IN
CLAYEY SOILS (H ≤ 10 FEET DEEP)
6. ONE (1) COMPLETED IEPA LPC-663 FORM
206
APPENDIX 1
207
BLA, Inc.13693G
BORING LOCATION PLAN
Proposed Water Main Replacement
Oak Brook, Illinois
12/30/2024B.A
1 of 1
B-1
B-4
B-7
B-6
B-8
B-9
B-5
B-3
B-2
208
APPENDIX 2
209
SEECO Consultants Inc.
7350 DUVAN DRIVE GENERAL NOTES
TINLEY PARK, ILLINOIS 60477
DRILLING AND SAMPLING SYMBOLS
SS SPLIT SPOON 1-3/8” I.D. x 2” O.D. (EXCEPT WHERE NOTED)
2T THINWALL TUBE SAMPLER 2” O.D. x 1-7/8” I.D.
3T THINWALL TUBE SAMPLER 3” O.D. x 2-7/8” I.D.
3P PISTON SAMPLER 3” O.D. THINWALL TUBE
FA CONTINUOUS FLIGHT AUGER 4” O.D.
HS HOLLOW STEM AUGER 6-3/4” O.D. x 3-1/4” I.D.
HA HAND AUGER
RB ROLLER ROCK BIT
FT FISHTAIL BIT
DB DIAMOND BIT
AX ROCK CORE 1-3/16” DIAMETER
BX ROCK CORE 1-5/8” DIAMETER
NX ROCK CORE 2-1/8” DIAMETER
AS AUGER SAMPLE
WS W ASH SAMPLE
CA COMBINED ANALYSIS
SA SIEVE ANALYSIS
Standard “N” Penetration: Blows per foot of a 140 pound hamm er falling 30 inches on a two inch O.D. split spoon,
except where noted.
WATER LEVEL MEASUREMENT SYMBOLS
WATER LEVEL OBSERVATION WD WHILE DRILLING
W CI WET CAVE-IN BCR BEFORE CASING REMOVAL
DCI DRY CAVE-IN ACR AFTER CASING REMOVAL
WS WHILE SAMPLING AB AFTER BORING
Water levels indicated on the boring logs are the levels measured in the boring at the tim es indicated. In pervious
soils, the indicated elevations are considered reliable groundwater levels. In im pervious soils, the accurate
determination of groundwater elevations are not possible in even several days observation, and additional evidence on
groundwater elevations must be sought.
SOIL IDENTIFICATION TERM INOLOGY
COHESIONLESS SOILS
COMPONENT SIZE RANGE DESCRIPTIVE TERM PERCENT OF W EIGHT
BOULDERS OVER 8” TRACE 0 – 10
COBBLES 8” TO 3” LITT LE 10 – 20
GRAVEL 3” TO #4 SIEVE (4.75 mm) SOME 20 – 35
SAND #4 TO #200 SIEVE (0.074 mm) AND 35 – 50
SILT PASSING #200 SIEVE (0.074 mm)
Page 1 of 2
210
SEECO Consultants Inc.
7350 DUVAN DRIVE GENERAL NOTES
TINLEY PARK, ILLINOIS 60477
SOIL IDENTIFICATION TERM INOLOGY (Cont’d)
COHESIVE SOILS
DESCRIPTIVE TERM PLASTICITY INDEX
CLAYEY SILT OR ORGANIC CLAYEY SILT 4 – 7
SILTY CLAY OR ORGANIC SILTY CLAY 8 – 30
CLAY OR ORGANIC CLAY > 30
INTERMEDIATE SOILS
DESCRIPTIVE TERM PLASTICITY INDEX
SILT 0 – 3
Unconfined compression tests are generally not applicable for interm ediate soils.
CONSISTENCY OF COHESIVE SOILS RELATIVE DENSITY OF GRANULAR SOILS
1-3/8” I.D. x 2” O.D. with 140 pound hamm er falling 30”
UNCONFINED COMP.
STRENGTH, Qu, TSF CONSISTENCY N – BLOW S/FT. RELATIVE DENSITY
<0.25 VERY SOFT 0 – 3 VERY LOOSE
0.25 - 0.49 SOFT 4 – 9 LOOSE
0.50 - 1.00 MEDIUM 10 – 29 MEDIUM DENSE
1.01 - 1.99 STIFF 30 – 49 DENSE
2.00 - 3.99 VERY STIFF 50 – 80 VERY DENSE
4.00 - 8.00 HARD >80 EXTREMELY DENSE
>8.00 VERY HARD
CONSISTENCY OF COHESIVE SOILS
N – BLOW S/FT. RELATIVE DENSITY
0 – 2 VERY SOFT
2 – 4 SOFT
4 – 8 MEDIUM
8 – 15 STIFF
15 – 30 VERY STIFF
>30 HARD
Page 2 of 2
211
APPENDIX 3
212
1
2
3
4
DB
SS
HS
SS
HS
SS
HS
SS
58
67
67
67
9" BITUMINOUS CONCRETE PAVEMENT
4" CRUSHED STONE BASE COURSE, Gray
SILTY CLAY, Brown and Gray, Trace Dark Gray,
Trace Sand and Gravel, Very Stiff, Moist
(CL)
SILTY CLAY, Brown and Gray, Little Gravel,
Trace Sand, Hard, Moist
(CL)
SILTY CLAY, Brown, Little to Some Gray, Trace
to Little Sand, Trace Gravel, Hard, Moist
(CL)
End of Boring at 10 Feet.
Note:
1) All soil samples were screened with a
RKI-GX-6000 4 GAS METER photo-ionization
detector (PID) and by utilizing olfactory senses. No
petroleum odors were detected in all samples and
all PID = 0 ppm.
2) Sample 1 was discretely chosen to be
environmental chemically tested for VOCs,
SVOCS, 8 RCRA Metals, TCLP Extraction and
Metals and pH by an independent environmental
laboratory.
0
0
0
0
ENV
Sample
SURFACE ELEVATION (M.S.L.)
20 30 40
LL
Unconfined Compressive Strength, Tons/Ft.
BORING LOG
BORING NUMBER
OVM
ppm
PROJECT
Boring StartedSAMPLE NO.SAMPLER TYPEProposed Water Main Replacement
Oak Brook, IL
DRY WS/WD
Consultants, Inc.ELEVATIONDriller
BLA, Inc.
+
-
50
DRY ACR
CWG
(LABORATORY CLASSIFICATION)
11/26/24
10
CLIENT
STD "N" PENETRATION BLOWS PER FT.
Sheet
Rig REMARKSJob No.
W.L.
W.L.
W.L.
3
BA
4 5
Approved
SEECODEPTH
Drawn By
STATION
2
11/26/24SOIL GRAPHIC LOGLOCATION
13693G 1 of 1
1
Calibrated Penetrometer Unconfined Compression
D-50
#1
7350 Duvan Drive, Tinley Park, IL 60477
2
EN
PL MC
DESCRIPTION OF MATERIALS
BLA, Inc.
Boring Completed
Water Level Observations
OFFSET
SAMPLE REC. (%)ENGINEER
2.5
5.0
7.5
10.0
12.5
213
1
2
3
DB
SS
HS
SS
HS
SS
75
75
75
12" BITUMINOUS CONCRETE PAVEMENT
4" CRUSHED STONE BASE COURSE, Gray
SILTY CLAY, Dark Gray, Trace Sand and Gravel,
Very Stiff, Moist
(CL)
SILTY CLAY, Brown and Gray, Trace Sand and
Gravel, Stiff, Moist
(CL)
SILTY CLAY, Reddish Brown and Gray, Trace
Sand and Gravel, Very Stiff, Moist
(CL)
End of Boring at 10 Feet.
Note:
1) All soil samples were screened with a
RKI-GX-6000 4 GAS METER photo-ionization
detector (PID) and by utilizing olfactory senses. No
petroleum odors were detected in all samples and
all PID = 0 ppm.
2) Sample 2 was discretely chosen to be
environmental chemically tested for pH by an
independent environmental laboratory.
0
0
0
ENV
Sample
SURFACE ELEVATION (M.S.L.)
20 30 40
LL
Unconfined Compressive Strength, Tons/Ft.
BORING LOG
BORING NUMBER
OVM
ppm
PROJECT
Boring StartedSAMPLE NO.SAMPLER TYPEProposed Water Main Replacement
Oak Brook, IL
DRY WS/WD
Consultants, Inc.ELEVATIONDriller
BLA, Inc.
+
-
50
DRY ACR
CWG
(LABORATORY CLASSIFICATION)
9/30/24
10
CLIENT
STD "N" PENETRATION BLOWS PER FT.
Sheet
Rig REMARKSJob No.
W.L.
W.L.
W.L.
3
BA
4 5
Approved
SEECODEPTH
Drawn By
STATION
2
9/30/24SOIL GRAPHIC LOGLOCATION
13693G 1 of 1
1
Calibrated Penetrometer Unconfined Compression
D-50
#2
7350 Duvan Drive, Tinley Park, IL 60477
2
EN
PL MC
DESCRIPTION OF MATERIALS
BLA, Inc.
Boring Completed
Water Level Observations
OFFSET
SAMPLE REC. (%)ENGINEER
2.5
5.0
7.5
10.0
12.5
214
1
2
3
DB
SS
HS
SS
HS
SS
75
75
75
9.75" BITUMINOUS CONCRETE PAVEMENT
8.25" CRUSHED STONE BASE COURSE, With
Fines
SILTY CLAY, Brown and Gray, Trace Sand and
Gravel, Very Stiff to Hard to Very Stiff, Moist
(CL)
(Little Black and Trace Roots at 4'-6')
End of Boring at 10 Feet.
Note:
1) All soil samples were screened with a MiniRae
3000 OVM photo-ionization detector (PID) and by
utilizing olfactory senses. No petroleum odors were
detected in all samples and all PID = 0 ppm.
2) Sample 1 was discretely chosen to be
environmental chemically tested for pH by an
independent environmental laboratory.
0
0
0
ENV
Sample
SURFACE ELEVATION (M.S.L.)
20 30 40
LL
Unconfined Compressive Strength, Tons/Ft.
BORING LOG
BORING NUMBER
OVM
ppm
PROJECT
Boring StartedSAMPLE NO.SAMPLER TYPEProposed Water Main Replacement
Oak Brook, IL
DRY WS/WD
Consultants, Inc.ELEVATIONDriller
BLA, Inc.
+
-
50
DRY ACR
CWG
(LABORATORY CLASSIFICATION)
9/30/24
10
CLIENT
STD "N" PENETRATION BLOWS PER FT.
Sheet
Rig REMARKSJob No.
W.L.
W.L.
W.L.
3
BA
4 5
Approved
SEECODEPTH
Drawn By
STATION
2
9/30/24SOIL GRAPHIC LOGLOCATION
13693G 1 of 1
1
Calibrated Penetrometer Unconfined Compression
D-50
#3
7350 Duvan Drive, Tinley Park, IL 60477
2
EN
PL MC
DESCRIPTION OF MATERIALS
BLA, Inc.
Boring Completed
Water Level Observations
OFFSET
SAMPLE REC. (%)ENGINEER
2.5
5.0
7.5
10.0
12.5
215
1
2
3
DB
SS
HS
SS
HS
SS
58
75
75
9.75" BITUMINOUS CONCRETE PAVEMENT
8.25" CRUSHED STONE BASE COURSE, Gray,
With Fines
SILTY CLAY, Brown and Gray, Trace Sand and
Gravel, Hard, Moist
(CL)
End of Boring at 10 Feet.
Note:
1) All soil samples were screened with a MiniRae
3000 OVM photo-ionization detector (PID) and by
utilizing olfactory senses. No petroleum odors were
detected in all samples and all PID = 0 ppm.
2) Sample 1 was discretely chosen to be
environmental chemically tested for pH by an
independent environmental laboratory.
0
0
0
ENV
Sample
SURFACE ELEVATION (M.S.L.)
20 30 40
LL
Unconfined Compressive Strength, Tons/Ft.
BORING LOG
BORING NUMBER
OVM
ppm
PROJECT
Boring StartedSAMPLE NO.SAMPLER TYPEProposed Water Main Replacement
Oak Brook, IL
DRY WS/WD
Consultants, Inc.ELEVATIONDriller
BLA, Inc.
+
-
50
DRY ACR
CWG
(LABORATORY CLASSIFICATION)
9/30/24
10
CLIENT
STD "N" PENETRATION BLOWS PER FT.
Sheet
Rig REMARKSJob No.
W.L.
W.L.
W.L.
3
BA
4 5
Approved
SEECODEPTH
Drawn By
STATION
2
9/30/24SOIL GRAPHIC LOGLOCATION
13693G 1 of 1
1
Calibrated Penetrometer Unconfined Compression
D-50
#4
7350 Duvan Drive, Tinley Park, IL 60477
2
EN
PL MC
DESCRIPTION OF MATERIALS
BLA, Inc.
Boring Completed
Water Level Observations
OFFSET
SAMPLE REC. (%)ENGINEER
2.5
5.0
7.5
10.0
12.5
216
1
2
3
DB
SS
HS
SS
HS
SS
75
75
75
11" BITUMINOUS CONCRETE PAVEMENT
3" CRUSHED STONE BASE COURSE, Gray
FILL: SILTY CLAY, Dark Gray, Trace Sand and
Gravel, Very Stiff
(CL)
SILTY CLAY, Brown and Gray, Trace Sand and
Gravel, Very Stiff to Hard, Moist
(CL)
End of Boring at 10 Feet.
Note:
1) All soil samples were screened with a MiniRae
3000 OVM photo-ionization detector (PID) and by
utilizing olfactory senses. No petroleum odors were
detected in all samples and all PID = 0 ppm.
2) Sample 1 was discretely chosen to be
environmental chemically tested for VOCs,
SVOCS, 8 RCRA Metals and pH by an
independent environmental laboratory.
0
0
0
ENV
Sample
SURFACE ELEVATION (M.S.L.)
20 30 40
LL
Unconfined Compressive Strength, Tons/Ft.
BORING LOG
BORING NUMBER
OVM
ppm
PROJECT
Boring StartedSAMPLE NO.SAMPLER TYPEProposed Water Main Replacement
Oak Brook, IL
DRY WS/WD
Consultants, Inc.ELEVATIONDriller
BLA, Inc.
+
-
50
DRY ACR
CWG
(LABORATORY CLASSIFICATION)
9/30/24
10
CLIENT
STD "N" PENETRATION BLOWS PER FT.
Sheet
Rig REMARKSJob No.
W.L.
W.L.
W.L.
3
BA
4 5
Approved
SEECODEPTH
Drawn By
STATION
2
9/30/24SOIL GRAPHIC LOGLOCATION
13693G 1 of 1
1
Calibrated Penetrometer Unconfined Compression
D-50
#5
7350 Duvan Drive, Tinley Park, IL 60477
2
EN
PL MC
DESCRIPTION OF MATERIALS
BLA, Inc.
Boring Completed
Water Level Observations
OFFSET
SAMPLE REC. (%)ENGINEER
2.5
5.0
7.5
10.0
12.5
217
1
2
3
DB
SS
HS
SS
HS
SS
75
75
75
9.75" BITUMINOUS CONCRETE PAVEMENT
8.25" CRUSHED STONE BASE COURSE, Gray,
With Fines
SILTY CLAY, Brown and Gray, Trace Sand and
Gravel, Hard, Moist
(CL)
End of Boring at 10 Feet.
Note:
1) All soil samples were screened with a
RKI-GX-6000 4 GAS METER photo-ionization
detector (PID) and by utilizing olfactory senses. No
petroleum odors were detected in all samples and
all PID = 0 ppm.
2) Sample 2 was discretely chosen to be
environmental chemically tested for pH by an
independent environmental laboratory.
0
0
0
ENV
Sample
SURFACE ELEVATION (M.S.L.)
20 30 40
LL
Unconfined Compressive Strength, Tons/Ft.
BORING LOG
BORING NUMBER
OVM
ppm
PROJECT
Boring StartedSAMPLE NO.SAMPLER TYPEProposed Water Main Replacement
Oak Brook, IL
DRY WS/WD
Consultants, Inc.ELEVATIONDriller
BLA, Inc.
+
-
50
DRY ACR
CWG
(LABORATORY CLASSIFICATION)
9/30/24
10
CLIENT
STD "N" PENETRATION BLOWS PER FT.
Sheet
Rig REMARKSJob No.
W.L.
W.L.
W.L.
3
BA
4 5
Approved
SEECODEPTH
Drawn By
STATION
2
9/30/24SOIL GRAPHIC LOGLOCATION
13693G 1 of 1
1
Calibrated Penetrometer Unconfined Compression
D-50
#6
7350 Duvan Drive, Tinley Park, IL 60477
2
EN
PL MC
DESCRIPTION OF MATERIALS
BLA, Inc.
Boring Completed
Water Level Observations
OFFSET
SAMPLE REC. (%)ENGINEER
2.5
5.0
7.5
10.0
12.5
218
1
2
3
DB
SS
HS
SS
HS
SS
67
75
75
8.75" BITUMINOUS CONCRETE PAVEMENT
9.25" CRUSHED STONE BASE COURSE, Gray,
With Fines
SILTY CLAY, Brown and Gray, Trace Sand and
Gravel, Very Stiff to Hard, Moist
(CL)
End of Boring at 10 Feet.
Note:
1) All soil samples were screened with a
RKI-GX-6000 4 GAS METER photo-ionization
detector (PID) and by utilizing olfactory senses. No
petroleum odors were detected in all samples and
all PID = 0 ppm.
2) Sample 1 was discretely chosen to be
environmental chemically tested for pH by an
independent environmental laboratory.
0
0
0
ENV
Sample
SURFACE ELEVATION (M.S.L.)
20 30 40
LL
Unconfined Compressive Strength, Tons/Ft.
BORING LOG
BORING NUMBER
OVM
ppm
PROJECT
Boring StartedSAMPLE NO.SAMPLER TYPEProposed Water Main Replacement
Oak Brook, IL
DRY WS/WD
Consultants, Inc.ELEVATIONDriller
BLA, Inc.
+
-
50
DRY ACR
CWG
(LABORATORY CLASSIFICATION)
9/30/24
10
CLIENT
STD "N" PENETRATION BLOWS PER FT.
Sheet
Rig REMARKSJob No.
W.L.
W.L.
W.L.
3
BA
4 5
Approved
SEECODEPTH
Drawn By
STATION
2
9/30/24SOIL GRAPHIC LOGLOCATION
13693G 1 of 1
1
Calibrated Penetrometer Unconfined Compression
D-50
#7
7350 Duvan Drive, Tinley Park, IL 60477
2
EN
PL MC
DESCRIPTION OF MATERIALS
BLA, Inc.
Boring Completed
Water Level Observations
OFFSET
SAMPLE REC. (%)ENGINEER
2.5
5.0
7.5
10.0
12.5
219
1
2
3
DB
SS
HS
SS
HS
SS
75
75
75
8.25" BITUMINOUS CONCRETE PAVEMENT
11.75" CRUSHED STONE BASE COURSE,
Gray, With Fines
SILTY CLAY, Brown and Gray, Trace Sand and
Gravel, Hard, Moist
(CL)
(Trace Red Brown at 8'-10')
End of Boring at 10 Feet.
Note:
1) All soil samples were screened with a
RKI-GX-6000 4 GAS METER photo-ionization
detector (PID) and by utilizing olfactory senses. No
petroleum odors were detected in all samples and
all PID = 0 ppm.
2) Sample 2 was discretely chosen to be
environmental chemically tested for pH by an
independent environmental laboratory.
0
0
0
ENV
Sample
SURFACE ELEVATION (M.S.L.)
20 30 40
LL
Unconfined Compressive Strength, Tons/Ft.
BORING LOG
BORING NUMBER
OVM
ppm
PROJECT
Boring StartedSAMPLE NO.SAMPLER TYPEProposed Water Main Replacement
Oak Brook, IL
DRY WS/WD
Consultants, Inc.ELEVATIONDriller
BLA, Inc.
+
-
50
DRY ACR
CWG
(LABORATORY CLASSIFICATION)
9/30/24
10
CLIENT
STD "N" PENETRATION BLOWS PER FT.
Sheet
Rig REMARKSJob No.
W.L.
W.L.
W.L.
3
BA
4 5
Approved
SEECODEPTH
Drawn By
STATION
2
9/30/24SOIL GRAPHIC LOGLOCATION
13693G 1 of 1
1
Calibrated Penetrometer Unconfined Compression
D-50
#8
7350 Duvan Drive, Tinley Park, IL 60477
2
EN
PL MC
DESCRIPTION OF MATERIALS
BLA, Inc.
Boring Completed
Water Level Observations
OFFSET
SAMPLE REC. (%)ENGINEER
2.5
5.0
7.5
10.0
12.5
220
1
2
3
DB
SS
HS
SS
HS
SS
67
75
75
9.5" BITUMINOUS CONCRETE PAVEMENT
9.5" CRUSHED STONE BASE COURSE, Gray,
With Fines
SILTY CLAY, Brown and Gray, Little Gravel,
Trace Sand, Hard, Moist
(CL)
SILTY CLAY, Brown and Gray, Trace Sand and
Gravel, Hard, Moist
(CL)
End of Boring at 10 Feet.
Note:
1) All soil samples were screened with a
RKI-GX-6000 4 GAS METER photo-ionization
detector (PID) and by utilizing olfactory senses. No
petroleum odors were detected in all samples and
all PID = 0 ppm.
2) Sample 1 was discretely chosen to be
environmental chemically tested for pH by an
independent environmental laboratory.
0
0
0
ENV
Sample
SURFACE ELEVATION (M.S.L.)
20 30 40
LL
Unconfined Compressive Strength, Tons/Ft.
BORING LOG
BORING NUMBER
OVM
ppm
PROJECT
Boring StartedSAMPLE NO.SAMPLER TYPEProposed Water Main Replacement
Oak Brook, IL
DRY WS/WD
Consultants, Inc.ELEVATIONDriller
BLA, Inc.
+
-
50
DRY ACR
CWG
(LABORATORY CLASSIFICATION)
9/30/24
10
CLIENT
STD "N" PENETRATION BLOWS PER FT.
Sheet
Rig REMARKSJob No.
W.L.
W.L.
W.L.
3
BA
4 5
Approved
SEECODEPTH
Drawn By
STATION
2
9/30/24SOIL GRAPHIC LOGLOCATION
13693G 1 of 1
1
Calibrated Penetrometer Unconfined Compression
D-50
#9
7350 Duvan Drive, Tinley Park, IL 60477
2
EN
PL MC
DESCRIPTION OF MATERIALS
BLA, Inc.
Boring Completed
Water Level Observations
OFFSET
SAMPLE REC. (%)ENGINEER
2.5
5.0
7.5
10.0
12.5
221
APPENDIX 4
222
223
APPENDIX 5
224
Surcharge Load (q)
=600 psf
Stiff Brown & Gray
Silty Clay (CL)
Cavg. = 1,850 psf
ﻻavg.= 130 pcf
Apparent Lateral Earth Pressure
Diagram For Trench Protection
Box Design in Clayey Soils
(H < 10 Feet Deep)
APPARENT LATERAL BRACED EARTH PRESSURE DIAGRAM FOR
TRENCH PROTECTION BOX DESIGN IN EQUIVALENT COHESIVE SOILS
BLA, Inc.
12/18/2024
13693G
CWG
1 OF 1
G.G.
N.T.S.
10'
0
10'
0.25H
=2.5'
0.5H
=5'
0.25H
=2.5'
KaXq
0.5 x 600
300 psf/ft. width
820 psf/ft.
Maximum Pressure
0.4ﻻeqv. H
width
0.4X130X10
=520 psf/ft.
Cavg. =1,850 psf & ﻻ avg. = 130 pcf
ﻻavg. *H/Cavg. = (130 pcf * 10') /1,850 psf = 0.70 < 4.0
a = 0.4ﻻ eqv.H + Ka*q
= 0.4(130)(10) +0.50*600
= 820 psf/ft.
Assumptions: 1) Water table is below the bottom of excavation.
Proposed Water Main Replacement
Oak Brook, IL
Note: Pressure Diagram for a braced excavation through the silty clay is determined
by equilibrium and by assuming the area is predewatered to the bottom of the excavation.
225
APPENDIX 6
226
227
228
229
230
231
232
233
234
235
236
237
238
239
240
241
242
243
244
245
246
247
248
249
250
251
252
253
254
255
256