Loading...
R-1453 - 04/28/2015 - ENGINEERING - Resolutions RESOLUTION 2015-ENG-ST-IMPROVE-CNTRCT-R-1453 A RESOLUTION APPROVING AND AUTHORIZING THE EXECUTION OF A CONSTRUCTION CONTRACT RELATING TO THE 2015 STREET IMPROVEMENT PROJECT BY AND BETWEEN THE VILLAGE OF OAK BROOK AND CENTRAL BLACKTOP CO., INC. WHEREAS, the Village desires to make certain street and infrastructure improvements to Lincoln Road, Natoma Court, Natoma Drive, Spring Road, Windsor Drive, Swift Drive, Bliss Drive, the west half of the Butler Government Center parking lot, and the York Woods streets that were not improved in 2013 (collectively, the "Project'j; and WHEREAS, the Village solicited bids for the completion of the Project ("Construction Services"); and WHEREAS, the Village received four bids for the Construction Services; and WHEREAS, Central Blacktop Co., Inc., of LaGrange, Illinois ("Centrar'), was the lowest responsive and responsible bidder for the Construction Services; and WHEREAS, the Village and Central desire to enter into and execute an agreement for Central to provide the Construction Services, which agreement is attached hereto as Exhibit A ("Construction Contract'); and WHEREAS, the President and Board of Trustees have determined that it is in the best interest of the Village to award the Project to Central and enter into the Construction Contract; NOW THEREFORE, BE IT RESOLVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF OAK BROOK, DU PAGE AND COOK COUNTIES, ILLINOIS as follows: Section 1: Recitals. The foregoing recitals are hereby incorporated into, and made a part of, this Resolution as the findings of the President and Board of Trustees of the Village of Oak Brook. Section 2: Award of Contract. The purchase of Construction Services from Central for a total amount not to exceed $2,929,438.10 shall be, and is hereby, approved. Section 3: Authorization and Execution of Construction Contract. The Village President and Village Clerk shall be, and hereby are, authorized to execute the Construction Contract in substantially the same form as attached hereto as Exhibit A, after receipt of the final Construction Contract fully executed by Central Section 4: Effective Date. This Resolution shall be in full force and effect upon passage and approval in the manner provided by law. [SIGNATURE PAGE FOLLOWS] Resolution 2015- Construction Services for 2015 Street Improvement Project 2 of 3 APPROVED THIS 28th day of April, 2015 �, - �✓ , 4 Gopal G. Lalmalani Village President PASSED THIS 28th day of April, 2015 Ayes: Trustees Adler, Baar, Manzo, Moy, Wolin, Yusuf Nays: None Absent: None ATTEST: Charlotte K. Pruss .�' Village Clerk Resolution 2015- Construction Services for 2015 Street Improvement Project 3of3 EXHIBIT A Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2015 STREET IMPROVEMENT PROJECT i moved as to Form '° D& td Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2015 STREET rWROVEMENT PROJECT TABLE OF CONTENTS Page ARTICLEI The Work...................................................................................................1 1.1 Performance of the Work ............................................................................1 1.2 Commencement and Completion Dates......................................................2 1.3 Required Submittals ....................................................................................2 1.4 Review and Interpretation of Contract Provisions ......................................3 1.5 Conditions at the Work Site; Record Drawings..........................................3 1.6 Technical Ability to Perform.......................................................................4 1.7 Financial Ability to Perform........................................................................4 1.8 Time.............................................................................................................4 1.9 Safety at the Work Site................................................................................5 1.10 Cleanliness of the Work Site and Environs.................................................5 1.11 Damage to the Work,the Work Site, and Other Property...........................5 1.12 Subcontractors and Suppliers ......................................................................6 1.13 Simultaneous Work By Others....................................................................6 1.14 Occupancy Prior to Final Payment..............................................................6 1.15 Owner's Right to Terminate or Suspend Work for Convenience ...............6 ARTICLE II Changes and Delays...................................................................................7 2.1 Changes .......................................................................................................7 2.2 Delays..........................................................................................................7 ARTICLE III Contractor's Responsibility for Defective Work....................................8 3.1 Inspection; Testing; Correction of Defects..................................................8 3.2 Warranty of Work........................................................................................8 3.3 Owner's Right to Correct............................................................................9 ARTICLEN Financial Assurances......................................:..........................................9 4.1 Bonds...........................................................................................................9 4.2 Insurance... ..................................................................................................9 4.3 Indemnification.....•.................................................................................... 10 i Page 1 CONTRACT Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) ARTICLEV Payment....................................................................................................10 5.1 Contract Price............................................................................................10 5.2 Taxes and Benefits ....................................................................................10 5.3 Progress Payments................................................................... ....10 5.4 Final Acceptance and Final Payment........................................................11 5.5 Liens ..........................................................................................................11 5.6 Deductions.................................................................................................12 ARTICLE VI Disputes and Remedies............................................................................13 6.1 Dispute Resolution Procedure...................................................................13 6.2' Contractor's Remedies ..............................................................................13 6.3 Owner's Remedies.....................................................................................13 6.4 Owner's Special Remedy for Delay..........................................................15 6.5 Terminations and Suspensions Deemed for Convenience ........................15 ARTICLE VII Legal Relationships and Requirements.................................................15 7.1 Binding Effect ...........................................................................................15 7.2 Relationship of the Parties.........................................................................15 7.3 No Collusion/Prohibited Interests .............................................................15 7.4 Assignment................................................................................................16 7.5 Confidential Information...........................................................................16 7.6 No Waiver .................................................................................................16 7.7 No Third Parry Beneficiaries....................:................................................17 7.8 Notices....................................................................................:..................17 7.9 Governing Laws ........................................................................................17 7.10 Changes in Laws........................................................................................18 7.11 Compliance with Laws..............................................................................18 7.12 Compliance with Patents....................................................•--....................19 7.13 Time...........................................................................................................19 7.14 Severability................................................................................................19 7.15 Entire Agreement.......................................................................................20 7.16 Amendments..............................................................................................20 Contractor's Certification Attachment A: Supplemental Schedule of Contract Terms Attachment B: Specifications and Special Provisions Attachment C: List of Drawings Attachment D: Geotechnical Report Attachment E: IDOT Highway Standards Appendix l: Prevailing Wage Ordinance Appendix 2: Bonds Page 2 CONTRACT Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2015 STREET IMPROVEMENT PROJECT In consideration of the mutual promises set forth below, the Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523-2255, an Illinois municipal corporation ("Owner"), and Central Blacktop Co., Inc. ("Contractor"), make this Contract as of 2015, (the "Effective Date") and hereby agree as follows: ARTICLE I: THE WORK 1.1 Performance of the Work Contractor, at its sole cost and expense, must provide, perform, and complete all of the following, all of which is herein referred to as the "Work": 1. Labor Equipment, Materials, and Supplies. Provide, perform, and complete, in the manner described and specified in this 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 to accomplish the Project at the Work Site, both as defined in Attachment A, in accordance with the specifications attached hereto as Attachment B, the drawings identified in the list attached hereto as Attachment C, and the Geotechnical Report attached hereto as Attachment D, the IDOT Highway Standards attached hereto as Attachment E. 2. Permits. Except as otherwise provided in Attachment A, procure and furnish all permits, licenses, and other governmental approvals and authorizations necessary in connection therewith. 3. Bonds and Insurance. Procure and furnish all Bonds and all certificates of insurance specified in this Contract. 4. Taxes. Pay all applicable federal, state, and local taxes. 5. Miscellaneous. Do all other things required of Contractor by this Contract, including without limitation arranging for utility and other services needed for the Work and for testing, including the installation of temporary utility lines, wiring, switches, fixtures, hoses, connections, and meters, and providing sufficient sanitary conveniences and shelters to accommodate all workers and all personnel of Owner engaged in the Work. Page 3 CONTRACT i Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) 6. Quality. Provide, perform, and complete all of the foregoing in a proper and workmanlike manner, consistent with the highest standards of professional and construction practices and in full compliance with, and as required by or pursuant to, this Contract, and with the greatest economy, efficiency, and expedition consistent therewith, with only new, undamaged and first quality equipment, materials, and supplies. 1.2 Commencement and Completion Dates Contractor must commence the Work not later than the "Commencement Date" set forth on Attachment A and must diligently and continuously prosecute the Work at such a rate as will allow the Work to be fully provided, performed, and completed in full compliance with this Contract not later than the "Completion Date" set forth in Attachment A. The time of commencement, rate of progress, and time of completion are referred to in this Contract as the "Contract Time." 1.3 Required Submittals A. Submittals Required. Contractor must submit to Owner all documents, data, and information specifically required to be submitted by Contractor under this Contract and must, in addition, submit to Owner all such drawings, specifications, descriptive information, and engineering documents, data, and information as may be required, or as may be requested by Owner,to show the details of the Work, including a complete description of all equipment, materials, and supplies to be provided under this Contract ("Required Submittals"). Such details must include, but are not limited to, design data, structural and operating features, principal dimensions, space required or provided, clearances required or provided, type and brand of finish, and all similar matters, for all components of the Work. B. Number and Format. Contractor must provide three (3) complete sets for each Required Submittal. All Required Submittals must be prepared on white 8-1/2"xl 1"paper. C. Time of Submission and Owner's Review. All Required Submittals must be provided to Owner no later than the time, if any, specified in this Contract for their submission or, if no time for submission is specified, in sufficient time, in Owner's sole opinion, to permit Owner to review the same prior to the commencement of the part of the Work to which they relate and prior to the purchase of any equipment, materials, or supplies that they describe. Owner will have the right to require such corrections as may be necessary to make such submittals conform to this Contract. All such submittals will, after final processing and review with no exception noted by Owner, become a part of this Contract. No Work related to any submittal may be performed by Contractor until Owner has completed review of such submittal with no exception noted. Owner's review and stamping of any Required Submittal will be for the sole purpose of examining the general management, design, and details of the proposed Work, does not relieve Contractor of the entire responsibility for the performance of the Work in full compliance with, and as required by or pursuant to this Contract, and may not be regarded as any assumption of risk or liability by Owner. i i I Page 4 CONTRACT i Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) D. Responsibility for Delay. Contractor is responsible for any delay in the Work due to delay in providing Required Submittals conforming to this Contract. 1.4 Review and Interpretation of Contract Provisions Contractor represents and warrants that it has carefully reviewed this Contract, including all of its Attachments, and the drawings identified in Attachment C, all of which are by this reference incorporated into and made a part of this Contract. Contractor must, at no increase in the Contract Price, provide workmanship, equipment, materials, and supplies that fully conform to this Contract. Whenever any equipment, materials or supplies are specified or described in this Contract by using the name or other identifying feature of a proprietary product or the name or other identifying feature of a particular manufacturer or vendor, the specific item mentioned is understood as establishing the type, function and quality desired. Other manufacturers' or vendors' products may be accepted, provided that the products proposed are equivalent in substance and function to those named as determined by Owner in its sole and absolute discretion. Contractor must promptly notify Owner of any discrepancy, error, omission, ambiguity, or conflict among any of the provisions of this Contract before proceeding with any Work affected thereby. If Contractor fails to give such notice to Owner, then the subsequent decision of Owner as to which provision of this Contract governs is final, and any corrective work required does not entitle Contractor to any damages, to any compensation in excess of the Contract Price, or to any delay or extension of the Contract Time. When the equipment, materials, or supplies furnished by Contractor cannot be installed as specified in this Contract, Contractor must, without any increase in the Contract Price, make all modifications required to properly install the equipment, materials, or supplies. Any such modification is subject to the prior review and consent of Owner. 1.5 Conditions at the Work Site; Record Drawings Contractor represents and warrants that it has had a sufficient opportunity to conduct a thorough investigation of the Work Site and the surrounding area and has completed such investigation to its satisfaction. Contractor will have no claim for damages, for compensation in excess of the Contract Price, or for a delay or extension of the Contract Time based upon conditions found at, or in the vicinity of the Work Site. When information pertaining to subsurface, underground or other concealed conditions, soils analysis, borings,test pits, utility locations or conditions, buried structures, condition of existing structures, and other investigations is or has been provided by Owner, or is or has been otherwise made available to Contractor by Owner, such information is or has been provided or made available solely for the convenience of Contractor and is not part of this Contract. Owner assumes no responsibility whatever in respect to the sufficiency or accuracy of such information, and there is no guaranty or warranty, either expressed or implied, that the conditions indicated are representative of those existing throughout the Work or the Work Site, or that the conditions Page 5 CONTRACT Village of Oak Brook 2015 Street improvement Project (CBBEL Project No. 14-0543) indicated are representative of those existing at any particular location, or that the conditions indicated may not change, or that unanticipated conditions may not be present. Contractor is solely responsible for locating all existing underground installations by prospecting no later than two workdays prior to any scheduled excavation or trenching, whichever is earlier. Contractor must check all dimensions, elevations, and quantities indicated in this Contract within the same time period as set forth above for prospecting underground installations. Contractor must lay out the Work in accordance with this Contract and must establish and maintain such locations, lines and levels. Wherever pre-existing work is encountered, Contractor must verify and be responsible for dimensions and location of such pre-existing work. Contractor must notify. Owner of any discrepancy between the dimensions, elevations and quantities indicated in this Contract and the conditions of the Work Site or any other errors, omissions or discrepancies which Contract may discover during such inspections. Full instructions will be furnished by Owner should such error, omission, or discrepancy be discovered, and Contractor must carry out such instructions as if originally specified and without any increase in Contract Price. Before Final Acceptance of the Work, Contractor must submit to Owner two sets of Drawings of Record, unless a greater number is specified elsewhere in this Contract, indicating all field deviations from Attachment B or the drawings identified in Attachment C. 1.6 Technical Ability to Perform Contractor represents and warrants that it is sufficiently experienced and competent, and has the necessary capital, facilities, plant, organization, and staff, to provide, perform and complete the Work in full compliance with, and as required by or pursuant to,this Contract. 1.7 Financial Ability to Perform Contractor represents and warrants that it is financially solvent, and Contractor has the financial resources necessary to provide, perform and complete the Work in full compliance with, and as required by or pursuant to, this Contract. 1.8 Time Contractor represents and warrants that it is ready, willing, able and prepared to begin the Work on the Commencement Date and that the Contract Time is sufficient time to permit completion of the Work in full compliance with, and as required by or pursuant to, this Contract for the Contract Price, all with due regard to all natural and man-made conditions that may affect the Work or the Work Site and all difficulties, hindrances, and delays that may be incident to the Work. 1.9 Safety at the Fork Site Contractor is solely and completely responsible for providing and maintaining safe conditions at the Work Site, including the safety of all persons and property during y t Page 6 CONTRACT Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) performance of the Work. This requirement applies continuously and is not limited to normal working hours. Contractor must take all safety precautions as necessary to comply with all applicable laws and to prevent injury to persons and damage to property. Contractor must conduct all of its operations without interruption or interference with vehicular and pedestrian traffic on public and private rights-of-way, unless it has obtained permits therefor from the proper authorities. If any public or private right-of-way are rendered unsafe by Contractor's operations, ,Contractor must make such repairs or provide such temporary ways or guards as are acceptable to the proper authorities. 1.10 Cleanliness of the Work Site and Environs Contractor must keep the Work Site and adjacent areas clean at all times during performance of the Work and must, upon completion of the Work, leave the Work Site and adjacent areas in a clean and orderly condition. 1.11 Damage to the Work, the Work Site, and Other Property The Work and everything pertaining thereto is provided, performed, completed, and maintained at the sole risk and cost of Contractor from the Commencement Date until Final Payment. Contractor is fully responsible for the protection of all public and private property and all persons. Without limiting the foregoing, Contractor must, at its own cost and expense, provide all permanent and temporary shoring, anchoring and bracing required by the nature of the Work in order to make all parts absolutely stable and rigid, even when such shoring, anchoring and bracing is not explicitly specified, and support and protect all buildings, bridges, roadways, conduits, .wires, water pipes, gas pipes, sewers, pavements, curbs, sidewalks, fixtures and landscaping of all kinds and all other public or private property that may be encountered or endangered in providing, performing and completing the Work. Contractor will have no claim against Owner because of any damage or loss to the Work or to Contractor's equipment, materials, or supplies from any cause whatsoever, including damage or loss due to simultaneous work by others. Contractor must, promptly and without charge to Owner, repair or replace, to the satisfaction of Owner, any damage done to, and any loss suffered by, the Work and any damage done to, and any loss suffered by, the Work Site or other property as a result of the Work. Notwithstanding any other provision of this Contract, Contractor's obligations under this Section exist without regard to, and may not be construed to be waived by, the availability or unavailability of any insurance, either of Owner or Contractor, to indemnify, hold harmless, or reimburse Contractor for the cost of any repair or replacement work required by this Section. 1.12 Subcontractors and Suppliers A. Approval and Use of Subcontractors and Suppliers. Contractor must perform the Work with its own personnel and under the management, supervision, and control of its own organization unless otherwise approved by Owner in writing. All subcontractors, suppliers, and subcontracts used by Contractor must be acceptable to, and approved in advance by, Owner. Owner's approval of any subcontractor, supplier, and subcontract does Page 7 CONTRACT i Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) not relieve Contractor of full responsibility and liability for the provision, performance, and completion of the Work in full compliance with, and as required by or pursuant to, this Contract. All Work performed under any subcontract is subject to all of the provisions of this Contract in the same manner as if performed by employees of Contractor. Every reference in this Contract to "Contractor" is deemed also to refer to all subcontractors and suppliers of Contractor. Every subcontract must include a provision binding the subcontractor or supplier to all provisions of this Contract. B. Removal of Subcontractors and Suppliers. If any subcontractor or supplier fails to perform the part of the Work undertaken by it in a manner satisfactory to Owner, Contractor must immediately upon notice from Owner terminate such subcontractor or supplier. Contractor will have no claim for damages, for compensation in excess of the Contract Price, or for a delay or extension of the Contract Time as a result of any such termination. 1.13 Simultaneous Work By Others Owner has the right to perform or have performed such other work as Owner may desire in, about, or near the Work Site during the performance of the Work by Contractor. Contractor must make every reasonable effort to perform the Work in such manner as to enable both the Work and such other work to be completed without hindrance or interference from each other. Contractor must afford Owner and other contractors reasonable opportunity for the execution of such other work and must properly coordinate the Work with such other work. 1.14 Occupancy Prior to Final Payment Owner will have the right, at its election, to occupy, use, or place in service any part of the Work prior to Final Payment. Such occupancy, use, or placement in service must be conducted in such manner as not to damage any of the Work or to unreasonably interfere with the progress of the Work. No such occupancy, use, or placement in service may be construed as an acceptance of any of the Work or a release or satisfaction of Contractor's duty to insure and protect the Work, nor may it, unless conducted in an unreasonable manner, be considered as an interference with Contractor's provision, performance, or completion of the Work. 1.15 Owner's Fight to Terminate or Suspend Work for Convenience A. Termination or Suspension for Convenience. Owner has the right, for its convenience, to terminate or suspend the Work in whole or in part at any time by written notice to Contractor. Every such notice must state the extent and effective date of such termination or suspension. On such effective date, Contractor must, as and to the extent directed, stop Work under this Contract, cease all placement of further orders or subcontracts, terminate or suspend Work under existing orders and subcontracts, cancel any outstanding orders or subcontracts that may be cancelled, and take any action necessary to protect any property in its possession in which Owner has or may acquire any interest and to dispose of such property in such manner as may be directed by Owner. I Page 8 CONTRACT i I Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) B. Payment for Completed Work. In the event of any termination pursuant to Subsection 1.15A above, Owner must pay Contractor (1) such direct costs, excluding overhead, as Contractor has paid or incurred for all Work done in compliance with, and as required by or pursuant to, this Contract up to the effective date of termination together with ten percent of such costs for overhead and profit; and (2) such other costs pertaining to the Work, exclusive of overhead and profit, as Contractor may have reasonably and necessarily incurred as the result of such termination. Any such payment may be offset by any prior payment or payments and is subject to Owner's rights to withhold and deduct as provided in this Contract. ARTICLE II: CHANGES AND DELAYS 2.1 Changes Owner has the right, by written order executed by Owner, to make changes in the Contract, the Work, the Work Site, and the Contract Time ("Change Order"). If any Change Order causes an increase or decrease in the amount of the Work, an equitable adjustment in the Contract Price or Contract Time may be made. All claims by Contractor for an equitable adjustment in either the Contract Price or the Contract Time must be made within two business days following receipt of such Change Order; and may, if not made prior to such time, be conclusively deemed to have been waived. No decrease in the amount of the Work caused by any Change Order will entitle Contractor to make any claim for damages, anticipated profits, or other compensation. 2.2 Delays A. Extensions for Unavoidable Delays. For any delay that may result from causes that could not be avoided or controlled by Contractor, Contractor must, upon timely written application, be entitled to issuance of a Change Order providing for an extension of the Contract Time for a period of time equal to the delay resulting from such unavoidable cause. No extension of the Contract Time will be allowed for any other delay in completion of the Work. B. No Compensation for Delays. No payment, compensation, damages, or adjustment of any kind, other than the extension of the Contract Time provided in Subsection 2.2A above, may be made to, or claimed by, Contractor because of hindrances or delays from any cause in the commencement, prosecution, or completion of the Work, whether caused by Owner or any other party and whether avoidable or unavoidable. Paoe 9 CONTRACT I Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) ARTICLE III: CONTRACTOR'S RESPONSIBILITY FOR DEFECTIVE WORK 3.1 Inspection; Testing; Correction of Defects A. Inspection. Until Final Payment, all parts of the Work are subject to inspection and testing by Owner or its designated representatives. Contractor must furnish, at its own expense, all reasonable access, assistance, and facilities required by Owner for such inspection and testing. B. Re-Inspection. Re-inspection and re-testing of any Work may be ordered by Owner at any time, and, if so ordered, any covered or closed Work must be uncovered or opened by Contractor. If the Work is found to be in fall compliance with this Contract, then Owner must pay the cost of uncovering, opening, re-inspecting, or re-testing, as the case may be. If such Work is riot in full compliance with this Contract, then Contractor must pay such cost. C. Correction. Until Final Payment, Contractor must, promptly and without charge, repair, correct, or replace all or any part of the Work that is defective, damaged, flawed, or unsuitable or that in any way fails to conform strictly to the requirements of this Contract. 3.2 Warranty of Work A. Scope of Warranty. Contractor warrants that the Work and all of its components will be free from defects and flaws in design, workmanship, and materials; must strictly conform to the requirements of this Contract; and will be fit, sufficient, and suitable for the purposes expressed in, or reasonably inferred from, this Contract. The warranty herein expressed is in addition to any other warranties expressed in this Contract, or expressed or implied by law, which are hereby reserved unto Owner. B. Repairs; Extension of Warranty. Contractor, promptly and without charge, must correct any failure to fulfill the above warranty that may be discovered or develop at any time within one year after Final Payment or such longer period as may be prescribed in Attachment B to this Contract or by law. The above warranty may be extended automatically to cover all repaired and replacement parts and labor provided or performed under such warranty and Contractor's obligation to correct Work may be extended for a period of one year from the date of such repair or replacement. The time period established in this Subsection 3.2B relates only to the specific obligation of Contractor to correct Work and may not be construed to establish a period of limitation with respect to other obligations that Contractor has under this Contract. C. Subcontractor and Supplier Warranties. Whenever Attachment B requires a subcontractor or supplier to provide a guaranty or warranty, Contractor is solely responsible for obtaining said guaranty or warranty in form satisfactory to Owner and assigning said j 1 Page 10 CONTRACT t I Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) warranty or guaranty to Owner. Acceptance of any assigned warranties or guaranties by Owner is a precondition to Final Payment and does not relieve Contractor of any of its guaranty or warranty obligations under this Contract. 3.3 Owner's Right to Correct If, within two business days after Owner gives Contractor notice of any defect, damage, flaw, unsuitability, nonconformity, or failure to meet warranty subject to correction by Contractor pursuant to Section 3.1 or Section 3.2 of this Contract, Contractor neglects to make, or undertake with due diligence to make, the necessary corrections, then Owner is entitled to make, either with its own forces or with contract forces, the corrections and to recover from Contractor all resulting costs, expenses, losses, or damages, including attorneys' fees and administrative expenses. ARTICLE IV: FINANCIAL ASSURANCES 4.1 Bonds Contemporaneous with Contractor's execution of this Contract, Contractor must provide a Performance Bond and a Labor and Material Payment Bond, on forms provided by, or otherwise acceptable to, Owner, from a surety company licensed to do business in the State of Illinois with a general rating of A and a financial size category of Class X or better in Best's Insurance Guide, each in the penal sum of the Contract Price ("Bonds"). Contractor, at all times while providing, performing, or completing the Work, including, without limitation, at all times while correcting any failure to meet warranty pursuant to Section 3.2 of this Contract, must maintain and keep in force, at Contractor's expense, the Bonds required hereunder. 4.2 Insurance Contractor hereby agrees and will, at its expense, carry insurance pursuant to the terms, conditions, and coverages set forth in Attachment A. 4.3 Indemnification Contractor hereby agrees to and will indemnify and save harmless Owner and all of it elected officials, officers, employees, attorneys, agents, and representatives against any and all lawsuits, claims, demands, damages, liabilities, losses, and expenses, including attorneys' fees and administrative expenses, that may arise, or be alleged to have arisen, out of or in connection with Contractor's performance o£ or failure to perform, the Work or any part thereof, whether or not due or claimed to be due in whole or in part to the active, passive, or concurrent negligence or fault of Contractor, except to the extent caused solely by the negligence of Owner. Page 11 CONTRACT Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) ARTICLE V: PAYMENT 5.1 Contract Price Owner must pay to Contractor, in accordance with and subject to the terms and conditions set forth in this Article V and Attachment A, and Contractor must accept in full satisfaction for providing, performing, and completing the Work, the amount or amounts set forth in Attachment A (the "Contract Price"), subject to any additions, deductions, or withholdings provided for in this Contract. 5.2 Taxes and Benefits Owner is exempt from and will not be responsible to pay, or reimburse Contractor for, any state or local sales, use, or excise taxes. The Contract Price includes all other applicable federal, state, and local taxes of every kind and nature applicable to the Work as well as all taxes, contributions, and premiums for unemployment insurance, old age or retirement benefits, pensions, annuities, or other similar benefits. All claim or right to claim additional compensation by reason of the payment of any such tax, contribution, or premium is hereby waived and released by Contractor. 5.3 Progress Payments A. Pavment in Installments. The Contract Price must be paid in monthly installments in the manner set forth in Attachment A ("Progress Payments"). B. Pay Requests. Contractor must, as a condition precedent to its right to receive each Progress Payment, submit to Owner a pay request in the form provided by Owner ("Pay Request"). The first Pay Request must be submitted not sooner than 30 days following commencement of the Work. Owner may, by written notice to Contractor, designate a specific day of each month on or before which Pay Requests must be submitted. Each Pay Request must include (a) Contractor's certification of the value of, and partial or final waivers of lien covering, all Work for which payment is then requested and (b) Contractor's certification that all prior Progress Payments have been properly applied to the payment or reimbursement of the costs with respect to which they were paid. C. Work Entire. This Contract and the Work are entire and the Work as a whole is of the essence of this Contract. Notwithstanding any other provision of this Contract, each and every part of this Contract and of the Work are interdependent and common to one another and to Owner's obligation to pay all or any part of the Contract Price or any other consideration for the Work. Any and all Progress Payments made pursuant to this Article are provided merely for the convenience of Contractor and for no other purpose. 5.4 Final Acceptance and Final Payment A. Notice of Completion. When the Work has been completed and is ready in all respects for acceptance by Owner, Contractor must notify Owner and request a final Page 12 CONTRACT Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) inspection ("Notice of Completion"). Contractor's Notice of Completion must be given sufficiently in advance of the Completion Date to allow for scheduling of the final inspection and for completion or correction before the Completion Date of any items identified by such inspection as being defective, damaged, flawed, unsuitable, nonconforming, incomplete, or otherwise not in full compliance with, or as required by or pursuant to, this Contract ("Punch List World'). B. Punch List and Final Acceptance. The Work may be finally accepted when, and only when, the whole and all parts thereof have been completed ,to the satisfaction of Owner in full compliance with, and as required by or pursuant to, this Contract. Upon receipt of Contractor's Notice of Completion, Owner must make a review of the Work and notify Contractor in writing of all Punch List Work, if any, to be completed or corrected. Following Contractor's completion or correction of all Punch List Work, Owner must make another review of the Work and prepare and deliver to Contractor either a written notice of additional Punch List Work to be completed or corrected or a written notice of final acceptance of the Work("Final Acceptance"). C. Final Payment. As soon as practicable after Final Acceptance, Contractor must submit to Owner a properly completed final Pay Request in the form provided by Owner ("Final Pay Request"). Owner must pay to Contractor the balance of the Contract Price, after deducting therefrom all charges against Contractor as provided for in this Contract ("Final Payment"). Final Payment must be made not later than 60 days after Owner approves the Final Pay Request. The acceptance by Contractor of Final Payment will operate as a full and complete release of Owner of and from any and all lawsuits, claims, demands, damages, liabilities, losses, and expenses of, by, or to Contractor for anything done, furnished for, arising out of, relating to, or in connection with the Work or for or on account of any act or neglect of Owner arising out of, relating to, or in connection with the Work. 5.5 Liens A. Title. Nothing in this Contract may be construed as vesting in Contractor any right of property in any equipment, materials, supplies, and other items provided under this Contract after they have been installed in, incorporated into, attached to, or affixed to, the Work or the Work Site. All such equipment, materials, supplies, and other items will, upon being so installed, incorporated, attached or affixed, become the property of Owner, but such title will not release Contractor from its duty to insure and protect the Work in accordance with the requirements of this Contract. B. Waivers of Lien. Contractor must, from time to time at Owner's request and in any event prior to Final Payment, furnish to Owner such receipts, releases, affidavits, certificates, and other evidence as may be necessary to establish, to the reasonable satisfaction of Owner, that no lien against the Work or the public funds held by Owner exists in favor of any person whatsoever for or by reason of any equipment, material, supplies, or other item furnished, labor performed, or other thing done in connection with the Work or this Contract ("Lien") and that no right to file any Lien exists in favor of any person whatsoever. Page 13 CONTRACT Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) C. Removal of Liens. If at any time any notice of any Lien is filed, then Contractor must, promptly and without charge, discharge, remove, or otherwise dispose of such Lien. Until such discharge, removal, or disposition, Owner will have the right to retain from any money payable hereunder an amount that Owner, in its sole judgment, deems necessary to satisfy such Lien and to pay the costs and expenses, including attorneys' fees and administrative expenses, of any actions brought in connection therewith or by reason thereof. D. Protection of Owner Only. This Section does not operate to relieve Contractor's surety or sureties from any of their obligations under the Bonds, nor may it be deemed to vest any right, interest, or entitlement in any subcontractor or supplier. Owner's retention of funds pursuant to this Section is deemed solely for the protection of its own interests pending removal of such Liens by Contractor, and Owner will have no obligation to apply such funds to such removal but may, nevertheless, do so where Owner's interests would thereby be served. 5.6 Deductions A. Owner's Right to Withhold. Notwithstanding any other provision of this Contract and without prejudice to any of Owner's other rights or remedies, Owner will have the right at any time or times, whether before or after approval of any Pay Request, to deduct and withhold from any Progress or Final Payment that may be or become due under this Contract such amount as may reasonably appear necessary to compensate Owner for any actual or prospective loss due to: (1) Work that is defective, damaged, flawed, unsuitable, nonconforming, or incomplete; (2) damage for which Contractor is liable under this Contract; (3) state or local sales, use, or excise taxes from which Owner is exempt; (4) Liens or claims of Lien regardless of merit; (5) claims of subcontractors, suppliers, or other persons regardless of merit; (6) delay in the progress or completion of the Work; (7) inability of Contractor to complete the Work; (8) failure of Contractor to properly complete or document any Pay Request; (9) any other failure of Contractor to perform any of its obligations under this Contract; or (10) the cost to Owner, including attorneys' fees and administrative costs, of correcting any of the aforesaid matters or exercising any one or more of Owner's remedies set forth in Section 6.3 of this Contract. B. Use of Withheld Funds. Owner is entitled to retain any and all amounts withheld pursuant to Subsection 5.6A above until Contractor has either performed the obligations in question or furnished security for such performance satisfactory to Owner. Owner is entitled to apply any money withheld or any other money due Contractor under this Contract to reimburse itself for any and all costs, expenses, losses, damages, liabilities, suits, judgments, awards, attorneys' fees and administrative expenses incurred, suffered, or sustained by Owner and chargeable to Contractor under this Contract. Page 14 CONTRACT Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) ARTICLE VI: DISPUTES AND REMEDIES 6.1 Dispute Resolution Procedure A. Notice of Disputes and Objections. If Contractor disputes or objects to any requirement, direction, instruction, interpretation, determination, or decision of Owner, Contractor may notify Owner in writing of its dispute or objection and of the amount of any equitable adjustment to the Contract Price or Contract Time to which Contractor claims it will be entitled as a result thereof, provided, however, that Contractor must, nevertheless, proceed without delay to perform the Work as required, directed, instructed, interpreted, determined, or decided by Owner, without regard to such dispute or objection. Unless Contractor so notifies Owner within two business days after receipt of such requirement, direction, instruction, interpretation, determination, or decision, Contractor is conclusively deemed to have waived all such disputes or objections and all claims based thereon. B. Negotiation of Disputes and Obiections. To avoid and settle without litigation any such dispute or objection, Owner and Contractor agree to engage in good faith negotiations. Within three business days after Owner's receipt of Contractor's written notice of dispute or objection, a conference between Owner and Contractor will be held to resolve the dispute. Within three business days after the end of the conference, Owner must render its final decision, in writing, to Contractor. If Contractor objects to the final decision of Owner, then it must, within three business days, give Owner notice thereof and, in such notice, must state its final demand for settlement of the dispute. Unless Contractor so notifies Owner, Contractor will be conclusively deemed (1) to have agreed to and accepted Owner's final decision and (2) to have waived all claims based on such final decision. 6.2 Contractor's Remedies If Owner fails or refuses to satisfy a final demand made by Contractor pursuant to Section 6.1 of this Contract, or to otherwise resolve the dispute which is the subject of such demand to the satisfaction of Contractor, within 10 days after receipt of such demand, then Contractor will be entitled to pursue such remedies, not inconsistent with the provisions of this Contract, as it may have in law or equity. 6.3 Owner's Remedies If it should appear at any time prior to Final Payment that Contractor has failed or refused to prosecute, or has delayed in the prosecution of, the Work with diligence at a rate that assures completion of the Work in full compliance with the requirements of this Contract on or before the Completion Date, or has attempted to assign this Contract or Contractor's rights under this Contract, either in whole or in part, or has falsely made any representation or warranty in this Contract, or has otherwise failed, refused, or delayed to perform or satisfy any other requirement of this Contract or has failed to pay its debts as they come due ("Event of Default"), and has failed to cure any such Event of Default within five business days after Contractor's receipt of written notice of such Event of Default, then Owner will have the i Page 15 CONTRACT I f Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) right, at its election and without prejudice to any other remedies provided by law or equity, to pursue any one or more of the following remedies: 1. Owner may require Contractor, within such reasonable time as may be fixed by Owner, to complete or correct all or any part of the Work that is defective, damaged, flawed, unsuitable, nonconforming, or incomplete; to remove from the Work Site any such Work; to accelerate all or any part of the Work; and to take any or all other action necessary to bring Contractor and the Work into strict compliance with this Contract. 2. Owner may perform or have performed all Work necessary for the accomplishment of the results stated in Paragraph 1 above and withhold or recover from Contractor all the cost and expense, including attorneys' fees and administrative costs, incurred by Owner in connection therewith. 3. Owner may accept the defective, damaged, flawed, unsuitable, nonconforming, incomplete, or dilatory Work or part thereof and make an equitable reduction in the Contract Price. 4. Owner may terminate this Contract without liability for further payment of amounts due or to become due under this Contract. 5. Owner may, without terminating this Contract, terminate Contractor's rights under this Contract and, for the purpose of completing or correcting the Work, evict Contractor and take possession of all equipment, materials, supplies, tools, appliances, plans, specifications, schedules, manuals, drawings, and other papers relating to the Work, whether at the Work Site or elsewhere, and either complete or correct the Work with its own forces or contracted forces, all at Contractor's expense. 6. Upon any termination of this Contract or of Contractor's rights under this Contract, and at Owner's option exercised in writing, any or all subcontracts and supplier contracts of Contractor will be deemed to be assigned to Owner without any further action being required, but Owner may not thereby assume any obligation for payments due under such subcontracts and supplier contracts for any Work provided or performed prior to such assignment. 7. Owner may withhold from any Progress Payment or Final Payment, whether or not previously approved, or may recover from Contractor, any and all costs, including attorneys' fees and administrative expenses, incurred by Owner as the result of any Event of Default or as a result of actions taken by Owner in response to any Event of Default. 8. Owner may recover any damages suffered by Owner. Page 16 CONTRACT Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) 6.4 Owner's Additional Remedy for Delay If the Work is not completed by Contractor, in full compliance with, and as required by or pursuant to, this Contract, within the Contract Time as such time may be extended by Change Order, then Owner may invoke its remedies under Section 6.3 of this Contract or may, in the exercise of its sole and absolute discretion, permit Contractor to complete the Work but charge to Contractor, and deduct from any Progress or Final Payments, whether or not previously approved, administrative expenses and costs for each day completion of the Work is delayed beyond the Completion Date, computed on the basis of the "Per Diem Administrative Charge" set forth in Attachment A, as well as any additional damages caused by such delay. 6.5 Terminations and Suspensions Deemed for Convenience Any termination or suspension of Contractor's rights under this Contract for an alleged default that is ultimately held unjustified will automatically be deemed to be a termination or suspension for the convenience of Owner under Section 1.15 of this Contract. ARTICLE VII: LEGAL RELATIONSHIPS AND REQUIREMENTS 7.1 Binding Effect This Contract is binding on Owner and Contractor and on their respective heirs, executors, administrators, personal representatives, and permitted successors and assigns. Every reference in this Contract to a party is deemed to be a reference to the authorized officers, employees, agents, and representatives of such party. 7.2 Relationship of the Parties Contractor will act as an independent contractor in providing and performing the Work. Nothing in, nor done pursuant to, this Contract may be construed (1)to create the relationship of principal and agent, partners, or joint venturers between Owner and Contractor or (2) except as provided in Paragraph 6.3(6) above, to create any relationship between Owner and any subcontractor or supplier of Contractor. 7.3 No Collusion/Prohibited Interests Contractor hereby represents that the only persons, firms, or corporations interested in this Contract as principals are those disclosed to Owner prior to the execution of this Contract, and that this Contract is made without collusion with any other person, firm, or corporation. If at any time it is found that Contractor has, in procuring this Contract, colluded with any other person, firm, or corporation, then Contractor will be liable to Owner for all loss or damage that Owner may suffer thereby, and this Contract will, at Owner's option, be null and void. Page 17 CONTRACT Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) Contractor hereby represents ands warrants that neither Contractor nor any person affiliated with Contractor or that has an economic interest in Contractor or that has or will have an interest in the Work or will participate, in any manner whatsoever, in the Work is acting, directly or indirectly, for or on behalf of any person, group, entity or nation named by the United States Treasury Department as a Specially Designated National and Blocked Person, or for or on behalf of any person, group, entity or nation designated in Presidential Executive Order 13224 as a person who commits, threatens to commit, or supports terrorism, and neither Contractor nor any person affiliated with Contractor or that has an economic interest in Contractor or that has or will have an interest in the Work or will participate, in any manner whatsoever, in the Work is, directly or indirectly, engaged in, or facilitating,the Work on behalf of any such person, group, entity or nation. 7.4 Assignment Contractor may not (1) assign this Contract in whole or in part, (2) assign any of Contractor's rights or obligations under this Contract; or (3) assign any payment due or to become due under this Contract without the prior express written approval of Owner, which approval may be withheld in the sole and unfettered discretion of Owner; provided, however, that Owner's prior written approval will not be required for assignments of accounts, as defined in the Illinois Commercial Code, if to do so would violate Section 9-318 of the Illinois Commercial Code, 810 ILCS 5/9-318. Owner may assign this Contract, in whole or in part, or any or all of its rights or obligations under this Contract, without the consent of Contractor. 7.5 Confidential Information All information supplied by Owner to Contractor for or in connection with this Contract or the Work must be held confidential by Contractor and may not, without the prior express written consent of Owner, be used for any purpose other than performance of the Work. 7.6 No Waiver No examination, inspection, investigation, test, measurement, review, determination, decision, certificate, or approval by Owner, nor any order by Owner for the payment of money, nor any payment for, or use, occupancy, possession, or acceptance of, the whole or any part of the Work by Owner, nor any extension of time granted by Owner, nor any delay by Owner in exercising any right under this Contract, nor any other act or omission of Owner may constitute or be deemed to be an acceptance of any defective, damaged, flawed, unsuitable, nonconforming or incomplete Work, equipment, materials, or supplies, nor operate to waive or otherwise diminish the effect of any warranty or representation made by Contractor; or of any requirement or provision of this Contract; or of any remedy, power, or right of Owner. Page 18 CONTRACT Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) 7.7 No Third Party Beneficiaries No claim as a third party beneficiary under this Contract by any person, firm, or corporation other than Contractor may be made or be valid against Owner. 7.8 Notices All notices required or permitted to be given under this Contract must be in writing and are deemed received by the addressee thereof when delivered in person on a business day at the address set forth below or on the third business day after being deposited in any main or branch United States post office, for delivery at the address set forth below by properly addressed, postage prepaid, certified or registered mail, return receipt requested. Notices and communications to Owner must be addressed to, and delivered at, the following address: with a copy to: Village of Oak Brook Holland & Knight LLP 1200 Oak Brook Road 131 South Dearborn Street, 30th Floor Oak Brook, Illinois 60523 Chicago, Illinois 60603 Attention: Michael Hullihan, Attention: Peter M. Friedman Engineering & Public Works Director Notices and communications to Contractor must be addressed to, and delivered at, the following address: with a copes: Central Blacktop Co. Inc. 6160 S. East Avenue, PO Box 2080 LaGrange Illinois 60525 Attn: Mr. James H. Loukota The foregoing may not be deemed to preclude the use of other non-oral means of notification or to invalidate any notice properly given by any such other non-oral means. By notice complying with the requirements of this Section, Owner and Contractor each have the right to change the address or addressee or both for all future notices to it, but no notice of a change of address is effective until actually received. 7.9 Governing Laws This Contract and the rights of Owner and Contractor under this Contract will be interpreted according to the internal laws, but not the conflict of laws rules, of the State of Illinois; venue for any action related to this Contract will be in the Circuit Court of DuPage County, Illinois. Page 19 CONTRACT Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) 7.10 Changes in Laws Unless otherwise explicitly provided in this Contract, any reference to laws includes such laws as they may be amended or modified from time to time. 7.11 Compliance with Laws A. Compliance Required. Contractor must give all notices, pay all fees, and take all other action that may be necessary to ensure that the Work is provided, performed, and completed in accordance with all required governmental permits, licenses or other approvals and authorizations that may be required in connection with providing, performing, and completing the Work, and with all applicable statutes, ordinances, rules, and regulations, including without limitation the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq. (see Subsection C of this Section) (a copy of Owner's ordinance ascertaining the prevailing rate of wages, in effect as of the date of this Contract, has been attached as an Appendix to this Contract; if the Illinois Department of Labor revises the prevailing rate of hourly wages to be paid, the revised rate applies to this Contract); any other applicable prevailing wage laws; the Fair Labor Standards Act; any statutes regarding qualification to do business; any statutes requiring preference to laborers of specified classes; the Illinois Steel Products Procurement Act, 30 ILCS 565/1 et seq.; any statutes prohibiting discrimination because of, or requiring affirmative action based on, race, creed, color, national origin, age, sex, or other prohibited classification, including, without limitation, the Americans with Disabilities Act of 1990, 42 U.S.C. §§ 12101 et sue., the Illinois Human Rights Act, 775 ILCS 511-101 et sec., and the Public Works Discrimination Act, 775 ILCS 10/0.01 et seq.; and any statutes regarding safety or the performance of the Work, including the Illinois Underground Utility Facilities Damage Prevention Act, 220 ILCS 50/1 et seq., and the Occupational Safety and Health Act of 1970, 29 U.S.C. §§ 651 et sec. B. Liability for Fines, Penalties. Contractor is solely liable for any fines or civil penalties that are imposed by any governmental or quasi-governmental agency or body that may arise, or be alleged to have arisen, out of or in connection with Contractor's, or its subcontractors' or suppliers', performance of, or failure to perform, the Work or any part thereof. C. Prevailing Wage Act. Contractor and each subcontractor, in order to comply with the Prevailing Wage Act, 820 ILCS 130/0.01 et seq. (the "Act"), must submit to the Village a certified payroll on a monthly basis, in accordance with Section 5 of the Act. The certified payroll must consist of a complete copy of those records required to be made and kept by the Act. The certified payroll must be accompanied by a statement signed by the Contractor or subcontractor that 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 Act, and (3) the Contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. Contractor may rely on the certification of a subcontractor, provided that Contractor does not knowingly rely on a subcontractor's false certification. On two business days' notice, Contractor and each subcontractor must make available for inspection the records required to be made and kept by the Act (i) to the Village Page 20 CONTRACT Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) and its officers and agents and to the Director of the Illinois Department of Labor and his or her deputies and agents and (ii) at all reasonable hours at a location within the State. D. Required Provisions Deemed Inserted. Every provision of law required by law to be inserted into this Contract is deemed to be inserted herein. 7.12 Compliance with Patents A. Assumption of Costs, Royalties, and Fees. Contractor will pay or cause to be paid all costs, royalties, and fees arising from the use on, or the incorporation into, the Work, of patented equipment, materials, supplies, tools, appliances, devices, processes, or inventions. B. Effect of Contractor Being Enjoined. Should Contractor be enjoined from furnishing or using any equipment, materials, supplies, tools, appliances, devices, processes, or inventions supplied or required to be supplied or used under this Contract, Contractor must promptly offer substitute equipment, materials, supplies, tools, appliances, devices, processes, or inventions in lieu thereof, of equal efficiency, quality, suitability, and market value, for review by Owner. If Owner should disapprove the offered substitutes and should elect, in lieu of a substitution, to have supplied, and to retain and use, any such equipment, materials, supplies, tools, appliances, devices, processes, or inventions as may by this Contract be required to be supplied, Contractor must pay such royalties and secure such valid licenses as may be requisite and necessary for Owner to use such equipment, materials, supplies, tools, appliances, devices, processes, or inventions without being disturbed or in any way interfered with by any proceeding in law or equity on account thereof. Should Contractor neglect or refuse to make any approved substitution promptly, or to pay such royalties and secure such licenses as may be necessary, then Owner will have the right to make such substitution, or Owner may pay such royalties and secure such licenses and charge the cost thereof against any money due Contractor from Owner or recover the amount thereof from Contractor and its surety or sureties notwithstanding that Final Payment may have been made. 7.13 Time The Contract Time is of the essence of this Contract. Except where otherwise stated, references in this Contract to days is construed to refer to calendar days. 7.14 Severability The provisions of this Contract,will be interpreted when possible to sustain their legality and enforceability as a .whole. In the event any provision of this Contract is held invalid, illegal, or unenforceable by a court of competent jurisdiction, in whole or in part, neither the validity of the remaining part of such provision, nor the validity of any other provisions of this Contract will be in any way affected thereby. Page 21 CONTRACT Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) 7.15 Entire Agreement This Contract sets forth the entire agreement of Owner and Contractor with respect to the accomplishment of the Work and the payment of the Contract Price therefor, and there are no other understandings or agreements, oral or written, between Owner and Contractor with respect to the Work and the compensation therefor. 7.16 Amendments No modification, addition, deletion, revision, alteration or other change to this Contract is effective unless and until such change is reduced to writing and executed and delivered by Owner and Contractor. IN WITNESS WHEREOF, Owner and Contractor have caused this Contract to be executed by their properly authorized representatives in two original counterparts as of the Effective Date. Village of Oak Brook By: A l• N Name: Title: ( A-Z Name: Title: Central Bl ktop Co., Inc. By: Name: ZA Title: Attest: By: LA- Name: p -1 a s e A k Title: S'Z«er(\A- Page 22 CONTRACT Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) STATE OF ILLINOIS ) SS COUNTY OF CONTRACTOR'S CERTIFICATION James H. Loukota, being first duly sworn on oath, deposes and states that all statements herein made are made on behalf of Contractor, that this deponent is authorized to make them, and that the statements contained herein are true and correct. Contractor deposes, states, and certifies that Contractor is not barred from contracting with a unit of state or local government as a result of(i) a violation of either Section 33E-3 or Section 33E-4 of Article 33E of the Criminal Code of 1961, 720 ILCS 5/33E-1 et seq.; or (ii) a violation of the USA Patriot Act of 2001, 107 Public Law 56 (October 26, 2001) (the "Patriot Act") or other statutes, orders, rules, and regulations of the United States government and its various executive departments, agencies and offices related to the subject matter of the Patriot Act, including, but not limited to, Executive Order 13224 effective September 24, 2001. DATED: , 20v Central acktop Co., In . By: Name: Title: d >i{ 4 7� Attest: By: Name: 01r �eNJ ,J Title: Subscribed and Sworn to before me on�p`; �1}f , 20_b My Commission expires: Notary Public (SEAL) "OIL ' Cam.SEAL" SETH J, FUERST Notary Public,State of Illinois My Commission Expires 02/27/18 Page 1 CONTRACTOR'S CERTIFICATION Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) VILLAGE OF OAK BROOK ' • CONTRACT FOR THE CONSTRUCTION OF 2015 STREET IMPROVEMENT PROJECT ATTACHMENT A SUPPLEMENTAL SCHEDULE OF CONTRACT TERMS 1. Proiect: This work consists of the resurfacing or reconstruction of various streets throughout the Village as well as storm sewer improvements, combination curb and gutter replacement, ADA improvements, roadway patching, and thermoplastic pavement markings; all as further described herein. 2. Work Site: These improvements are located in the Village of Oak Brook, Du Page County, Illinois, as more fully described in the Invitation to Bidders, Attachment B, and the 2015 Street Improvement Project Plans. 3. Permits, Licenses, Approvals, and Authorizations: Contractor must obtain all required governmental permits, licenses, approvals, and authorizations, except: DuPage County Highway Permit Illinois Department of Transportation Permit 4. Commencement Date: Ten (10) days after execution of the Contract by Owner. Village anticipates work to start on or before May 26, 2015. 5. Completion Date: October 15, 2015, plus extensions, if any, authorized by a Change Order issued pursuant to Subsection 2.2A of the Contract 6. Insurance Coveralze: Page 1 ATTACHMENT A Viliage of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) Certificates of Insurance shall be presented to Owner 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 Owner will not approve and execute the Contract until acceptable insurance certificates are received and approved by Owner. Each contractor performing any work pursuant to a contract with Owner 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 $25,000, the required limit shall be $1,000,000; 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 Owner. At the option of Owner; either the insurer shall reduce or eliminate such deductible or self- insured retention as respect to Owner, its officers, officials, employees and volunteers-, or the Insured shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses to the extent of such deductible or self-insured retention. The policies shall contain, or be endorsed to contain,the following provisions: D. General Liability and Automobile Liability Coverage - (1) The Owner, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Insured; premises owned, occupied or used by the Insured. The coverage shall contain no special limitations on the scope of protection afforded to the Owner, its officers, officials, employees, volunteers, or agents. Page 2 ATTACHMENT A Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) (2) The Insured's insurance coverage shall be primary insurance as respect to the Owner, its officers, officials, employees, volunteers and agents. Any insurance or self-insurance maintained by the Owner, 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 Owner, its officers, officials, employees, volunteers or agents. (4) The Insured's insurance shall apply separately to each covered parry 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 Owner, its officers, officials, employees, volunteers and agents for losses arising from work performed by the insured for the Owner. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled by either parry, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail has been given to Owner. Each insurance policy shall name the Owner, 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 Owner 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 Owner and shall be subject to approval by the Village Attorney before work commences. The Owner reserves the right to require 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 coverages for subcontractors shall be subject to all of the requirements stated herein. F. Owner's and Contractor's Protective Liability Insurance. Contractor, at its sole cost and expense, must purchase this Insurance in the name of Owner with a combined single limit for bodily injury and property damage of not less than $1,000,000. i i Page 3 ATTACHMENT A i i Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) ® G. Umbrella Policy. The required coverage may be in the form of an umbrella policy above $2,000,000 primary coverage. All umbrella policies must provide excess coverage over underlying insurance on a following-form basis so that, when any loss covered by the primary policy exceeds the limits under the primary policy, the excess or umbrella policy becomes effective to cover that loss. ® H. Owner as Additional Insured. Owner must be named as an Additional Insured on the following policies: Owner's and Contractor's Protective Liability Insurance The Additional Insured endorsement must identify Owner as follows: The Village of Oak Brook and its boards, commissions, committees, authorities, employees, agencies, officers, voluntary associations, and other units operating under the jurisdiction and within the appointment of its budget. ® G. Other Parties as Additional Insureds. In addition to Owner, the following parties must be named as additional insured on the following policies: Additional Insured Policy or Policies Christopher B. Burke Engineering, Ltd. Owner's and Contractor's Protective Liability 7. Contract Price: SCHEDULE OF PRICES A. UNIT PRICE CONTRACT NOTE: If Owner has provided a separate form Schedule of Pricing attached to this Attachment A, then that Schedule of Prices will be used and this Subsection B should not be used. If Owner has not provided a separate form Schedule of Prices,then this Subsection B should be used. For providing, performing, and completing all Work, the sum of the products resulting from multiplying the number of acceptable units of Unit Price Items listed below incorporated in the Work by the Unit Price set forth below for such Unit Price Item: [Deleted] i Page 4 ATTACHMENT A Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) B. Any items of Work not specifically listed or referred to in the Schedule of Prices, or not specifically included for payment under any Unit Price Item, shall be deemed incidental to the Contract Price, shall not be measured for payment, and shall not be paid for separately except as incidental to the Contract Price, including without limitation extraordinary equipment repair, the cost of transportation, packing, cartage, and containers, the cost of preparing schedules and submittals, the cost or rental of small tools or buildings, the cost of utilities and sanitary conveniences, and any portion of the time of Contractor, its superintendents, or its office and engineering staff. 8. Progress Payments: A. General. Owner must pay to Contractor 90 percent of the Value of Work, determined in the manner set forth below, installed and complete in place up to the day before the Pay Request, less the aggregate of all previous Progress Payments. The total amount of Progress Payments made prior to Final Acceptance by Owner may not exceed 90 percent of the Contract Price. B. Value of Work. The Value of the Work will be determined as follows: (1) Lump Sum Items. For all Work to be paid on a lump sum basis, Contractor must, not later than 10 days after execution of the Contract and before submitting its first Pay Request, submit to Owner a schedule showing the value of each component part of such Work in form and with substantiating data acceptable to Owner ("Breakdown Schedule"). The sum of the items listed in the Breakdown Schedule must equal the amount or amounts set forth in the Schedule of Prices for Lump Sum Work. An unbalanced Breakdown Schedule providing for overpayment of Contractor on component parts of the Work to be performed first will not be accepted. The Breakdown Schedule must be revised and resubmitted until acceptable to Owner. No payment may be made for any lump sum item until Contractor has submitted, and Owner has approved, an acceptable Breakdown Schedule. Owner may require that the approved Breakdown Schedule be revised based on developments occurring during the provision and performance of the Work. If Contractor fails to submit a revised Breakdown Schedule that is acceptable to Owner, Owner will have the right either to suspend Progress and Final Payments for Lump Sum Work or to make such Payments based on Owner's determination of the value of the Work completed. (2) Unit Price Items. For all Work to be paid on a unit price basis, the value of such Work will be determined by Owner on the basis of the actual number of acceptable units of Unit Price Items installed and complete in place, multiplied by the applicable Unit Price set forth in i Page 5 ATTACHMENT A Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) the Schedule of Prices. The actual number of acceptable units installed and complete in place will be measured on the basis described in Attachment B to the Contract or, in the absence of such description, on the basis determined by Owner. The number of units of Unit Price Items stated in the Schedule of Prices are Owner's estimate only and may not be used in establishing the Progress or Final Payments due Contractor. The Contract Price will be adjusted to reflect the actual number of acceptable units of Unit Price Items installed and complete in place upon Final Acceptance. C. Application of Payments. All Progress and Final Payments made by Owner to Contractor will be applied to the payment or reimbursement of the costs with respect to which they were paid and will not be applied to or used for any pre- existing or unrelated debt between Contractor and Owner or between Contractor and any third party. 9. Per Diem Administrative Charge: $1,000 per day after October 15, 2015. 10. Standard Specifications: The Contract includes the following Illinois Department of Transportation standard specifications, each of which are incorporated into the Contract by reference: "State of Illinois Standard Specifications for Road and Bridge Construction" (SSRB) "Standard Specifications for Water and Sewer Main Construction in Illinois" (SSWS) "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD). The Contract also includes Owner's Village Code and Building Codes. References to any of these manuals, codes, and specifications means the latest editions effective on the date of the bid opening. See Attachments for any special project requirements. i i i I i i Page 6 ATTACHMENT A Ii I {s OF OAi, Schedule of Prices o I Route Varies County Dupage s Local Agency Village of Oak Brook efl , Section 140543 RETURN WITH BID (For complete information covering these items, see plans and specifications) Item. Items Unit Quantity Unit Total No. Price TREE REMOVAL (6 TO 15 UNITS DIAMETER) UNIT 20100110 60 -30• OD go C7. n1) 20100210 TREE REMOVAL (OVER 15 UNITS DIAMETER) UNIT 57 3 6®o Z,06-2,0-0 TEMPORARY FENCE FOOT 20101000 1000 7- o o 7 oo®•o c) TREE ROOT PRUNING EACH 20101200 12 /pp°©a 200.dn� 20101300 TREE PRUNING (1 TO 10 INCH DIAMETER) EACH 50 5-0.00 5-0 0.0a 20201200 REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL CU YD 1145 3�0 0 L✓4, 076,c�c� 20800150 TRENCH BACKFILL CU YD 195 '90, 00 g,l��•pt� 21101615 TOPSOIL FURNISH AND PLACE, 4" SQ YD 2150 �' 00 Q 6pe7-�c� 25200200 SUPPLEMENTAL WATER UNIT 120 /OC).C)O I Z, oan•av 2800051.0 INLET FILTERS EACH 50 /3O.�c� �, 6-00.0 e) 30300001 AGGREGATE SUBGRADE IMPROVEMENT CU YD 1355 3SO 0 �✓?gZS:o� 35101400 AGG BASE COURSE TYPE B 6" SQ YD 4075 oO yzi �3Zs'v 42400800 DETECTABLE WARNINGS SQ FT 80 �s�o 3 Loo•n� 44000161 HOT-MIX ASPHALT SURFACE REMOVAL, 3" SQ YD 58535 Z iSQ,Z31V•7 i 44000165 HOT-MIX ASPHALT SURFACE REMOVAL, 4" SQ YD 16433 Z s �i �5�0•Z - 44000169 HOT-MIX ASPHALT SURFACE REMOVAL, 5" SQ YD 4019 6 2 S 44300200 STRIP REFLECTIVE CRACK CONTROL TREATMENT FOOT 5800 p Z� I f Page 1 SCHEDULE OF PRICES Cr QAk Schedule of Prices Route Varies f County Dupage } J Local Agency Village of Oak Brook CO Section 140543 RETURN WITH BID (For complete information covering these items, see plans and specifications) Item. Items Unit Quantity nit Total No. y Price 48100100 AGGREGATE SHOULDERS, TYPE A TON 100 410.0O 00 0.0-D 48100500 AGGREGATE SHOULDERS, TYPE A, 6" SQ YD 3720 00 g019M4 c>0 54213657 PRECAST REINFORCED CONCRETE FLARED END SECTIONS 12" EACH 3 )��ISO•� ��35`o.ac� 60107800 PIPE UNDERDRAINS 8" FOOT 480 �70.cao 33 Cop .�n 60236100 INLET, TYPE A, TYPE 6 FRAME & GRATE EACH 5 z,/on-cn 10,5-00.0-0 60236200 INLET, TYPE A, TYPE 8 FRAME & GRATE EACH 2 ji36Q00 '0D 60240301 Z No.eo Z ?s?a 0 p INLET, TYPE B, TYPE 8 FRAME & GRATE EACH 1 60403700 LIDS, TYPE 1, OPEN LID EACH 2 ��•�� ©®.C�Z? 60406100 3 /5 p•'c�a FRAMES AND LIDS, TYPE 1, CLOSED LID EACH 10 70300100 SHORT TERM PAVEMENT MARKING FOOT 28700 70300220 TEMPORARY PAVEMENT MARKING - LINE 4" FOOT 28700 0,0 / THERMOPLASTIC PAVEMENT MARKING - LETTERS & 78000100 SYMBOLS SQ FT 340 3.Z5- �� joy°O 78000200 THERMOPLASTIC PAVEMENT MARKING - LINE 4" FOOT 35920 78000400 THERMOPLASTIC PAVEMENT MARKING - LINE 6" FOOT 3160 D. 5 3,oOZ.00 78000600 THERMOPLASTIC PAVEMENT MARKING - LINE 12" FOOT 192 1- S(? 36�° �0 78000650 THERMOPLASTIC PAVEMENT MARKING - LINE 24" FOOT 380 1, 33p.0o 78100100 RAISED REFLECTIVE PAVEMENT MARKER EACH 50 Page 2 SCHEDULE OF PRICES t OF GAe x a- o Schedule of Prices OY Route Vanes r r tV County Dupage Local Agency Village of Oak Brook Section 140543 CC)UN1`f, RETURN WITH BID (For complete information covering these items, see plans and specifications) Item. Pr ice Items No. Unit Quantity Unit Total 78300200 RAISED REFLECTIVE PAVEMENT MARKER REMOVAL EACH 50 0,6 0 6"00.O.D 85000200 MAINTENANCE OF EXISTING TRAFFIC SIGNAL EACH 3 /�56Q.c10 55c►�i•00 87900200 DRILL EXISTING HANDHOLE EACH 4 88600100 DETECTOR LOOP, TYPE 1 FOOT 1200 P67. 2 d va,co Z0013798 CONSTRUCTION LAYOUT L SUM 1 46,-006- 16-1000 ov Z0018400 DRAINAGE STRUCTURE TO BE ADJUSTED EACH 87 70.00 ZI 0,1 5 1/%r,C)O X7010216 TRAFFIC CONTROL AND PROTECTION, SPECIAL L SUM 1 1 36TOoo.c ?S"000.00 PORTLAND CEMENT CONCRETE DRIVEWAY REMOVAL XX003435 AND REPLACEMENT SQ YD 510 6,7.00 3Z,. /50.o0 XX005694 CLEARING SQ FT 3600 2,00 HOT-MIX ASPHALT DRIVEWAY REMOVAL AND XX006947 REPLACEMENT SQ YD 675 �Q,n Q `�'� S'n®•oc� N/A BRICK DRIVEWAY REMOVAL AND REPLACEMENT SQ YD 360 670 Z3,y,x,,10 PORTLAND CEMENT CONCRETE SIDEWALK REMOVAL NA AND REPLACEMENT, 5 INCH (SPECIAL) SQ FT 1000 S•Ca ov COMB CURB AND GUTTER REMOVAL AND N/A REPLACEMENT SPECIAL FOOT 10400 Z 3,0 O N/A SODDING (SPECIAL) SQ YD 2205 9.00) 10; Fg5.o N/A SEEDING (SPECIAL) SQ YD 1000 Z.5`0 7.6_00-0a N/A MULCH (SPECIAL) SQ YD 1000 0 o 3,QQ0°CM 3000 N/A CLASS D PATCH 4", SPECIAL SQ YD �Z•©o 96, 006-00 Page 3 SCHEDULE OF PRICES OF OA Schedule of Prices Route Varies '� County Du a e Local Agency Village of Oak Brook F CO 0 ,I Section 140543 RETURN WITH BID (For complete information covering these items, see plans and specifications No.m" Items Unit Quantity Price Total N/A CLASS D PATCH 6", SPECIAL SQ YD 2805 Z15-00 /Z6 Z�S;c3 N/A CLASS D PATCH 9", SPECIAL SQ YD 185 6 12,0Lb%0b N/A DRAINAGE STRUCTURE TO BE REMOVED EACH 1 S5 c o Coo.ov INLET, TYPE A, WITH NEW FRAME AND GRATE (NEENAH N/A R-3501-024) EACH 7 N/A STORM SEWERS, PVC, SDR-18, 8" FOOT 315 'Z:®a N/A STORM SEWERS, PVC, SDR-18, 12" FOOT 120 N/A STORM SEWERS, 8" (DIRECTIONAL BORE) FOOT 35 ZZ4.oa 7,94aoz) N/A TIE NEW STORM SEWER INTO EXISTING STRUCTURE EACH 11 -*V'00 13, 800,00 N/A CORE HOLE INTO EXISTING RCP CULVERT EACH 1 '7 6p,oz) 960,Oc N/A REPAIR LAWN DRAIN AT 25 SHEFFIELD L SUM 1 J vCY®.p0 `5'00000 N/A CURB REMOVAL AND REPLACEMENT TYPE B, 6" FOOT 750 ZZ;0C) 46,45-6o.oa N/A DITCH REGRADING SQ FT 11000 7,saa.vo N/A TRENCH DRAIN REMOVAL AND REPLACEMENT FOOT 80 3C�D.o ��,�� ,v N/A FULL DEPTH PAVEMENT REMOVAL, 10 1/2" SQ YD 1275 )57®o 71?i IZ 5,00 N/A FULL DEPTH PAVEMENT REMOVAL, 12" SQ YD 2552 /�_t7 ��'49g ocz) N/A NON-TRACKING BITUMINOUS MATERIALS (PRIME COAT) LBS 57155 C7 N/A LEVEL BINDER COURSE N50, SPECIAL TON 3828 Vel- -3SP N/A HMA BINDER COURSE IL-19.0 N50, SPECIAL TON 3536 .D© 061, C(q..a Page 4 SCHEDULE OF PRICES A, � Scheduie of Prices Route Varies f;C- �.� . f County Dupage Local Agency Village of Oak Brook CO trtI Section 140543 RETURN WITH BID For complete information covering these items, see plans and specifications) Item. Items Unit Quantity Pr ce Total N/A HMA SURFACE COURSE"D" N50, SPECIAL TON gegg 7�d 75Gr Szz.cc Bidder's Proposal for making Entire Improvements. ���tZR,`�3d•� Page 5 SCHEDULE OF PRICES OAk -- �.f 0 Schedule of Prices O r 1� Route Varies .. -'j County Dupage G ` Local Agency Village of Oak Brook Section 140543 coli The undersigned further agrees that if awarded the contract for the sections contained in the following combinations, he will perform the work in accordance with the requirements of each individual proposal for the multiple bid specified in the schedule below. Schedule of Multiple Bids Combination Letter Sections Included in Combination Total BLR 12222(Rev. 4/01109) i i i I i Page 6 SCHEDULE OF PRICES 'a Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) Detailed Specifications are contained in this ATTACHMENT B In the event that any conflict exists with any part or parts of the various contract documents, the following order shall govern: I. Plans shall take precedence, then 2. Special Provisions, then 3. Village of Oak Brook"Public Works Construction Standards", then 4. Standard Specifications/Standard Drawings Page 1 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) VILLAGE OF OAK BROOK STATE OF ILLINOIS 2015 Street Improvement Project The following Specifications and other provisions together with Special Provisions, and all provisions contained in this Bid Package, shall govern the construction of the proposed improvement and are a part of the Contract. A. "Standard Specifications for Road and Bridge Construction", adopted January 1 st, 2012, published by the Illinois Department of Transportation (IDOT). B. "Supplemental Specifications and Recurring Special Provisions", adopted January 1 st, 2015, published by IDOT. C. "Bureau of Local Roads and Streets, Special Provisions and Specifications", published by IDOT. D. "Bureau of Design and Environment, Special Provisions", adopted subsequent to issuance of Supplemental Specifications and Recurring Special Provisions. E. "Manual on Uniform Traffic Control Devices for Streets and Highways", adopted by IDOT. Before submitting the proposal, bidders should read all the above mentioned documents along with the Special Provisions and familiarize themselves with all requirements of same. Before submitting proposals, bidders should visit the site of the proposed work, verify all site conditions and also conditions under which said work must be conducted. Submission of a Proposal implies that the bidder is fully conversant with all requirements of Standard Specifications, Special Provisions, Standard Drawings, and site conditions. No claim for additional compensation will be considered or paid because of the Contractor's negligence or failure to be so informed. Page 2 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) ATTACHMENT B TABLE OF CONTENTS DEFINITION OF TERMS................................. CLARIFICATION OF CONTRACT DOCUMENTS..........................................................6 PERMIT....................................................................................................................................7 CONTRACTTIME..................................................................................................................7 SURVEY CONTROL POINTS...............................................................................................8 VANDALISM ...........................................................................................................................8 MAINTENANCE OF ROADWAYS......................................................................................8 PUBLIC CONVENIENCE AND SAFETY............................................................................9 CHANGE IN SCOPE OF WORK..........................................................................................9 USE OF FIRE HYDRANTS....................................................................................................9 MAILBOXES..........................................................................................................................10 CLEAN CONSTRUCTION AND DEMOLITION DEBRIS (CCDD)..............................10 SUBSURFACE EXPLORATION DATA............................................................................10 SITE INVESTIGATION AND CONDITIONS AFFECTING WORK............................10 NOISE......................................................................................................................................11 USE OF HEAVY EQUIPMENT, TOOLS; RESTRICTIONS..........................................11 PAVEMENTCORES ............................................................................. .............................12 SUPPLEMENTAL WATERING......................................................:...................................12 INLETFILTERS....................................................................................................................13 CONSTRUCTIONLAYOUT...............................................................................................13 DRAINAGE STRUCTURE TO BE ADJUSTED ...............................................................15 PORTLAND CEMENT CONCRETE DRIVEWAY REMOVAL AND REPLACEMENT, BRICK DRIVEWAY REMOVAL AND REPLACEMENT OR Page 3 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) HOT-MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT ....................16 PORTLAND CEMENT CONCRETE SIDEWALK REMOVAL AND REPLACEMENT, 5 INCH, SPECIAL................................................................................17 COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT (SPECIAL)..............................................................................................18 SODDING, SPECIAL............................................................................................................19 SEEDING, SPECIAL......................................................................................•......................20 MULCHING, SPECIAL........................................................................................................20 CLASS D PATCHES (SPECIAL) ........................................................................................20 DRAINAGE STRUCTURES TO BE REMOVED .............................................................21 INLETS ....................................................................................................................................21 STORM SEWER PVC (OF THE SIZE SPECIFIED)........................................................22 STORM SEWER, 8 (DIRECTIONAL BORE).................................................................22 TIE NEW STORM SEWER INTO EXISTING STRUCTURE........................................24 CORE HOLE IN EXISTING RCP CULVERT..................................................................24 REPAIR LAWN DRAIN AT 25 SHEFFIELD....................................................................24 CONCRETE CURB REMOVAL AND REPLACEMENT TYPE B, 6 INCH.................25 DITCHREGRADING...........................................................................................................26 TRENCH DRAIN REMOVAL AND REPLACEMENT...................................................27 HOT-MIX ASPHALT SURFACE REMOVAL (TO THE DEPTH SPECIFIED)..........28 HOT-MIX ASPHALT PAVEMENTS, SPECIAL.........................:....................................29 LEVELING BINDER (MACHINE METHOD), N50, SPECIAL......................................29 HOT-MIX ASPHALT SURFACE COURSE, MIX "D", N50, SPECIAL .......................29 HOT-MIX ASPHALT BINDER COURSE, IL-19.0, N50, SPECIAL...............................29 HOT-MIX ASPHALT—PRIME COAT (BMPR) ..............................................................30 TRAFFIC CONTROL AND PROTECTION......................................................................33 Page 4 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) TRAFFIC CONTROL PLAN...............................................................................................39 SPECIALCONDITIONS......................................................................................................40 Page 5 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) VILLAGE OF OAK BROOK STATE OF ILLINOIS SPECIAL PROVISIONS FOR 2015 STREET IMTROVEMENT PROJECT The following Special Provisions supplement the "Standard Specifications for Road and Bridge Construction", adopted January 1, 2012 (hereinafter referred to as the "Standard Specifications"); the latest edition of the "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" in effect on the date of invitation for bids; and the "Supplemental Specifications and Recurring Special Provisions", adopted January 1, 2015, indicated on the Check Sheet included herein; all of which apply to and govern the construction of: 2015 STREET IMPROVEMENT PROJECT for the Village of Oak Brook, Illinois. These special provisions included herein apply to and govern the proposed improvement designated as 2015 STREET IMPROVEMENT PROJECT and in case of conflict with any part or parts of said specifications; said special provisions shall take precedent and shall govern. DEFINITION OF TERMS In addition to the definitions included in Section 101 of the "Standard Specifications for Road and Bridge Construction", adopted January 1, 2012 the following should be added: Engineer - shall be the firm of Christopher B. Burke Engineering, Ltd. as Engineer employed by the Owner. Owner- shall be the Village of Oak Brook. Municipality - shall be the Village of Oak Brook. Department- shall be the Village of Oak Brook. Village - shall be the Village of Oak Brook. CLARIFICATION OF CONTRACT DOCUMENTS Requests for interpretations of the Bid Documents shall be made in writing, email or via telephone, and shall be received at least five (5) days prior to the big opening. All interpretations and supplemental instructions will be in the form of written addenda to the Bid Documents. Page 6 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) A copy of such addendum will be mailed to all BIDDERS who register with the VILLAGE. In order to register with the Village, BIDDERS must send notice to: Rania Serences, Senior Purchasing Assistant Butler Government Center 1200 Oak Brook Road Oak Brook,IL 60523 BIDDERS will provide written acknowledgment of receipt of each addendum issued with the bid submission. Failure to acknowledge receipt of the addenda may be cause for rejection for the BID. The information shall also be placed on file and be made available to the public per the Freedom of Information Act. Oral explanations will not be made. No addenda shall be issued later than three (3) working days prior to bid opening date. STREET IMPROVEMENTS STREET FROM TO Lincoln Road 31"t Street Terminus Natoma Drive and Natoma Court Spring Road Terminus Spring Road 31st Street York Road Butler Government Center Parking Lot NA NA Swift Drive Start Terminus Windsor Drive West 22"d Street Swift Drive Bliss Drive Windsor Drive Terminus YORK WOODS SUBDIVISION IMPROVEMENTS STREET FROM TO Brighton Lane Start Terminus Bradford Lane Windsor Drive Sheffield Lane Hunt Club Lane Bradford Lane Terminus Hunt Club Drive Hunt Club Lane 31St Street Windsor Drive Dover Drive York Road Stafford Lane Dover Drive Terminus Dover Drive York Road Windsor PERMIT IDOT and DuPage County Highway Permits will be required for work completed at Windsor / 22 nd Street and York/ Spring Road respectively. CONTR CT TIlVIE For this contract, all work including punch list items shall be completed by October 15, 2015. Page 7 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) Should the Contractor fail to complete the work as stipulated above, the Contractor shall be liable to reimburse the Owner in accordance with Article 108.09, Failure to Complete the Work on Time. SURVEY CONTROL POINTS The provisions of Article 105.09 of the Standard Specifications shall be modified so that the Contractor will be responsible for all layout, staking and other activities required to establish the location, alignment, elevations and grade of work. The Contractor shall assume full responsibility for all dimensions and elevations required to construct the work in accordance with the details shown on the plans. The Engineer will be available to assist the Contractor in interpretation of the plans and layout operations. In the event any questions arise to the proposed location of any work element or the intent of the plans, the Contractor shall advise the Engineer of such issues prior to the execution of any construction operations. This work will not be measured or paid for separately but shall be considered as included in and incidental to the various payment items provided for herein. VANDALISM Special attention is called to the Special Provision for."Inspection" as well as Article 107.30 of the "Standard Specifications". Any defaced work shall be corrected or replaced by the Contractor at Contractor's sole expense prior to final payment. The Village of Oak Brook shall cooperate with the Contractor to minimize vandalism, but the Contractor shall be ultimately responsible to correct any damage. The Village will not be responsible for the security of the work site in this regard, other than normal patrolling and response to emergencies. The cost of additional security required to meet this provision shall be solely the Contractor's responsibility. MAINTENANCE OF ROADWAYS 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. Page 8 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) PUBLIC CONVENIENCE AND SAFETY In addition to the requirements of Article 107.09 of the "Standard Specifications for Road and Bridge Construction", the Contractor shall maintain entrances and side roads along the proposed improvement; interference with traffic movements and inconvenience to owners of abutting property and public shall be kept to a minimum. Any delays or inconveniences caused the Contractor by complying with these requirements shall be considered as incidental to the contract, and no additional compensation will be allowed. The Contractor is to plan his work so that there will be no open holes in the pavement and that all barricades will be removed from the pavement during non-work hours. During all construction operations, the Contractor will be required to provide, erect and maintain proper signage and barricades plus provide flagmen as necessary for safe traffic control. All provisions relating to traffic control, signage, barricades and the use of flagmen shall be subject to the approval and the direction of the Engineer. The Contractor will not be allowed to close any street to through travel without the prior approval of the Engineer. The Contractor will be required to provide all warning signs, barricades,traffic cones, flagmen and other appurtenances as the Engineer deems necessary to guarantee the safety of motorists and pedestrians during construction. This work will not be paid for separately but shall be considered as incidental to the Contract and no extra compensation will be allowed. CHANGE IN SCOPE OF WORK The Village reserves the right to decrease the contract quantities in order to meet budgetary constraints. No compensation will be allowed to the Contractor for decrease in quantities and anticipated profits. USE OF FIRE HYDRANTS In addition to the requirements of Article 107.18 of the Standard Specifications, construction water must be obtained from a tank truck and not from municipal fire hydrants. Arrangements for filling a tank truck shall be made with the Village of Oak Brook Public Works Department, 300') Jorie Boulevard, Oak Brook, Illinois. Page 9 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) MAILBOXES Adjacent to the construction operations (not limited to grinding, paving, driveway work, curb and gutter removal and replacement) and off the back of curb are decorative mailbox structures. It shall be the Contractor's responsibility to protect these decorative mailboxes while performing work adjacent to them. The cost to protect these mailboxes shall be included in the overall cost of the contract and will not be measured and paid for separately. Any damage to these mailboxes caused by the Contractor during the contract shall be repaired by the Contractor to the satisfaction of the Engineer and at no additional cost to the Village or Resident. CLEAN CONSTRUCTION AND DEMOLITION DEBRIS (CCDD) The Village shall provide the contractor with an Uncontaminated Soil Certification form LPC 663 and is not aware of any contaminated soils. The Village will assume responsibility for reasonable extras, if contaminated soils exist, but will not assume responsibility for failed attempts to deliver contaminated soils to a CCDD dump site. SUBSURFACE EXPLORATION DATA Limited investigation of subsurface conditions at the proposed site of Work has been made for the purpose of design. The Village of Oak Brook, Testing Service Corporation, and Christopher B. Burke Engineering, Ltd. assume no responsibility whatsoever with respect to the sufficiency or accuracy of these preliminary investigations, nor their interpretation, and there is no guarantee, either expressed or implied that conditions indicated are representative of those existing throughout the Work or any part of it, or that unforeseen developments may occur. SITE INVESTIGATION AND CONDITIONS AFFECTING WORK The BIDDER acknowledges that, prior to submission of its bid, it has taken steps necessary to ascertain the nature and location of the Work, and that it has investigated, confirmed, verified as correct and satisfied itself as to the general and local conditions which can affect the Work or its costs, including but not limited to (1) location and load capacity of existing roadways, utilities, corresponding pavement, shoulders, curb and gutter, sanitary sewer, storm sewers, and water main, bearing upon transportation, disposal, handling and storage of materials; (2) the availability of labor, water, electric power and roads; (3) uncertainties of weather, river stages, tides, or similar physical conditions at the site; (4) the conformation and conditions of the ground and existing detention ponds; (5) the character of equipment and facilities needed prior to and during work performance; (6) subsurface conditions at the site of Work, (7) the quantities and qualities of all materials, equipment, and labor set forth in Bid Proposal, plans and drawings and specifications that are necessary to complete all of the Work as required Page 10 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) under the Contract Documents; and (8) the location, condition, compatibility, configuration of all existing utilities and infrastructure. The BIDDER also acknowledges that it has verified as correct, confirmed and satisfied itself as to the character, quality and quantity of surface and subsurface materials, obstacles or conditions to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, including all exploratory work done, if any, as well as from the drawings, plans and specifications made a part of the bidding documents. The BIDDER further acknowledges that it has reviewed, investigated, confirmed, verified as correct and satisfied itself as to the geotechnical report. Any failure of the BIDDER to take the actions described and acknowledged in this paragraph will not relieve the BIDDER from responsibility for estimating properly the difficulty and cost of successfully performing the Work, or for proceeding to successfully perform the Work without additional expense to the OWNER. Christopher B. Burke Engineering, Ltd. and OWNER assume no responsibility for any conclusions or interpretations made by the BIDDER based on information made available by Christopher B. Burke Engineering, Ltd. or the OWNER of the project. Nor do the OWNER or Christopher B. Burke Engineering, Ltd. assume responsibility for any understanding reached or representation made concerning conditions which can affect the Work by any of its officers or agents before the acceptance of the bid offer and execution of the contract, unless that understanding or representation is expressly stated in this contract. NOISE A. It shall be unlawful for any person to make, continue to cause to be made or continue any loud, unnecessary,prolonged or unusual noise which disturbs the peace of others. B. Any person who shall, without prior authorization by the President and Board of Trustees, operate or cause, permit or allow to be operated upon any public street in the Village any mechanically operated piano, phonograph or other musical instrument, radio or similar mechanical or electrical device or wind instrument or noise-making device of any character whatsoever, for the purpose of advertising any goods, wares, merchandise or other articles for sale, barter or exchange, or for the purpose of attracting attention, or of inviting the patronage of any person to any business whatsoever, shall be deemed guilty of an offense against the Village. (Ord. G-577, 10-22-1996) USE OF HEAVE'EQUIPMENT, TOOLS, RES'TRIC'TIONS Except as provided in subsections B, C and D of this Section, no person or entit;7 may use "heavy equipment" in residential areas except between seven o'clock (7:00) A.M. and six o'clock (6:00) P.M. Monday through Friday and between eight o'clock (8:00) A.M. and five o'clock (5:00) P.M. on Saturdays and Sundays; and in commercial areas except between six o'clock (6:00) A.M. and six o'clock (6:00) P.M. Monday through Friday and between six o'clock (6:00) A.M. and six o'clock (6:00) P.M. on Saturdays and Sundays; provided, however, that such equipment shall not be used at any time on Federal holidays. For purposes of this Section, "heavy equipment" shall mean bulldozers, jackhammers, pile drivers, power Page 11 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) hammers, chain saws, graders, riveters, earth movers, tree and stump grinders, trenchers, cement mixers, tractors, power hoists or derricks,demolition balls, power shovels, trucks, and power equipment on wheels or traction chains, or other similar equipment, but shall not include garbage trucks which are governed by separate agreement within the Village. A. Other Tools: Tools other than heavy equipment may be used at any time within a fully enclosed structure; any use of such tools outside a fully enclosed structure shall be prohibited between the hours of eight o'clock (8:00) P.M. and eight o'clock (8:00) A.M., except as provided in subsections B, C and D of this Section. B. Emergencies:. The limitations stated in this Section shall not apply in any situation which requires heavy equipment or other tools in emergencies to assist or avoid a problem related to health or to safety of persons or property, or to sewer, water, power, utility, or telephone interruptions. C. Work by Public Agencies: The limitations stated in this Section may be waived by the Board of Trustees by resolution for work undertaken by any public body or agency for the benefit of the public. The Board of Trustees may attach to any such waiver all conditions it deems necessary to protect the public health, safety or welfare. D. Waiver: The limitations stated in this Section may be waived by the Village Manager in areas of the Village zoned for nonresidential uses pursuant to the Village zoning ordinance; provided, however, that no such waiver shall be granted unless the Village Manager finds that: 1. The party seeking the waiver will suffer a unique or unusual hardship unless the waiver is granted; and 2. The granting of a waiver will not cause a substantial or undue adverse impact upon adjacent property or upon the public health, safety and welfare. The Village Manager may attach to such waiver all conditions he deems necessary to protect the public health, safety or welfare. PAVEMENT CORES The Village of Oak Brook performed pavement cores on all streets which are to be rehabilitated under this contract. A copy of the geotechnical testing report has been included in ATTACHMENT D. SUPPLEMENTAL WATERING Description. This work shall consist of applying additional water to newly sodded areas as directed by the ENGINEER in accordance with Section 252 of the Standard Specification. I Page 12 ATTACHMENT B VdIage of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) Water shall be applied at a rate of 15 L/sq m (3 gal/sq yd) or as directed by the ENGINEER. The CONTRACTOR shall provide the meter readings of the usage of water on a daily basis to the ENGINEER. Method of Measurement and Basis of Payment. This work shall be calculated and paid for at the contract unit price per unit of SUPPLEMENTAL WATERING based on the amount sod installed which includes all labor, material and equipment. INLET FILTERS This item shall consist of furnishing inlet filter baskets for all open frame inlets, maintain for the duration of the project. Method of Measurement and Basis of Payment: This work will be paid for at the contract unit each price for INLET FILTERS which shall include all equipment, materials and labor to perform the described.work. CONSTRUCTION LAYOUT The Contractor shall be required to furnish and place construction layout stakes for this project. The Engineer will provide adequate reference points to the centerline of survey and benchmarks as shown in the plans and listed herein. Any additional control points set by the Engineer 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 of the work. Stakes for line and grade of pavement and/or curb shall be set at sufficient station intervals (not to exceed 15 m (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 substantially conform to the lines, grades, elevations and dimensions called for in the plans. Any inspection of 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 dimension, grades and elevations of the several parts of the work. The Contractor shall exercise care in the preservation of stakes and benchmarks and shall have them reset at his/her expense when any are damaged, lost, displaced or removed or otherwise obliterated. Responsibility of the Engineer Page 13 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) a. The Engineer will locate and reference the centerline of all roads and streets except interchange ramps. The centerline of private entrances and short street intersection returns will not be located or referenced by the Engineer. Locating and referencing the centerline of survey will consists of establishing and referencing the control points of the centerline of surveys such s PC's, PT's and as many POT's as are necessary to provide a line of sight. b. Benchmarks will be established along the project outside of the construction lines not exceeding 300 m (1,000 ft.) intervals horizontally and 6 m (20 ft.) Vertically. C. Stakes set for (a) and (b) above will be identified in the field to the Contractor. d. The Engineer will make random checks of the Contractor's staking to determine if the work is in substantial conformance with the plans. . Where the Contractor's work will tie into work that is being or will be done by others, checks will be made to determine if the work is in conformance with the proposed overall grade and horizontal alignment. e. The Engineer will set all stakes for utility adjustment for building fences along the right of way line by parties other than the Contractor. f. The Engineer will make all arrangements and take all cross sections from which the va*us pay items are to be measured. A g. Where the Contractor, in setting construction stakes, discovers discrepancies, the Engineer will check to determine their nature and make whatever revisions are necessary in the plans, including the recross sectioning of the area involved. Any additional restaking required by the Engineer will be the responsibility of the Contractor. The additional restaking done by the Contractor will be paid for in accordance with 109.04 of the Standard Specifications. h. The Engineer will accept responsibility for the accuracy of the initial control points as provided herein- i. It is not the responsibility of the Engineer, except as provided herein, to check the correctness of the Contractor's stakes; however, any errors that are apparent will be immediately called to the Contractor's attention and s(he) shall be required to make the necessary correction before the stakes are used for construction purposes. j. Where the plan quantities for excavation are to be used as the final pay quantities, the Engineer will make sufficient checks to determine if the work has been completed in substantial conformance with the plan cross sections. Responsibility of the Contractor Page 14 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) a. The Contractor shall establish from the given survey points and benchmarks all the control points necessary to construct the individual project elements. S(he) shall provide the Engineer adequate control in close proximity to each individual element to allow adequate checking of construction operations. This includes, but is not limited to, line and grade stakes, line and grade nails in form work; and/or filed or etched marks in substantially completed construction work. It is the Contractor's responsibility to tie in centerline control points in order to preserve them during construction operations. b. At the completion of the grading operations, the Contractor will be required to set stakes at 30 m (100 ft.) station intervals along each profile grade line. These stakes will be used for final cross sectioning by the Engineer. C. All work shall be in accordance with normally accepted self-checking surveying practices. Field notes shall be kept in standard survey field notebooks and those books shall become the property of the Engineer at the completion of the project. All notes shall be neat, orderly and in accepted form. d. For highway structure staking, the Contractor shall use diligent care and appropriate accuracy. Points shall be positioned to allow reuse throughout the construction accuracy. Prior to the beginning of construction activities, all structure centerlines and pier lines are to be established by the Contractor and checked by the engineer. The Contractor shall provide a detailed structure layout showing span dimensions, staking lines and offset distances. Measurement and Payment. This item will be paid for at the contract lump sum price for CONSTRUCTION LAYOUT, which prices shall be payment in full for all services, materials, labor and other items required to complete the work. DRAINAGE STRUCTURE TO BE ADJUSTED Description. This work shall consist of adjusting valve vaults, catch.basins, manholes and inlets with a new frame and grate where specified and patching of adjacent pavement as required, in accordance with Section 602 and Section 442 of the Standard Specifications and as specified herein. For structures on radii, Contractor shall be responsible for offsetting the existing back of curb to assure that the new frame is placed in the same location. Rubber adjustment rings are to be used on all structure adjustments. Infra-Riser `Multi- Purpose Rubber Adjustment Risers' or an approved equal are to be used. Construction adhesive will be placed between each ring and below the frame. Page 15 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) The patching shall match the type and cross section of the adjacent pavement. The pavement shall be saw cut the full depth of the pavement to ensure square and sturdy edges prior to the placement of the patch. This work will be incidental to the cost of this item and will not be paid for separately. Type 1 frame, closed lid shall be used on structures as indicated. Lids for storm inlets shall have the word "STORM" cast into them. Neenah R-3501-D2A or Type 6 frames shall be used on structures in the curb line as indicated.on the plans. Basis of Payment. This work will be measured and paid for at the contract unit price per each for DRAINAGE STRUCTURE TO BE ADJUSTED. PORTLAND CEMENT CONCRETE DRIVEWAY REMOVAL AND _REPLACEMENT,BRICK DRIVEWAY REMOVAL AND REPLACEMENT or HOT- MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT Description. This work shall consist of patching existing HMA or P.C.C. driveway pavement at locations as directed by the Engineer, in accordance with Sections 301, 351, 406 and 423 of the Standard Specifications and as specified herein or replacement of brick driveway. Construction Requirements. The Contractor shall remove existing driveway pavement (concrete or asphalt-not aggregate base) and, if necessary, excavate in accordance with Sections 440 and 202 of the Standard Specifications in order to achieve appropriate finished grades. In areas adjacent to new curb, Contractor shall add Stone (CA-6) where necessary and had compact prior to the placement of PCC or asphalt. The proposed driveway patching shall consist of: A) 6" Portland Cement Concrete and 3" Aggregate Base Course, Type B if the existing driveway is P.C.C.; or B) 4" Hot-Mix Asphalt Surface Course, Mix "C", N50 and 5" Aggregate Base Course, Type B if the existing driveway is Hot-Mix Asphalt; or C) Replace existing brick and 3" of sand in identical pattern if the existing driveway is Brick. If brick is cracked or damaged, the contractor is responsible for replacing with similar size and color brick. Page 16 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) All sawcutting; driveway pavement removal; preparation and compaction of the existing stone base; 4" Hot-Mix Asphalt Surface Course, Mix "C", N50, Brick and P.C.C. Driveway. pavement will not be paid for separately but shall be included in this pay item. Method of Measurement and Basis of Payment. This work will be measured and paid for at the contract unit price per square yard for PORTLAND CEMENT CONCRETE DRIVEWAY REMOVAL AND REPLACEMENT, BRICK DRIVEWAY REMOVAL AND REPLACEMENT or HOT-MIX ASPHALT DRIVEWAY REMOVAL AND REPLACEMENT, as the case may be, which price shall be payment in full for constructing this item as specified, including all materials, labor and equipment. PORTLAND CEMENT CONCRETE SIDEWALK REMOVAL AND REPLACEMENT, 5 INCH, SPECIAL Description. This work shall consist of removing and placing Portland cement concrete sidewalk on a compacted subbase and shall be performed in accordance with Sections 311 and 424 of the Standard Specifications with the following alterations. Construction Requirements. Sidewalks shall be placed on a minimum of 2-inches of Subbase Granular Materi al, Type B. Expansion joints shall be placed at intervals of not more than 50 feet. At driveway apron locations, the depth of concrete shall be increased to 6- inches. All required excavation shall be included. Any tree roots encountered during sidewalk installation shall be sawcut and removed by the Contractor. During sidewalk removal or replacement, any damage to the parkway (sod) from forms, concrete trucks, or construction traffic in addition to the I' maximum payment width shall be repaired by the Contractor at no cost to the owner. All exposed surfaces of newly placed concrete shall be cured by the application of a curing and sealing compound in accordance with Article 420.18 of the Standard Specifications and the manufacturer's recommendations for which no additional compensation will be made. The curing and sealing compound shall be "Super Rez Seal" produced by the Euclid Chemical Company, or an approved equal. The concrete shall be cured in accordance with Article 1020.13 of the Standard Specifications. Method of Measurement. Portland cement concrete sidewalk will be measured for payment in place, and the area computed in square feet. Basis of Payment. This work will be paid for at the contract unit price per square foot for PORTLAND CEMENT CONCRETE SIDEWALK REMOVAL AND REPLACEMENT, 5 INCH SPECIAL, which price shall include all removal, disposal, required expansion joints, special texturing, variable height edge treatment at sidewalk ramps, additional thickness at Page 17 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) driveway aprons, protective curing coat, compacted subbase granular material, and required excavation. COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT (SPECIAL,) Description. This work shall consist of the removal of the existing curb and gutter and the construction of new concrete curb and gutter to match the adjacent existing curb type including all necessary excavation, embankment and subbase granular material as shown in the detail on the plans and in accordance with Sections 606, 202, 205 and 311 of the Standard Specifications and,as specified herein. Construction Requirements. In addition to the requirements of Article 606.06 of the Standard Specifications the Contractor shall excavate all material necessary to build the proposed curb and gutter and proposed subbase in accordance with Section 202 of the Standard Specifications. The proposed subbase shall be subbase granular material, Type B of the thickness shown on the plans in accordance with Section 311 of the Standard Specifications. Backfill behind the proposed back of curb shall be in accordance with Section 205 of the Standard Specifications. Any existing pavement removed adjacent to the new curb and gutter shall be replaced with Class SI concrete. PCC base shall be poured separately from the curb patch, after the front form has been removed. Expansion joints shall be placed at a maximum spacing of 45 feet and on each side of a curb drainage structure. Expansion joints shall be constructed with 2 - 96 epoxy coated smooth (18" long) dowel bars coated smooth dowel bar, 18" long. Contraction joints shall be placed at a maximum spacing of 20 feet. Contractor shall use full forms - 9" at edge of pavement. The Contractor may use angle irons at the back of curb provided that the irons are in new condition and are not warped or disfigured in any way. This determination will be at the sole discretion of the Engineer. For brick, brick pavers, flagstone or similar decorative driveways, the Contractor shall carefully remove only that which is necessary to construct the adjacent curb and gutter or driveway. The existing material shall be carefully stored and replaced after the adjacent curb and gutter or driveway is completed. In some locations, the Contractor may have to provide additional material. The additional brick, pavers or flagstone must match the existing and be approved by the Engineer before installation. The Contractor shall provide a 2" thick sand base or equal to the thickness of the existing base whichever is greater. This work will not be paid for separately but shall be included in this pay item. All curb and gutter shall be saw cut prior to removal: It shall be the responsibility of the Contractor to obtain a clean, vertical, full depth and uniform cut through the entire cross section of the curb and gutter. Curb and gutter shall be removed by jack hammering in place-, a grade-all may not be used. The Contractor shall remove the existing curb and gutter with extreme care. Driveway aprons shall not be removed for curb and gutter forming purposes unless directed by the Engineer " Any dame beyond the marked limits of removal to Page 18 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) adjacent curb and gutter, driveway, pavement or structure will result in additional removal of damaged areas to be removed and replaced at the expense of the Contractor. The Contractor shall ensure the highest workmanship possible. The Contractor shall be required to remove and replace at no additional cost to the Village, all areas of curb and gutter in which the quality of workmanship is deemed deficient by the Engineer. repairs to the satisfaction of the Engineer at no additional cost to the Village. The top 4" of the back of the curb shall be mortared with smooth brush finish after the forms are removed. The Contractor shall ensure there is no honeycombing along the back face of the curb. If honeycombing is identified by the Engineer after the forms are removed, the Contractor will be responsible for completing necessary repairs to the satisfaction of the Engineer at no additional cost to the Village. Method of Measurement and Basis of Payment. Combination concrete curb and gutter and all saw cutting, excavation, subbase material, Class SI concrete, and backfill necessary to construct the work as specified herein shall be measured and paid for at the contract unit price per foot for COMBINATION CONCRETE CURB AND GUTTER REMOVAL AND REPLACEMENT (SPECIAL). SODDING, SPECIAL Description. This work shall consist of preparing the ground surface, furnishing and placing pulverized topsoil to a 4" (150 mm) depth, fertilizing the areas to be sodded as specified in the plans and furnishing and placing sod. All work shall be in accordance with the applicable portions of Sections 211 and 252 of the Standard Specifications. In addition to the applicable portions of Section 107 of the Standard Specifications, all other areas shall be restored to their conditions prior to construction. The contractor shall grade all ditch lines which are disturbed during construction to ensure proper drainage exists after construction. Restoration at locations of underground construction shall take place after the trench has settled. Within the County right-of-way the sod shall be of the salt-tolerant variety. At all other locations, the sod shall be Kentucky Blue Grass. Watering shall be done as directed by the Engineer, in accordance with Articles 252.08 and 252.09 of the Standard Specifications. Any additional watering requested by the Engineer shall be paid for at the contract unit price for SUPPLEMENTAL WATERING in accordance with Articles 252.09 and 252.13 of the "Standard Specifications for Road and Bridge Construction". The sodded areas shall be guaranteed by the Contractor for a period of one (1) year after installation. During this period all defective areas caused by inadequate watering, salt damage, pedestrian and traffic damage or other reasons shall be repaired at the Contractor"s expense. Page 19 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) Method of Measurement and Basis of Payment. This work shall be measured in place and the area calculated in square yards (square meters) and shall be paid for at the contract unit price per square yard (square meter) for SODDING, SPECIAL, which price shall be full compensation for all labor, equipment, and material including fertilizer and furnishing and placing topsoil to complete the work as specified in these special provisions. Maximum payment width is 2 feet behind any curb and gutter repair and 1 foot on either side of any sidewalk and driveway replacement. SEEDING, SPECIAL Description. This work shall consist of preparing the seed bed and placing seed and fertilizer nutrients. 270 pounds of fertilizer nutrients shall be applied at a 1:1:1 ratio. All work shall be in accordance with Sections 250 of the Standard Specifications. Method of Measurement and Basis of Payment. This work shall be measured in place and the area calculated in ACRE and shall be paid for at the contract unit price per ACRE for SEEDING, SPECIAL, which price shall be full compensation for all labor, equipment, and material including fertilizer and preparation of the bed to complete the work as specified in these special provisions. Maximum payment width is 2 feet behind any curb and gutter repair and 1.5 feet on either side of any sidewalk or driveway replacement. MULCHING, SPECIAL Description. The work shall consist of applying Pennmulch Seed Accelerator 0.7-1-0.4 by Lebanon Turf or approved equal. Pennmulch must be applied with a calibrated applicator as recommended by the manufacturer at a rate of 65 lbs/MSF. Area shall be irrigated with 0.2 — 0.4 inches of water shall be applied after Pennmulch is placed. Pennmulch shall be placed after September 1St Method of Measurement and Basis of Payment. This work shall be measured in place and the area calculated in ACRE and shall be paid for at the contract unit price per ACRE for MULCHING, SPECIAL, which price shall be full compensation for all labor, equipment, and material to place Pennmulch Seed Accelerator 0.7-1-0.4 or approved equal and watering. Maximum payment width is 2 feet behind any curb and gutter repair and 1.5 feet on either side of any sidewalk or driveway replacement. CLASS D PATCHES (SPECIAL) Description. This work shall consist of patching pavement at locations marked by the Engineer. This work shall be done in accordance with Section 442 of the Standard Specifications except that the four types, namely Type I, Type II, Type III and Type IV have been combined under the pay item Class D Patches, Special, of the thickness specified. Furthermore, when removing pavement, the use of any type of concrete breakers which might Page 20 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) damage the underground public or private utilities will not be permitted. Under no circumstances will the use of a frost ball be permitted. Locations of Class D Patches shall be determined by the Engineer and marked in the field. The existing pavement including the base and bituminous surface shall be removed to the specified depth below the ground surface and replaced with hot-mix asphalt, as specified in Section 406. The surface of the patch shall meet the surface of the ground bituminous surface. Measurement and Payment. This work will be paid for at the contract unit price per square yard for CLASS D PATCHES (SPECIAL) of the thickness specified, which price shall include the removal of the existing pavement base and bituminous surface, and sub-grade as directed by the engineer and the placement and compaction of the specified bituminous mixture up to the ground bituminous surface. DRAINAGE STRUCTURES TO BE REMOVED Description. This work shall consist of removing and disposing of existing manholes, catch basins, inlets, and water valves in accordance with Section 605 of the Standard Specifications and as specified herein. Construction Requirements. In addition to the requirements of Article 605.03 of the Standard Specifications, the Contractor shall saw cut a square area around the structure to be removed of sufficient size to both remove the structure and to construct the replacement structure. If a new structure is not to be installed at the same location, excavated areas around the structure shall be backfilled with compacted CA-7. This backfill shall be included in the cost for DRAINAGE STRUCTURE TO BE REMOVED. All existing frames, and grates that are removed shall be delivered to the Public Works Department for their use. Any costs associated with the delivery shall be included in the cost for DRAINAGE STRUCTURE TO BE REMOVED. Basis of Payment. This work shall be measured and paid for at the contract unit price per each for DRAINAGE STRUCTURES TO BE REMOVED. The word STRUCTURE shall be understood to mean manhole, catch basin, inlet, and water valves as the case may be. SETS Description. This work shall consist of constructing inlets as detailed on the plans, together with the necessary cast iron frames and grates, in accordance with Section 602 of the STANDARD SPECIFICATIONS, except as specified herein. Method of Measurement and Basis of Payment. This work shall be paid for at the contract unit price per each for INLETS, TYPE A, TYPE 1 FRAME, OPEN LID; INLET, TYPE A, Page 21 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) TYPE 6 FRAME AND GRATE; INLET TYPE A, TYPE 8 FRAME AND GRATE; INLET TYPE A, WITH NEW FRAME AND GRATE (NEENAH R-3 501-024) and INLET TYPE B, TYPE 8 FRAME AND GRATE together with the specified frames and lids, which price will include all excavation, backfilling, sand cushion, flat slab tops (when required), and existing sewer connections required to complete the work. STORM SEWER PVC (OF THE SIZE SPECIFIED) Description. This work shall consist of installing storm sewer in accordance with Section 550 of the Standard Specifications and as specified herein. Construction Requirements. In addition to the requirements of Article 1040.03 and Section 550 of the Standard Specifications, the storm sewer shall be stubbed out from all inlets a minimum of two (2) feet from the back of curb or as indicated on the plans and directed by the ENGINEER. Storm sewer shall be SDR-18 polyvinyl chloride (PVC) pipe. Backfilling of storm sewer shall be completed in accordance with article 550.07 of the standard specifications and as further described herein. The contractor shall mechanically compact the trench backfill during installation and shall then jet the trench every 5 feet upon completion of the sewer run. All equipment required for compaction of the backfill shall be the responsibility of the contractor. Compaction of backfill shall not be less than ninety-five (95) percent of standard lab density by mechanical means, and the moisture content of the material when placed shall be within two (2) percent of the optimum moisture content, as determined by ASTM d-557 (modified proctor test). The trench may not be patched for a minimum of two weeks upon completion of jetting. Any areas in which settlement occurs over this time period must be re-graded and compacted to the satisfaction of the Engineer at the contractor's expense. Connections required to install the new storm sewer into existing storm sewer structures as shown shall be included in the cost STORM SEWER PVC and will not be paid for separately. Basis of Payment. This work shall be paid for at the contract unit price foot for STORM SEWERS, PVC, SDR-18, 8 INCH or STORM SEWERS, PVC, SDR-18, 12 INCH. STORM SEWER, 8" (DIRECTIONAL., BORE) Description. This work shall consist of trenchless pipe installation by means of directional boring, which shall be constructed in accordance with the applicable portions of Section 561 of the Standard Specifications, except as modified herein. Submittals. Submit for Engineer's review material certification, product descriptions and catalog cut sheets, method of joining and detailed description of directional boring plan. Pits Page 22 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) required to perform the work shall. also be described in detail. The pipe shall be EAGLE LOC 900 or an Engineer approved equivalent. General. Provide hydraulically or pneumatically operated, fluid-assisted, remote guided boring system capable of installing pipe indicated on the Drawings by trenchless methods. 1. Provide compressors, pumps, apparatus, tools and all devices certified as suitable by the system manufacturer to install the new pipe without damaging or stressing the pipe. 2. Provide recovery system that will recover bentonite slurries or other drilling fluids without releasing the slurry onto the surrounding ground or water surfaces. 3. Provide certification from pipe manufacturer that the proposed material and strength classification is appropriate for application. Directional boring shall be performed by experienced and qualified personnel with specialized equipment utilizing steerable tunneling systems capable of creating a bore hole and then pulling the utility back through the bore hole. Slurry shall be used to stabilize the walls of bore hole as required and to reduce frictional drag on the piping being installed. Pipe Installation. 1. Install pipe by directional boring methods. Install ductile iron pipe by pulling the pipe into place. a. Provide winch systems designed to protect structures, provide directional stability, and pull pipe from insertion point to exit point without causing damage to the pipe being inserted. b. Insert pipe in a continuous operation from point to point. c. Provide lubricants as specified by pipe manufacturer to avoid stressing of pipe beyond its elastic limit during insertion. d. Drill Path Survey and Potholing shall be provided by the Contractor to locate existing service lines and utilities prior to installing water main. All such exploratory excavations shall utilize a vacuum truck to minimize disturbance to the surface and the existing utilities. The Contractor shall properly dispose of all material removed and shall be disposed of off-site. e. Provide silencers, mufflers, or other devices required to reduce noise from compressors and other equipment to meet limits as outlined by Village Ordinance. Page 23 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) 2. Provide pipe insertion pits necessary for complete installation of pipe. a. In general, position pits at the end of the pipe specified for directional boring as indicated on the Drawings in the least disruptive location whenever possible. b. Provide additional pits as required to install new pipe. c. Provide all traffic control, barricades, flagmen, and other items at insertion pit areas as necessary to complete the work. Method of Measurement and Basis of Payment. This work will be paid for at the contract unit price per foot for STORM SEWER, 8" (DIRECTIONAL BORE) which price shall include water main, boring/installation and receiving/exit pits, fittings,thrust block/anchors, potholing and all components necessary for the installation of the water main. TIE NEW STORM SEWER INTO EXISTING STRUCTURE Description. Connections from proposed storm sewer pipe to existing structures shall be provided of the size and at the locations shown on the plans. These connections shall be cored unless otherwise specified on the Plans. Method of Measurement and Basis of Payment. This work will be paid for at the contract unit price per each for TIE NEW STORM SEWER INTO EXISTING STRUCTURE, which price shall include any necessary material, labor or equipment to complete the work. CORE HOLE IN EXISTING RCP CULVERT Description. Connection from proposed storm sewer pipe to existing RCP culvert shall be provided of the size and at the locations shown on the plans. This connection shall be cored. Method of Measurement and Basis of Payment. This work will be paid for at the contract unit price per each for CORE HOLE IN EXISTING RCP CULVERT, which price shall include any necessary material, labor or equipment to complete the work. REPAIR LAWN DRAIN AT 25 SHEFFIELD Description. This work shall include tying an existing 6-inch diameter yard drain in the parkway at 25 Sheffield to an existing drainage structure located within 5 feet of the yard drain. Connection between pipes shall be done with a non-shear, stainless steel mission couling. Connection between new PVC pipe and structure shall be made by coring a hole of an appropriate diameter into the structure to allow for insertion of pipe. Void remaining Page 24 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) between pipe and hole cored in structure shall be sealed with hydraulic cement. Method of Measurement and Basis of Payment. This work will be paid for at the contract unit price per each for CORE HOLE IN EXISTING RCP CULVERT, which price shall include any necessary material, including but not limited to mission coupling, pvc pipe (up to 5 feet), and all labor or equipment necessary to complete the work. Landscape restoration will be paid for separately. CONCRETE CURB REMOVAL AND REPLACEMENT TYPE B, 6 INCH Description. This work shall consist of the removal of the existing curb and the construction of new concrete curb to match the adjacent existing curb type including all necessary excavation, embankment and subbase granular material as shown in the detail on the plans and in accordance with Sections 606, 202, 205 and 311 of the Standard Specifications and as specified herein. Construction Requirements. In addition to the requirements of Article 606.06 of the Standard Specifications the Contractor shall excavate all material necessary to build the proposed curb and proposed subbase in accordance with Section 202 of the Standard Specifications. The proposed subbase shall be subbase granular material, Type B of the thickness shown on the plans in accordance with Section 311 of the Standard Specifications. Backfill behind the proposed back of curb shall be in accordance with Section 205 of the Standard Specifications. Any existing pavement removed adjacent to the new curb shall be replaced with Class SI concrete. PCC base shall be poured separately from the curb patch, after the front form has been removed. Expansion joints shall be placed at a maximum spacing of 45 feet and on each side of a curb drainage structure. Expansion joints shall be constructed with 2 - 46 epoxy coated smooth (18" long) dowel bars coated smooth dowel bar, 18" long. Contraction joints shall be placed at a maximum spacing of 20 feet. Contractor shall use full forms - 9" at edge of pavement. The Contractor may use angle irons at the back of curb provided that the irons are in new condition and are not warped or disfigured in any way. This determination will be at the sole discretion of the Engineer. For brick, brick pavers, flagstone or similar decorative driveways, the Contractor shall carefully remove only that which is necessary to construct the adjacent curb and gutter or driveway. The existing material shall be carefully stored and replaced after the adjacent curb and gutter or driveway is completed. In some locations, the Contractor may have to provide additional material. The additional brick, pavers or flagstone must match the existing and be approved by the Engineer before installation. The Contractor shall provide a 2" thick sand base or equal to the thickness of the existing base whichever is greater. This work will not be paid for separately but shall be included in this pay item. All curb shall be saw cut prior to removal. It shall be the responsibility of the Contractor to obtain a clean, vertical, full depth and uniform cut through the entire cross section of the curb. Page 25 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) Curb shall be removed by jack hammering in place; a grade-all may not be used. The Contractor shall remove the existing curb and gutter with extreme care. Driveway aprons shall not be removed for curb and gutter forming purposes unless directed by the Engineer. Any damage beyond the marked limits of removal to adjacent curb. driveway, pavement or structure will result in additional removal of damaged areas to be removed and replaced at the expense of the Contractor. The Contractor shall ensure the highest workmanship possible. The Contractor shall be required to remove and replace at no additional cost to the Village, all areas of curb in which the quality of workmanship is deemed deficient by the Engineer. repairs to the satisfaction of the Engineer at no additional cost to the Village. The top 4" of the back of the curb shall be mortared with smooth brush finish after the forms are removed. The Contractor shall ensure there is no honeycombing along the back face of the curb. If honeycombing is identified by the Engineer after the forms are removed, the Contractor will be responsible for completing necessary repairs to the satisfaction of the Engineer at no additional cost to the Village. Method of Measurement and Basis of Payment. Combination concrete curb and gutter and all saw cutting, excavation, subbase material, Class SI concrete, and backfill necessary to construct the work as specified herein shall be measured and paid for at the contract unit price per foot for CONCRETE CURB REMOVAL AND REPLACEMENT TYPE B, 6 INCH. DITCH REGRADING Description. This work shall consist of final shaping and grading of lawn areas disturbed during construction operations in accordance with Sections 212 of the STANDARD SPECIFICATIONS and as specified herein. Construction Requirements. The work shall be completed in accordance with the following: 1. Final shaping and trimming shall be performed in accordance Section 212 of the STANDARD SPECIFICATIONS. All lawn areas disturbed during construction shall be shaped and trimmed by filling or cutting surface irregularities. The final grades of the diteched shall be shown on the plans. Ditches shall be restored to positive drainage where no curb exists as shown on the plans. 2. This work includes all excavating and disposal of material, furninshing and installiing topsoil to a depth of 4" and installing SODDING, (SPECIAL) in material, topsoil and sodding will not be measured and paid for separately but shall be considered included in the contract cost for DITCH REGRADING. 3. Final elevations of the ditch profile shall meet grades shown on the plans and in accordance with the detail. Method of Measurement and Basis of Payment. This work shall be measured for payment Page 265 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) at the contract unit price per lineal foot for DITCH REGRADING which shall include any necessary material, labor or equipment to complete the work. TRENCH DRAIN REMOVAL AND REPLACEMENT Description. This work shall consist of removing and installing trench drains at the locations as shown on the plans or as directed by the engineer. Construct Trench Drain, with one of the materials listed below, for the purpose of collecting and removing surface run-off from paved areas. Furnish and install trench drain in accordance with the Design Standards, at the locations shown in the plans or as directed by the Engineer. Materials. Provide preformed channels or pipe with sufficient strength to withstand construction handling and placement of concrete backfill without deforming or deviating from line and grade. Furnish the Engineer with certification from the manufacturer that the Trench Drain System meets the requirements of this Section. Channels/Pipe: Meet the following requirements: SteelPipe ............................................................Section 943 Aluminum Pipe ...................................................Section 945 Polyethylene ......................... Section 948 and ASTM D3350 Polymer Concrete ............................................ASTM D6783 Fiberglass ........................................................ASTM D3517 Concrete Backfill: Use concrete that meets the requirements of Section 347. Grates: Provide steel grates and supporting frames that meet the requirements of Section 962. Ductile iron frames and grates must meet the requirements of ASTM A536. Ensure that ductile iron grates and frames are compatible and from the same manufacturer. Frames must be anchored into the concrete backfill with studs bolts or lugs. Grates must have at least 30% open area and fasten securely to frames to avoid rattling, Grates must be removable for the entire channel length and have vandal resistant locking devices. Ensure that frames have a minimum of 4 inch long studs, bolts or lugs at all four corners. Clean-Out covers for Type 1 Drains: Install steel or ductile iron covers that meet the requirements of Section 962. Outlet Pipe: Connect outlet pipe to the trench drain with standard manufactured connectors. Unless a particular type is called for in the plans, use any of the following types of pipe: Concrete ..............................................................Section 449 Steel.....................................................................Section 943 Aluminum ...........................................................Section 945 Polyvinyl Chloride .................................................... 948-1.7 Polyethylene ...............................................................948.2.3 Page 27 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) Installation. Submit to the Engineer the proposed method of installation, noting any deviation from the manufacturer's recommendations. Place concrete backfill in the trench against undisturbed material at the sides and bottom of the trench in a manner that will prevent floating or shifting of the trench drain, and will prevent voids in, or segregation of the concrete. Tamp and spade to prevent honeycombing. Form the top surface to the lines shown in the plans. Remove any foreign material that falls into the trench prior to or during placement of concrete. Method of Measurement. The quantity to be paid for will be plan quantity, in place and accepted. The plan quantity will be measured from,the inside wall of the structure as shown on the plans, along the centerline of the pipe/channel. Basis of Payment. This work shall be measured for payment at the contract unit price per lineal foot for TRENCH DRAIN REMOVAL AND REPLACEMENT which shall include all materials, tools, equipment, concrete backfilling, outlet pipe, connections to new or existing structures and all incidentals necessary to complete the work. HOT-MIX ASPHALT SURFACE REMOVAL (TO THE DEPTH SPECIFIED) Description. This work shall be constructed in accordance with Section 440 of the Standard Specifications. This work shall be done by a machine capable of cold milling minimum 6 feet wide in one pass. A machine that can mill a full lane width would be preferred, but not required. This work shall include saw cutting and butt joints at all limits of paving where abutting existing pavement. Construction Requirements. The existing hot-mix asphalt surface shall be removed to the specified depth. The grindings shall be removed from site and the surface mechanically broomed until the surface is complete free of any loose material and debris. All rubber sealant adjacent to the curb and gutter that is not removed during milling operations shall be removed by hand at no additional cost to the Village. The hot-mix asphalt resurfacing shall be placed within 14 calendar days after the pavement surface has been milled. After 10 calendar days, if the bituminous surface has not been placed the Contractor shall maintain the entire base course at his own expense and in a manner satisfactory to the Engineer. Maintenance shall include the immediate repair of any defective or damaged portions of the base course due to climatic conditions or traffic. Method of Measurement and Basis of Payment. This work shall be paid for at the contract unit price per square yard of HOT-MIX ASPHALT SURFACE REMOVAL TO THE DEPTH SPECIFIED which shall include saw cutting, butt joints, removal of butt joints, all labor and equipment necessary to complete the above work. Page 28 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) HOT-MIX ASPHALT PAVEMENTS, SPECIAL LEVELING BINDER(MACHINE METHOD), N50, SPECIAL HOT-MIX ASPHALT SURFACE COURSE, MIX "D", N50, SPECIAL HOT-MIX ASPHALT BINDER COURSE, II,-19.0, N50, SPECIAL Description and Materials. The Village has implemented the following material and installation standards that shall take precedence over IDOT Standards. Hot-mix asphalt pavements shall be constructed in accordance with Section 406 and other applicable sections of the Standard Specifications, Chapter 37 of the Bureau of Local Roads and Streets Manual and the following: 3. PG asphalt shall be PG58-28 for new pavements built over aggregate base and PG58- 22 for overlays on top of existing asphalt pavement 4. Re-proportioning of IDOT verified mix designs may be allowed and must be approved by the Engineer. One field TSR test by the Contractor will be required to validate changes • N50, Leveling binder shall have a minimum of 40%passing the 48 sieve. • N50, IL-19.0 mm Binder course shall have a minimum of 40% passing the 44 sieve. • N50, IL-9.5 mm Surface course shall have a minimum of 40% passing the 48 sieve. 5. Pneumatic tired roller is required on all lifts, all mixes, except surface courses. 6. Auger extensions are required on all lifts, all mixes. 7. Reverse augers must be installed properly. 8. Paving of the full roadway width shall be completed at the end of each day. Longitudinal joints shall be closed daily and within one truck load of HMA to prevent cold joints. Any violation shall require saw cutting edge back 3" to expose straight edge, shall be tack coated twice, and will be straight and uniform. 9. The requirements of Section 1031 of the Standard Specifications shall be modified as follows: • Maximum RAP or FRAP percentage shall be 20% for all mixes. Page 29 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) • No PAS shall be used in any mixes. 10. AC voids shall be 3.5%. Method of Measurement and Basis of Payment. This work will be measured and paid for at the contract unit price per ton for LEVELING BINDER (MACHINE, METHOD), N50, SPECIAL, HOT-MIX ASPHALT SURFACE COURSE, MIX "D", N50, SPECIAL or HOT- MIX ASPHALT BINDER COURSE, IL-19.0_ , n50, SPECIAL which price shall include all equipment and materials required to complete the work as described herein. HOT-MIX ASPHALT—PRIME COAT (BMPR) Effective: February 19, 2013 Revised: January 1, 2014 Revise Note 1 of Article 406.02 of the Standard Specifications to read: "Note 1. The bituminous material used for prime coat shall be one of the types listed in the following table. When emulsified asphalts are used, any dilution with water shall be performed by the emulsion producer. The emulsified asphalt shall be thoroughly agitated within 24 hours of application and show no separation of water and emulsion. Application Bituminous Material Types Prime Coat on Brick, Concrete, or SS-1, SS-1h, SS-1hP, SS-lvh, CSS-1, CSS- HMA Bases lh, CSS-1hP, HFE-90, RC-70 Prime Coat on Aggregate Bases MC-30, PEP" Add the following to Article 406.03 of the Standard Specifications: "(i) Regenerative Air Vacuum Sweeper............................................................1101.19" Revise Article 406.05(b) of the Standard Specifications to read: "(b) Prime Coat. The bituminous material shall be prepared according to Article 403.05 and applied according to Article 403.10. The use of RC-70 shall be limited to air temperatures less than 60 °F (15 °C)." (1) Brick, Concrete or HMA Bases. The base shall be cleaned of all dust, debris and any substance that will prevent the prime coat from adhering to the base. Cleaning shall be accomplished by sweeping and vacuum sweeping or sweeping and air blasting methods, as approved by the Engineer. Vacuum Page 30 ATTACHMENT B Village or Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) sweeping shall be accomplished with a regenerative air vacuum sweeper. The base shall be free of standing water at the time of application. The prime coat shall be applied uniformly and at a rate that will provide a residual asphalt rate on the prepared surface as specified in the following table. Type of Surface to be Primed Residual Asphalt Rate lb/sq ft (kg/sq m) Milled HMA, Aged Non-Milled HMA, Milled 0.05 Concrete,Non-Milled Concrete & Tined Concrete Fog Coat between HMA Lifts, IL,-4.75 & Brick 0.025 The bituminous material for the prime coat shall be placed one lane at a time. The primed lane shall remain closed until the prime coat is fully cured and does not pickup under traffic. When placing prime coat through an intersection where it is not possible to keep the lane closed, the prime coat may be covered immediately following its application with fine aggregate mechanically spread at a uniform rate of 2 to 4 lb/sq yd (1 to 2 kg/sq m). (2) Aggregate Bases. The prime coat shall be applied uniformly and at a rate that will provide a residual asphalt rate on the prepared surface of 0.25 lb/sq ft 0.01 (1.21 kg/sq m 0.05). The prime coat shall be permitted to cure until the penetration has been approved by the Engineer, but at no time shall the curing period be less than 24 hours for MC-30 or four hours for PEP. Pools of prime occurring in the depressions shall be broomed or squeegeed over the surrounding surface the same day the prime coat is applied. The base shall be primed 1/2 width at a time. The prime coat on the second half/width shall not be applied until the prime coat on the first half/width has cured so that it will not pick up under traffic. The residual asphalt binder rate will be verified a minimum of once per type of surface to be primed as specified herein for which at least 2000 tons of HMA will be placed. The test will be according to the"Determination of Residual Asphalt in Prime and Tack Coat Materials"test procedure. Prime coat shall be fully cured prior to placement of HMA to prevent pickup by haul trucks or paving equipment. If pickup occurs, paving shall cease in order to provide additional cure time. Prime coat shall be placed no more than five days in advance of the placement of HMA. If after five days loss of prime coat is evident prior to covering with HMA, additional prime coat shall be placed as determined by the Engineer at no additional Page 31 ATTACHMENT B Village of Oak Brook 2015 Street improvement Project (CBBEL Project No. 14-0543) cost to the Department." Revise the second paragraph of Article 406.13(b) of the Standard Specifications to read: "Aggregate for covering prime coat will not be measured for payment." Revise the first paragraph of Article 406.14 of the Standard Specifications to read: "Prime Coat will be paid for at the contract unit price per pound (kilogram) of residual asphalt applied for BITUMINOUS MATERIALS (PRIME COAT), POLYMERIZED BITUMINOUS MATERIALS (PRIME COAT) or NON-TRACKING BITUMINOUS MATERIALS (PRIME COAT)." Revise Article 407.06(b) of the Standard Specifications to read: "A bituminous prime coat shall be applied between each lift of HMA according to Article 406.05(b)." Revise Article 1032.02 of the Standard Specifications to read: "1032.02 Measurement. Asphalt binders, emulsified asphalts, rapid curing liquid asphalt, medium curing liquid asphalts, slow curing liquid asphalts, asphalt fillers, and road oils will be measured by weight. A weight ticket for each truck load shall be furnished to the inspector. The truck shall be weighed at a location approved by the Engineer. The ticket shall show the weight of the empty truck (the truck being weighed each time before it is loaded), the weight of the loaded truck, and the net weight of the bituminous material. When emulsion is used, the proportions of emulsion and any water added to the emulsion shall be shown on the Bill of Lading. Payment will not be made for bituminous materials in excess of 105 percent of the amount specified by the Engineer." Add the following to the table in article 1032.04 of the Standard Specifications: "SS-lvh 160 - 180 70— 80" Add the following to Article 1032.06 of the Standard Specifications: "(g) Non Tracking Emulsified Asphalt SS-lvh: Page 32 ATTACHMENT B Village-of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) Requirements for S S-1 vh Test SPEC AASHTO Test Method Saybolt Viscosity g 25 C, SFS 20-200 T 72 Storage Stability, 24hr., % 1 max. T59 Residue by Evaporation, % 50 min. T59 Sieve Test, % 0.3 max. T59 Tests on Residue from Evaporation Penetration 25°C, 100g., 5 sec., dram 20 max. T 49 Softening Point, °C 65 min. T53 Solubility, % 97.5 min. T 44 Orig. DSR g 82°C, kPa 1.00 min. T 315" Revise the last table of Article 1032.06 to read: "Grade Use SS-1, SS-1h, CSS-1, CSS-1h, Prime or fog seal HFE-90, SS-1hP, CSS-lhP, SS-lvh PEP Bituminous surface treatment prime RS-2, HFE-90, HFE-150, Bituminous surface treatment HFE- 300, CRSP, HFP, CRS- 2, HFRS-2 CSS-1h Latex Modified Micro surfacing" Add the following to Article 1101 of the Standard Specifications: 1101.19 Regenerative Air Vacuum Sweeper. The regenerative air vacuum sweeper shall blast re-circulated, filtered air through a vacuum head having a minimum width of 6.0 feet at a minimum rate of 20,000 cubic feet per minute." TRAFFIC CONTROL AND PROTECTION The Traffic Control and Protection shall meet the requirements of Article 701, Work Zone Traffic Control and Article 702, Work Zone Traffic Control Devices of the Standard Specifications for Road and Bridge Construction adopted January 1, 2007. "701.01 Description" shall be replaced with the following: 701.01 Description Page 33 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) This item of work shall include furnishing, installing, maintaining, replacing, relocating and removing all traffic control devices used for the purpose of regulating, warning or directing traffic during the construction or maintenance of this improvement. Traffic Control and Protection shall be provided as called for in the Plans, these Special Provisions, applicable Highway Standards, applicable sections of the Standard Specifications, or as directed by the Engineer. The governing factor in the execution and staging of work for this project is to provide the motoring public with the safest possible travel conditions along the roadway through the construction zone. The Contractor shall arrange his operations to keep the closing of any lane of the roadway to a minimum. Traffic Control Devices include signs and their supports, signals, pavement markings, barricades with sand bags, channelized devices, warning lights, arrow boards, flaggers, or any other device used for the purpose of regulating, detouring, warning or guiding traffic through or around the construction zone. "701.04 General," section "(b)"paragraph 4 shall be replaced with the following: The Contractor is required to conduct routine inspections of the work site at a frequency that will allow for the timely replacement of any traffic control device that has become displaced, worn or damaged to the extent that it no longer conforms to the shape, dimensions, color and operational requirements of the MUTCD, the Traffic Control Standards or will no longer present a neat appearance to motorists. A sufficient quanti of replacement devices, based on vulnerability to damage, shall be readily available to meet this requirement. The Contractor shall be responsible for the proper location, installation and arrangement of all traffic control devices. Special attention shall be given to advance warning signs during construction operations in order to keep lane assignments consistent with barricade placement at all times. The Contractor shall immediately remove, cover or turn from view of the motorists all traffic control devices which are inconsistent with detour or lane assignment patterns and conflicting conditions during the transition from one construction stage to another. When the Contractor elects to cover conflicting or inappropriate signing, materials used shall totally block out reflectivity of the sign and shall cover the entire sign. The method used for covering the signing shall meet with the approval of the Engineer. The Contractor shall coordinate all traffic control work on this project with adjoining or overlapping projects, including barricade placement necessary to provide a uniform traffic detour pattern. When directed by the Engineer, the Contractor shall remove all traffic control devices which were furnished, installed and maintained by him under this contract, and such devices shall remain the property of the Contractor. All traffic control devices shall remain in place until specific authorization for relocation or removal is received from the Engineer. The Contractor shall ensure that all traffic control devices installed by him are operational, functional and effective 24-hours a day, including Sundays and holidays. Page 34 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) "701.04 General" shall be modified by adding the following section: (G) PUBLIC SAFETY AND CONVENIENCE: The Contractor shall provide a telephone number where a responsible individual can be contacted on a 24-hour a day basis to receive notification of any deficiencies regarding traffic control and protection. The Contractor shall dispatch men, materials, and equipment to correct any such deficiencies. The Contractor shall respond to any call from the Village or its representative concerning any request for improving or correcting traffic control devices and begin making the requested repairs within two hours from the time of notification. Personal vehicles shall not park within the right-of-way except in specific areas designated by the Engineer. All roads shall remain open to traffic, the Contractor, may close one lane due to construction only between the hours of 9:00 a.m. and 3:00 p.m. on two lane roads, and shall maintain at least one lane in each direction on four or more lane roads, during the construction of this project. The Contractor shall also maintain entrances and side roads along the proposed improvement. Interference with traffic movements and inconvenience to owners of abutting property and the public shall be kept to a minimum. Any delays or inconveniences caused by the Contractor by complying with these requirements shall be considered as incidental to the contract, and no additional compensation will be allowed. On two lane roads, the Contractor is to plan his work so that there will be no open holes in the pavement and that A barricades will be removed from the pavement during non-work hours. On four or more lane highways, there shall be no open holes in the pavement being used by the traveling public. Lane closures, if allowed, will be in accordance with the applicable standards, any staging details shown in the plans and other applicable contract documents. The Contractor shall remove all equipment from the shoulders and medians after work hours. No road closures or restrictions shall be permitted except those covered by Standard Designs without written approval by the Engineer. "701.04 General" shall be modified by adding the following section: (H) DEFICIENCY CHARGE: The primary concern of the Village is to maintain a safe travel way for the public and a safe environment for the worker in the construction zone. The Contractor is expected to comply with the Standard Specifications, contract plans, these Special Provisions, and directions from the Engineer concerning traffic control protection. The Contractor shall provide a telephone number where a responsible individual can be contacted on a 24-hour a day basis to receive notification of any deficiencies regarding traffic control and protection. The Contractor shall immediately respond correcting traffic control deficiencies by dispatching men, materials and equipment to correct such deficiencies. Page 35 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) If the Contractor fails to begin corrections to the traffic control deficiencies within two (2) hours of the initial attempt of notification by the Village or its representative or fails to restore the traffic control and protection compliance with the specifications within eight (8) hours of the original attempt of notification, the Engineer may execute such work as deemed necessary to correct the deficiencies. The cost thereof shall be deducted from monies due or which may be due the Contractor. Failure to comply with directions from the Engineer for corrections or modifications to the traffic,control and protection will result in a charge of$500.00 per calendar day. This charge is separate from the cost of any corrective work ordered. The contractor shall not be relieved of any contractual responsibilities by the Village's action. "701.07 Method of Measurement" is replaced in its entirety by the following: 701.07 METHOD OF MEASUREMENT These items of work will be measured on a lump sum basis for furnishing, installing, maintaining, replacing, relocating and removing the traffic control devices required in the Plans and these Special Provisions. "701.08 Basis of Payment" is replaced in its entirety by the following: 701.08 BASIS OF PAYMENT This work will be paid for at the contract lump sum price for TRAFFIC CONTROL AND PROTECTION, which shall be payment in full for all labor, materials, transportation, and incidentals necessary to furnish, install, maintain, replace, relocate and remove all traffic control devices indicated in the Plans and Specifications. The salvage value of the materials removed shall be reflected in the bid price for this item. Delays to the Contractor caused by complying with these requirements will be considered incidental to the item for Traffic Control and Protection, and no additional compensation will be allowed. If the Engineer, shall require additional traffic control to be installed in accordance with standards and/or designs other that those included in the Plans. The standards and/or designs will be made available to the Contractor at least one week in advance of the change in traffic control. Payment for any additional traffic control required will be in accordance with.Article 109.04 of the Standard Specifications. Revisions in the phasing of construction or maintenance operations, requested by the Contractor, may require traffic control to be installed in accordance with standards and/or designs other than those included in the plans. Revisions or modifications to the traffic control shown on the contract shall be submitted by the Contractor for approval by the Engineer. No additional payment will be made for a Contractor requested modification. In the event the sum total value of all work items for which traffic control and protection is required is increased or decreased by more than ten percent (10%), the contract bid price for Traffic Control and Protection will be adjusted as follows: Page 36 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) Adjusted contract price= .25P + .75P [1+(X-0.1] Where "P" is the contract price for Traffic Control and Protection Difference between original and final sum total value of all work items for which traffic Where "X"= control and protection is required. Original sum total value of all work for which traffic control and protection is required. The value of the work items used in calculating the increase and decrease will include only items which have been added to or deducted from the contract under Article 104.02 of the Standard Specifications and only items which require use of Traffic Control and Protection. In the event the Department cancels or alters any portion of the contract which results in elimination or noncompletion of any portion of the work, payment for partially completed work will be made in accordance with Article 104.02 of the Standard Specifications. "702.03 Channeling Devices" section"(b)",paragraph 1 shall be replaced with the following: (b) Barricades Type 1 and Type IA Barricades are intended for use on lower speed roads and shall not be used where the normal posted speed limit is 45 m.p.h. or greater. The normal posted speed limit for construction area is 40 m.p.h. Type 1 and Type 2 Barricades shall not be intermixed within an individual string of barricades. Type 3 Barricades shall be used for road and lane closures and shall not be used for channelization or delineation. Any drop off greater than 75 mm (three inches), but less than 150 mm (six inches), within 2.5 m (eight feet) of the pavement edge shall be protected by Type 1 or 2 barricades equipped with mono-directional steady burn lights at 30 m (100 foot) center to center spacing. If the drop off within 2.5 m (eight feet) of the pavement edge exceeds 150 mm (six inches), the barricades mentioned above shall be paced at 15 m (50 foot) center to center spacing. Barricades that must be placed in excavated areas shall have a leg extension installed such that the top of the barricade is in compliance with the height requirements of Standard 702001-05. All Type 1 and Type 2 barricades, shall be equipped with a steady burn light when used during hours of darkness unless otherwise stated herein. Check barricades shall be placed in work areas perpendicular to traffic every 300 m (1,000 feet), one per lane and per shoulder, to prevent motorists from using work areas as a traveled way. Two additional check barricades shall be placed in advance of each patch excavation or any other hazard in the work area, the first at the edge of the open traffic lane and the second Page 37 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) centered in the closed lane. Check barricades shall be Type 1 or 2 and equipped with a flashing light. "702.03 Channeling Devices" section "(c)"Vertical Panels, add the following: All vertical panels shall be equipped with a steady burn light when used during the hours of darkness unless otherwise stated herein or in the Plans. "702.05 Signs" section"(a)" add as paragraph 7: Construction signs referring to daytime lane closures during working hours shall be removed, covered, or turned away from the view of the motorists during non-working hours. Page 38 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) TRAFFIC CONTROL PLAN 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. STANDARDS: 701301-04 Lane Closure, 2L, 2W, Short Time Operations 701501-06 Urban Lane Closure, 2L, 2W Undivided 701701-08 Urban Lane Closure Multilane Intersection 701801-05 Sidewalk, Corner or Crosswalk Closure 701901-02 Traffic Control Devices SPECIAL PROVISIONS: Sec 701 Work Zone Traffic Control and Protection Sec 1106 Work Zone Traffic Control Devices Check Sheet LRS 3 Work Zone Traffic Control BDE 80183 Reflective Sheeting on Channelizing Devices BDE 80354 Sidewalk, Corner or Crosswalk Closure BLR 17-4 Traffic Control Devices —Day Labor Construction BLR 18-5 Traffic Control Devices—Day Labor Maintenance DETAILS: TC 10 Traffic Control and Protection for Side Roads, Intersections, and Driveways TC 13 District One Typical Pavement Markings Page 39 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) SPECIAL CONDITIONS 1. EXPERIENCE: The Contractor shall have five (5) years of experience which is comparable in type and scope to this project and shall be approved as an installer by the manufacturer. The Contractor must also be IDOT prequalified to bid in Section 003 (IEVIA Plant Mix) types of construction which shall be strictly enforced for all bidders. 2. EMERGENCY 24 HOUR NAME AND TELEPHONE NUMBER: The Contractor shall provide the Engineer the name and telephone number of an individual in his direct employ who will be available twenty-four (24) hours a day, seven (7) days a week, to receive notification of any deficiencies regarding traffic control and protection and shall dispatch men, materials and equipment to correct any such deficiencies. The contractor shall respond to any call from the Village concerning any request for improving or correcting traffic control devices and begin making the requested repairs within two (2) hours from the time of notification. 3. RECORD DRAWINGS: Contractor shall keep one copy of the approved specifications, drawings, addenda, modifications and shop drawings at the site in good order and annotated to show all changes made during the construction process. These plans shall be available to the Village upon completion of the project. 4. TAX EXEMPTION: The Village is exempt from Federal excise tax (#36-600-9534) and the Illinois Retailers Occupation Tax (#E9997-4381-06). This bid cannot include any amounts of money for these taxes. Page 40 ATTACHMENT B Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2015 STREET rMTROVEMENT PROJECT ATTACHMENT C LIST OF DRAWINGS SHEET NOS. SHEET TITLES DATE LAST REVISED 1 TITLE SHEET 16-MAR-2015 2-6 ALIGNMENT,TIES AND BENCHMARK 16-MAR-2015 7 SUMMARY OF QUANTITIES 16-MAR-2015 8 GENERAL NOTES 16-MAR-2015 9 TYPICAL SECTIONS 16-MAR-2015 10 CONSTRUCTION DETAILS 16-MAR-2015 11-12 DOVER DRIVE PROPOSED RESURFACING 16-MAR-2015 13-14 WINDSOR DRIVE PROPOSED RESURFACING 16-MAR-2015 15 STAFFORD LANE/WINDSOR DRIVE PROPOSED RESURFACING 16-MAR-2015 16-18 BRADFORD LANE PROPOSED RESURFACING 16-MAR-2015 19 BRIGHTON LANE PROPOSED RESURFACING 16-MAR-2015 20 SHEFFIELD LANE PROPOSED RESURFACING 16-MAR-2015 21 LINCOLN ROAD PROPOSED RESURFACING 16-MAR-2015 BUTLER GOVENMENT CENTER PARKING LOT PROPOSED 16-MAR-2015 22-23 RESURFACING BUTLER GOVENMENT CENTER PARKING LOT PAVEMENT 16-MAR-2015 24-25 MARKING PLAN 26-28 SPRING ROAD PROPOSED RESURFACING 16-MAR-2015 29 NATOMA DRIVE PROPOSED RESURFACING 16-MAR-2015 30-32 WINDSOR DR/SWIFT DRIVE PROPOSED RESURFACING 16-MAR-2015 I Page 1 ATTACHMENT C Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) VILLAGE OF OAK BROOD CONTRACT FOR THE CONSTRUCTION OF 2015 STREET IMPROVEMENT PROJECT ATTACHMENT D GEOTECERQCAL REPORT ATTACHMENT D Report of Pavement Investigation Pavement Cores 2015 Street Program Oak Brook, Illinois Christopher B. Burke Engineering, Ltd. Local Office TESTING SERVICE CORPORATION February 20 2015 Corporate Office: 360 S.Main Place,Carol Stream,IL 60188-2404 630.462.2600 • Fax 630.653.2988 Mr. Orion Galey Local Office: Christopher B. Burke Engineering, Ltd. 457 E.Gundersen Drive,Carol Stream, IL 60188-2492 9575 West Higgins Road, Suite 600 630.653.3920 • Fax 630.653.2726 Rosemont, Illinois 60018 Re: L-82,680 Pavement Cores 2015 Street Program Oak Brook, Illinois Dear Mr. Galey: This report presents results of the pavement investigation performed for 2015 Street Program in Oak Brook, Illinois. These geotechnical engineering services have been provided in ac cordance with TSC Proposal No. 53,911 dated Novem ber 21, 2014 and the attached General C onditions (as modified for Christopher B. Burke Engineering, Ltd.), incorporated herein by reference. The project site encompasses various streets in the Village of Oak Brook as shown on the attached Core Location Plans. They are also fisted in the following table, along with the limits and approximate total length of proposed improvements. The cores drilled on each street are also indic ated in the far right hand co{um n. Limits Approximate Genera[ Location Total Length (LF) Core Numbers From To Lincoln Rd 315`St End of Street 600 1 -4 Natoma Dr Spring Rd Cul-de-Sac 1,585 5 &7 Natoma Ct Natoma Dr Cul-de-Sac 250 6 Spring Rd 315i St York Rd 7,390 B- 15 Butler Gov't Center Parking Lot - 16- 19 Swift Dr South Cul-de-Sac North Cul-de-Sac 2,110 20 &40 Windsor Dr 22nd St Swift Dr 2,110 21 &22 Bliss Dr Windsor Dr 22nd St 1,585 23 Brighton Ln Sheffield Ln Sheffield Ln 1,585 24 &25 Bradford Ln Windsor Dr Sheffield Ln 2,640 26, 27, 29, 30 Hunt Club Ln Hunt Club Dr Bradford Ln 1,055 28 Providing a Full Range of Geotechnical Engineering,Environmental Services,and Construction Materials Engineering& Testing Carol Stream,IL•Bloomington,IL e DeKaib,IL•Gurnee,IL•Shorewood,IL•Tinley Park,IL®Rockford,IL Christopher B.Burke Engineering, Ltd. 2015 Street Program L-82,680-February 20 2015 Limits Approximate General Location Total Length (LF) Core Numbers From To Windsor Dr York Rd Dover Dr 2,640 31, 32, 33 Sheffield Ln Windsor Dr Brighton Ln 1,585 34 &35 Stafford Ln Dover Dr Cul-de-Sac 1,055 36 &37 Dover Dr York Rd Stafford Ln 1,055 38 & 39 The subject roadways are all residential streets consisting of two traffic lanes with the exception of Lincoln Road and the Butler Government Center parking lot. Current plans call for rehabilitation and/or reconstruction of the various roads. Summary of Work Performed A total of forty (40) pavement cores were performed as part of this investigation. The cores were taken to determine the composition and general condition of the pavement and base course materials. The core locations were selected by the Client and marked on the pavement by TSC. Once they were marked, JULIE (Joint Utility Locating for Excavators) was contacted so that the various underground utility lines could be cleared. Reference is made to the attached Core Location P Ian included with this report. The pavement cores were obtained using a 4" diameter core barrel with an impregnated diamond matrix bit. Granular base course materials and the upper subgrade materials were sampled using a geoprobe system by pushing a macro-core sampler to a depth of 3 feet below the top of pavement. The core holes were immediately backfilled to preclude possible hazzards to the public. The pavement cores and aggregate sam pies were examined by a construction materials technician in the laboratory. These detailed results are shown on the attached sheet titled "Pavement Core Results". Bituminous layers are listed individually, including their average thickness and condition comments. Total asphalt and base course thicknesses are also given, rounded to the nearest 1/t" and I", respectively. Subgrade soil samples were examined in the laboratory to verify field descriptions and to classify them in accordance with the Unified Soil Classification System. Laboratory testing included water content determinations for all cohesive and intermediate (silt or loamy) soil types along with dry unit weight determinations on cohesive soils. An estimate of unconfined compressive strength was obtained for all cohesive soils using a calibrated pocket penetrometer. The soil descriptions at the core locations are summarized on the attached sheet titl ed "Subgrade Test Results". The depth of the samples are referenced to the top of the pavement (in feet). -2- Christopher B. Burke Engineering, Ltd. 2016 Street Program L-82,680-February 20 2015 Pavement Core Results Cores 1 -40 were taken along various residential streets within the Village of Oak Brook and the Butler Government Center parking lot. Results of the forty (40) pavement cores are summarized in the following table, i.e. bituminous concrete and base course total thicknesses given; Street Location Core Bituminous Concrete Base Course No. Thickness (in)* Thickness (in)** 1 4'/Z 12 2 5'/ 7 Lincoln Road 3 8 4 4 7'/ 5 Natoma Drive 5 10 - Natoma Court 6 10 - Natoma Drive 7 11%4 - 8 14%4 8 9 6'/ 6 10 4'/z 7 11 11% 2 Spring Road 12 9'/� 7 13 8 10 14 9'/4 27+ 15 8% 10 16 7'/z 5 Butier Government Center 17 7% 29+ Parking Lot 18 3'/ 11 19 4'/z 5 Swift Drive 20 4'/z 13 21 4'/z 7 Windsor Drive 22 9% 5 Bliss Drive 23 12 5 24 11 5 Brighton Lane 25 7'/ 5 -3- Christopher B. Burke Engineering, Ltd. 2015 Street Program L-82,680-February 20 2015 Street Location Core Bituminous Concrete Base Course No. Thickness (in)* Thickness (in)** 26 8% 3 Bradford Lane 27 8'h 3 Hunt Club Lane 28 9%4 - 29 10% - Bradford Lane 30 8'/ 3 31 6% 6 Windsor Drive 32 7'/2 5 33 5 4 34 5'/z 5 Sheffield Lane 35 8%4 2 36 9'/4 - Stafford Lane 37 6%4 9 38 4% 2 Dover Drive 39 5'/ 5 Swift Drive 40 6% 7 * Total Bituminous Concrete thicknesses rounded to the nearest Y4 inc h ** Base course thicknesses rounded to the nearest 1 inch The cores typically revealed 4 to 13 inches bituminous concrete, with only 3'/2 inches present at Core 18. Underlying crushed stone base course m aterials were typically 2 to 8 inches thick, while being absent at Cores 28, 29 and 36. 1 t was noted that crushed stone base c ourse materials extended to core completion depths in Cores 14 and 17. Examination of the core samples revealed that the bitum inous concrete sections were comprised of 1 to 4 layers of bituminous surface and 1 to 3 layers binder and/or emulsified bituminous concrete. Bituminous Base Course materials were found in the asphalt section in Cores 31 - 33 and 36. A Bituminous Sand Layer was found in the asphalt secti on in Cores 13 - 15. Bituminous Stabilized Slag Sand Base Course was found in the bituminous concrete section of Cores 27 -29; These materials are considered very brittle, lacking the bituminous bond found in the asphalt section overlying it. It was noted that in over half of the cores the layers were not bonded together. The base course typically consisted of crushed stone varying ranging in the size of'/" to 2'/" and containing fines. It was noted that the crushed stone base course m aterials in Core 24 were layered -4- Christopher B. Burke Engineering, Ltd. 2015 Street Program L-82,680-February 20 2015 with clay. It was also noted that a Recycled Asphalt Product (R.A.P.) Base Course was present in Core 8, and a Sand Base Course in Cores 4 and 27. The results are detailed on the attached s heet titled "Pavement Core Results". Silty clay fill materials were encountered below the pavement section at Cores 1, 3, 4, 9, 10, 18, 20, 23 and 33 (9 total). Samples of the fill had pocket penetrometer values ranging from 1.5 to 4.5+ tons per square foot (tsf) at moisture contents varying from 11 to 23 percent. Dry unit weights ranged from 99 to 126 pounds per cubic foot (pcf). Clayey sand fill was found underlying the pavement section in Core 5 extending to the core completion depth (3 feet). It exhibited a moisture content of 22 percent. Sand fill material was also found encountered in Core 33 beneath the silty clay fill. It extended to the core completion depth (3 feet) and exhibited a moisture content of 5 percent. Tough to hard native silty clay soils otherwise predominated as the subgrade soils in the cores, usually extending to completion depths (3 feet). They had pocket penetrometer values typically ranging from 1.0 to 4.5+tsf, being as low as 0.5 tsf in Core 36. Moisture contents varied from 13 to 28 percent. Dry unit weights ranged from 86 to 124 pcf. The cores were all "dry" both during and upon com pietion of the drilling operations. Analysis and Recommendations It is understood Cores 1 -40 were drilled for the rehabilitation and/or reconstruction pi anned for the various roads and Butler Governm ent Center parking lot. Summarized in the following table are the general locations considered suitable or unsuitabl a for mill and overlay based on the total bituminous concrete thickness. Total Bituminous Suitable for Mill =' Core Igo. General Location Concrete Thickness (in) and Overlay 1 Lincoln Rd 4'/z M 2 Lincoln Rd 5'/2 f` 3 Lincoln Rd 8 4 Lincoln Rd 7'/2 5 Natoma Dr 10 6 Natoma Ct 10 7 Natoma Dr 11'/4 -5- Christopher B. Burke Engineering, Ltd. 2015 Street Program L-82,680 -February 20 2015 Total Bituminous Suitable for Mill Core No. General Location Concrete Thickness (in) and Overlay 8 Spring Rd 141/4 ' 9 Spring Rd 61/2 t' 10 Spring Rd 41/2 M 11 Spring Rd 113/ 12 Spring Rd 91/2 13 Spring Rd 8 14 Spring Rd 914 J 15 Spring rd 81/4 .� 16 Butler Government Center 71/2 tf 17 Butler Government Center 73/ 18 Butter Government Center 31/2 st 19 Butler Government Center 41/2 M 20 Swift Dr 41/2 M 21 Windsor Dr 41/2 M 22 Windsor Dr 914 r' 23 Bliss Dr 12 ' 24 Brighton Ln 11 25 Brighton Ln 71/2 k% 26 Bradford Ln 81/4 27 Bradford Ln 81/2 F 28 Hunt Club Ln 91/4 29 Bradford Ln 101/4 30 Bradford Ln 81/2 -6- Christopher B. Burke Engineering, Ltd. 2015 Street Program L-82,680-February 20 2015 Total Bituminous Suitable for Mill Core No. General Location Concrete Thickness (in) and Overlay 31 Bradford Ln 63/4 32 Bradford Ln 7'/Z Y` 33 Bradford Ln 5 Y` 34 Bradford Ln 5'/z 35 Bradford Ln 8'/4 36 Bradford Ln 9'/4 37 Bradford Ln 6'/4 ✓ 38 Bradford Ln 4'/4 M 39 Bradford Ln 5'/z .' 40 Windsor Dr 63/4 J I/ Pavement considered suitable for mill and overlay X Pavement not considered suitable for mill and overlay M Pavement considered marginably suitable for mill and overlay The cores revealed approximately 4 to 13 inches of bituminous concrete. As summarized in the above table, most of the core locations are considered suitable (or marginably suitable) for milling and resurfacing. They consisted of pavements having total asphalt thicknesses of 5 inches or greater, and 4 to 5 inches in the case of marginably suitable for milling and resurfacing. Partial or total pavement reconstruction is recommended at Core 18. In this area the m illed pavement section is considered likely to crack and fall apart with the use of typical heavy milling equipment and associated truck traffic. During wet times of the year milling and overlaying may be more problematic due to a wet subgrade, with the trucks and heavy milling equipment aggravating this condition. Milling and resurfacing is considered marginally suitable at Cores 1, 10, 19 -21 and 38 (6 total). However, during wet times of the year the wet subgrade and m illed pavement section may not provide suitable support for heavy milling equipment and/or truck traffic. This associated condition would likely cause the asphalt pavement to crack and/or fall apart. Provided that reflective cracking can be tolerated, milling and resurfacing may be considered at Cores 2 - 9, 11 - 17, 22 - 37, and 39 -40 (33 total). in these areas the milled pavement sections should be -7- Christopher B. Burke Engineering,Ltd. 2015 Street Program L-82,680-February 20 2015 thick enough to support heavy milling equipment and associated truck traffic. In areas where the pavement is not bonded (i.e. Cores 2 - 8, 11, 13 - 14, 24, 26 -29, 32, 35 and 37) to the under lying courses it will likely be removed as part of the milling process. If the unbonded pavement is removed as a result of milling operations, this could cause the pavement in the area of Cores 2 - 8, 11, 13 - 14, 24, 26 -29, 32, 35 and 37 as w ell as other areas to become unsuitable for milling and overlay (i.e. too thin to support construction equipment). It should be understood that m ilfing and overlay is only a temporary fix with a limited life span and will not have the same results as total pavement reconstruction. Once milled a 4.75 mm Sand Mix layer may be applied first in order to help reduce ref fective cracking. It is recommended that a tack coat be used to create a strong adhesive bond without slippage. Partial Reconstruction In areas where the bituminous concrete is enti rely removed, the exposed granular base course m ay remain in-place provided that it passes a proof-roll. In our experience the granular base course materials will often fail to pass a proof-roil in areas that are less than 10 i nches thick and/or in times of wetter weather. Therefore, the granular section at m ost the cores may not pass a proof-roll, as well as elsewhere within the project limits. The proof-roll should be performed using a heavily loaded 6-wheel dump truck or equivalent piece of heavy rubber-tired construction equipment. Areas where the rutting depths of the granular base course are in the range of '/z inch should be marked out for partial or full depth patching with a bituminous concrete binder course m ixture. If rutting depths are greater than 1 inch, the remediation of the underlying granular base course (and/or subgr ade) by removal and replacement methods with granular materials should be scheduled. Undercut areas m ay be backfilled with crushed concrete, limestone or gravel that meet IDOT gradation CA-1, CA-3 or CA-7. It is recommended that the granular base course materials be kept drained by a system of underdrains placed at least 30 inches (and ideally at least 48 inches) below pavement grade (critical to all pavement structures). The underdrains should be pitched to all ow for positive drainage and outlet into storm sewers, i.e., not have a discharge that w ould be prone to freezing such as day lighting into a ditch. Total Reconstruction If the existing subgrade soils become exposed as part of pavement reconstruction it should be anticipated that the cohesive materials will likely have to be reduced in moisture content and recompacted in order to provide a stable subgrade prior to paving. If paving construction is performed when drying of surficial soils cannot be accomplished, lime stabilization or removal of unstable subgrade and replacement with 1 to 2 feet of granular materials may be required. The coarse aggregate may consist of crushed stone or gravel between about 1/4 to 4 inches in size and containing no fines; IDOT gradation CA-1, CA-5 and CA-7 meet these criteria. -8- 2 015 S..raset R a-a ram i` iS {a�o i Er".r:a� _ at 'lie aranulcar base course materials aateria€s be kept drained by a systern of €..ii iderdr ails ;Diac.d at isEst 3 nc as (and ideall at!=east 48 inches) below pavement grade {critical to -11 -pavement sure cures). -he jnae7drains should be pitched to alicw for positive drainage and outlet into storm i.e., no: hav= s discharge that,Alculd be prone to freezing such as day lighting into a ditch. It is reco€ iTe ded t"at _. n mir�ai lliincis Bearing Ratio f[BR; value o?3.0 be used so.r[he design o,, the eh�^iiitaty c andOo- naw pavements. Use of this value assumes that any soft or unstable areas will be media=.ed, i.e'. �ubgi=de stabilized until passing a proof-roll. Base course materials for any widened are should con: T � MNS ay€ � :LdC W M i.F.c 'L..R,71,S LrE prop-,LIf"."VO, IT G!)eriL i's ordering the v4 Inn it Mrlt3,�iL"GonL3nII31 as used herein s'eaali include `�"� :w1 v u.+ r_�r`-jr..�+ it b u. :w + sarvlcasmbehafiefarlo ter.Claim aprese�ii❑andwarramms subcontaftDiS, Suppliers, architects,engineers and t rwhich�Gmaybet�zbie•tnascornancewlmfhepnu6 s That Client I tie duiv uihor'¢ed agent o said parr!tar constnrction managers se forth im tine pracading parsgrapth;upon LV(�n gags the purpose of,ordering and directng said services,and in of Client receive_'wiutin tore days di Clian`'- maptance or such-case the tarp"Clie.,rL shat'also include tta principal Information obtained-orn borings,obser5adons and anal.-es TSCIs proposal rngaihar wilt oayme j-an additional fee for Whom L7'e services are being penomted.Pikes quoted u:sample msterials shall be.reported in formats considered in the amount of 5%ofTSC's e5p.oad Cget Sar1RCa_° and charged by i5G,L: t s-:ices tar predreatad an the appropriate by TSC unless directed otherwise by Ghfertt. (m be adjusted to 5%gf the rant acwally billed by TSC conditions add the afhocations df risks and obGgatens Such.imDrm auonis considered evidence,but any imerance for its services ontiiee ' �atumeofcgmufeion}:fielurii amressed n these Geneva Gdndiitns. Un[ess o?iemise or coriciusion based thereon is;necessarily,an opinion also on damagas shall' increased to$500,006 or the amount si_ied ir:.wri5ng,Odle rt assumies sole rasponsibifriv'for based on anoineering judgment and shall not be construed G TSG''s fee,v' chever is the grater.finis charge is notes determining wh��er the quantity and the nature of the as a reprsssmabon aff-.ct Subsurface gondtgns may oa be con d as being a Ctlarge pf Insurance of any Type, sar*lss ordered by Cifer are adequate and sufcfcrt for be uniform throughout ail entire site and crohmd water b�creased considerafion ti rte exposure to an award Clients intendad purp_sv Unless ofnerilvise expressly leve[s may 9uctuata due to climatic and oater variations C:�z ;m. seamed In writing,TSC- _;vices are provided ex":lusively Construction materials may vary from the samples aizn. T fgrcllent"Stash_ll have ncouarroblhcationomerthanthose Uniess otherwise agreed inytding,the pracedu',semplaved 11,INDEMM17Y:Subjecttoifia rovisfcnssatfgr-herein, duties and ob{iga5ons axpn:.-s y set forth in this,A;greement. by TSC are not designed to dertectitrtenvonal concealment TSC.and CGenthereby agree to indamnffyand hold harmless T5G simafi have no dui;to any third party:Ghent shall ormisrpiaseniaton of act by other. each other and their respective shareholders,directors, communicamtires General Gondifonsto each and ever' officer,partners, employees,agents,subsidiaries and party to whorl the Client fertsmr amt report c-apard by T.OOGUMENTS At05 SAMPLES r Client Is granted an Ovislon{and each of their hairs;successors;and assigns) TSC.Ordering se ric noni sC shall constitute acceptance exclusive tcense to use findings and reports prep! pared nom any and a[<claims,demands;Gabiliiies,suits,mouses of mr lSC`s proposal and these t enliral Condidons. and issued by TSC and any sub-consultants pursuard o a�Gn,Judgmer>i:,costs and expenses,including reasonable this Agreement for the purpose set forum in TSG;s proposal at flrne}n'.faes,arising,or allegedly wising,from personal 2SGNEBTLL 20.FS71gES:Tne services satforlhinttis provided that TSC has received payment In tali for it injury,inciudmg death,property damage,Including loss ofuse Actsementwi i be ac n1 plLnes inaiimeivandwid- manlike services.TSG and,if appicable,Am sub-consultant,retain theraof,due in.any mannertthanegligence ofeitltemftsm marine*If TSC is required to delay any par of its services all copyright and ownership irriaresc In the reports,boring or heir agents or employees or independeritconiractors.in _ - are and to be negligent or m accommoda;E ins rest or r=quiremeris fir Client, logs,maps,field data:held notes,laboratory data and �e ererti both TSG and client� to reguiatory agencies,m third parts or due i any cause sim€lar documents;add tta ownership ang freedom to use atte hen any lahtiity shad be appgrtgned between hem beyond tts reasonable cons-L4 Often agrees to pav such all datagena,md by it.trany purpgss.Unless otherwise pursuanimtheirpro rats shah:ofnaalwen aorfault.TSCand addrborial charges if any,as may be applicable, agreed in writng,test specimens or samples will be Cl'entfurfheragreathattbelrlabiGtyto any third oartyshaq, disposed immediately upon complation of F test All drilling to the sdant permitted by law;be several and not Jpin -1 be I ? AGGESS TO Sri E, TM,shag izka reasonable measures samples Or specimens IV be d1sposed sixty(60)days after ffahTiry m-fSC underttis provision shall hater eedthe potty ` and precautions is minimize damage-tta site and any submission ofTSC's Teport: irmits of.insurance carried by,3G,Neither TSC nor Clart tmprovemerti located thereon as a result of it services at shall be bound under this lndemnly agreement to liability the rase of i.-equipment rwave<Ti=C has not included'm B.T��i147I?ia�IOfi:TSGsobllgationiD prwldeservges maybe determined in a proceeding n which Cr did not participate 'rt ice arc cost of r.astzlmiiai otdamage which may to=.If terminated by eftherpart}'upon(TIsevan days prior wilti.n represented by.its own independent counsel..The indemnioas GRantdesiresorrequiresT MtorestorettesitetorM rmer nedce. inslteevett.of termination ofTS 's services,TSC pruvidedhereunder shall not terminate uponthe term,fnavon wridieon,TSCwfi up nv:titme t request per bmsuch snail be compensated by Client ir all services performed up orexp iratonof this Agreement,.but may ba.modified tothe additional work as is mecessanT to do so and Giieni agrees to and Including the arminaticn dad,including reirritmab{e exieni of any waiver of subrogation agreed to by TSC and mpaymTSCtteges tiro�ipius SCsnormaltnatimpfor expenses.The iwrms and condign of these Genera padfgrbyMetrt i overhaed one p Cut Conditions shall survive the termination of TSC's obrioation t provide senicas. 12 SU6POE sAS:TSCs employees shall not be retained as e,G m=_r�S MTV-TO NCTIFFY ENG iIFP,:nil r.t Fcars~r smart witnesses crept by separate,written agreement af,o ' :Client has advised TSC of any known or IPAYMEN Glientshal bainvoicad periodically trservices Client agrees to pay TSC pumantto ISC'sthen current fee suspected hazardous materials,utfhry fines and under grourld parfemted.C-lie ray-� ;cc— c 11.1�t��r schedule for any TSC emoloyes(s)subpoenaed by arty party structures<tre at tar,}+sfh at rut+iph SC s T perform services days of it receipt Client ftrrJter ogres to oaf ' hoer gn as an occurrence vvitess as a result of TSC's services. under this agreement, all amount invoiced and not paid or o;sa fir,t:ritng for valid cause within siry(60' ys at the rate of iwahve Is.OTRER AGREEMENTS:TSC shall not be bound by E.DISCOVERY OF POL?i iANFS:TSO's services shall not 112%)per annum(Drtt mum inrerestratepermitfedby any provision or sgrzemecfi()requiring or providing for include lnvestgaton for heinous materials?s dented by applicable(taw Edon=er iss the lesser)until gad and-SC's arbitration of disputes or controversies arising out of this the Resource Conservation Recovery Act;4Z U.S,C.g 6901, cost action of Such MCDMIB,indUdlnG Court CCSt Agreement or till performance, n;wherein TSC wah s am F ,;-aas a, pe l w, -c:' �. rights to a mechanics Ran or surer-bond claim ut that et,s.,q �rhended("RC.L"t gi by env stoma cr,edam s-�—s:aa-k g � (� iairtecrmp!aton, fhtheeverrthatha-dgusmaterals condriaons TSC's light to receive papmtant for ft services are discovered and identified WTSC,TSC`s sole d[.m+shall M WARRANTY. TSG's praftesslonal services will be upon paymentt Mart-byatythird party or(bi;thatrequires be tordtify Client performed,its findings obtained and Its report»prepared TSCto Indemnify any party beyond itsownnegligence These in accordance with these General Conditions and Witt General Conditions are netice,where required,tatTSCs: il S. MONUTOPUFM:If this Agreement includes testing generally accepted principles and orac°tices.Inpa,iormingIt fife a lion vnenever necessary to collect pest due amount. construction matarialsor nbwrving any aspectofconstruction pmfessionahsarvices,TSCAusethatdegreeofcareandskill This Agreemer°r contains tha entire understanding between a imp v. Cilelt s cans action personnef vvill ordinanTyexercisedunde;simifacu'Lumstancesbymembers the parties.Unless expressly accepted by TSC In writing verify that the p=ad is pmpedy lwa,d and sized to meet of it profession,.In performing physical work in pursuit of prior to delivery of TSGs services,GRentshall not add any GRer,s protected bufldieg leads. Client shah cause al its proiassionai services,TSC will use that degree of care conditions or impose condftions which are in conflict wit tesm and inspectons cr to si e.materiais and work to and skill ordinarily used under similar circumstances.This those contained herein,and no such additional oresniiicting be timely and properly perfmrned in accordance vvitr wararity sin lieu of all other warranbasorrepreseritiidns: terms shall be binding upon TSC.The unenfpreabiGt or the plans:specifications, contract document,and TSC's either=urns or implied,Statement made in TSC reports Invaiidi f of any provision or provisions shall not render any reoommendat tins. No claims for loss;damage or Iniury are opinions based upon andinearing judgment and a not otiier crovisfpn or provisions unenforceable or invalid. his ,hall be brought againsiTSCunless all test and inspecT ions to be construed as reoresentatons of fact Agreement shall be construed and enforced in accordance have been so.Derfcrmso and unless TSCs r.commendatons with the laws of the Stair of Illinois.in the evert of a dispute have been foliv,-�ed, i i—.Z-5 .. - +,:; arisingou'toforral aiingto the performatgeofunlsAgremen negtigenttn perfuming prgres Ionaf services grto� e Erie breach'hereof or TSC`s services;the patties ogre to TSC'sservicesshe]!not include de-Lmininoorimpfementing and brachad any express orfmpfiediaa:nan�� resenfaitoo try in good faith to sate the dispute by medation under ate means,methods,techniques or orccedure5 of work or contract,Client,all parties claim ough Client and the Conssruuction Industry Mediation Rules of the American done by the comcwd3*being t ✓ avrelieduonsC-s ArbivngnAssocianonasacongmon precedent torTingany , r being testedm TSG's service:shell not include the aithoribl services orlvork acre maximum aggregate amount demand fgrarbitraiion,dram peiitpr,or complaint vats any .io accept or rejact vmrk or to ir:.any mariner supervise ofdam agents court Paragraph headings are farconvenie ceonlyandshali the work of any:contractor.TSC services Dr failure In shat be lishlmifmred to$50,000 or the trial amount of not be construed as limiting the meaning of the provisions perform same shah:not in any way cperete or r--:use ahy fi,a fe id to TSC for it services performed wit,r soeri contained in these General Coro;bons. cnttractarnom the oarfomance of is work fir:accordance , n��^�° Christopher B. Burke Engineering, Ltd. Pavement Cores -2015 Street Program L-82,680 - February 20, 2015 PAVEMENT CORE RESULTS (Each component of pavement section listed from top down.) Lincoln Road (Cores 1 -4) Core 1: 3.4" Bituminous Surface Course (Not bonded to underlying course) 1.1 Bituminous Binder Course (Deteriorated) 4'/7. Total Asphalt Thickness 12" Crushed Stone Base Course (1" Max with fines) Core 2: 3.5" Bituminous Surface Course (Not bonded, Deteriorated) 2_0" Bituminous Binder Course (Deteriorated) 5'/2" Total Asphalt Thickness 7" Crushed Stone Base Course (1" Max with fines) Core 3: 2.1 Bituminous Surface Course 0.7" Bituminous Surface Course 1.7" Emulsified Bituminous Concrete (Not bonded to underlying course) 3.6" Emulsified Bituminous Concrete 8" Total Asphalt Thickness 4" Crushed Stone Base Course (1" Max with no fines) Core 4: 2.3" Bituminous Surface Course (Not bonded, Partially deteriorated) 1.1" Emulsified Bituminous Concrete (Partially deteriorated) 2.2" Bituminous Surface Course (Not bonded to underlying course) 1.9" Bituminous Surface Course 7'/2. Total Asphalt Thickness 5" Sand Base Course Natorna Drive (Cores 5 and 7) Core 5: 2.0" Bituminous Surface Course (Not bonded to underlying course) 2.3" Bituminous Binder Course 1.7" Bituminous Binder Course (Not bonded to underlying course) 4.0" Bituminous Binder Course 10" Total Asphalt Thickness No Granular Base Course Present -I- Christopher B. Burke Engineering, Ltd. Pavement Cores-2015 Street Program L-82,680 - February 20, 2015 Core 7: 2.4" Bituminous Surface Course 0.9" Bituminous Binder Course 2.5" Bituminous Binder Course (Not bonded to underiy ing course) 5.5" Bituminous Binder Course 11'/4" Total Asphalt Thickness No Granular Base Course Present Natorna Court (Core 6) Core 6: 2.5" Bituminous Surface Course (Not bonded, Partially deteriorated) 2.5" Bituminous Binder Course (Not bonded, Partially deteriorated) 5_0" Bituminous Binder Course (Deteriorated) 10" Total Asphalt Thickness No Granular Base Course Present Spring Road (Cores 8 - 15) Core 8: 1.9" Bituminous Surface Course 3.6" Bituminous Binder Course (Not bonded to underlying course) 3.9" Bituminous Binder Course (Not bonded to underlying course) 4.9" Bituminous Binder Course 14'/4" Total Asphalt Thickness 4" Recycled Asphalt Product (R.A.P.) Base Course 4" Crushed Stone Base Course (1" Max with fines) Core 9: 1.6" Bituminous Surface Course 2.1" Bituminous Binder Course 2.9" Bituminous Surface Course 6'/Z" Total Asphalt Thickness 6" Crushed Stone Base Course (1" Max with fines) Core 10: 1.5" Bituminous Surface Course 2.0" Bituminous Binder Course (Not bonded to underlying course) 0.9" Emulsified Bituminous Concrete 4'/Z Total Asphalt Thickness 7" Crushed Stone Base Course (1" Max with fines) -2- Christopher B.Burke Engineering, Ltd. Pavement Cores-2015 Street Program L-82,680-February 20, 2015 Core 11: 1.9" Bituminous Surface Course 1.9" Bituminous Binder Course (Not bonded to underlying course) 1.5" Bituminous Surface Course 6.4" Bituminous Binder Course 11%" Total Asphalt Thickness 2" Crushed Stone Base Course (1" Max with fines) Core 12: 2.1 Bituminous Surface Course 1.6" Bituminous Binder Course 1.4" Bituminous Surface Course 1.1 Bituminous Sand Mix 0.6" Emulsified Bituminous Concrete 0.5" Emulsified Bituminous Concrete 2.2" Bituminous Aggregate Mix (Deteriorated) 9'/Z" Total Asphalt Thickness 7" Crushed Stone Base Course (1" Max with fines) Core 13: 1.9" Bituminous Surface Course 0.9" Bituminous Surface Course 0.7" Bituminous Surface Course 0.7" Bituminous Surface Course (Not bonded to underlying course) 0.5" Bituminous Sand Mix 0.9" Emulsified Bituminous Concrete 2_3" Bituminous Aggregate Mix 8" Total Asphalt Thickness 10" Crushed Stone Base Course (1" Max with fines) Core 14: 2.1" Bituminous Surface Course 3.1" Bituminous Surface Course 1.8" Bituminous Surface Course (Not bonded to underlying course) 0.5" Emulsified Bituminous Concrete 0.5" Bituminous Sand Mix 1.2" Emulsified Bituminous Concrete 9'/4" Total Asphalt Thickness 27+" Crushed Stone Base Course (1" Max with fines) Christopher B. Burke Engineering, Ltd. Pavement Cores -2015 Street Program L-82,680 - February 20, 2015 Core 15: 1.7" Bituminous Surface Course 2.2" Bituminous Binder Course 2.1" Bituminous Surface Course 0.5" Bituminous Sand Mix 1.0" Emulsified Bituminous Concrete 0_8" Bituminous Aggregate Mix 8'/4 Total Asphalt Thickness 10" Crushed Stone Base Course (1" Max with fines) Butler Government Center- Parking Lot(Cores 16 - 19) Core 16: 1.1" Bituminous Surface Course 1.2" Bituminous Binder Course 2.4" Bituminous Binder Course 2.9" Bituminous Binder Course 7'/z" Total Asphalt Thickness 5" Crushed Stone Base Course (1" Max with fines) Core 17: 1.4" Bituminous Surface Course 2.4" Bituminous Surface Course 3.9" Bituminous Binder Course 7%" Total Asphalt Thickness 29+" Crushed Stone Base Course (2 1/2" Max with fines) Core 18: 1.6" Bituminous Surface Course 1_9" Bituminous Binder Course 3'/z" Total Asphalt Thickness 11" Crushed Stone Base Course (1" Max with fines) Core 19: 2.1 Bituminous Surface Course 22=3" Bituminous Binder Course 4'/z" Total Asphalt Thickness 5" Crushed Stone Base Course (1" Max with no fines) Swift Drive (Cores 20 and 40) Core 20: 2.4" Bituminous Surface Course 2_1" Bituminous Binder Course 4'/2" Total Asphalt Thickness 13" Crushed Stone Base Course (%" Max with fines) -4- Christopher B. Burke Engineering, Ltd. Pavement Cores-2015 Street Program L-82,680- February 20, 2015 Core 40: 2.0" Bituminous Surface Course 4.8" Bituminous Binder Course 6'/4' Total Asphalt Thickness 7" Crushed Stone Base Course ('/" Max with fines) Windsor Drive of Windsor Park (Cores 21 and 22) Core 21: 2.3" Bituminous Surface Course (Not bonded to underlying course) 2.2" Bituminous Surface Course 4'/z" Total Asphalt Thickness 7" Crushed Stone Base Course ('/z' Max with fines) Core 22: 2.6" Bituminous Surface Course 3.0" Bituminous Binder Course 3.7" Bituminous Binder Course 9'/4" Total Asphalt Thickness 5" Crushed Stone Base Course (1" Max with fines) Miss Drive (Core 23) Core 23: 2.2" Bituminous Surface Course 1.2" Bituminous Binder Course 4.3" Bituminous Binder Course 4.2" Bituminous Binder Course 12" Total Asphalt Thickness 5" Crushed Stone Base Course ('/z' Max with fines) Brighton Lane (Cores 24 and 25) Core 24: 3.2" Bituminous Surface Course 3.7" Bituminous Binder Course (Not bonded to underlying course) 4.1 Bituminous Binder Course 11 Total Asphalt Thickness 5" Crushed Stone Base Course ('/4" Max with fines, layered with clay) Core 25: 3.0" Bituminous Surface Course 4.5" Bituminous Binder Course 7'/Z" Total Asphalt Thickness 5" Crushed Stone Base Course (1" Max with fines) -5- Christopher B. Burke Engineering, Ltd. Pavement Cores-2015 Street Program L-82,680- February 20, 2015 Bradford Lane (Cores 26, 27, 29, 30) Core 26: 2.6" Bituminous Surface Course (Not bonded to underlying course) 3.0" Bituminous Binder Course 2.7" Bituminous Base Course 8'/4" Total Asphalt Thickness 3" Crushed Stone Base Course (1" Max with fines) Core 27: 2.0" Bituminous Surface Course (Not bonded to underlying course) 3.2" Bituminous Binder Course 3.2" Bituminous Stabilized Slag Sand Base Course 8'/z" Total Asphalt Thickness 3" Sand Base Course with Slag Core 29: 2.3" Bituminous Surface Course (Not bonded to underlying course) 3.5" Bituminous Binder Course 4.5" Bituminous Stabilized Slag Sand Base Course 10'/4" Total Asphalt Thickness No Granular Base Course Present Core 30: 2.4" Bituminous Surface Course 3.3" Bituminous Binder Course 2.7" Bituminous Base Course 8'/z" Total Asphalt Thickness 3" Crushed Stone Base Course (W Max with fines) Hunt Club Lane (Core 28) Core 28: 2.3" Bituminous Surface Course (Not bonded to underlying course) 3.5" Bituminous Binder Course 3_5" Bituminous Stabilized Sand Slag Base Course 9'/4" Total Asphalt Thickness No Granular Base Course Present Windsor Drive (Cores 31 -33) Core 31: 1.3" Bituminous Surface Course 1.4" Bituminous Binder Course (Not bonded to underlying course) 2.4" Bituminous Binder Course 1_6" Bituminous Base Course 6'/4" Total Asphalt Thickness 6" Crushed Stone Base Course (3/" Max with fines) -6- Christopher B. Burke Engineering, Ltd. Pavement Cores-2046 Street Program L-82,680-February 20, 2015 Core 32: 2.1" Bituminous Surface Course 1.0" Bituminous Binder Course 2.8" Bituminous Binder Course (Not bonded to underlying course) 1.7" Bituminous Base Course 7'/z" Total Asphalt Thickness 5" Crushed Stone Base Course (3/" Max with fines) Core 33: 1.8" Bituminous Surface Course 1.3" Bituminous Binder Course 2.0" Bituminous Base Course 5" Total Asphalt Thickness 4" Crushed Stone Base Course (3/" Max with fines) Sheffield Lane (Cores 34 - 35) Core 34: 2.0" Bituminous Surface Course 3.4" Bituminous Binder Course 5'/z" Total Asphalt Thickness 5" Crushed Stone Base Course (3/4" Max with fines) Core 35: 3.0" Bituminous Surface Course (Not bonded to underlying course) 2.1" Bituminous Binder Course 3.1" Bituminous Binder Course 81/4' Total Asphalt Thickness 2 Crushed Stone Base Course (1/2' Max with fines) Stafford Lane (Cores 36 -37) Core 36: 2.2" Bituminous Surface Course 4.0" Bituminous Binder Course 3.1" Bituminous Base Course 9'/4° Total Asphalt Thickness No Granular Base C ourse Present Core 37: 2.9" Bituminous Surface Course (Not Bonded to*underlying layer) 1.3" Bituminous Surface Course 2.0" Bituminous Surface Course 61/4" Total Asphalt Thickness 9" Crushed Stone Base Course (3/" Max with fines) -7- Christopher B.Burke Engineering, Ltd. Pavement Cores -2015 Street Program L-82,680- February 20, 2015 Dover Drive (Cores 38 -39) Core 38: 2.0" Bituminous Surface Course 2.2" Bituminous Binder Course 41/4' Total Asphalt Thickness 2" Crushed Stone Base Course (3/4' Max to fines) Core 39: 2.5" Bituminous Surface Course 3.0" Bituminous Binder Course 51/2" Total Asphalt Thickness 5" Crushed Stone Base Course (3/<<" Max to fines) -8- i Subgrade Test Results M � TESTING SERVICE CORPORATION a� 457 EAST GUNDERSEN DR.•CAROL STREAM,ILLINOIS 60188-2492 FAX:(630)653-2726 TEL:(630)653-3920 02120/15 - m Client: Christopher B. Burke Engineering, Ltd. L-82,680 5575 West Higgins Road, Suite 600 sure Rosemont, IL 60018 1 of 4 Project: Pavement Cores 2015 Street Program Oak Brook, IL Moisture Qp y Dry Soil Description Location Depth N (tsfl (pcf) P Core 1 Fill - Brown gray and black silty CLAY, little to some sand and 1.4'-3.0' 11.4 3.0 126 CL Lincoln Road g ravel, moist(CL) Core 2 1.0' -3.0' 15.2 2.0 Brown and gray silty CLAY, little sand and gravel, silt seams, 116 CL-ML Lincoln Road moist( ) 1.0'-2.0' 17.0 4.5+ 112 Fill - Black brown and gray silty CLAY, little sand and gravel, Core 3 1 moist (CL) Lincoln Road Brown and gray silty CLAY, little sand, trace gravel, silt 2.0'-3.0' 27.6 2.0 96 seams, moist(CL-ML) 1.0'-2.0' 16.5 4.5+ 114 Fill - Dark gray silty CLAY, little sand and gravel, moist(CL- Core 4 ML) Lincoln Road Brown and gray silty CLAY, little sand, trace gravel, silt 2.0'-3.0' 19.8 2.5 107 seams, moist(CL) Core 5 0.8'-3.0' 22.4 -- -- Fill- Brown and gray clayey SAND, trace gravel, wet (SC) Natoma Drive Core 6 0.8' - 3.0' 22.9 1.0 104 Brown silty CLAY, little sand, trace gravel, very moist (CL) Natoma Court Core 7 0.9'-3.0' 27.2 1.75 96 Brown and gray silty CLAY, little sand, trace gravel, moist Natoma Drive I (CL) Core 8 1.9' -3.0' 15.0 4.5+ 120 Brown and gray silty CLAY, little sand and gravel, moist (CL) Spring Road Depth = Feet below top of pavement Qp= Unconfined compressive strength in tons per square foot based on readings with a calibrated pocket penetrometer oil Subgrade samples taken to approximately 3 feet below top of pavement. _-._ OW- mss' Y = air ec°hao caan Renewed; J.J.M./D.S. K.R./L.L. E.A.D. 1 i Moisture .Qp y Dry 777-77n ( ] ( � (p � Soil Description °!o is c . '- 1.5' 22.7 1.5 99 Fill - Black silty CLAY, little sand, trace gravel, trace organic, Core 9 wet (CL) [Frost Cracks] Spring Road 1.6- 3.0' 17.9 .2.0 110 Brown and gray silty CLAY, little sand and gravel, moist (CL) 1.0'- 17 18.1 2.0 113 Fill - Gray silty CLAY, little sand and gravel, moist(CL) Core 10 Spring Road 1.7'-3.0' 23.8 2.0 99 Brown silty CLAY little sand, trace gravel, moist(CL) Core 11 1.2'-3.0' 25.8 1.5 99 Brown and gray silty CLAY, little sand, trace gravel, very CL Spring Road moist(CL) Core 12 1.4' -3.0' 16.9 4.5+ 116 Brown and gray silty CLAY, little sand and gravel, moist (CL) Spring Road Core 13 Dark Brown and gray silty CLAY, little sand, trace gravel, Spring Road 1.5'-3.0' 21.6 1.5 - very moist(CL) [Frost Cracks] Core 14 Spring Road Core 15 1.5'-3.0' 18.9 1.5 105 Brown silty CLAY, little sand and gravel, moist(CL) [Frost Spring Road Cracks] Core 16 1.0'-3.0' 27.8 2.0 96 Brown and gray silty CLAY, little sand, trace gravel, moist Butler Gov't CTR-Parking Lot (CL) Core 17 Butler Gov't CTR-Parking Lot Core 18 1.2'-3.0` 18.0 3.0 113 Fill - Brown and gray silty CLAY, little sand and gravel, moist Butler Gov't CTR-Parking Lot (CL) Core 19 Off-3.0' 13.1 4.25 124 Brown and gray silty CLAY, little sand and gravel, moist (CL) Butler Gov't CTR-Parking Lot Core 20 Fill - Brown and gray silty CLAY, little sand, trace gravel, silt 1.5'- 3.0' 21.1 2.5 107 seams, moist CL-ML Swift Drive ( ) Core 21 1.0'-3.0' 18.8 4.5+ 112 Brown and gray silty CLAY, little sand and gravel, moist(CL) Windsor Drive Depth = Feet below top of pavement Qp= Unconfined compressive strength in tons per square foot based on readings with a calibrated pocket penetrometer Subgrade samples taken to approximately 3 feet below top of pavement. F e@ CR H U Lab 3echn'cta® .. Rev�,ewred i3y J.J.M./D.S. K.R./L.L. E.A.Q. 2 Moisture Qp y Dry Location Depth ( ) ( fl (P � Soil Description t5 C 1.8' 24.9 1.5 98 Brown gray silty CLAY, little sand, trace gravel, very moist Core 22 (CL) Windsor Drive 1.8'- 3.0' 25.8 2.5 99 Brown gray silty CLAY, little sand, trace gravel, moist(CL) 1.4' - 1.9' 14.2 ___ __ Fill - Black silty CLAY, little sand and gravel, trace organic, Core 23 wet(CL) Bliss Drive Brown and gray silty CLAY, little sand, trace gravel, very 1.9'- 3.0' 22.4 1.25 105 moist (CL) Core 24 1.3' - 3.0' 27.0 __ Brown and gray silty CLAY, little sand, trace gravel, moist Brighton Lane _ (CL-CH) Core 25 1.0'-3.0' 25.2 125 100 Brown and gray silty CLAY, little sand, trace gravel, very Brighton Lane . moist (CL) Core 26 0.9'- 3.0' 19.7 3.0 110 Brown and gray silty CLAY, little sand, trace gravel, moist Bradford Lane (CL) 1.0'-2.3' 21.8 1.0 106 Dark brown and gray silty CLAY, little sand, trace gravel, very Core 27 moist (CL) Bradford Lane Brown and gray silty CLAY, little sand, trace gravel, moist 2.3'- 3.0' 22.6 3.25 105 (CL) Core 28 Brown and gray silty CLAY, little sand, trace gravel, moist 0.8'- 3.0' 19.8 2.75 110 Hunt Club Lane (CL) 0.9'-2.0' 28.4 1.25 95 Dark brown and gray silty CLAY, little sand, trace gravel, very Core 29 moist(CL) [Frost Cracks] Bradford Lane Brown and gray silty CLAY, little sand, trace gravel, moist 2.0'- 3.0' 19.3 4.5+ 111 (CL) Core 30 1.0'-3.0' 19.7 1.5 110 Brown and gray silty CLAY, trace sand, trace gravel, very Bradford Lane moist (CL) [Frost Cracks] Core 31 Windsor Drive 1.1'-3.0' 18.6 2.5 112 Brown and gray silty CLAY, trace sand and gravel, moist(CL) Core 32 1.0'- 3.0` 19.1 4.5+ 111 Brown and gray silty CLAY, trace sand, trace gravel, moist Windsor Drive (CL) Depth = Feet below top of pavement Op= Unconfined compressive strength in tons per square foot based on readings with a calibrated pocket penetrometer Subgrade samples taken to approximately 3 feet below top of pavement. a� � 'bnnRaan 'Lai b:Techn�dian Revievved:B` . J.J.M./D.S. K.R./L.L. E.A.D. 3 ®. . Moisture Qp y Dry 7Location Depth Soil Description 0.8'- 1.4' 18.7 2.0 109 Fill - Black silty CLAY, little sand, trace gravel, trace organic, Core 33 moist(CL/CH) Windsor Drive 1.4'- 3.0' 5.1 -- --- Fill- Brown fine to medium SAND, trace gravel, moist(SP) Core 34 1 0.9'- 3.0' 19.2 . Brown and gray silty CLAY, little sand, trace gravel, silt Sheffield Lane 25 111 seams, very moist (CL) Core 35 Brown and gray silty CLAY, little sand, trace gravel, moist Sheffield Lane 0.9'- 3.0' 26.5 2.25 98 (CL) Core 36 0.8'- 3.0' 26.6 0.5 98 Brown and gray silty CLAY, little sand, trace gravel, very Stafford Lane moist(CL) 1.3'-2.3' 19.5 1.25 110 Brown and gray silty CLAY, little sand, trace gravel, very Core 37 moist (CL) Stafford Lane 2.3'- 3.0' 27.1 1.5 86 Brown and gray silty CLAY, trace sand, trace gravel, very moist (CL) Core 38 0.5'-3.0' 21.0 2.5 104 Brown and gray very silty CLAY, little sand, trace gravel, silt Dover Drive seams, moist(CL-ML) Core 39 0.9'-3.0' 16.0 4.5+ 118 Brown very silty CLAY, little sand and gravel, silt seams, Dover Drive moist (CL-ML) Core 40 Drive Swift 1.1'-3.0' 15.4 3.0 119 Brown and gray silty CLAY, little sand and gravel, moist (CL) Depth = Feet below top of pavement Qp= Unconfined compressive strength in tons per square foot based on readings with a calibrated pocket penetrometer Subgrade samples taken to approximately 3 feet below top of pavement. E.A.D. 4 emu , _ N C-1 0 100 — L 161111111111111! (IN FEET) SCALE 1" = 100' C-2 3� C-3 C-4 , �M _ y .x, � -_ � •:.,'. .v....-,:.�.�=Syx>."=:�..-�.�".J..,�+...'u`,,,_..�m`�t�,4.=anrc „ },,-n���`•i;:'� -.�ttr' i-mac �-x-'.. ..r ;'�` Mr.. al�. LEGEND CORE LOCATION CORE LOCATION PLAN DRAWN BY: EAD PAGE NO. LINCOLN ROAD TESTING SERVICE CORP. CHECKED BY: EAD NORTH OF 31st STREET 457 EAST GUNDERSEN DRIVE OAK BROOK, ILLINOIS CAROL STREAM, ILLINOIS 60188 JOB NO. : L-82,680 1 OF 6 DATE: 12- 12- 14 _ . PIN 0 150 sy.. S' `�ygyg (IN FEET) YY SCALE 1" _ 150' {C-6 } w � as- ,� LEGEND fi CORE LOCATION CORE LOCATION PLAN DRAWN AD PAGE NO. TESTING SERVICE CORP. EAD NATOMA DR & NATOMA CT � CHECKED BY: NORTH OF SPRING ROAD 457 EAST GUNDERSEN DRIVE OAK BROOK, ILLINOIS CAROL STREAM,ILLINOIS 60188 JOB NO. L-82,680 2 OF 6 DATE: 12- 12- 14 '�, - J :'i!P'> r :✓i d,'k "/ / r, F J F: r:;:n "r ?:cu� - :1 :rz;u „r✓.. .,?.11,w :.�... ,k„r k ,"nR .,tri/ a /i. s r� !' l ..�o-.J 1$a, )., {. /,r. r✓dl.;ac< „r$ ,.� r ,.t:�, �,,:Kn ,+;,'� f ,�v; - 1; :�, '" � "..:. r.,.:al_ y. :i; �' ,•:-':r% // I :,.r� 7 -.:-., �%;: ,�},.., ;.r,/ fn. ��,:( �^a + 1{.:-,1 /` e f7f �G. �Ix�:<,: ¢ ':' -F/ „ ..:,..' .».::f. ^ • .,;,,t ee-. i rr!, ,, r->a r r tC,�1 ,..,,. ,,, f r Y a I.i.1. :,. �.. a`�',r,3`/ ,�s� .;; � ��. ,r ,;:y r f?t ,;x �' :t'°r3�✓ 1 ' - Y ::,se' F, �;� ,1 f ,./� �` le s' 'Gi I, ;.23. l ^< �,§(: 'at'i�` C+:t r c a / 1 n ,rriv � r 6 I y Y t 1� 4;, � i4•.��t J.,y 3tr , S,;� a /, � q 3, %//i , 1 9 to ` ,gg Ff+ ,� t lertlir,iy���err:� ��� ,?�' �,. ", , .,;: ! tst ;srr� q}1v�k l�': f ^"; ,�,.+ � 1;''s 1 rr '? a I //,✓ /•,ai? I�"7.. 1�� ��f �Y `« ;�Jxzr Y,:#t !, � rti // ;r.?:.�.� .A ,a _ 1 ,'-:iC ,v,u,?✓' �, 9��r - 3 .� "t i�r3xifi;Ft l i*�E34�s*4�t-'.' rl I 1 'I.1�ra�r �:�:, 111 � 1:�.-,�';. }',, ! ,1a 1 r €p1! a v( t ". 1 frz 41 f,:,l t✓ j } / {.. J(fis i,l i r tr /I 131 7 u a r t�J..•,y,'kJ Lyl,I,n ld =.,, .9 al.a a P f', r <Js.11 IN':,1 J r r , J , ,ll..>i a Mks :$ ° 5 J ,Pr, ir' � �IJ::� PJeI ,t Y',a r 4rzll qY3 ,,,rffa t { ar r fI; P a;:1 fi !,. �W s • r-' 1 ;:I r Ilr art,' I i ,#1b `! 3 ! I $S 1 .,>1� � �'i �r��� ( ,$ I 4 r f r t�/� a I I :� f t sr }I! f , ,� r^ tA'• "Ssr 1{ r r C.jll2 u ✓ Et 9.'wi it « °,I ':5 ,t 1 rG 1, 4 ( 'hrg:s ,' o ;r`Ir" -i J ffi' .fi., ,"+^«c, ,.q , wit", , , ° f<} I ''::d' r` �` v+ , t if" G : 5 y ! 1 x It. rip ��','1 t el, a i Ml k }, +1-, :,k t zF ✓ ,. ;;, $,r:,i b ev , R,«,, 4 1 1000 ��,., + 1«,,, "�'i.:�,. 4 ,', S ,' , ,�,,,1� �✓°,,.I ;1,, `:� E ,:,;, ,.:,, ,�'r �"r �/ I;`yl f::4 1�t , u,?r 3 x,nz}"p';o -. i.r., C ,� � a,.:;'.. ,, :::•:.I 3 J4 C ., ..:.a ,..., ,I( v :li k , ,.,..;.I ,,,�.;h S r... ;, !L tzn 4.".::.r !R!, f<;, ,rl,� S'F a .t, �(s�/�.k:7.. �« ,r, Y:�,i..3 r ;,:..! :°,:' ,tl It h ;?- „,I ": 1', , } ,,,n„o..,q f AJr,. 4,1..; L r../c n�1✓ -s I t s:,.. ,-„<r Y ->•t iir Yiiii . a, 2 r ti 4 it {:, 14,.. r.x • ,,f^U�7� ..f'.. a' t:..{I r ,:: 1 , .{.1 rll , ! 'b!'< 1 r l l td t r1 1I n L y� �r 1.IEEI d. a 1 ii{ "i" 4r dre'I ?, ,r Y3�T1Y�1ff "L� r6ll, � �� ' ol SCALE V 100 9 a h �Cr �Id Iar / Lrrr t •�:P°(y, -;i, < ,,,r:,' 1..I��, ..r r I l; u! I' .: f ,,I ' I:.:I � pL }1 I s r,,,� i } 'f ,}, _,;x r�%�r���r��/aq 9�x��yx, 7 ,,, ,.,.,., h: .� i o:`: .✓ 1j,. ^:;�„ ,, ... ., ,•,-:!:: .. !'.- „ ,."; r '-1 .., r�1yy n,�. ,!� ,i.{{ 4. .,�P` ).✓,i''.��� irfi�J;a.;r, ,,.:,z<l �:: rx-N,r•�, .. .. ,�� r:�r. ,r.,!,; ,. 1 's ai 1, >,, t t kran , ,.-, ? ;,.:. I .., f'st A y#r',.,,.... y,, ,,, „c,.-s ,�,,.,,.r .c:a.. a 3 a.,,. > ,; ,. ...,., .r„t ...,.,. .._ ., _;1 3 r:: 1, J _.,....,x�, 1 ,..� # n:r' a,, ,-r::- / I 'r'a;, rg;J;• !a '4$ 9 x.,,`..rl, ., 3� l;• ,S 7x, i�?�, r,+,�r, a ,,.., s,.✓,:, .e. R-f .,. ,., ., ,: c r.. „ tJ,I ,..,. ..,:: , ,,.,:u .,r:, ,I,a ,: ,. ,,..... .s ,�:- ,Y ,4;Su ,�- a I „u ,s ,, "�%,.«� f '.f-o,,: r.�,:y>. 1 t...:.✓.A lrv,- s, ,... .,..,,:.-1 i b r .. :,J:.,. :. ....i. I L,. .,1 r I #F _+ �a>r,r" (', 'r,F 11Y:c t ,_,:;, „ -;,-; I -,.,w•,-« .-c:;; , 6 �,:.. :"1, ,'4 1 t 2'" „�€ ,r .1r,,y I '4c+ Lr -: 't♦ :,.,, , ..»1. s , td I .r `t{ f 'k .I e,� , ^I J; , .,3:4 $ ' , „r ::; I ir:,, ,:,• !,.: „ .,F: c€. �iE ,Y t l 1.: 1.. I „ )jp r „.;t s-,•? , ', 1 ,,•, .� ,i, .,. .+ .,", "..tr.:r f� ,.,,, ,:, . {,>. E.I, „! ., a- #r. A:-° },r ,?, r!=r t I,of 1 , :.. s' I rr I!. ..k ,;.. :. - y�:, 11.. -.,, -. a.... 1;: .. f f - C::; F I.,$. ,. ,� } I ��',• /.,, s<,.t ,,,."., -.#.,, 1!l, t ,,� ,. !;(t .., i r 16 r�:-: /$ ! I 1 ma•; ?�,, .;az ka -, ,( .1�, <,:..,, L., �,: nn "s: •. ,. 'rrl,:+ ,r,.t „ ",- �� r7 3 f, ,,... .: -':: ,w..,.e ..,,. :1;,� ! ,`:, -,.',:: 5 .;': rf t l .r1," , ,�I. },�:;1:.,.i':% x • .. r ,. :r $o y.. ,. K ,_..-. J .,., 1 ;-. _,, tI ,:,-a;.. Y ,..., ,.: -:,; � J,,:" f} 1 { k ....,',- , ,, �u ,,. [[��,,f. ..�•i.i, #. a. ,.. fil '{ _,.. d s,•:.. 11,....:. .,,. r < Mr X n ,.`r �, �.,Y.;.;y. .s . :,,..,. s.... �. .. a ,,. �a'rk,.. 1 �n{IN -1,1 ,.: 6.. ,!�..a,: 9I,jIb. .r,..,,�/ },:,•„, y .! ,,", ,.a (' ',.1 ,. 3 3 ;tsr;3 - 1�>< ,r�.3.;':r«'� ��:h�� I rt-✓ 6 :v.., ;1 r 1 r k�,,, , f 1,:.f �,, � £,a stf¢, �`, � ' r', �, G, :.:T. ri;,l{a Jr S C „I, .: ..,. .<,„„„,, e : »c?1. a* , .,......, _.. ..r ,. ..._i •�r.., , l , .,.;:: ' .! 1 e+.. ;. 1, },• v""'8 EL,,,`{,., f 1 } § '3, '1•^;r" I � .,3f ,:..,. ✓2< ,. rR,Y ;: ._ :.,3, , ," .e......1 ,.a ;.....-. r ., -r.,-<r ., ,.h ,„ ,.,t::;.�" r,,, ,., r 1 r E. ,.,:.d f. F, 1 - .. .,1 .. .. ,. ,.....r .3� t...„ �,. , .,,. ... 1, -., t ,.. F, 1,,,, , . .,..m-. . •, :, ,,':. ,;:, :" .�'„ .,: ,ra>. ,:,a n :<;.«,,-r 1�^ ,•�;. F.. �'r `:': .. :d,:.. a. .Y•,: r. ,;. �a:,:, � ,,. u! ,., > .r,.,I r,,, ,:.;: 1 r,,-. . :�".. _,k ,,:,.. .. .:,, f .,, ,,. ,, K.. .J 6,. �c `�t, ,�C''Y'. �,;... e,, "„�:, ,...:... ..3 _;3,� L. :: :I � .. ".}. ."IP .,. � a!l I: ,.„y:, v}9k'f r,, ,R:7;! r .,., r a,. 1 .I+ I,., ,YII, � :,:. ,, r. ,.. F, t- Fss ��rr F,,, n• ,:, ,. ,.: r 'xI h I t 7 I, v r �{ 1 � 6 4� '4 1 r a ,x€,;; I. °� k; x v'; �: .o � :.r ,. x s-.k. ;�, 3 Y'.... ...,� d..„ I •xr,.+ .� :.,,,,. ar ,;I, ,, .'. �� ;. ' I".4.t" ��^^..fie. , „s.,,.l Y 1 11} .,.�r � ,..-., I .i:,. ,,., .,.�! ,, .,, __,-...A .P< ff 11 �.. It:l f 1'�•,4 1-' ..A,.,. .. t „k J.. .�¢' :,,s✓ R. , ,..7 . r..x,i„11.>. r., ,. ... r,/F t r�' S 1 I�� „I,I$.,.. r� ,�::� i*,,,t , ( .'�'n,..,. I. 1✓ i.l....,.., .. :51Y., ... F`. ....,. ,,: I Y.II,. I ,..,.. r,.: .., ,.. ..�� (' ,,.r.., 7. ,f :.. �o , K ,� : qq .. @:- K ,. Y 1 ..:tr. .,r:'., f� P,c , I :.: ( ., .., � t:.,":. ., 4, .:�_. ..r. � -'�... K rl ..rE., i�V •'S�. , .a a a �, ,'f z L+ ( n s11.. I c-, , , ,a i -•, r Iv`;- ,--.1 0 u esnd., �I'„ ,.�,. , .� ,. ., r� ,1: ->t.,,,, r „r,t,a, ,, �,,,. .. ,r .,_r t, J � s• ,.�r 's«I:, t t a. a>a. <, .,rrr..zt >.a,✓S.. a <, F 1..�.... f I ,,,..., §, , , r :v ., w �„ a::y, ,�t�,, ,..F:: �,- d ✓ ,.. ,.5 $ .. .. I t-_,..11 ,IS 1 �_I „ <,:.. 11+ C.... _:. + s, r„�.. .{l_y3t „ ,, S .,y ... ,f:7.rS � [..,:.,- t ., � r,,,. id t,E.l. ffi.t ..n rF 1 ...,.. _,._. „� .:.., r, ..,.,., I, ..:... r �;..,....... ,.. .��� ,.:-T'` „a •:�i .l 'a?.:., ,L ...z- .,r.,�. cA,�,_4� -a.,,..,, 3 ,<:, .. i s. .., < r,._, 1 .... :. ,. ,... ,.,x, ..,- <F• ;rP h I '�. uLYI .,I' h�,` ..,3,'i 1i, "I:.L• ��)k' -..x, , • Y',.,,..,:..,iF., I .,.. , ,:,:..�:. r; ✓ �� --.. ,,.,.. v,, do/('}i,r,..:., E .,. ,,! 3 3 t ✓9r n s :rr, fF, .;; „ .:;.. ,...,( .•"rJ ,^ o-:.,, ,r, 1. s; k„al a. ..; „{i ::1, r..,,, ,i9'r ,,4 1 .,,,.58 ,, vu„ ,. ;a..n>a ,/T•� If,., ,,., ,'1., T b . aJy. .. . (u ..n'.y�. ,., .,, S.I,.�!. ; ..:, , ,-I><. .,r.3:� r 6. y Ll- .:, ,: .J ,<,, ........ ....._•.• ,. ,.;;, 1'�'.',`Y` "f. ...,,�5, f�,i .._,..e, t. .,{rte ,r I aL. f✓r, .'r' ..,,y.„,,;,,' « L:,I: Sx.}:,;cr dli, ,s ? A,^i�.: �e' .., ...,«, ,,a .,, ..... I, , .. ,...fs:- ..,1 :�F> - �, ,, Vi 1,' t Ir.,. ,r l , t,:. i r 1 ,ar. $,v 2 , ',r'1,i ,+.I? ,,I .•:1 � I„ a ^:T r 1;>vu r r r,,.}:; s,4 .�e>I,t .�,. a. s,...:,,r ,. �. .t.r. �.. � -,t :� .,�..a, I IeS c ,. -.• dl s,i kx ,.a, i r.":;, �. P.B' � ri., � ti b ,-5,� J •.. r. tr, J 3 it 7� :.'t f F #,: yl J ;'� YI, , {, .x'.. �.a �i 'r1z p..„✓7 ;',y ,, s a A ..I:S 1'5 t};;�R`' t:f, ! t+$ Y I �"." y H!/.P,P( �,c l'�i � �E: ;.�..: ^' 'I sa^Sr 1?M1 rr„ {41 I'1YC :� 1 a 1, t,% 1 I'I•..$} , I G?e::, 3 !;'' u i � i= r.(�Y F l.,R r,:zft u' S �I��.. s ,fi:'", , x 1 t �.,. �y 3 s. -. r, ! ],, ,,, ..{•.. Cllf}�R41 I "< f I �S ti:rt 1�1 #..;�,s a,,5',, � M w Jt u, _.ijZ �n .r,:L,a �,y,: s.,,.c< r ,a ,:i •r_ .,..r., �a,. ,, t t- d ,.., : r ,. �.ur, ,s•;,, ,�+ 33�1:. r4: i,. ,„'is"f.;...i.,l s., ...a ,a W'�,rF'... ,,, "k,...�' 3. <:.� � r ,. .,• �f .,..':.r ,''}, G,.. ,... f. ,Yi ,:..,.r..,Y 1• ... er+.. o-„a.. .,; „,� ,7/ ..:,,., k«.rrR.s� ,,,,.,•'�, �I,;�NI, y y, t V:{,° �,:�>rl r�lr 1. ,,� }< t.,...�.. � fi. ,f:3', t s,..;,. F :�; r, Y t`�� a„'..�;tt �,, ...;.P„ ., :�' tr � .:r»:; ,. ^',;t.::.Zt i t ,sr.�.^3...} j. ,, I.,t;,, .rs ,+ {:. ,,.�i f. .,� �� A,".3:, lsa, ✓:�. �," .. . I.,; ,,, ,,: a ,;i';1` .. 1 '::t, v ;: :d j,:�-:,r; r,;,,r. )rf'R!(�>' ,;.,t :� ., �I $?:i ,rl: x wau' (ic s N,f ,.:. �:,,,,_�.-.:., rs<_� I ::,.t, .. :: ...,,. 1•, I;7..r,� „�r,,.,,_ ,I I fi �} .0„# }a .,j ,.,,..1 S'q., s p � -�!5-- m.,�.;k ,,... r.• ,i � t"�P °�"r '� a - �..,„ L'y'.�-, � ,Ii+;;:r,:n, t,K;.:r,:.�!{,, ,� "t n C•I Ir::}. ;, I$1 •r,, J t l,,.Ea .a:::: v Ir-r 3 .,,Its ,. , , ,.I.f I � lr11 ..,., Y (( .>:.,:: ., ,,'�, n'@ „'a'43: ,., ,.-,,: ,'::,,.,. s,,..,_ r.,, • ;,:.- t,,. ✓ ,;. r r ;;.., .,,t. :',:, 9(1, tF.;r t �'a ;,�!!a .F . ,.. , „a ,f..,..,.. t .,t,..r,.. -P_..�r d,r .r:..-- ,:: ,A. ..1:._, ,,a:.,. �:, -;,tl r .,..,, .,,.: rs`. '.: +r'a..,_{ ft :"a 3..✓.,,. � z„ d::, s ,.,,. .• .:....., r F b. ,. +"�,. ...... ".,.'�... ,4 ,.y.: F , 1,r , nr/t'c.�"re �r: r:,,r, d r...,.,...: .,..M..:, .,.a, E ...=Y rra ., ri :..k. rrq. 7 ?„ F ,....'�.1« 3' , � � ,..� ..,,. P ar: .. ,<b! 7', i,, .I, :<,_ ,,.:,:,1 -I;::, 4:! f•'-:.,; f:r,. .�r7r, 3 �;:: ,,,. „. d „..v.,. r ,'(r:,,,.,,„ °IddGi- ,,. e...l f.;{!� /,,,>7/Fft t , p f rr -.; �a g a „P;,,! u• ,,d F+�� aa�. � 4 L t>.. .*zT ,S', I$�. f' 7 ^.)r.L, -L r Y�:r .:�N,1 .l - :,1 i „j.:r ;I✓ ) at�':i ���.x y 'g,- ,,q I. 1+ .r ,+.1 ,-rh .',�:?� �u.;,y�... ,1 ..P:�s �,ry s'�.. ;:;'s' f,_, 1 ,i,.�,w'. .-a✓,f '4 �., ,;it ,. ,,:,, :, ..: 1 ,,yy rs': � -a, y n�S�. t�. 1. ,T.;.(U1�U�1'd, � ..::fi ,r",r., °r,,. �. '�• - ...,:,,+ s. t , Ey„� t �:,".:uu. _. a.. � ,...:;r, c y,,._, ✓{i,%,r, } 7:y: ys K :,:: ,r ..:,;; � ,,,:, I ,, 11: ';r r .,f• (_` �,. ,u{. .I Y .f.,, ,.,1. ,�f ,.) � Y.si 7}:.,� i ,�./.,,.: .aF I- - I F_ / � 1 V 1.. .� '1 y ✓.�+,r' 1 d..2C 3: �h ..i" ,<G.. L ..<3-_i,,,,�„ :.,� ..,-0:�,�9%J( f1 uA A• 1. •• • , r �� r ME � , I C-16 I N i6 jjft t y " C 18 CJ i rE yy I4� , Q 100 P s i Nti y I I �, iY� ' +� ItT ' 'I J.f '' ��r `✓ ,,' 5�ti". jN nt.t n1` �x.ze� A.L %:.'i� 1 Iwveer �f iiv%- i �,t i. tk�rt sty � SCALE 1" = 100' a p cra ittlarit FYt ` 3�Illa�i� �� l}I.,tl F a txiy i kflr +h 1;4 R� v# i �} a ,k."� � I 3�S#I it1 Nt '`�; •4 ;�' ari� t'I��'�--.M--�, - �"I x : .,.,..j It�, ((t� �tji;. 73 ?" �a,�i Jf. �F iL 4+ �.+ �` i� t g,pi'^ � { •i'i4.z'r;IN AA io !k...:; y. p.,;,�,a.r .,x, - k.��� ro� '.},;?ic ai llii.r,; :3�. ".. ...,, 1T ,, t=w.: .? a•i 'wrrmw!?.... ! v � ,::;::. ::::.: .... _.....:....,. :;' ... ". -"�:: ,......, � "�"a�°�t �r pan �, 4"rF�a', t.,.... J 1yw ! _ `y. , a >:. .� :.. ✓s� Zai�r , a .� , Y �.a...., s! r�:._.� -. ..:,.: a:,.. ali;lt LEGEND CORE LOCATION PLAN DRAWN BY: EAD PAGE NO. BUTLER GOVERNMENT CENTER TESTING SERVICE CORPORATION CHECKED BY: EAD CORE LOCATION 2 IN MAIN LINE & 2 IN PARKING STALLS 457 EAST GUNDERSEN DRIVE NORTH OF 31st ST CAROL STREAM, ILLINOIS 60188 JOB NO. : L-82,680 4 OF 6 OAK BROOK, ILLINOIS DATE: 12- 12- 14 u I e a , IC 40 . I N I � „ a 0 400 +�n r+(� 'T�,� II ,q €a ge r�'Ial .z C-21 � i " ' y, j !!y (IN EET) f SCALE 1" =400' 4 >y )�` •t � II ` 1 ' � l rple, I ` 4 ' 1 SS 41 ,xll`Se6r�STff`; 1 F: r aT j 41„€ #714 ! r a. (€. �1d (x;ut�adl ,,>r. . r r,.-,!�P`� �� .a S t �;;t r •f � t, b� w. ,'-,: ..j '..f� ,.� 7 t fi ^�Y^ d i i'�,€ � �}I �F k f r.3.•r3u r.3 a �'p �"H} ,..M$',y lr.:<; .* = C t rY �1E't "r W,"..�f "•,�r�k;. • a¢ a 4€I i S S [a . 1, If II fl , y.l y�l f �, ; �(:1!11' !1 a w � x ,+ r: 22 C-23 ;f- t •',y� ':� �y ` k+.Y '�y�2�?�.'.J� tit is i y I� p 1 9 Fki+: T t a .,H�h�+e4s{�-tlGikl�! hl�fi� .114 rr ee I t '�i �i1r .,S ry'fl"F r I!tS' fir I€ I I : € } a IH�xer•�rr.,l4 •��� 1 ..�at� ag ,�3:� .� ,.�:w, _ _ .......... t + 4k A {{ ,a LEGEND CORE LOCATION PLAN TESTING SERVICE CORPORATION DRAWN BY: DAD PAGE NO, CHECKED BY: DAD o- CORE LOCATION SWIFT DR, WINDSOR DR, & BLISS DR 457 EAST GUNDERSEN DRIVE NORTH OF 22nd ST CAROL STREAM, ILLINOIS 60188 JOB NO. : L-82,680 5 OF 6 OAK BROOK, ILLINOIS DATE: 12- 12- 14 \ H\ a . \�V .- EPA iM t a �a 3 S k Als v� ZIP �- • , �- • • AD Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) VILLAGE OF OAK BROOK CONTRACT FOR TAIL CONSTRUCTION OF 2015 STREET IMPROVEMENT PROJECT ATTACHMENT E IDOT HIGHWAY STANDARDS ABV ABOVE CU YD CUBIC YARD HD HEAD FED PEDESTAL STO STANDARD A/C ACCESS CONTROL CULV CULVERT HOW HEADWALL PNT POINT SBI STATE BOND ISSUE AC ACRE C&G CURB & GUTTER HDUTY HEAVY DUTY PC POINT OF CURVATURE SR STATE ROUTE ADJ ADJUST 0 DEGREE OF CURVE ha HECTARE PI POINT OF INTERSECTION OF HORIZONTAL STA STATION AS AERIAL SURVEYS DC DEPRESSED CURVE HMA HOT MIX ASPHALT CURVE SPBGR STEEL PLATE BEAM GUARDRAIL AGG AGGREGATE DET DETECTOR HWY HIGHWAY PRC POINT OF REVERSE CURVE SS STORM SEWER All AHEAD DIA DIAMETER HORIZ HORIZONTAL PT POINT OF TANGENCY STY STORY APT APARTMENT DIST DISTRICT HSE HOUSE POT POINT ON TANGENT ST STREET ASPIC ASPHALT DOM DOMESTIC IL ILLINOIS POLYETH POLYETHYLENE SIR STRUCTURE AUX AUXILIARY OBL DOUBLE IMP IMPROVEMENT FCC PORTLAND CEMENT CONCRETE El SUPERELEVATION RATE AG5 AUXILIARY GAS VALVE (SERVICE) OSEL DOWNSTREAM ELEVATION IN CIA INCH DIAMETER PP POWER POLE OR PRINCIPAL POINT S.E. RUN. SUPERELEVA110N RUNOFF LENGTH AVE AVENUE DSFL DOWNSTREAM FLOWLINE INL INLET - PHM PRIME SURF SURFACE AX AXIS OF ROTATION OR DRAINAGE OR DRIVE INST INSTALLATION PE PRIVATE ENTRANCE SMK SURVEY MARKER BK BACK 01 DRAINAGE INLET OR DROP INLET IDS INTERSECTION DESIGN STUDY PROF PROFILE T TANGENT DISTANCE B-B BACK TO BACK DRV DRIVEWAY INV INVERT PGL PROFILE GRADELINE T.R. TANGENT RHNOUT DISTANCE BKPL BACK PLAIE DCT DUCT I IRON PIPE PROJ PROJECT TEL TELEPHONE B BARN EA EACH I IRON ROD P.C. PROPERTY CORNER TB TELEPHONE BOX BARR BARRICADE EB EASTBOUP10 JT JOINT PL PROPERTY LINE TP TELEPHONE POLE BGN BEGIN EDP EDGE OF PAVEMENT kg KILOGRAM PR PROPOSED TEMP TEMPORARY BM BENCHMARK E-CL EDGE TO CENTERLINE Icm KILOMETER R RADIUS TBM TEMPORARY BENCH MARK BIND BINDER E-E EDGE 10 EDGE LS LANDSCAPING RR RAILROAD TD TILE DRAIN BIT BITUMINOUS EL ELEVATION LN LANE FIRS RAILROAD SPIKE IHE TO BE EXTENDED BTM BOTTOM ENTD ENTRANCE LT LEFT RP S REFERENCE POINT STAKE IBR TO BE REMOVED BLVD BOULEVARD EXC EXCAVATION LP LIGHT POLE REF REFLECTIVE .105 TO BE SAVED BRK BRICK EX EXISTING LGT 1.ICHI NG RCCP REINFORCED CONCRETE CULVERT PIPE TWP TOWNSHIP BBOX BUFFALO BOX EXPWAY EXPRESSWAY LF LINEAL FEET OR LINEAR FEET REINF REINFORCEMENT TR TOWNSHIP ROAD BLDG BUILDING E EXTERNAL DISTANCE OF HORIZONTAL CURVE L LITER OR CURVE LENGTH REM REMOVAL TS TRAFFIC SIGNAL CIP CAST IRON PIPE E OFFSET DISTANCE TO VERTICAL CURVE LC LONG CHORD RC REMOVE CROWN 15CH TRAFFIC SIGNAL CONTROL BOX CB CATCH BASIN F-F FACE TO FACE LNG LONGITUDINAL REP REPLACEMENI TSC TRAFFIC, SYSTEMS CENTER C-C CENTER TO CENTER FA FEDEHAL A10 L SUM LUMP SLIM REST RESTAURANT TRVS TRANSVERSE CL CENTERLINE OR CLEARA14CE FAI FEDERAL AID INTEHSTATE MACH MACHINE RESURF RESURFACING TRVL TRAVEL CL-E CENTERLINE TO EDGE TAP FEDERAL AID PRIMARY MH MAIL BOX GET RETAINING TRN TI IRN CL_F CENTERLINE 10 FACE FAS FEDERAL AID SECONDARY MII MANHOLE FIT RIGHT Ty TYPE CTS CENTERS FAD FEDERAL AID URBAN SECONDARY MATL MATERIAL ROW RIGHT-OF-WAY I-A TYPE A CERT CERTIFIED FP FENCE POST MED MEDIAN RD ROAD TYP TYPICAL CHSLD CHISELED FE FIELO ENTRANCE METER RDWY ROADWAY UNDGND UNDERGROU14D CS C11 STREET F 1 FIRE HYDRANT METII METHOD HIE ROD TE USGS U.S. GEOLOGICAL SURVEY CP CLAY PIPE FL FLOW LINE M MID-ORDINATE SAN SANITARY USEL UPSTREAM ELEVATION CLSO CLOSED FB FOOT BIT[TICE MILLIMETER SANS SANITARY SEWER USFL UPSTREAM FLOWLINE CLIP CLOSED LID FDN FOUNDATION mm DIA MILLIMETER DIAMETER SEC SECTION UTIL UTILITY CT COAT OR COURT FR FRAME MIX MIXTURE SEED SEEDING VHOX VALVE BOX COMB COMBINATION F&G FRAME & GRATE MBII MOBILE HOME SIIAP SHAPING Vv VALVE VAULT C COMMERCIAL BUILDING FGINAr FREEWAY MOD MODIFIED S SHED VLT VAULT CE COMMERCIAL ENTRANCE GAL GALLON MFT MOTOR FUEL TAX 511 SHEET VEH VEIP CLE CONC CONCRETE GALV GALVANIZED N& BC NAIL & BOTTLE CAP SHLD SHOULDER VP VENT PIPE CONST CONSTRUCT G GARAGE N& C (JAIL & CAP SW 51DEWALK OR SOUTHWEST VERT VERTICAL CONTD CONTINUED GM GAS METER N & W NAIL & WASHER SIG SIGNAL VC VERTICAL CURVE CON CONTINUOUS GV GAS VALVE NORA NATIONAL OCEANIC ATMOSPHERIC SOD SODDING vPC VERTICAI POINT OF CURVATURE COR CORNER GRAN GRANULAR ADMI141STRATION SM SOLID MEDIAN VP VFR11CAL POINT OF INTERSECTION CORR CORRUGATED GR GRATE NC NORMAL CROWN SB SOUTHBOUND VPT VERTICAL POINT OF TANGENCY CMP CORRUGATED METAL PIPE GRVL GRAVEL NB (NORTHBOUND SE SOUTHEAST WM WATER METER CNTY COUNTY GNO GROUND NC .NORTHEAST SPL SPECIAL WV WAIEll VALVE C COUNTY HIGHWAY .GUT GUTTER NW (NORTHWEST SD SPECIAL DITCH WMAIN WATER MAIN CSE COURSE GP GUY POLE OLIO OPEN LID SO FT SQUARE FEET wB WESTBOUND XSECT CROSS SECTION GW GUY WIRE PAT PATTERN m SQUARE METER WB DFL WILDFLOWERS M3 CUBIC METER HH HANDHOLE PVD PAVED SQUARE MILLIMETER w WI III mms CUBIC MILLIMETER HATCH HATCHING PVMT PAVEMENT SO YD SQUARE YARD WO WITHOUT PM PAVEMENT MARKING STB STABILIZED DATE REVISIONS STANDARD SYMBOLS, ®u°nola pe°orlm"°f al o-0°s°o`IaN°° I-1-ll Updated abbrevl.flons ABBREVIATIONS rnssfo Jo.rY 1. ta11 and symbols. Np7 "� p Im AND PATTERNS I-1-00 Updated obbrevlotlons (Sheet I of B) nrrnovfo J— r (• 2011 _ and symbols. { ENGINEER Of DESIGN AND ENV fleNMENT ' STANDARD 000001-00 ADJUSTMENT ITEMS EX PR ALIGNMENT ITEMS EX PR CONTOUR ITEMS EX PR Baseline Approx. Index Line —————- Structure i0 Be Adjusted /aD,J Centerline - - Approx. Intermediate Line - Structure To Be Cleaned © o Centerline Break Circle rh rnO Index Contour Main Structure To Be Filled "M Baseline Symbol lyy rI Intermediate Contour Centerline Symbol `� DRAINAGE ITEMS EX PR Structure To Be Filled PI Indicator o Channel or Stream Li e -------- ------- -------- ------- ' n Structure To Be Filled Special F SP Point Indicator o a Culvert Line I--------------I — Horizontal Curve Oata PI CURVE PI CURVE Grading & Shaping Ditches ----------------- Sirucfure To Be Removed ® (Half Slzel o= q= q: Drainage Boundary Llne - - = T= Siruclure To Be L` L= Reconstructed REC E` E= Paved Ditch 14 I.R.= T.R.= S.E.RUN= S.E.RUN= Structure To Be Reconstructed Special RSP P.C.STq= P.C.ST A= Aggregate Ditch o ,( P.T.$lA= P.T.57A= Pipe Underdroln - Frame and Groie BOUNDARIES ITEMS EX PR To Be Adjusted [A] Storm'Sewer - o Dashed Property Line - - - - - Frame and Lld O Solid Property/Lot Line Flowllne It I Be Adjusted Domestic Service Box O Secflon/Gram Line - - - Dltah Check -{�- -'- To Be Adjusted A Ouarier Section Line - - Heodw oil - n Valve Vault To Be Adjusted O Ouar-ter/Ouarter Section Line - Inlet o County/Township Line - - - Manhole ( - (D Spacial Adjustment P State Line --------- Summit Item To Be Abandoned A8 Iron Pipe Found O Roadway Ulfch Flow Ilem To He Moved Iron Pipe Set 0 Swole --j- Survey Marker ® Catch Basin O • Item To Re Rataaafed REL Culvert End Section 4 Property Line Symbol Pavement Removal and Replacement Some Ownership Symbol j Water Surface Indic Ol-or _ Hoff 51281 L/ � - �OO RlpraP hloY thwest DU art er Corner ,Half 512e1 STANDARD SYMBOLS, ,.^^.PO.,en^^ ABBREVIATIONS Section Corner vnssco aanu^ry I. zoU (Half Slz el IIIu.a,al�� AND PATTERNS rINEEn nuo Fnoc` n€�IA€3 eFPnpvEO �o^ v i. zon Southeast Ouar ter Corner (Sheet 2 of 8) (I lalf Size) STANDARD 000001-06 ENGINEER OF pE I N AN NVIR NN N1 EROSION & SEDIMENT NON—HIGHWAY EXISTING CONTROL ITEMS EX PH IMPROVEMENT ITEMS EX PR LANDSCAPING ITEMS EX PR 11111111111111111 Centd. Cleaning & Grading Limits —•-----•— Noise Attn./Levee 7T •01ke Seeding Class 5 Field Line E—ID.Control Fence Seeding Class T , Fence —+—.—+—.—+— Perimeter Erosion Barrier — — — — — Temporary Fence Base of Levee 11111111111111111 Seedlings Type I Ditch Check Temporary V Seedlings Type 2 011-ch Check Permanent MuUlple Mollboxes Sodding Inlet & Plpe Protectlon Pay Telephone Mowstoke w/Sign Ir 11 Sediment Basin O Advertising Sign h Tree Trunk Protectlon Erosion Control Blanket LANDSCAPING ITEMS EX PR ��( Evergreen Tree E Fobrlc Formed Concrete Contour Mounding Line —————— 4TT`/ Revetment Mat Fence —.—+—.—+—.- Turf Relnf orcemeni Mai n O Fence Post Shade Tree F -I- Mulch Temporary w+ Shrubs ' LIGHTING EX PR Mowllne —OO- Mulch Method I � N�x� Perennial Plants Duct —— Conduit Mulch Method 2 Stabilized Seeding Clasa 2 Mulch Method J Rytlrpullc Elec Trlcal Aerial Cable --A— A T7 yt Seeding Class 2A Electrical Burled Cable I_ L — Controller Seeding Class 4 Untlarpo5a Laminalre � 0 Seeding Class 4 & 5 Combined Power Pole -0- f STANDARD SYMBOLS, ® °0e "°°°m•°'° ABBREVIATIONS ...Ee AND PATTERNS NcINEEN DE aI ICT ND N C pE5 °°v°�r I, "" _ (Sheet 3 of 81 APPROVED wO STANDARD 000001-06 NC N N OF 0 AN NV P N4 NT LIGHTING EX PR PAVEMENT MARKINGS EX PR (contd.)- - - - Pull Point ® ® Blke Lane Symbol °� - --► Bike Lane Text Hondhole R liandlcoa Symbol / Heavy Duty Handhole ❑® t� =pSJ RR Crossing .. Junction Box (] Raised Marker Amber I Way Light Unit Comb. Raised Marker Amber 2 Way Electrical Ground Raised Marker Crystal I Way a 4 Traffic rlow Arrow Two Way Turn Left ✓ Hlol Most Pole 141of Size) Shoulder Dlag. Pattern Light Unit-I �}-0 Skip-Dash White W °® Skla-Dash Yellpw — PAVEMENT IMISC.I EX PR Stop Line Keyed Lang. Joint Solid Line Keyed Long. Joint w/Tle Bars —/� Double Centerline Dotted Lines - - - - - - - - - - - - - - - - - - - - - - Sowed Long. Jolnt w/Tle Bars — — CL 2Ln 2WOy RRPM 12.2 m 1401 o.c. Bltuminous Shoulder 1 v�� CL 2Ln 2W ay - — RRPM e0' 124.4 ml o.c. CL Multilane Div. RRPM 40' 112.2 ml o.c. Bituminous Taper CL Mult Mane Dlv, RRPM 80' 124.4 m4 a.c. m Stoblllzed Driveway CL MUltllone 01v. Dbl. RRPM 80' 124.4 ml o.c. CL Multilane IJndiv, Widening Two Way Turn Left Line — STANDARD SYMBOLS, Iimnlc De°°",m, , ABBREVIATIONS ,ED J°°".�°°�"w'�'_ °'I AND PATTERNS EIti;NEICx n�i0 DD°CEDWES (Sheet 4 Of BI "renavenS—aou -� STANDARD 000001-06 E INEER Oi D GN AND ENVIe NM Ni PAVEMENT MARKINGS RAILROAD ITEMS EX PH coned. E)( PR Abandoned Roll road Urbon Combination Left Railroad Urban Combinallon Right Railroad Point O Urban Left Turn Arrow Control Sox 60 Q Urban Right Turn Arrow Crossing Gate He&- Eei^ Q Floehing Signal He$ FaI Urban Left Turn Only �=- _C Railroad Cant- Mast Arm H.X==_" Urban Right Turn Only �= 7V Crossbuol< z ._�,_ REMOVAL ITEMS EX PR Urban Thru Only �— —•C Removal Tlc T— T- -7— - Urban U-Turn Bituminous Removal Urban Combined U-T.rn Hatch Pattern Rural Combination Left Tree Removal Single t}Q Rural Combination Right RIGHT OF WAY ITEMS EX PR Rural Left Turn Arrow Future ROW Corner Monument ❑ Rural Right Turn Arrow ROW Morlcer � ■ O Rural Left Turn Only � ROW Line t Rural Right Turn Only o Temporary Easement 7T 7T 77- 7T Rural Thru Only STANDARD SYMBOLS, ®wl-1S°a°°rim.°,°t an..° 1 ° ABBREVIATIONS PSSEU '°°°°'x 1. AND PATTERNS MGM—°E F°-1 nN/D VnOClieunps 15hee1 5 of BI AFPneVEe °n r I• 2011 _ _ STANDARD 000001 46 EN IN ER eF 0 SIGN ANO ENV RONMENi RIGHT OF WAY ITEMS SIGNING ITEMS EX PR ROADWAY PROFILES EX PR EX PR cantd. contd. P.I. Indicator Access control Line AC AC Reverse Left WI-41- t Point Indicator ° ° (Half $IZBI 1 Access Control Line &ROW — AC —AC— — Access GOn+r01 Line & -- AR ,^—AC—^ Ear 7hwOrks Balance Point ® Reverse Right WI-4R O ROW with Fence (Half Slzel Excess ROW Line X$ — Begin Point - ROADWAY PLAN E)( PR Two war Traffic sign w6-3 ITEMS Vert. Curve Data 01a1f size( ELEV= ELEv Cable Barrier a a a- •- L = L = Concrete Barrier TTY —'�-'-� E __-__E_.-..-_,-, 0.1(Half.. Ahead W20-2101 Ditch Profile Left Side ----------------- Edge of Pavement --- -------- Ditch Profile Right Side ---------- - Bit Shoulders. Medians - --------- Roadway Profile Ling - and C&G Line Left Lane Closed Ahead W20-51101 TEn talc Storm Sewer Profile Left Sid. --------�-------- -••-••-••----•--• noun (Half size) Aggregate Shoulder Storm Sewer Profile Right Slde - Sldswalks. Driveways - Right Lone Closed Ahead W20-5R(0) n1Gi11 tua SIGNING ITEMS EX PR (14.1f size) need Guardrail Guardrail Post a Cone.Drum or Barricade a Rood Closed Ahead W20-7101 Traffic Sign �+ F Barricade Type a (itolf Size) ei[.u° nII'f(I��I�'INIII �f'IIINI IF',N��I�w�I���W��I�IW�I��� E--{ Corrugated Median LWLJU®I III I IIIIJII' I�I�III u uu Lf uu Rood Construction Ahead W20-1-101 °nx'�ou�lal Barricade Type 111 T-T IHOIf Slzel E^o Impact A'I4gnUat Or O N North Arrow will, Office Barr(cads With Edge Lineo—o--o- ^nNIE - Single Lane Ahead rt IHaif Size) (Rolf . E^u Floehing Light Sign O STA. 45+00 Transition Left W4-21- I Match Line (Half Size) Panels I Slope Limit I Ina Typical Cross-Section Line Tr ansitlon Right W4-2R I Panels D (Half SIZe) Direction of Traffic STANDARD SYMBOLS, ®nn�°l4 peN°r,m•nl ul .r°°°°°r,°,i°� ABBREVIATIONS PASSED '°°°°' z°" - Sign Flog O\ AND PATTERNS €rTE€��'tac o F oc (Rolf size) (Sheet 6 of 8) ^rrnovED/ J..S^ 1• '011 STANDARD 000001-06 ENGINEER OF E CN N1°ENVIPONMENT SIGNING ITEMS EX PH STRUCTURES ITEMS EX PH TRAFFIC SHEET EX PR contd. ITEMS One Way Arrow Lrg, WI-6-101 ® Box. Culverf Barrel ---------------- Cable Number E t 114.11, Slzel —/ Two Way Arrow Large WI-7-101 Box Culvert Headwall (Half SIZeI Left Turn Grean Cj Bridge Pier De l our M9-IOL-10) _ IHOIf SL,al Bridge Left Turn Yellow C YI Y Detour M -Ion-101 1Half Slzel ReTalnlnq won �l II _I Signal Bock Plate II_-T1 I One Way Left R6-IL Temporary Sheet Plling ft"-'1 (Half Size) One Way Right RG-IR Signal Section R" (200 mm) l I (Half Slze) -' Left turn Lone R3-IIOOL ❑ LFn Signal Section I2" 1300 mm) 1 I (Half Size) LRM L. Keep Leff R4-7AL 4EEV Wolk/Don't Walk Letters 'p- D WI 8 (Half Sizel 1 W i YV Keep Left 134-781 `EFP Walk/Don't Walk Symbols Iliolf Size) h-- I!'_I 8 Ef i Keep Right R4-7AR EE/ (Half Sloe) 14d TRAFFIC SIGNAL ITEMS EX PR Keep Right R4-7BR "ffP (Half Size) ^-t Rltlll GOIV. Steel Conduit slw Underground Cable —— Stop Here On Red RIO-6-AL EnE (Half Size) °o Detector Loop Line Stop Hare 0, Red RIO-6-AR NX IHOIf Slzelu Detector Loop Large U No1H f Si Turn R}2 �l L $IZeI 11\v'I�/11 l7e Tect or Loop Small No Right Turn R3-1 Detector Loop Ouadrppole �J (Half 5128) Rood Closed RII-2 IHOIf Size) 0.a5ER Rood Closed Thru Traffic RII-2 n R¢nsm IHalf Size) ixu ixunc STANDARD SYMBOLS, ®un^^IS pen^rtmeNt or rro^sour ronn^ ABBREVIATIONS AND PATTERNS Efi�i 1Ei[fli eF P9' LILY nNp Fnf'S (Sheet 7 of BI nPPNeve° z^^ 6 za0 ' STANDARD 000001-06 N°NEEfl UE UESICN nN ENV flaNLl NI TRAFFIC SIGNAL UNDERGROUND UTILITY ITEMS EX PH EX PH ABANDONED EX PR ITEMS (contd.) UTILITY ITEMS contd. Cable TV CTV CTV —{--CTV--/-- Traffic Signal 0 Defscfar H°ce Way Electric Cable E E r E--;— Traffic Signal Control Box 1:00 Aluminum Most Arm OE— IG—-- Fiber Optic FO FO FO , Water Meter Gas Pipe G F ----A G I G F /— Water Meter Volvo Bax O s Steel Mast Arm ., • 011 Pipe —10 ------A0 0 Profile Line Veh.Detector Magnetic — — Sanitory Sewer —)—)—)—J— —N—>--N--T-- f—Yf—Tf--T-f— - Aerial Power Line a A —a Condult Splice • • Telephone Cable T T T VEGETATION ITEMS EX PH Controller © Water Pipe W, ;W, WL � Gulfbox Junction O 1=1 Deciduous Tree Q Wood Pole 0 m UTILITIES ITEMS EX PR Bush or shrub o Temp. Signal Head -.-- Controller DKI E3 Evergreen Treet tbntlhole 0 5 Double Handhole ® W Stump @ Double Handhole ® ® Fire Hydrant Y Orchord/Nursery Line —- -—-—-—-— Heavy Duty Ilondhole [ © Guy Wire or Dead—Anchor Vegetation Line Junction Box IJ 12 Handhole ❑ O Woods b Bush Line ........,..............�..,,,......�.,,,,, Pod. Pu.shbution Detector 0 ® WATER FEATURE EX PR Heavy Duty Itandnale ® 0 ITEMS Pod. Signal (lead -0 -! Junction Box ❑m Stream or Drainage Ditch — ------------ — - Power Pole Service AD- -F Light Pole r( }c( Waters Edge — Prlorlty Veh. Detector -3 Manhole ® O {, Wafer Surface Indicator Signal Head ° Pipeline Warning Sign I• Water Paint O Signal Head w/Back Plate iO ..- Power Pole -o- -i- Dlsappearing Ditch Signal Post. O • Power Pole with Light ¢—O Marsh Closed Circuit TV IKP Sanitary Sewer Cleanout 0:11 Marsh/Swamp Boundary —————— Video Deiector System Splice Box Above Ground ❑ ■ Telephone Splice Box ® Above Ground STANDARD SYMBOLS, ®im^^�e pannr+mem or va,.En^r+a no^ Telephone Pale .0- ABBREVIATIONS nASSEO January I. 2011 NeN n ral.r A � AND PATTERNS (Sheet 6 of 61 ArrnnvEO �^^ I• zou '_ d' STANDARD OOOODI-06 - NCI fl OF 0 5 CN ANO ENVINONkENT Longitudinol Joint - Exist, pov't CLASS C sawed(one operation) or formed (two operafione) ° 36 (9001 .. .� Angles not less than 60" Variable _ SECTION A-A SECTION B-B 36 1900) 4'-0" 11.2 m)min. in. T.Existing longltudinol Joini `. Exist. pov'i Exlsi'. pov'1 Sawed groove b[A in. B B B B WL. B wldih I 9'-0" 11.2 ml to of pav't. 6'-0" II.B ml SECTION C-C SECTION U-D DETAIL TI SAWED L,A ,C CONTflACTION JOINT ge less than 60° Angles not less than 60° Note. Longl t udinoi Joints shall be ae detalled on Standard 420001, except tie bars ore not required for patches 20'-0"(6.0 ml or less in length. 36 (900) min. CLASS D Angles not less than 60° r-y A /—Existing longitudinal joint I Variable 1 4'-0" (1.2 36 1900 ml F I9 min. m Variable Variable 2 -- �C IiD - t'E - F* 4 B B B B B B B B �►U B B B B L-r A I-C �-+E �-.p �-►G Angles net less Angles not less than 45° than 60° T 3'-0" 10.9 ml to Construction Joint Exist pa i T Exist po t I 5'-G" (I.5 1 T mlmto Exist. pov't Variable Exist. pav't I 6'0" II.B I SECTION E-E SECTION A-A SECTION B-B SECTION C-C SECTION D-D Ieuiit In two operations) GENERAL NUTES Existing tle burs Construction Joint ¢ Marginal burs shall I be either cut or removed. be cut. t 3'-0" 10.9 ml to All dimensions are In Inches (millimeters( �� \ � unless ocher wlsa Shown, \ DATE REVISIONS /� ®un,.ola oeNartment or trocenor+o++oa I I-I-OB Swliched units to CLASS C and 3-0- 10,9 ml to I 3.0- 10.9 ml to Exist pav t English(metric). D PATCHES rnssio /'oo/ v�yI_tooe r 5'-0"(1.5 ml 5'-0" 11.5 ml ¢mNE of io ICr nN nocgo SECTION G-G H-07 Revised Note for niixoveo aowary I zcoa = SECTION f—F Class C patches. �_�/� (Built In two operations) STANDARD 992201-03 NO NEEN Oi CN ANe NVmONa NI • For precast reinforced concrete sections. this dimension may gory from the dimenslon glven to plus 6 (1501. 24 Tap of masonry 6001� 1600) Too of masonry .o o x 0 0 ' y E T 36 T E: n'E 19001 m E °a Qo 00 T 36 T (900) Concrete ALTERNATE T fill MATERIALS FOR WALLS (min.) Concrete Masonry Unit 5 o, o (1251 o T m I I Concrete fill. ?t ± 3 %max. I I 4 % Brick Masonry 1200) I Precast Reinforced 3 voi _ Concrete Section its) J2_ Reinforced cast- In-place concrete Cast-in-Place Concrete (16 ELEVATION — ECCENTRIC ELEVATION — CONCENTRIC Preaasr reinforced GENERAL NOTES Precast relnf. coot. slab Bottom slabs shall be reinforced with o minimum of when the hr....I reinf, concrete slob 0.20 sq. in./ft. 1420 sq. mm/m) In both directions conc. sections alternate oo with o maximum spacing of 12 (300). Is used. p _ 2 o u — Bottom slobs may be connected to the riser as 1507 determined by the fabricator, however, only a single row of reinforcement around the perimeter may be utilized. See Standard 602601 for optlonal Precast Sand cushion •+– Sand cushion R.Inforc.d Concrete Flat Slob Top. All dimensions are In Inches (millimeters) unless oth—l.. shown. ALTERNATE BOTTOM SLAB GATE REVISIONS ®hilnpls papar,menl or 1--o—no" 1-1-11 Detailed reln. In slab.. INLET — TYPE B P,SSED JomiDry 1. EDIT Added max. limit to height. �� 9 Revised general notes. ENOINEEP D!'POLY[,.0 PNOC DVR 1-1-09 Switched units to nrPnovfD der Eon English Imetrlcl. STANDARD 602306-03 E.G N EP OF IDN AND NVIeDNNENT Typical location far lifting device. Welded wire fabric. 6 (150) Bar C \ \ Bar C_ / Isee table) (sea table) 0 A ♦A qB z 1 B 2 2 1 1501 / Relnf. bars Isee table) ti n Na. 4 (No. 13)bars 30 17601 long PLAN PLAN (WELDED WIRE FABRIC) (REINFORCEMENT BARS) Do Do 00 Da Bar C Bar C Bar C F Bar C a `Use mortar-� p• p V N a or sealer 7 i T (Riser) T T (Riser) T Riser/ Use mortar J (Riser)_Lj or sealer SECTION A—A ALTERNATE JOINT CONFIGURATIONS SECTION R—B r - LF Fad\ds GENERAL NOTES The flat slob tap may be used In Ileu of the tapered tops shown on Standards 602001, 602011. 602016, 602306. 602401, or 602501 at the option of the Contractor or when field condltlons prohibit the TABLE use of tapered taps. Reinforcement No. 4 (No. 131 All dimensions are In millimeters Vrchesl BAR C 0 T min.) t "AS" W.W.F. QR Bar 11.1 C unless otherwise shown. each direction I size Length Radius 36 m 6 0.20 sq. In./ft. No. 4 4'-0" 19 DATE REVISIONS ®Im o1s aeon im®,of o-orteo•IOOO (9001 0 0 1150) (425 sq. mm/m) INo. 13) N.2 m) (400) _ PRECAST REINFORCED u F. 1-1-14 Omitted detail for lifting A'-0" =a "' 6 0.35 sq. In./ft. No. 5 4'-6" 26 hole or lifting loop. PnssEO dance r' I. 2014 11.2 ml o} f 11501 (740 sq.mm/m) INo. 161 11.75 ml 16601 CONCRETE FLAT SLAB TOP m N B 0.35 sq. In./ft. No. 5 5'-0" 32 m EErt OF Pp tv n E€bu1�5 11,5 sm1 (200) (740 sq. mm/m) (No. 16) 11.5 ml 18101 1-1-09 Switched units to APPROVED d a 2014 English (metric). STANDARD 602601-03 NC NEEe OF DE ICN ANO NM—EN I CAST IRON STEPS A-1 E E E --v �N E Inside face of structure O[ "E \rn Checkered it eod A aj SECTION A—A PLAN VIEW 10(250) 1'. I ELEVATION VIEW AN dimen5lans are In Inches onunmerer5l i Unle 55 ocher wise shown. DATE REVISIONS ® pecorimanr o2,ra,PPr,o.o 1-1-09 switched units to MANHOLE STEPS PASSED J—rY 1. 2009 _ English(metric), o [Sheet 1 of 2) emN n d a c—t v AAfi`bAbcDUn�s 9-1-06 Revised title, drawings. APED 2009 - and added plastic C 7 steps on sheet 2. STANDARD 602701-02 NC NEED OF D SIGN AN NY PONMEN, PLASTIC STEPS A+ E E —o n 0 E Inslda face of structure o , o� "E A \-1/2 1131 Reinforcement bar PLAN VIEW SECTION A-A 10 12501 min. ELEVATION VIEW ®Nnnols D....1 1 o, MANHOLE STEPS PASSED January I 2009 NEiTOE vog�"vnoc Gon (Sheet 2 of 2) ACPnGVEO------30.Ur 1 20" 7& STANDARD 60270142 G EN GF N AND ENVINUNN 11 o u 6 Cussets shown };f 10 permitted N'p m m� .4 0 0 ya—� 6 ❑ ❑ ❑c= f p ❑ ❑ ❑ ❑ ❑ ❑C= - A a A C B E o po o E♦ *D ♦D t o 0 0 0_ ❑ ❑ ❑ ❑ ❑ ❑ —J ti�� ` -1 N O O O O ❑ ❑ ❑ ❑ ❑ ❑ C� O O o 0 0 o b ❑ ❑ ❑ ❑ ❑ ❑ v 0 0 0 0 0 0 o o �Q ❑ ❑l B t Izz1 22Y A I L 15781 1 —i►-16 J L 16° CAST FRAME SECTION C–C SECTION F–F ° To 22 131 Slacking lugs 15761 22Y4 at 1206 Iopilonall 15781 M' 23 1297 r J1 1291 12 11021 11 15841 I ,291 r l� 1291 21 I O81Q SECTION D–D la 15331 1 I – �v 3/4 1191 • Y4 1191 Ityp.l 16° CAST clo uD Gray Iron n Lid 24 t6om - I SECTION B–B 25'/2 16501 1 SECTION E–E 34 1 18641 CAST OPEN LID ADA COMPLIANT SECTION A–A CAST OPEN LID Cray Iran All dimensions are In Inches Imilllmetersl unless otherwise shown. DATE REVISIONS ®,Aloo19 13,oar1-1.1 rramsoortoaon FRAME AND LIDS I-I-lS Revised dimensioning of FA55E0 jo—,1 x015 frame. Added ADA complloni TYPE 1 ��� open lid. NGNE�pE}/'WL"AN Fla f0Y'F6CNE3 ° 1-1-09 Switched units To —FFVW r 1 xpl$ - - English Imetrial. STANDARD 609001-04 C—N4jMfR M PtWON AMU NV FONYENt 6 lugs shown. 3 permitted. 32y, 33 1832 - B361 -F-3— \fin 23 15841 Dla. SECTION A—A CAST GRATE All dlmenslons ore In Inches Im lllim ai er sl unless otherwise shown. DATE REVISIONS pp ®IIIInD�s oevur+m..1 or tro�avvr rouv� 1-1-15 Re vlsed dimensions. GRATE TYPE U iNGMER .IDIIUOf 1. 2015 of1-I-09 Swlichetl units To dwwrr 1• zms English(metric). STANDARD 604036-03 OF DE CH AK DIVIRONM Nr Doweled controc tlon Joint 2-No. 4 INo. 131 bars (Placed In prolongation with pavement Joints) with 2 1501 min. al. construction option, 2-No. 4 (No. 13)bars without cost ing placed of mld-depih wBack curb box I. Form wlih 1/5 131 thick steel template 2-No. 4 (No. 13)bars Bock of curb laced at mld-depth (when space permltsl b (Placed dowel 2 1501 deep, and seal P OA OA bar (P faced of n n (when space permits) mid-dep i hl. 7. 2. Saw at 4 To 24 hours, and seal. � IS 14501 long dowel bars Drainage casting 12 (300) Short radius curve / ISu h os entrances. with b box (Typ.l / side streets and ConsirUCTlan Curb Back Of Curb 1�L ramp returns(. )olni box 7 Expansion ---E i=T- - -J C. O joint O / O •3'-0" •3'-0" cop 1251 11.0 . - min. In �( � 1 min, min. a E To 12 (300 -11 ItyD,l Full depth c width DETAIL(&) •This dimension shall be 1 1251 - ihlcl< Imin.l I t I adjusted 10 ollgn with preformed expansion EXPANSION JOINT Joint oa the ad)ocent Joint filler. pavement • 3'-0" 1 3'-0'• Gutter fiaq width 7 _ 11.0 ml 11.0 ml as required for 11751 Edge of_ min. min. curb type. IS'-D" IS'-0" Pavement pavement 14.5 ml 14.5 m) 14.5 mt Slope Pavement expanslan Joint Gutter flag width 7 ..,. ., with for wlthoutl dowels PLAN as required far (1751 ADJACENT TO PCC PAVEMENT OR PCC BASE COURSE Povemenr curb type. its bar J ' B C B C o.o o .. A 7 DEPRESSED CURB ADJACENT F Pavement Pavement / TO CURB RAMP ACCESSIBLE Slope 6% ..Rr stop. 6y_ ,.R I Lis bar l '..•' ..,•. TO THE DISABLED ¢ DEPRESSED CURB ITYPICAL) LIMA surfacing . �Mountable curb shown GENERAL NOTES ° Tie bar . Tie bar l ��`_ (other types permitted) The bottom slope of combination curb and gutter 1 Slope 6% / constructed adjacent to pcc pavement shall be B the some slope as the subbase or 0. when subbase BARRIER CURB MOUNTABLE CURB r __ 9 12251 when PCC base Is omitted. --- course 5 8 (200) 10 12501 when PCC base t = Thlckness of pavement. TABLE OF DIMENSIONS TABLE OF 01MENSIONS 1 course>B 12001 BARRIER CURB MOUNTABLE CURB `PCC base TI, bar Longitudinal Joint tie bars shell with No. 6 ils or aT _ 29 16001 centers In accordance with delalls for TYPE A B C D R-I TYPE A B C D Ri R2 Course longitudinal construction Joint shown on * 6 I 6 6 I M-2.06, 6 2 4 2 3 2 Standard 420001. B-6.06 (B-15.15) (150) 125) 050) 11501 1251 IM-5.15) 11501 1501 11001 150! 751 1501 ADJACENT TO PCC BASE COURSE 8-6.12 12 1 6 6 1 M-2.22 12 2 4 2 3 2 WITH HMA SURFACING A e its m clearance of 2 150)between me end of the its bar and the back of the curb shall be IB-15.31 13001 (25) (150) (150) 1251 IM-5.301 (3001 1581 (100) 150) (15) (501 maintained. B-6.18 IS 1 6 6 1 M-4.06 6 4 3 4 3 IB-15.451 (450) (25) (150) (150) 1251 IM-10.151 11501 (100) 1751 !1001 1751 NA C The dowel burs shown In contraction joints 8-6.24 24 1 6 6 1 M-4.12 12 4 7 4 3 B- IB-15.601 16001 125) 1150) (150) 1251 IM-10.301 (3001(1001 (751 (100) 1151 NA only be requlr ed for monolithic consons tructiucti on, will A 8-9.12 12 - 5 9 1 M-4.18 t8 4 3 4 3 NA See Standard 606301 far details of corner lB-22.301 1300) 1501 II251(225) (25) 1M-10.451 (450)(1001 (75) 1100) 1751 RI B-9.18 IB 2 5 9 1 M-4.24 24 4 3 4 3 Pavement °L Islands. NA Slope 2% 1B-22.951 19501 1501 11251 12251 1251 IM-10.601 16001 1100) 1751 (1001 1751 - 8-9.24 24 2 5 9 I M-6.06 6 6 2 6 7. •-+71�'•�- + All unless other ore In Inches (mllllmeter s) -to-72 GO 16001 1501 (125)(225) 1251 IM-L5.151 11501 (150) 1501 11501 1501 NA ___ unless of herwlse shown. M-6.12 0 5 2 6 2 \-R, CONCRETE CURB TYPE B A For corner Islands only. NA c GATE REVISIONS IM-15.30) -18 6 1 1501 11501 1 2 1 „ ,- ®Nimore oeoartma�+of iransno+ulmn M-6.18 IB 5 2 5 2 NA I-I-IS Added and gutter IB-I5to barrier AND COMBINATION (M-15.45) 14501 11501_1501 11501 (501 Tle bar• curb and gutter to table Pnsses .ron,ow t. 2.15 M-6.24 24 6 2 6 2 NA (M-15.60) (6001(150) (501M 1501 (corner Islands anlyl. CONCRETE CURB AND GUTTER €NTE(+s Pol cr Pn eu�3 1-1-13 Added general note (Sheet 1 of 2) APPneVEe + zais = M-2.06 (M-5.15)and M-2.12 IM-5.30) regarding requirement EN INEEN INE e N1 H far dowel bars. STANDARD 606001-06 PT O Drainage casting Pavement U75) ° Pavement Short radius curve 2-Na. 4 (No. 131 bars with curb box RI placed of mld-depth Contraction Joints Iwhen space permltsl Back of curb at 25'-0" 17.6 ml O m m A gx. cts. ltyp.) .-.--I 12 13001 T yP.. Pc DEPRESSED CURB BARRIER CURB � Edge of (1,5 I IL5 1 pavement Undoweled contraction Joint (typ.)-�j construction options: Construction Joint I. Form with I/e 137 thick steel template 2-No. 4 (No. 131 bars Drainage costing ADJACENT TO FLEXIBLE PAVEMENT with 2 (50)min. cl. 2 1507 deep, and seal. without curb box 2-No. 4 (No. 131 bars Back of curb 2. Saw 2 (50) deep at 4 to 24 hours, and seal. placed at mid-depth L (when space permltsl OA Op 3. Insert ]4 (20) thick preformed Joint filler full depth and width. -- 12 (300) C 1typ.i Povemenf 11751 =? Pavement RI Edge of PLAN as ml 11.5 ml pavement L / Mountable curb show. -Tie bar Tle bar-� lather types permit Ted) HMA surfacing HMA surfacing DEPRESSED CURB BARRIER CURB ,L ,l m m Bose course ADJACENT TO PCG PAVEMENT OR PCC BASE COURSE CONCRETE CURB TYPE B ON DISTURBED SUBGRADE ON UNDISTURBED SUBGRADE ADJACENT TO FLEXIBLE PAVEMENT CONCRETE CURB TYPE B ®nn�o�s oeooamsoe oe trw�eno�loea„ _ AND COMBINATION PASSEO January i. E015 G CONCRETE CURB AND GUTTER F11c1gFn o oiF>to<Di01iBs !Sheet 2 of 21 APPnOVED J M5 STANDARD 606001-06 NC IN En OF E cN AN Q NV no.H I nano wank AIOn 101" OIISIRUC110 W20-1101-48 QI Cones at 25' (B m)centers for 250' 175 ml. ANEAD Add'tl.nal cones may be placed at 50'115 ml centers. When drums or barricades are used. the Into ry of between devices may be doubled. W20-110310)-46 � ONE tP)IE ROAD ® RDAp 'ONS IRI1C110 AIq:Ap AIIF.Ap E N W20-7101-40 W20-4101-48 W20-1103101-40 0 0 I mile 11600 m) 100' 130 ml 500' I 500' ` 500' (150 ml min. max, min. 1150 ml 1150 ml ` 1000' 1300 ml max. �] O — • O O O O I O • �j' `Patch I, to I� to \ w 500' 1150 ml min. 500" 500' 100' 1000' (300 m)max. 1150 m) -.1150 ml 130 ml 6 0 °a Fare entreat a 'on tr ailon flOAn pro)ec t.s ONE LANE ■ �"- - ONSIR„[IIO nOnp ANEnn AIIEM W20-1103101-48 W20-4101-48 W20-7101-48 n0A0 ON5IRIIC110 AIffAO for malnte..... ROAD and ut llity W20-1103(0)-48 A,eAn W20-1101-40 GENERAL NOTES SYMBOLS this Standard Is used where at any time. any NO... Bqu'pment, workers or their aoflvltles ® Work ore. will encroach In the area between the center line and a line 24 (600) outside the edge of TYPICAL APPLICATIONS p sign pavement for daylight operation- Isola t ed patching I Barricade or drum When the distance between surresslve warl< Utilit op.r.1l.ne areas exceeds 2000' 1600 m), addi/fonol warning Storm sewer O Cane, drum or barricade signs. fl.ggers, and taper .shall be placed as Culverts shown, Cable placement • Flogger with traffic control sign All dimensions are In Inches Imlillmet ersl unless otherwise shown. DATE REVISIONS LANE CLOSURE, 2L, 2W, ®imnoln De°°�,men,°t Tr°ac°°•,.floa - 1-1-11 Revised flogger sign. DAY ONLY, NcN o s E V er,«C€10u� 1-1-09 Switched unHs to APVNOvED Ym1 = English(metric). STANDARD 701201-04 �a 4 Correct-ed sign NCI R 5 CN nxa ENVIRONNENI �A,C'OAD W20-1101-48 O • Or 01{LANE ROAD OOnO ONSIR00101 W20-7101-48 nNEnO ARE AU W20-4101-48 O4 � W20-1103101-48 1. 100' 130 ml Type I or Type II Barricades F7TF11�11�One way / one lane operation — min. 0 O O . Type I or Type 11 borrlcgdes C� 000000 00 100' IJO ml_� pe III b orrlCOdeS O O 2 E RII 2 LOAD O O [LOSEO ONE LANE ANEAD ROAD W20-1101-48 ROAD • W20-3101-4B Ron nIIEnO WE'D For W20-4101-48 mglnlenance Or and utility Projects W20-7101-40 POnO flOAD 'ONS IflUCI10 W20-1103101-48 DNS[ROC'lO nliEnD For W20-110310)-4 8 AIIEAO COnirpC7 Or POAD cons irucllon wOgA W20-1101-48 projects nu[aO SIGN SPACING SYMBOLS Posted Speed Sign Spacing 55 500' 1150 ml Work area QI Refer to SIGN SPACING TABLE 50-45 350' 11100 ml for distances. (45 200' l60 ml 0 Cone. drum or barricade (not required for moving operations) 02 For approved slderood ciosuras. GENERAL NOTES I Sign on permanent Q Cones at 25' 18 m) centers for 250' This Standard Is used where at any time, day or g portable or support (75 m). Additional Cones may be placed night, any vehlcle, equi pment, workers or.their at 50' 115 ml centers. When drums or oat,,, Des Flogger with traffic control sign Type 1 or Type 11 barricades are encroach On the pavement requiring the .1—re used. the Interval between devices of one traffic lone In an urban area. Barricade or drum with flashing light may be doubled. - AII dimensions are In Inches (millimeters) QCones, drums or barricades at unless otherwise shown. Type III barricade with flashing lights 20' (6 ml centers. GATE REVISIONS ®„e„os Oeoortn.9nt of Trnvscnrin„ov I-I-It Revised flogger sign. URBAN LANE CLOSURE, nvaNDV¢o I tPN - 2L, 2W, UNDIVIDED ENO WEER Oi•SnfE IY E mNEEmsc 1-1-09 Switched units to nvfswEp dam ary I. Bml - - English [metric). STANDARD 101501-06 ENCINEEX F SiGN Corrected 51gn NO NI 'e . . PDnD ONSIfl0Ci10 ® O . O pNEAp w20-110310r-48 opsiDRUCno SHOULDER or or pikep W20-7101-48 ' Q OPERATIONS flonp wzo-110310)-48 Or wzo-7101-48 nape Or 11 y PIIEAO fl0A0 ECrr Type 1 or W21-i( 1-48 Ndte ras[oE Type 11 barrio 0 \ O W20-110)-48 plEnp nuEAD wzo-1101-48 wzo-1103101-98 Wz1-1101-48 Q 1 � a 3 3 C= z � LEFT TURN LANE OR CENTER CORNER ISLAND MEDIAN OPERATIONS OPERATIONS QI Refer to SIGN SPACING TABLE 0 2 0 for distance. 0 Q2 Required for speed > 40 mph. 0 Q Cones of 25' (8 m) centers for 250' 0 (75 ml. Additional cones may be placed SIGN SPACING at 50' II5 ml centers. When drums or FL - 5 eed SI Spacln Type 1 or Type II barricades are used. GENERAL NOTES P 9^ g The Interval between devices may 5001be doubled. n /� O This Standard Is used where at any 1Ime. day o 0-45 350' 1100 m) Jvl, 1111 O night, any vehicle, equipment, workers or their r C45 200' (60 ml Uq Use flogger sign only when flogger Is ® • 0, activities encroach on the pavement during present, shoulder operations closures or where consirucllon requires lane closures In an urban area. OOmit this sign when medton Is less than 10' 13 ml or for bl-di...11-1 turn[ones. rT QS /y W20-7101-48 W21-1101-48 Calculate L as follows: © Cones, drums or barricades at 20' (6 m) �f lj U SPEED LIMIT FORMIILAS centers In taper. ON� ~ _O RICLDSED English (Metric) Q, Advanced arrow board required for ° E NKAp W20-510)-4B 40 mph 170 km/hl w5A _WSJ N>, or less: L 60 L 150 speeds > 45 mph. OB Three Type II bar rlcades, drums or 45 mph(80 km/hl L=IW1151 L=0.65(WNSI vertical bar r lcaaes at 50' NS ml centers. or greaten nopo npap ONSIPDCTIO Or MOPE W = Width of offset iO ANEAD hHEnD In feet Ime ter sl. SYMBOLS w2 0-110 3101-4B W20-1101-48 for 5 Normal posled speed Work area for contract maintenance mph Ikm/hl. ® consi ruci ion and uillity O Cone. drum or barricade projects orolecte All dimensions ore In Inches (millimeters) unless otherwise shown. p Sign on portable or permanent support DATE REVISIONS ®unnDls Deoorimenr or Iran—lonoc m jo Arrow board 1-1-14 Added devices at arrow URBAN LANE CLOSURE, e�gevE dcm,o ,, 4p14 Barricade or drum with flashing light board ppgtream from Leper. MULTILANE INTERSECTION p �y Rev. ed flogger s sign number. ENGINEEN o SAEErY ENGINEEROIp 0 Flogger with traffic control sign I-1-12 Revised flogger sign. nvrNOVED m„uD�r I. zolA = omltred wn-IDO gigs. STANDARD 701701-09 ENGINE EP U GN AND NV ROHM Nr L Q Omit whenever duplicated by Parking space, road work traffic control. typlcol ,t-25' IB ml SPacinq �E «dff \\b E r 0� o 0 0 Orange safety fence Q ROAD W20-1103101-48 for O1ISTRUCIIO contract AHEAD c.natructlon projects Q Or ROAD WORK W20-1101-48 for aHEaD malntenanca and utility prajeare SIDEWALK DIVERSION GENERAL NOTES This Standard Is used where, of any time. pedes Trlar traffic mus+ be rerouted due to work being I performed. SYMBOLS J I I This Standard must be used In conjunction with other Traffic Control & Protectlon Standards when ® W-1, are. ro odw.y frafllo Is of Te°t.d. E Sign on portable or /L—� Temporary focllltles shall be detectable and permanent support .ccessible. �—+ Barricade or drum 10' 13 ml spacing The temporary pedest (atilt teas shall be aid provided on the same side of the closed focllltles whenever possible. a Cone, drum or I The SIDEWALK CLOSED / USE OTHER SIDE sign shall be barricade placed at the nearest crosswalk or Intersection Type III barricade to each and of the the 51g Where The closure n occurs of o corner, Ihs signs shall be areal ed o Detec Table P.destrlan - the corners across the street from the closure. ° chonnelizlnq barricade The SIDEWALN CLOSED signs shall be used of the W20-1103(0)-48 for ends of the actual closures- Roo aw OHS7RIICTIO construe type III barricades and RII-2-4830 ED T shall be URAD Construction SIDEWALK poslNoned as shown In "ROAD CLOSED TO ALL TRAFFIC" projects SIDEWALK SIDEWALK detail an Standard 701901. Or CLOSED RN-1CLOSED 01-2418 CLOSED All dimensions are In Inches Imllllmete,sl 4— -+ unless otherwise shown. USE OTHER USE OTHER Q nOPK W20-1101-48 for SIDE SIOE DATE REVISIONS maintenance RII-1102-2430 RII-1102-2430 I-I-I2 Added 51OEWALK DIVERSION. SIDEWALK, CORNER OR ®HH"olc Donors—,I oI Tr......to HOn UIEAU and utility projects Modifled app....no. of CROSSWALK CLOSURE APPROVE °JC^° 1t zmz SIDEWALK CLOSURE plan clews. Renamed Std. 1-1-09 Switched units to iSheet I of 21 EHLWEER DE SAFETY ENLIREERIHG APPROVED �O^O°ry I• 2012 - En elah Imetricl, g STANDARD 701601-05 702001 to 701901. NGIN R 0 GN Ul0 V RONIAENT . SIDEWALK CLOSED USE 011 R W20-1103101-48 for SIDE contract ROAD eon l—ll.n RII-1102-2430 ONSTRDula projects �� L MEAD Or _ ROAD W20-1101-40 for a qA and u illy nNF nO and utllity pr Ojacts 10' l3 m Spacing 1 sIDEwALK W20-1103(0)-46 far CLOSED m ROAD contract SIDEWALK oN mpalo construction CLOSED usE Dn1ER projects SIDE SIDEWALK RII-1101-2418 RII-1102-2430 Or CLOSED SIDEWALK 4— CLOSED u.E o'NER ROhO W211-11111-41 for SIDE RII-1101-2418 WORK maintenance RII-1102-2430 AIE nO. and utility projects CORNER CLOSURE SIDEWALK CLOSED 4— usEoTNER SIDE SIDEWALK Ru-u02-2430 CL'�05►ED L ° USE OTHER SIDE R3-1-2424 - R11-1102-2430 Orange safety fence m R3-2-2424 ROAD CLOSED ANEAD SIDEWALK, CORNER OR ®Illlnols OBDOrimBnY of Tr onaoor to non RZO-3101-48 CROSSWALK CLOSURE APP RpV���t013 ENGINEER Of 9AEEIY ENGINEERING CROSSWALK CLOSURE 6heet z of 21 AvvNpvEO 4°^N°f�_I• TDIt - �� STANDARD 701801-05 NCIN R CN AN VIROWENT R-12 (200-3001 �\ 3 1751 y / IB14501 —N,001 E Q IJ m o 11001 1�I 4 11007 V E 4-6 1100-1501 m o � 4-6 1100-1501 v o Orange Orange CONE REFLECTORIZED CONE FLEXIBLE DELINEATOfl VERTICAL PANEL DRUM POST MOUNTED (300) TIE °p o 0 1501 ak AT, � � 11501 o a. E �1 c ao,[ 24mIfi00) °m c I _E ,^ E o+ E I ... o 24 16001 I 4' 11.2 ml I 24 I min. min. 16001 TYPE I BARRICADE TYPE II BARRICADE TYPE III BARRICADE DIRECTION INDICATOR VERTICAL BARRICADE BARRICADE • o 3IE ry o0 31E Warning lights (if required) —� GENERAL NOTES m C 4' 11.2 ml All heights shown Shall be meosur ed above fha V E min. �O pov ement Surface. E All dimensions are In Inches Imllllme7 ersl unless otherwise shown. ' - DATE REVISIONS TRAFFIC CONTROL ®le�ola Daoor+mail or)�a�soor ro+o� 1-1-15 Revised two sign numbers on DETECTABLE PEDESTRIAN sheet 2. Added note rag. DEVICES A�, Ev EO aoo�r I talc PHOTO ENFORCED pioque. o�W-�EnA nN� CHANNELIZING BARRICADE sheet t of }) I-I-19 Mod)fled flogger sign helgh t. EO d -5 Added highway aonetractlon STANDARD 701901-09 speed zone signs. NO NEEN OF CN NID ENV NONNENT Type B monodirecilonal IBx18 1450x4501 ROAD flashing light Orange fla g s CONSTRUCTION ENO 6 12 •• _ - I NEXT X'MILES CONSTRUCTION 11.0 m G20-1104101-6036 C20-1105(0)-6024 m i J This signing is required for ail projects - - 2 miles 13200 ml or more In length. o. Metal or I ' od post '_ I 24 10' ROAD CONS TRLICTION NEXT X MILES sign shall (600 - 3 ml o ° w 5' 11.5 ml min. rural Edge of SIGN be pl...d 500' 1150 ml in advance of pro- o T 12.1 ml min.urban owfocet E IIF SPECIFIED) - Ject Ilmli s. 4' 11,2 m)rural 6' 11.8 m) urban of curb E ENO CONSTRUCTION sign shall be er er,tetl at a the end of the job unless another job Is rv'E within 2 miles 13200 ml. II Dual sign displays shall be utill—d on multl- II Elevailon of edge If of edge lane highways. II of pavement of pavement 5' R.s ml min. WORT( LIMIT SIGNING embedment SIGNS ON TEMPORARY SUPPORTS ••• When work operations exceed POST MOUNTED SIGNS four days, this dimension shall HIGH LEVEL WARNING DEVICE b 5' 11.5.) ,In. If located WORK •• When curb or paved shoulder are present behind other devices, the height W21-1115101-3618 ZONE this dimension shall be 24 (600) to the shall be sufficient to be seen face of curb or 6' 11.8 ml to the outside completely above the devices. edge of the ppved shoulder. SPEED 24 LIMIT R2-1-3610 (600) v v 5 7 nR 11251 11751 PHOTO RIO-1108p-3618 •••• 0 ENE-ORCED �c! M R2-1106p-3618 8 12001 Federal ..rise C I 7 (1001 Fetlei al series B sign assembly a. .sown an stan ' ^°o ■ ■ dards I� � O p or as allowed by Dlsl rlci Operallons. �m END 16 I _� WORK ZONE G20-11031D1-66 03 15131 (400) SPEED LIMIT This sign s1o11 be used when the eV above sign assembly Is used. 115) HIGHWAY CONSTRUCTION e SPEED ZONE SIGNS .... RIO-1108p shell only be used along roadways E under the jurisilatlon of the 5tat e. FRONT SIDE REVERSE SIDE TRAFFIC CONTROL ®mmots oaoar+me^r or ire^sour r.no. novEO da^ I znls DEVICES rrn nor FLAGGER TRAFFIC CONTROL SIGN sheet z of v €NC n of o enn or+ nrrnovFG zols - STANDARD 701901-04 NG NEE.GF a a ANe ENV HGNNENf 24 (600) t rA B' 12.4 ml p min. - L-11 0 0 o c _______ _ __E ___ ___ �> ry weep hales �,/ ' E ti C a°c '.E 25' 25' ZS' E O (� IR m) IR ml IB ml Conslr uctlon ti o Q 200 200 2D0 advance 160 ml i 16O ml 3 IFD ml t wo,nIng signs �A U C'E `✓E �E PLAN R 1 5' 1 e 1451 t Foce maY be (L5 ml TYPE A TYPE B TYPE C stepped or smooth � �- � Q ROOF ROOF OR TRAILER TRAILER Tr tfic MOUNTED MOUNTED MOUNTED -- G� I I 0 Q Epoxy channels p p p 311/t 1901 ± I II II 0 II II II ARROW BOARDS SECTION A—A TYPICAL INSTALLATION TEMPORARY RUMBLE STRIPS L Iz (3am I E E min. 6 1%501 6(150) 6 (150) Type A ' flasher ROAD m— CLOSED Edge of .. shoulder 12 13001 Pavement min. Type A RII-4 ROAD CLOSED TO ALL TRAFFIC flasher Reflectorl'ed striping may be omitted ROAD CLOSED ROAD CLOSED an the back side of the barrlcades. 10 TO If o Type III borrlcade with on attached THRU TRAFFIC THRU TRAFFIC sign panel which meals NCHRP 350 Is not - available. the sign may be mounted on an HRP 350 NC 1-e,poro,y sign support directly In front of the borrlcade. I Pavement ROAD CLOSED TO THRU TRAFFIC Reflectorized striping shall appear on TRAFFIC CONTROL ®rnlnoia Deea,tme.1 of rronsoor+a UOn TYPICAL APPLICATIONS OF both sldes of the bar rlcades. If a TYPE 111 BARRICADES CLOSING A ROAD Type 111 l barricade with an attached DEVICES errnovco Janvor �zms sign pones which meets NCHRP 350 Is not avaliable. the signs may bs mounted + of 6dFnn i on NCHRP 350 temporary elgn supports (Sheet 3 of 31 errnovfo J 2o15 - directly In front of the barricade. STANDARD 701901-04 NCINEER F INN AND Nv RONl1EHT Edge of pavement Edge of pavement—� As specified 0 o Whit e ° o Yellow ° 1'0__ _-r 3S Yellow lO 13_.05 ml� 19.151 �® wnite ° FT'® IIa- �Q 19.15 1 (3.05 1 White As specified O Edge of Pavement DIVIDED UNDIVIDED 2 LANE MULTI LANE LANE AND EDGE LINES A proxlmai ely l5' 14.5 ml from nearest r all or R' 12.4 ml bock from gale. It present. Stop line placed Perpendlcular to canter line. 0' 12.4 ml or as directed by the Engineer. 24 _ 14 _ 24 �?4 (6 ���(600) 16001 ' a 10• 25' 25' Sid. R-� 13.05 ml 17.6 ml 17.6 ml \fgp0� NOTES The transverse spread of the 50' As directed b may Vary according 1.Iona with h. 115.2 ml the Engineer. - Lane ¢ On multi-lane roods, the stop lines shall extend across all approach lone. and separate R%R symbols .11.11 be placed adjacent to each other In each lone. When the pavement marking symbol Is used, a portl on of the symbol should ba located directly adjacent to the Advance Warning 51gn(WIO-11 s placed by Table 2C-4. Condlilon B of the MUTCD. All dimensions ore In Inches Imillimelersl PAVEMENT MARKINGS AT unle.. other wise .Hawn. RAILROAD-HIGHWAY GRADE CROSSING DATE REVISIONS TYPICAL PAVEMENT ®unnom oeoor+P,ant or o-onsoorrorlon 1-1-15 Added symbols. Revised blke symbol. Revised note MARKINGS APr.OVCO=MM G for stop Mr. at RR crossing. EnmNEE 1-1-14 Added bike symbol. Renamed (Sheet I of 31 APPROVEO - 'LANE DROP ARROW' detail to STANDARD 700001-05 LANE-REDUCTION ARROW'. ENGINEER ::l:::!!:•a'7:m' a:l::ea::m:::'7•:C!l::al:::l7::7i::C•!!:i••:::::::::10101:::::o :::: 1111 .. 1111.. . . Ea ••:■:�:a:a0:: :::::: E a :..■.... ...:.°...::.............a l....................1....aap...... ... ...p................. ..■..:. ::::... !•:� •::;;..., : ::g:� °=a===E€•�:.::: ....E:::�... ::::::•0::a::: e:;:::�•:::::: ■■■■■■■:■■■■■ ■:E: �1 E C.. 1111. 1111. . 1111 ■. ..:a l!':' 'C•e:: l 1111■■ ■■■ C ■■:■■■:�■■ �� (..i..a. € EE...: ; .e... 1111 . .. C E:■■■■■ ■■■■■E: . . .. E E E =e E _ : 111 :1 : .. .. .. .:. .....:� ■E:■ E:E :E ■a: :.apl l..a..� p; pall° •` :� 'al: :7:7.17 : .::la ....■■. ........ 1:111 .,.. €..=1. a' . .:. . : ■ :■ 1:111■. . ■ .. 7•:E:: . ::::.!1p]p :::::::: :::: low:::::::.H 1 ::, :1.1 . 11!1111...: 1. :::: :::::: ••. :: ::;::: :::: :'��'..:1100■.. .. 1111 1111. 1111. . :: ! :::aa• ::::: !=.a::::: : :::E :::a :::::: :::::. : € Ca fiu7. nu.■ .n■ . ■u..■ . ■ ■■■■■:a I :■ :■■ :■ ■ ■■ 1 ■ ■ ■ ■■ ■ ■ II 1111 r 1111 €■....... +1111 1111. ■° � ag II' aaC € a7i:7 Cp7l:Cpl: �' :e: ■.'l:p. ea7::: ::iT i1.pC C C . 1111 1111. 1111 . •a €•: ai: a: a..: p• :a: ::E p.;: : . � ....� ...;€ , 3 ■ ::■ ■■■ � ! € i 1111• 1111 ■E■::C '::� �'::•E : 1■ a = l : ll � ....: ...fi€1111 E � �:Ba E : a 1111 . ... . . ... ..... ....... ....... . .. 1,111.. . :1.3 �::::e: ::::a:::::::::: E..... 7....E.. .� E:: ! ■� € E:Ea:•: 9:E:•:ea::.e::�::! :: ::e:: ::•::::::::9:: ::e :e:::a:: E::; :■ ■:► C��CG:■:E a:■:EE:; �■■■ ■ a � ■� .CI::Epplaa.:a'T.a�aml:aCET.C'p:p�p:'!■llp=pa!!°°l:piCp:pil:'.aelp:la.........1..E.la:pa7;:° ■a r ��■■r�■ :C:: a•a:�::j:: n ;m'::•:fiae;:::lE:::::a;::e:•::::::::::•:::::••::::•:::::1.:::::::::7:.:: ■ r ° : 1;111 ° a:CalF'l:a •:: °7:aEC:C1•C�all:fi7=�"7:771717.We ■ \ ■■: C■a . . ;■CE:;i: : .°C. , 1111 ! €:..a ' 1111. .■C> 1111...: '........ `\ ■� ■ ■ E' ■ a C e r ::1.•E: :::: ::: :a :m::o ::;7:7 :: • �ipC:C:I: L•Cla: IN 1 : ►alOR m■ [. m a . ■.■. .•uu■. 11. 1111. 1111. . .::: ■:: . . . ':77•: :7ll:EN 11 11 11 11 ■:Ca. ...1.. .....1a ....171 C■ ■■■ �� :■ E■: a■:a■ ■■ . .. 1111. 1111 7i:• i.'■::: fia •a:a 77::C:..„ :: : . :::■■: E E■ : E : : iG Q . E . . . 1111 . 1111 .......■� ::.::•:: .1111... ..�: ;. !. 1111 C.■.0 p !1111 111.1 C e::ol:a :::;:.:! °..1.. ■■■.la"Ea, . ■ E ■ :a ■:: E: ■■■ ■: : C ■■ ■ E 1111. . . •:::: :::.'.: .::••: EEaaa -'Ea a as ■■ ■ �■ .. . 4: ..... ...... ..■..!. ,; .■ .::. ■ .E::. : aE■■ : ■ ■ . 1 1111. ....�.... I..�.... ..■■....:..f■ : ■ ; .a. . 1.111. C° - a` C■°pC: 'Ci1.■ € .. ... ..�:-1....... 1.0.:a•aC1; ■ ■■■ E■C ■ ■ E C■ CE E ■ €7• fi ��dfiE==€'e :�:•: : a : :•�al::� ;::::::::: a:..:...e. ■E■: ■ ■■E ■ ■: ■■ E .. .. . 7.7 1111 C.0 ..€. .......••l.aa:'7:Cle:::ll::C7l:a:7Cl:a E E■ : E a 7CaEe C ' 171.7! C...€fi.:..€.;a...CC .:.la.;...C.■..;.1....... p ...7...7. .7. ■ ■ E ■■Ca■E i CE C€C€fi€:T.Ce•=fifi"l'■a7:: e 'a°"a:..•a.Ci7a 7•.eeC:'.T. 1. ••• ••• • a ■■ ■■■ ■■ : :■ : a.■.■.. ■■:e. 7..■ . fil.7i.a:7a■■■ ■a■. ■ ■1111.■ ■■.Caa■.■.C■.■ ....... .....7■■■ EEE: :�EE�a :Ca' :S ::E ■■ : € ■:aq 1117. ■: ■ .■ ■a 1111 . . ...C.■■.l■:.l.■.■. ...1■■ 1111.171.7MIN ■:.....:.■.. : E �•E7a: '7fi' l :":a7 ° ::�• :: ■E■■■ ■ ■■C ■ ■. . i .. :. :a .i ... fia:... 1111/ �..1: ..:.� ..€!.. ��..l..: � ..E...€ ��..1...€ �••E7::::0 g:fi::�� : ■::��.. : :E� :■:E Sol ■E E E 1111.. . . p 5 3.e. E•:e€. :=a:eE= 7 :fi a....�'► 1111. l.........7 ,1_111 . ■■ E■:■■ :. :E E ■ 7 : :p■■■ a:CiT.:E CEa:::•!�� l7:aC7l:' :CCa!lairp : ■C ■E : E ■ 1!117 1111... 1111.. !. :E.. 777•!:: l::::. .,�.......a ......11 .. ■ :.:::::: E. E..a: . : €�€E fi =fififi ' E pa° =a3a€€=I i;C:CE:C!€` :C7lC€Ea•► ;€;Calm:;! C;ala::Ee;a ■....... 1111. .. . .. G. . ��' =fi ; m:•' . .. ...... uu■ .. ... . .. 1111 I. ... °€a =E efi €€�E 777:•:•1. :::...:: 7777;; €:: ::::E : fiaaa °• p: fi€ a€€a€ E�fifi=.=.a E.:::fia=• e:fiaa:• a:::�:a:• 7777: •:•: i �m I C .. .e .C..... �... .7....i 1111. C.C. m....... 1111. .. ■ .. ... .1. : .. . ..C. ....a€ C a ..: :..1.C. ......E €C..:a .. . . 6 Us ■, € °,• lW�, : �..1: aa'a Cilfi aai. l a:7ll 7ar.mm7l:am€��i■.l:m•'fi'm.r€m'0. rYi.Ca 1111!..°C5.°............... .■......7C.e.....a1■........ €a. e ■ �E€.;€.:■.17. ° . i•p■•:::e a. ::::°::::::::�°:::U.". ;:aafifi==afifia=afififiaafifi CaE €mE�7€fi.7.m a€g 7!€7 m7lm;am.afi..g...�.pa...■C ..;. Ci...:a7....::....1.... .. . .. 2 ...... . . . ... ... .. .... .... . ... l E:E.. _' fi;Em Ea ° a::';' :E C:'C:ma7e':.:Ca:i77a.CaaC.a�:::lm:.:CaallT:: a;7e .. •p 1111 e .fi 1111 ........... . .. ................. . ..... .. C• it a 33;1 p•;p•� 1E::€ : lips; IN! ,;`:=:a::=•; ,•:e:::::• ::p■:;...:: 1 ■.'aG€ pC..€ 17€.■ E..�. 1111. .m ... I 1 ... a 1111 :.. . .� E..... 1..i... e.. «a ► ... 1: ... : Mo a a::••: �r :::= �€ • . fi:e•. 'C fi::i.B�� ..e:. .7.1... ...e..... . • :77. 7::77 Cm m7mm77 " :mm7�: ■�;. €. . ■ pp,� . Imp zl a.•lma ;•:'a i.-•:a!:m� eCCla• € =7a77m.m'i :a�= � 'lfi°= �.m ; CE..■ I i a.:..� .. 7.a. .,a....... 1111.° 111 . .. . € �. �a.; : i:.7�CC• 1117 ' :: lC•= •7E':a7 •CC:'.C':� i =C +e:a;E!1!=aE! _!€ :mapp afigg 1.1.77= fi: fi::: €� E:::•:::pp� :>> €::.: :fi...a €; Ea :=rlE=€€€E • :�' ■:CC ; "a€a : '_: �al:CCi:'CI'"�::•mal= .0. Ea::lmaifi'la: °a:e• e� ��E�tae€MCa€=aaE€€aE :1.E€E=aE€E1.:.0255 7,i�:aEEEaaaE€aEE 111.'1.•'€.0 ,••C a ':a.E'ICE.Cfi.Ca=:a afia.CC:7im.:7'77:1.a=elmam:mmai!':C.l= Cm:7! ...e. e.. :: !.a . 1111 , ; C O O J N)2 E n� E 20 16 m): urban 50' 115 m): rural 4• 10' (Between arrow 1914) p7 eo (1.2 ml 0 ml and word or INTERNATIONAL t7 between words) . o�of viol g SYMBOL OF E ACCESSILITY a No o� o` zo° E E \ge e ,ot'emenf 11.75 ml '� E �E 24 16001 1 Inl 12.4 ml LANE-REDUCTION ARROW WORD AND ARROW LAYOUT Right Zone-r eduoJlon or— sh.— Use mirror Imoge for Jeff lane. E N 10• 7 ml T-4– o O i ILO 7 L SHARED LANE ILO m) 30 SYMBOL BIKE SYMBOL (750) IArrow Is oPtionaLl WRONG WAY ARROW TYPICAL PAVEMENT �T un„ols oeon.+man+or o-0^sPOr+o lio^ V�J MARKINGS nPPNOVEO Jonuar 1 2015 V. IShee1 3 of 31 f.NCIMF.E eE n Enei101i5 APPROVED m^N�r 1• 2015 = STANDARD 180001-05 NDI N OF p DN AN EJIV NONNENi 1 Boor c o n. E E E E I �O T e III Barricades with Standard 12 13001 Sign RII-2 or 11II-9 mounted as shown. min. PDAD C OSED Resident to and day labor force's Use when shoulders are too narrow for P a equipment to use road shoulder for passing ssage of traffic. barricade. GENERAL NOTES Type ill bar ricodes To he width of pavement only. Reflectorized striping shall appear on bath sides r--� of barricades. Barr,loads. sha11 be posltlonad so �/ that atrlpes slope downward toward the side on which traffic Is to pass. Although not shown. advance w ruing signs with W.— dimensions of 3Gx3G 1900x900, and black legends on Orange re Flectorized backgrounds shall be ulillzed where needed. This case Is for use an ural local roads where the local aul'hority con5lders this pr.1—ti— to I, appropriate for the specific Job conditions. TWO—LANE TWO—WAY TRAFFIC, All dimensions are In Inches (Willmeters) RURAL OPERATIONS EXCEEDING unless otl,errnse shown. ONE DAYLIGHT PERIOD DATE REVISIONS 1-1-09 switched units to TRAFFIC CONTROL DEVICES — ®Ilnnols peoarfinent al Ir on5Per to ilDn English Imetrl°'. DAY LABOR CONSTRUCTION nOVED 1anuary i loos I-I-90 Rev. "Rll-I" to "RII-4". AFFPDUEO Januory 1 zDDV - Rev. 91h General Rate. STANDARD H.L.R.17-4 C7� NGINE�N AND ENVIflONNENi MOWING AIIEAp • Minimum distance between the sign and the work area Is 700' 1215 ml. Maximum distance to be determined by the local authority buf In no cos. to exceed the length of one-half day's operation or 4 miles 16 kml, whichever Is less. POAp ZRA GENERAL NOTES AHEAD Maintenance operations shall be confined to one traffic lone. leaving the opposite Ian. open to traf floe At least 500' (150 m) of both Iraf tic Varles lanes shall be available for traffic movement between wort, area,, at Intervals net greater than 1000' (300 m). a p When operations are on the pavement and stationary or moving at o speed less than 4 mph _ - 16 kph), a ONE LA14E AHEAD• or other appropriate �? I the ROAD WORK AHEAD Installed lgn each The work or...earl The distance between this sign and the work area shall be a minimum of 400' 1120 m)but In no MEE case to exceed the length of one-half day's • Vorles I Th dietanca be t ween6the)two sl whichever Is less. gns shall be RDAO appro,lmaiely 400' 1120 ml. WORK All signs are to be removed at completion of the AHEAD day's gperoi-lane W20-1(0)-36 Any unattended obstacle, ..covedon, or povement drop off greater than 3 (751 to the work ores shall be protected by Type i or Type If barricades with flashing lights. MOWING Langliudinol dimensions may be adJus red slightly AHEM to fit field condl flans. W2 1-11 0 110)-76 TWO—LANE,TWO—WAY TRAFFIC All vehmles, equipmen+,men. and their activities re s trio ted at all times to one side of the RURAL OPERATIONS povment. DAY OPERATIONS ONLY Flashing lights or rotating beacons ore required for all mglnt...no. vehicles while In operation. Applicable operations Illasiral.d In Standard 701301 may be used when operations do not exceed 15 minutes on the pavement or 60 minutes on the shoulder r..P..tiv.Iy. SYMBOLS TYPICAL APPLICATIONS All warning signs shall have minimum dimensions of 3Gx36 (900x900) and have block legend a on orange ® Work area MOWING —f I..t prized background. SPREADING AGGREGATE WEED SPRAYING When fluorescent signs are used, orange flags are SURFACE MAINTENANCE not required. Sign with IBxl9 1450x4501 min. BITUMINOUS RESURFACING orange flag attached. CRACK POURING This case Is for use on rural local roads where SHOULDER REPAIR the local authority considers this protection to CLEANING PITCHES be appropriate far the speolflc Job oonditlons. All dimensions are In Inches (millimeters) unless 0lherwle. shown. DATE REVISIONS I-1-15 Corrected RWA sign number. TRAFFIC CONTROL DEVICES- ®101^da p^n^rt....^r rr a^nn^r,a llnn MPnpvEp ^^a^r )• 7pis DAY LABOR MAINTENANCE CI-09 Switched units to APPROVED En. l0[At PpnpS Ax0 5)nEE,S nPPnavfD .la^"°' I. leis - English tmetrlc). Moved STANDARD H.L.R.10-6 one General Not.. ENG NEED of D GN.0 HV mONMENI _ Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2015 STREET IMPROVEMENT PROJECT APPENDIX 1 PREVAILING WAGE ORDINANCE AN ORDINANCE ADOPTING THE PREVAILING WAGE STANDARDS FOR THE VILLAGE OF OAK BROOK, ILLINOIS WHEREAS, the State of Illinois has enacted the "Prevailing Wage Act," 820 ILCS 130/1 et seq. (the "Act"); and WHEREAS, the Act requires that the Village of Oak Brook investigate and ascertain the prevailing rate of wages as defined in the Act for laborers, mechanics and other workers in the locality of the Village employed in performing construction of public works for the Village. NOW, THEREFORE, be it ordained by the President and Board of Trustees of the Village of Oak Brook, Cook County and DuPage County, Illinois, as follows: SECTION 1: To the extent and as required by the Act, the general prevailing rates of wages in this locality for laborers, mechanics and other workers engaged in construction of public works coming under the jurisdiction of the Village and being performed in that part of the Village located within Cook County is hereby ascertained to be the same as the prevailing rates of wages for construction work in the Cook County area, as determined by the Department of Labor of the State of Illinois as of June of the current year(See Exhibit"A"). SECTION 2: To the extent and as required by the Act, the general prevailing rates of wages in this locality for laborers, mechanics and other workers engaged in construction of public works coming under the jurisdiction of the Village and being performed in that part of the Village located within DuPage County is hereby ascertained to be the same as the prevailing rates of wages for construction work in the DuPage County area, as determined by the Department of Labor of the State of Illinois as of June of the current year (See Exhibit"B"). j i APPENDIX 1 Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) SECTION 3: As required by the Act, any and all revisions of the prevailing rates of wages by the Department of Labor of the State of Illinois shall supersede the Department's June construction undertaken by the Village. The definition of any terms appearing in the ordinance which area also used in the Act shall be the same as in the Act. SECTION 4: Nothing herein contained shall be construed to apply said general prevailing rates of wages as herein ascertained to any work or employment except public works construction undertaken by the Village to the extent required by the Act. SECTION 5: The Village Clerk shall publicly post this determination or any revisions of such prevailing rates of wages, and keep it available for inspection at the Village Hall by any interested party. A copy of the determination or of the currently revised determination of the prevailing rates of wages then in effect shall be attached to all contract specifications. SECTION 6: The Village Clerk shall mail a copy of this determination to any employer and to any association of employers and to any person or association of employees who have flied their names and addresses and have requested copies of any determination stating the particular rates and the particular class of workers whose wages will be affected by such rates. SECTION 7: The Village Clerk shall promptly file a certified copy of this ordinance with the Honorable Jesse White, Secretary of State of Illinois, Index Department, 111 East Monroe Street, Springfield, IL 62706 and with the Illinois Department of Labor, Fair Labor Standards Division, One West Old State Capitol Plaza, Room 300, Springfield, IL 62701. SECTION 8: Within thirty (30) days after the filing with the Secretary of State, the Village Clerk shall cause a notice to be published in a newspaper of general circulation within the Village stating: THE VILLAGE OF OAK BROOK, ILLINOIS PUBLIC NOTICE OF ADOPTION OF PREVAILING WAGE STANDARDS PLEASE TAKE NOTICE that on June 10, 2014, the President and Board of Trustees of the Village of Oak Brook, Illinois, adopted Ordinance 2014-PW-WPA-EX2-S-1401 determining prevailing wages pursuant to 820 ILCS 13/1 et seq., which determination is now effective. (Date of Publication) APPENDIX 1 Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) Published by Order of the President and Board of Trustees of the Village of Oak Brook. Charlotte K. Pruss Village Clerk SECTION 9: If any section, paragraph, clause or provision of this ordinance shall be held invalid, the invalidity thereof shall not affect any of the other provisions of this ordinance. SECTION 10: All ordinances in conflict herewith are repealed to the extent of such conflict. SECTION 11: This ordinance shall be in full force and effect from and after its passage, approval and publication as provided by law. APPROVED THIS 10th day of June, 2014. Gopal G. Lalmalani Village President PASSED THIS 10th day of June, 2014. Ayes: Nays: Absent: ATTEST: Charlotte K. Pruss Village Clerk STATE OF ILLINOIS ) ) SS COUNTY OF DUPAGE ) CERTIFICATION I, Charlotte Pruss, DO HEREBY CERTIFY that I am the duly qualified and elected Clerk of the Village of Oak Brook, Illinois, and that as such Clerk I do have charge of and custody of the books and records of the Village of Oak Brook, Illinois. APPENDIX 1 Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) 1 DO HEREBY FURTHER CERTIFY that the foregoing is a full, true and correct copy of Ordinance 2014-PW-WPA-EX2-S-1401, "AN ORDINANCE ADOPTING THE PREVAILING WAGE STANDARDS IN THE VILLAGE OF OAK BROOK, ILLINOIS," adopted and approved by the President and Board of Trustees of the Village of Oak Brook, Illinois on June 10, 2014. IN WITNESS WHEREOF, I have hereunto affixed my hand and the Corporate Seal of the Village of Oak Brook, Illinois this 10th day of June, 2014. Charlotte K. Pruss, Village Clerk SEAL Village of Oak Brook, Illinois EXHIBIT A Du Page County Prevailing Wage for March 2015 (See explanation of column headings at bottom of wages) Trade Name RG TYP C Base FRMAN M-F>8 OSA OSH H/W Pensn Vac Trng ASBESTOS ABT-GEN ALL 38 .200 38 .700 1.5 1.5 2.0 13 .78 10.12 0.000 0.500 ASBESTOS ABT-MEC BLD 35.100 37.600 1.5 1.5 2.0 11.17 10.76 0. 000 0 .720 BOILERMAKER BLD 45.650 49.760 2. 0 2.0 2.0 6.970 17.81 0 . 000 0.400 BRICK MASON BLD 42.580 46.840 1.5 1.5 2.0 9.850 13.60 0.000 1.030 CARPENTER ALL 43 .350 45.350 1.5 1.5 2.0 13 .29 13 .75 0. 000 0.630 CEMENT MASON ALL 39.250 41.250 2.0 1.5 2.0 12.70 17.14 0 . 000 0.450 CERAMIC TILE FNSHER BLD 35.810 0.000 1.5 1.5 2.0 10.55 8.440 0. 000 0 .710 COMMUNICATION TECH BLD 32.650 34.750 1.5 1.5 2 .0 9.550 15.16 1.250 0 . 610 ELECTRIC PWR EQMT OP ALL 37.890 51.480 1.5 1.5 2.0 5.000 11.75 0 .000 0 .380 ELECTRIC PWR EQMT OP HWY 39.220 53 .290 1.5 1.5 2 .0 5.000 12.17 0. 000 0 .390 ELECTRIC PWR GRNDMAN ALL 29.300 51.480 1.5 1.5 2 .0 5 .000 9.090 0. 000 0 .290 ELECTRIC PWR GRNDMAN HWY 30.330 53 .290 1.5 1.5 2.0 5.000 9.400 0. 000 0 .300 ELECTRIC PWR LINEMAN ALL 45.360 51.480 1.5 1.5 2.0 5.000 14.06 0. 000 0 .450 ELECTRIC PWR LINEMAN HWY 46.950 53.290 1.5 1.5 2.0 5.000 14.56 0 .000 0 .470 ELECTRIC PWR TRK DRV ALL 30 .340 51.480 1.5 1.5 2 .0 5.000 9.400 0 .000 0.300 ELECTRIC PWR TRK DRV HWY 31.400 53 .290 1.5 1.5 2 .0 5.000 9.730 0. 000 0.310 ELECTRICIAN BLD 38 . 160 41.980 1.5 1.5 2 .0 9.550 18.29 4.680 0 . 680 ELEVATOR CONSTRUCTOR BLD 50 .800 57 .150 2. 0 2.0 2 .0 13 .57 14.21 4 . 060 0.600 FENCE ERECTOR NE ALL 35. 840 37.840 1.5 1.5 2 .0 13 .01 11.51 0 .000 0 .300 FENCE ERECTOR W ALL 45.060 48 .660 2 .0 2.0 2.0 10.52 18.81 0. 000 0 .400 GLAZIER BLD 40 . 000 41.500 1.5 2 .0 2 .0 12.49 15.99 0 . 000 0 .940 HT/FROST INSULATOR BLD 48 .450 50.950 1.5 1.5 2.0 11.47 12.16 0 . 000 0. 720 IRON WORKER E ALL 43 . 000 45.000 2. 0 2 . 0 2 .0 13 .45 20 .65 0 .000 0 .350 IRON WORKER W ALL 45 . 060 48.660 2.0 2.0 2 .0 10 .52 18.81 0. 000 0 .400 LABORER ALL 38 .000 38 .750 1.5 1.5 2.0 13 .78 10.12 0. 000 0 .500 LATHER ALL 43 .350 45 .350 1.5 1.5 2.0 13 .29 13 .75 0 . 000 0.630 MACHINIST BLD 44.350 46.850 1.5 1.5 2.0 6.760 8.950 1.850 0.000 MARBLE FINISHERS ALL 31.400 32.970 1.5 1.5 2 .0 9.850 13 .10 0. 000 0.600 -- MARBLE MASON BLD 41. 780 45.960 1.5 1.5 2 .0 9. 850 13.42 0. 000 0.760 MATERIAL, TESTER I ALL 28. 000 0 . 000 1.5 1.5 2 .0 13 .78 10.12 0. 000 0 .500 MATERIALS TESTER II ALL 33 . 000 0 . 000 1.5 1.5 2 .0 13 .78 10.12 0. 000 0.500 APPENDIX 1 Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) MILLWRIGHT ALL 43 .350 45 .350 1.5 1.5 2 . 0 13 .29 13 .75 0 .000 0 .630 OPERATING ENGINEER BLD 1 47.100 51.100 2 .0 2. 0 2 .0 17.10 11.80 1.900 1.250 OPERATING ENGINEER RLD 2 45.800 51.100 2.0 2 . 0 2 .0 17.10 11.80 1. 900 1.250 OPERATING ENGINEER BLD 3 43 .250 51.100 2. 0 2 .0 2 .0 17 .10 11. 80 1.900 1.250 OPERATING ENGINEER BLD 4 41.500 51.100 2.0 2 . 0 2. 0 17 .10 11.80 1.900 1.250 OPERATING ENGINEER BLD 5 50 .850 51.100 2 . 0 2 . 0 2 .0 17.10 11.80 1.900 1.250 OPERATING ENGINEER BLD 6 48 .100 51.100 2 .0 2.0 2. 0 17.10 11.80 1.900 1.250 OPERATING ENGINEER BLD 7 50 .100 51.100 2.0 2. 0 2.0 17.10 11.80 1.900 1.250 OPERATING ENGINEER FLT 35.000 35.000 1.5 1.5 2 .0 16.60 11.05 1.900 1.250 OPERATING ENGINEER HWY 1 45.300 49.300 1.5 1.5 2. 0 17.10 11.80 1.900 1.250 OPERATING ENGINEER HWY 2 44 .750 49.300 1.5 1.5 2 .0 17.10 11.80 1.900 1.250 OPERATING ENGINEER HWY 3 42 . 700 49.300 1.5 1.5 2.0 17.10 11.80 1.900 1.250 OPERATING ENGINEER HWY 4 41.300 49.300 1.5 1.5 2.0 17.10 11.80 1.900 1.250 OPERATING ENGINEER HWY 5 40 .100 49.300 1.5 1.5 2.0 17.10 11.80 1.900 1.250 OPERATING ENGINEER HWY 6 48.300 49.300 1.5 1.5 2 .0 17 .10 11.80 1. 900 1.250 OPERATING ENGINEER HWY 7 46.300 49.300 1.5 1.5 2.0 17.10 11.80 1.900 1.250 ORNAMNTL IRON WORKER E ALL 43 .900 46.400 2. 0 2.0 2 .0 13 .36 17.24 0 . 000 0 . 650 ORNAMNTL IRON WORKER W ALL 45.060 48.660 2.0 2. 0 2.0 10 .52 18.81 0 .000 0 .400 PAINTER ALL 41.730 43 .730 1.5 1.5 1.5 10.30 8.200 0 . 000 1.350 PAINTER SIGNS BLD 33 .920 38.090 1.5 1.5 1.5 2.600 2.710 0 . 000 0 . 000 PILEDRIVER ALL 43 .350 45.350 1.5 1.5 2 .0 13 .29 13.75 0 .000 0 .630 PIPEFITTER BLD 46. 000 49.000 1.5 1.5 2.0 9.000 15.85 0 . 000 1.780 PLASTERER BLD 41.250 43 . 760 1.5 1.5 2 . 0 9.700 13.08 0.000 0 .980 PLUMBER BLD 46.650 48.650 1.5 1.5 2. 0 13 .18 11.46 0. 000 0 .880 ROOFER BLD 40 .100 43 .100 1.5 1.5 2.0 8.280 10.54 0.000 0 .530 SHEETMETAL WORKER BLD 44.000 46.000 1.5 1.5 2 .0 10.65 13.06 0 . 000 0.820 SPRINKLER FITTER . BLD 49.200 51.200 1.5 1.5 2.0 11.75 9.650 0.000 0 .550 STEEL ERECTOR E ALL 42.070 44.070 2.0 2.0 2 .0 13 .45 19.59 0 . 000 0 .350 STEEL ERECTOR W ALL 45.060 48.660 2.0 2.0 2.0 10.52 18.81 0. 000 0 .400 STONE MASON BLD 42 .580 URV 46.840 1.5 1.5 2. 0 9.850 13.60 0.000 1.030 E-Y E;G -> NOT IN EFFECT ALL 37.000 37.750 1.5 1.5 2. 0 12 .97 9.930 0 . 000 0 .500 TERRAZZO FINISHER BLD 37 .040 0.000 1.5 1.5 2.0 10 .55 10.32 0. 000 0 .620 TERRAZZO MASON BLD 40 .880 43 .880 1.5 1.5 2 .0 10 .55 11.63 0 . 000 0.820 TILE MASON BLD 42.840 46 .840 1.5 1.5 2 .0 10.55 10.42 0. 000 0 .920 TRAFFIC SAFETY WRKR HWY 32 .750 34.350 1.5 1.5 2.0 6.550 6.450 0.000 0 .500 TRUCK DRIVER ALL 1 32 .550 33 .100 1.5 1.5 2 .0 6.500 4.350 0 . 000 0 .150 TRUCK DRIVER ALL 2 32.700 33 .100 1.5 1.5 2 .0 6.500 4.350 0. 000 0 .150 TRUCK DRIVER ALL 3 32.900 33 .100 1.5 1.5 2.0 6.500 4.350 0 .000 0.150 TRUCK DRIVER ALL 4 33.100 33 .100 1.5 1.5 2 . 0 6.500 4.350 0 . 000 0 .150 TUCKPOINTER BLD 41.620 42 .620 1.5 1.5 2 .0 9.850 12.61 0 . 000 0 .6150 Legend: RG (Region) TYP (Trade Type - All,Highway,Building,Floating,Ci1 & Chip,Rivers) C (Class) Base (Base Wage Rate) FRMAN (Foreman Rate) M-F>8 (OT required for any hour greater than 8 worked each day, Mon through Fri. OSA (Overtime (OT) is required for every hour worked on Saturday) OSH (Overtime is required for every hour worked on Sunday and Holidays) H/W (Health & Welfare Insurance) Pensn (Pension) Vac (vacation) Trng (Training) APPENDIX 1 Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) Explanatl®ns DUPAGE COUNTY IRON WORKERS AND FENCE ERECTOR (WEST) - West of Route 53 . The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL. EXPLANATION OF CLASSES ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date. ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain. TRAFFIC SAFETY - work associated with barricades, horses and drums used to reduce lane usage on highway work, the installation and removal of temporary lane markings, and the installation and removal of temporary road signs. CERAMIC TILE FINISHER The grouting, cleaning, and polishing of all classes of tile, whether for interior or exterior purposes, all burned, glazed or unglazed products; all composition materials, granite tiles, warning detectable tiles, cement tiles, epoxy composite materials, pavers, glass, mosaics, fiberglass, and all substitute materials, for tile made in tile-like units; all mixtures in tile like form of cement, metals, and other materials that are for and intended for use as a finished floor surface, stair treads, promenade roofs, walks, walls, ceilings, swimming pools, and all other places where the is to form a finished interior or exterior. The mixing of all setting mortars including but not limited to thin-set mortars, epoxies, wall mud, and any other sand and cement mixtures or adhesives when used in the preparation, installation, repair, or maintenance of tile and/or similar materials. The handling and unloading of all sand, cement, lime, tile, fixtures, equipment, adhesives, or any other materials to be used in the preparation, installation, repair, or maintenance of tile and/or similar materials. Ceramic Tile Finishers shall fill all joints and voids regardless of method on all the work, particularly and especially after installation of said tile work. Application of any APPENDIX 1 Village of Oak Brook 2015 Street improvement Project (CBBEL Project No. 14-0543) and all protective coverings to all types of tile installations including, but not be limited to, all soap compounds, paper products, tapes, and all polyethylene coverings, plywood, masonite, cardboard, and any new type of products that may be used to protect tile installations, Blastrac equipment, and all floor scarifying equipment used in preparing floors to receive tile. The clean up and removal of all waste and materials. All demolition of existing the floors and walls to be re-tiled. COMMUNICATIONS TECHNICIAN Low voltage installation, maintenance and removal of telecommunication facilities (voice, sound, data and video) including telephone and data inside wire, interconnect, terminal equipment, central offices, PABX, fiber optic cable and equipment, micro waves, V-SAT, bypass, CATV, WAN (wide area networks) , LAN (local area networks) , and ISDN (integrated system digital network) , pulling of wire in raceways, but not the installation of raceways. MARBLE FINISHER Loading and unloading trucks, distribution of all materials (all stone, sand, etc. ) , stocking of floors with material, performing all rigging for heavy work, the handling of all material that may be needed for the installation of such materials, building of scaffolding, polishing if needed, patching, waxing of material if damaged, pointing up, caulking, grouting and cleaning of marble, holding water on diamond or Carbcrundum blade or saw for setters cutting, use of tub saw or any other saw needed for preparation of material, drilling of holes for wires that anchor material set by setters, mixing up of molding plaster for installation of material, mixing up thin set for the installation of material, mixing up of sand to cement for the installation of material and such other work as may be required in helping a Marble Setter in the handling of all material in the erection or installation of interior marble, slate, travertine, art marble, serpentine, alberene stone, blue stone, granite and other stones (meaning as to stone any foreign or domestic materials as are specified and used in building interiors and exteriors and customarily known as stone in the trade) , carrara, sanionyx, vitrolite and similar opaque glass and the laying of all marble tile, terrazzo tile, slate tile and precast tile, steps, risers treads, base, or any other materials that may be used as substitutes for any of the aforementioned materials and which are used on interior and exterior which are installed in a similar manner. MATERIAL TESTER I: Hand coring and drilling for testing of materials; field inspection of uncured concrete and asphalt. MATERIAL TESTER II: Field inspection of welds, structural steel, fireproofing, masonry, soil, facade, reinforcing steel, formwork, cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures. OPERATING ENGINEER - BUILDING Class 1. Asphalt Plant; Asphalt Spreader; Autograde; Backhoes with APPENDIX 1 Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) Caisson Attachment; Batch Plant; Benoto (requires Two Engineers) ; Boiler and Throttle Valve; Caisson Rigs; Central Redi-Mix Plant; Combination Back Hoe Front End-loader Machine; Compressor and Throttle Valve; Concrete Breaker (Truck Mounted) ; Concrete Conveyor; Concrete Conveyor (Truck Mounted) ; Concrete Paver Over 27E cu. ft; Concrete Paver 27E cu. ft. and Under: Concrete Placer; Concrete Placing Boom; Concrete Pump (Truck Mounted) ; Concrete Tower; Cranes, All; Cranes, Hammerhead; Cranes, (GCI and similar Type) ; Creter Crane; Spider Crane; Crusher, Stone, etc. ; Derricks, All; Derricks, Traveling; Formless Curb and Gutter Machine; Grader., Elevating; Grouting Machines; Heavy Duty Self-Propelled Transporter or Prime Mover; Highlift Shovels or Front Endloader 2-1/4 yd. and over; Hoists, Elevators, outside type rack and pinion and similar machines; Hoists, One, Two and Three Drum; Hoists, Two Tugger One Floor; Hydraulic Backhoes; Hydraulic Boom Trucks; Hydro Vac (and similar equipment) ; Locomotives, All; Motor Patrol; Lubrication Technician; Manipulators; Pile Drivers and Skid Rig; Post Hole Digger; Pre-Stress Machine; Pump Cretes Dual Ram; Pump Cretes: Squeeze Cretes-Screw Type Pumps; Gypsum Bulker and Pump; Raised and Blind Hole Drill; Roto Mill Grinder; Scoops - Tractor Drawn; Slip-Form Paver; Straddle Buggies; Operation of Tie Back Machine; Tournapull; Tractor with Boom and Side Boom; Trenching Machines. Class 2 . Boilers; Broom, All Power Propelled; Bulldozers; Concrete Mixer (Two Bag and Over) ; Conveyor, Portable; Forklift Trucks; Highlift Shovels or Front Endloaders under 2-1/4 yd. ; Hoists, Automatic; Hoists, Inside Elevators; Hoists, Sewer Dragging Machine; Hoists, Tugger Single Drum; Laser Screed; Rock Drill (Self-Propelled) ; Rock Drill (Truck Mounted) ; Rollers, All; Steam Generators; Tractors, All; Tractor Drawn Vibratory Roller; Winch Trucks with "A" Frame. Class 3 . Air Compressor; Combination Small Equipment Operator; Generators; Heaters, Mechanical; Hoists, Inside Elevators (remodeling or renovation work) ; Hydraulic Power Units (Pile Driving, Extracting, and Drilling) ; Pumps, over 3" (1 to 3 not to exceed a total of 300 ft. ) ; Low Boys; Pumps, Well Points; welding Machines (2 through 5) ; Winches, 4 Small Electric Drill Winches. Class 4. Bobcats and/or other. Skid Steer Loaders; Oilers; and Brick Forklift. Class 5. Assistant Craft Foreman. Class E. Gradall. Class 7. Mechanics; Welders. OPERATING ENGINEERS - HIGHWAY CONSTRUCTION Class I. Asphalt Plant; Asphalt Heater and Planer Combination; Asphalt Heater Scarfire; Asphalt Spreader; Autograder/GOMACO or other similar type machines: ABG Paver; Backhoes with Caisson Attachment; Ballast Regulator; Belt Loader; Caisson Rigs; Car Dumper; Central Redi-Mix Plant; Combination Backhoe Front Endloader Machine, (1 cu. yd. Backhoe Bucket or over or with attachments) ; Concrete Breaker (Truck APPENDIX 1 Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) Mounted) ; Concrete Conveyor; Concrete Paver over 27E cu. ft. ; Concrete Placer; Concrete Tube Float; Cranes, all attachments; Cranes, Tower Cranes of all types: Creter Crane: Spider Crane; Crusher, Stone, etc. ; Derricks, All; Derrick Boats; Derricks, Traveling; Dredges; Elevators, Outside type Rack & Pinion and Similar Machines; Formless Curb and Gutter Machine; Grader, Elevating; Grader, Motor Grader, Motor Patrol, Auto Patrol, Form Grader, Pull Grader, Subgrader; Guard Rail Post Driver Truck Mounted; Hoists, One, Two and Three Drum; Heavy Duty Self-Propelled Transporter or Prime Mover; Hydraulic Backhoes; Backhoes with shear attachments up to 40 ' of boom reach; Lubrication Technician; Manipulators; Mucking Machine; Pile Drivers and Skid Rig; Pre-Stress Machine; Pump Cretes Dual Ram; Rock Drill - Crawler or Skid Rig; Rock Drill - Truck Mounted; Rock/Track Tamper; Roto Mill Grinder; Slip-Form Paver; Snow Melters; Soil Test Drill Rig (Truck Mounted) ; Straddle Buggies; Hydraulic Telescoping Form (Tunnel) ; Operation of Tieback Machine; Tractor Drawn Belt Loader; Tractor Drawn Belt Loader (with attached pusher - two engineers) ; Tractor with Boom; Tractaire with Attachments; Traffic Barrier Transfer Machine; Trenching; Truck Mounted Concrete Pump with Boom; Raised or Blind Hole Drills (Tunnel Shaft) ; Underground Boring and/or Mining Machines 5 ft. in diameter and over tunnel, etc; Underground Boring and/or Mining Machines under 5 ft. in diameter; Wheel Excavator; Widener (APSCO) . Class 2. Batch Plant; Bituminous Mixer; Boiler and Throttle Valve; Bulldozers; Car Loader Trailing Conveyors; Combination Backhoe Front Endloader Machine (Less than 1 cu. yd. Backhoe Bucket or over or with attachments) ; Compressor and Throttle Valve; Compressor, Common Receiver (3) ; Concrete Breaker or Hydro Hammer; Concrete Grinding Machine; Concrete Mixer or Paver 7S Series to and including 27 cu. ft. ; Concrete Spreader; Concrete Curing Machine, Burlap Machine, Belting Machine and Sealing Machine; Concrete Wheel Saw; Conveyor Muck Cars (Haglund or Similar Type) ; Drills, All; Finishing Machine - Concrete; Highlift Shovels or Front Endloader; Hoist - Sewer Dragging Machine; Hydraulic Boom Trucks (All Attachments) ; Hydro-Blaster; Hydro Excavating (excluding hose work) ; Laser Screed; All Locomotives, Dinky; Off-Road Hauling Units (including articulating) Non Self-Loading Ejection Dump; Pump Cretes: Squeeze Cretes - Screw Type Pumps, Gypsum Bulker and Pump; Roller, Asphalt; Rotary Snow Plows; Rototiller, Seaman, etc. , self-propelled; Self-Propelled Compactor; Spreader - Chip - Stone, etc. ; Scraper - Single/Twin Engine/Push and Pull; Scraper - Prime Mover in Tandem (Regardless of Size) ; Tractors pulling attachments, Sheeps Foot, Disc, Compactor, etc. ; Tug'Boats. Class 3 . Boilers; Brooms, All Power Propelled; Cement Supply Tender; Compressor, Common Receiver (2) ; Concrete Mixer (Two Bag and Over) ; Conveyor, Portable; Farm-Type Tractors Used for Mowing, Seeding, etc. ; Forklift Trucks; Grouting Machine; Hoists, Automatic; Hoists, All Elevators; Hoists, Tugger Single Drum; Jeep Diggers; Low Boys; Pipe Jacking Machines; Post-Hole Digger; Power Saw, Concrete Power Driven; Pug Mills; Rollers, other than Asphalt; Seed and Straw Blower; Steam Generators; Stump Machine; Winch Trucks with "A" Frame; Work Boats; Tamper-Form-Motor Driven. Class 4 . Air Compressor; Combination - Small Equipment Operator; Directional Boring Machine; Generators; Heaters, Mechanical; Hydraulic Power Unit (Pile Driving, Extracting, or Drilling) ; Light Plants, All APPENDIX 1 Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) (1 through 5) ; Pumps, over 3" (1 to 3 not to exceed a total of 300 ft. ) ; Pumps, Well Points; Vacuum Trucks (excluding hose work) ; Welding Machines (2 through 5) ; Winches, 4 Small Electric Drill Winches. Class S. SkidSteer Loader (all) ; Brick Forklifts; Oilers. Class 6. Field Mechanics and Field Welders Class 7. Dowell Machine with Air Compressor; Gradall and machines of like nature. SURVEY WORKER - Operated survey equipment including data collectors, G.P.S. and robotic instruments, as well as conventional levels and transits. TRUCK DRIVER - BUILDING, HEAVY AND HIGHWAY CONSTRUCTION Class 1. Two or three Axle Trucks. A-frame Truck when used for transportation purposes; Air Compressors and Welding Machines, including those pulled by cars, pick-up trucks and tractors; Ambulances; Batch Gate Lockers; Batch Hopperman; Car and Truck Washers; Carry-alls; Fork Lifts and Hoisters; Helpers; Mechanics Helpers and Greasers; Oil Distributors 2-man operation; Pavement Breakers; Pole Trailer, up to 40 feet; Power Mower Tractors; Self-propelled Chip Spreader; Skipman; Slurry Trucks, 2-man operation; Slurry Truck Conveyor Operation, 2 or 3 man; Teamsters; Unskilled Dumpman; and Truck Drivers hauling warning lights, barricades and portable toilets on the job site. Class 2. Four axle trucks; Dump Crets and Adgetors under 7 yards; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnapulls or Turnatrailers when pulling other than self-loading equipment or similar equipment under 16 cubic yards; Mixer Trucks under 7 yeards; Ready-mix Plant Hopper Operator, and Winch Trucks, 2 Axles. Class 3. Five axle trucks; Dump Crets and Adgetors 7 yards and over; Dumpsters, Track Trucks, Euclids, Hug Bottom Dump Turnatrailers or turnapulls when pulling other than self-loading equipment or similar equipment over _16 cubic yards; Explosives and/or Fission Material Trucks; Mixer Trucks 7 yards or over; Mobile Cranes while in transit; Oil Distributors, 1-man operation; Pole Trailer, over 40 feet; Pole and Expandable Trailers hauling material over 50 feet long; Slurry trucks, 1-man operation; Winch trucks, 3 axles or more; Mechanic--Truck Welder and Truck Painter. Class 4. Six axle trucks; Dual-purpose vehicles, such as mounted crane trucks with hoist and accessories;. Foreman; Master Mechanic; Self-loading equipment like P.B. and trucks with scoops on the front. TERRAZZO FINISHER The handling of sand, cement, marble chips, and all other materials that may be used by the Mosaic Terrazzo Mechanic, and the mixing, APPENDIX 1 Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) grinding, grouting, cleaning and sealing of all Marble, Mosaic, and Terrazzo work, floors, base, stairs, and wainscoting by hand or machine, and in addition, assisting and aiding Marble, Masonic, and Terrazzo Mechanics. Other Classifications of Work: For definitions of classifications not otherwise set out, the Department generally has on file such definitions which are available. If a task to be performed is not subject to one of the classifications of pay set out, the Department will upon being contacted state which neighboring county has such a classification and provide such rate, such rate being deemed to exist by reference in this document. If no neighboring county rate applies to the task, the Department shall undertake a special determination, such special determination being then deemed to have existed under this determination. If a project requires these, or any classification not listed, please contact IDOL at 217-782-1710 for wage rates or clarifications. LANDSCAPING Landscaping work falls under the existing classifications for laborer, operating engineer and truck driver. The work performed by landscape plantsman and landscape laborer is covered by the existing classification of laborer. The work performed by landscape operators (regardless of equipment used or its size) is covered by the classifications of operating engineer. The work performed by landscape truck drivers (regardless of size of truck driven) is covered by the classifications of truck driver. MATERIAL TESTER & MATERIAL TESTER/INSPECTOR I AND II Notwithstanding the difference in the classification title, the classification entitled "Material Tester I" involves the same job duties as the classification entitled "Material Tester/Inspector I" . Likewise, the classification entitled "Material Tester II" involves the same job duties as the classification entitled "Material Tester/Inspector II" . APPENDIX 1 Village of Oak Brook 2015 Street Improvement Project (CBBEL Project No. 14-0543) VILLAGE OF OAK BROOK CONTRACT FOR THE CONSTRUCTION OF 2015 STREET IMPROVEMENT PROJECT APPENDIX 2 BONDS APPENDIX 2 Village of Oak Brook 20115 Street Improvement Project (CBSEL Project No. 14-05431) Bond#929612193 PF,P,F0RT-%AJNCr,BOND KNOW ALL NM4 BY TRESE PRFSENTS- insert contractor name and address here:] Central Blacktop Co.,Inc. 6160 S. East Avenue LaGrange,Illinois 60525-8180 as Principal(hereinafter called the"Contractor")and [insert surety name and address here:] Continentalw!Casualt Com an 333 South Wabash Ave., ChiEng Illinois 60604 WY ,organized and existing under the laws of the State of IL (hereinafter called the "Surety") are held and f=ly bound unto Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, Illinois, as the obligee (hereinafter called the"Ciwner"), in the full and just sum of [insert full contract price here:] S_2,929 138,00 _ for the payment of ivhich surn of money well and tntly to 11oz- made, the Contractor and the Surety bind themselves and their heirs, executors, administrators, su(.-cessors, and assigns,jointly an.d severally, firmly by these presents, said amount to include payment of actual costs and damages and for attorneys' fees, architectural fees, design fees, enguoeering fees, accounting fees, testing fees, consulting fees, administrative costs, court cusn. interes, and any other fees and expenses resuld-ug from or incurred by reason of the Cont-actors failure"'10 Promptly and faidtfully periorm, its coat-act with the Owner, said corn et being more fully describealb--low, and to include attorneys' fees, cotat costs and administrative and other, expenses necessarily Or or irm,urreal in suiccessfolly enforc-nag performance of the obi igation of the Surety uader t'his boad, WHEREAS, the Contr-actor has --atered into ;, writtcr agreement dated [insert contract. date here:] April 29th 201 5 wit! tl:m Owner titled [insert con title here:] 2015' Street—Im ' pr�men��Pre�iTC'BiEFProject No. 14-0543) y (the "Contract"), the terms and conditions, of-which are ib-y this reference incorporated herein as though dally set forth herein. NOW, THEREFORE, T1,1E CONDTI, 0111-i OF THIS OBLIGATMON IS SUCH THAT if the Contractor shall well, truly, and promptly perfcy,-n all the" undertakings, covenanmr, tvrms, conditiops, and agreements of the Contractor under the contr-w,,,. iwclu g low. not litnitez to the Conti-actcr*s obligations under the Coutract, (1) to providt�, 11-1.1c.'rfora,, aud complete at the Work Site and in the manner specified m the 11"'ontract, R-Ifl, ,neccc-cary Wodk-, labor, sei-vices- transportatior4 equipmeut, materials,apparatus,machinery,tnols,, lvek,gas, ws er,wasta dLT,)sal information, data, and other means an,-' items necessaIr"? for general I description of the Work here:1 Resurfacing or reconstruction of various streets, as well as storm sewer improvements, curb �V gutter pavement 2_l to procarre and ftuTdip- all permits, lil .eases, -end o&--r -ovc-nuraental --pprovals and rethorizations necessary in connection therewith ce p! as othanv ve a,-yr=1y providled in the Altarkment — of the Contract]; (3) to procum and famish all bonds, and Policies of insurance specified in the Contract; (4) to Day all applicable federal, state, and local tam ces; f5' to do all other things required of the Contractor by the Contract-, and (6) to provide, pe tsar m, and complete all of the foregoing w, a proper and workmardilte manner and I'M f-all corapLxwac xt vvith and as requimd by and pursuant to. the Contract; all of which is herein rt-ferred t-0 as tle wilbether &-I not any of the `work enter into and become component parts of the inoprcweinent then diis obligation shall be trall and" void; otherwise it shall reuBai, in fuld f P-nd t,U`t-,,-, 'I"h e Stn��ty, Tbr v a n i-, a g g r-=s bhatno, 'Zinang-'s"roe_Y'A alterations, omi-siom, dc,!-,,oms, ur forb- rt C e S to v, ttw o", "he" villaae of Oak Brook 2015 Street Improvement Proiect (CB EL Project,No. 14-0643) Owner or the Contractor to the other in or to the terms of said Conte et; in or to the schedules, plans, drawings, or specifications; in or to the method or manner of performance ofthe Work; in or to Owner-furnished facilities, equipment, material, service, or site; or in or to the mode or matmer 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 Con 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 abs�,-n--Z I 9 o f the C o n tract o r default in the event of a default or defaults by the Contractor, the Owner shal' have the right to take over and complete the Contract on 30 callendar days' uotice to -die Sl:rety, Ln which event the Surety shall pay the Owner all costs incurred by the Owner in taking over U114 COMpleong the Contract, At its option, The Owner may instead req tie slt bnst 'tile Surely tak-, ov-� aund courplete- the Contract, in which event ffie Surety, shall take rea-sonali'le steps to proceed Vr--1.-nptJy witb ---omplafion no later than 30 calendar days after the date on tht, Own---, naztffles t3 Swrety tbx, sae Owner wants the Surety to take over and complete the Coni-�,-act, The Owner shall have no obligation to actually incur any or corre�.z a:-y deficient hand. performance of the.Contractor to be evtitl ed to receiv e tbr- s o 0=s No right of action shag accrue on this band to or .'cv llne-us , -- v pers�,on' e"""'poration ofher than'-he Owaer or the heirs, executors,-ni-31r uinistraijors,or sue . sons of tle C, Vie: Signed and sealed this 1st day of May 5 'u 5 r s s(Pso 3 o theC, e Artest/vli, ss: PR By: fame o ota President Title. oseph E. Benson Secretary By. Title: Kimberly R. Holmes Bond Manager 'DV: Christine Eitel Attorney-In-Fact 1 ilia e of Oak Brook 2015- Street Irnprovernent Project (C BEL Project 14o. 14-0543) LABOR AND M AYx ti B -D Bond#929612193 KNOW ALL NEN BY . SE. SE N S: [insert contractor name and address here:] Central Blacktop Co., Inc. 6160 S. East Avenue LaGrange,Illinois 60525-8180 as Prinalpal('hereinafter called the"Contractor")and [insert surety name and address here.' Continental Casualty Company 333 South Wabash Ave., Chicaizo. Illin i 60604 organized and existing under the laws of the State of Illinois (hereinafter called the "Surety`) are held and f1rmly hound unto Village of flak 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 hereurafier defined (dhe"Claimants") in the full and just sum of[insert full contract price here:] S 2,929,438.00 to he paid to the Owner or the Claimants or the Owner's or the Claimant's as-i „4s, to which pa ent well and truly to be made the Corgi for sa-ad fhe Surety bind a,xC ttru.a heirs, executors, ad:.a€i isfi rs, successors, and assigns, Jointly and s ver�a,lly, furnly -, thes a ptescnt,, said amount to include attorney's fees, court costs, and adrnin ratjve and odh r expenses e e sarilcs ;.a d or Ipcur're6 in stiCY:ss-f't.?ia-y P.i3 or-einl pert"v'<r°snazn e of t—'ac obligation c-, unc- `.x r `y`-a o !Jhdi g,-o S d, �t�Y „rte' ",.'U, the Contractor lMea _..,=tX<.,ti.�d r7greeYb2:,at A sL,� r contract ^#a-I-, here:i April 29th 203 5 with the ? ;,. tz _ ,alert eon.,aj t t tll...=..ir a 2015 Street Improvement Project (CBBEL Project No. 14-0543) it r rrt a � the te mia s and co—nditions W #er ,?: _b ttris ay.„< mi s°ratC xce '.i_ 31' .x., z t lly s;t'for'! herein. NOW, ==FDRE, THE, CON I1710 ? C;]L .t n,._ t BL IGP 1 - TS SUCH TFUF if the Contm tor°shall promptly pay or caa„°a to he paid sums-if money,hatt nnay be due to any Claimant s`6th resTa it to the C oatr`actor' obli a:a ,.. and r the C int..Y 1” 1� -o pro%i�� _.?�?aia:r" ash d ,;,:lnplet,;, at the Work Site and `..q t£t rnaSr= sk _ctfie" Jn w, Cont,w all riecessa y - cri, labor, serla es, r po ation..; equipment, ,.eater'- ls, app atra zs_ n?s„c'h: nery, le) ,, .:iez. trio, Water, waste drape Sal, inkC7rlr s'_`1CiiL <;rald r32D-x° r e:z##.d?a and Slp x.3t`.° finserc s a =t ,° ;" lit) a 1kr Work h.-ru.l ResurfacinR or reconstruction of various streets _ r;_ to promawt and furnisia all, ris. licenses, and other governmenta`s `' -rrova aL�o —, thori.zz'd-ons ne,, °ssarm''r a ',.on-a- ect:ion therevvith [except as Otherwise e:tTres pY°£3Y'ix:"?; in 4 t , w.,fmv t try me °) p,t...un- and fi mis,h all Bonds acid all certificates amd, 36.. ai 'ps.s>dled in tiae� Contract; (4) to pay Viil. applicable federal, Aa-,rz, and local (5) to d10 .t._ :,_6,er" g- ,t.-quires of for by tine ate . Con. <t, and(o)to provido, rj rfbr `,,,x 3 r"ornplete ri.t ic.°the C73'e�`;z,?ri,zg in a proper arid manner and Ln rr:ll compl , `AeR. €. . .... .. :to ec b x�,..rsiaa,,. <'g the col, � < R ?_ f �.rt;s .s herein referred to the "Work," or nd?l enter ato u3d become,compo e--A P of tIz an, o e n n ply t E N lw .0._n t l Ir I x T t�!.a __ e � w e z `und, void ot=erwise it sl3a�t remain in full fcsr-,:z and For t;wTose of ahi s bond, a t iciL ant Js idcfined as one having ar dh.,,mt con-uract with di CrEtt tt T r-M.tht & C I a`I tCga fir. .4, "�+..and ,.,., 'j j€ .g p,, t , a`:T?It <; 4}' to I ; C Ur tar k.. Ilie C 1 trq,: .% �d , ' ,$ Sn e ,,,g e . 'ems c$,'.aar not We' ? ,c �.� ?�� ju cl- ,, the § .s.,,,,< = to , .s __ ,.xs , «.::1kTgg w-'L,,1=1. zirn3t rzr l ,._, 't 3r at.", �C,� .zr" rt ¢ WRage of Oak Brook 2015 Street Improvement Project, (CBBEL Project No. 14-0,543) re on machinery, equipment,and tools consumed or used in connection nth the furnishing of any part of the Work May Sue on this bond for the use of dhat claimant Y c z th it o final , ma prose ut e su t judgment for such sum or sums as may be,justly due that Claimant, and 'may have execution therein. provided, however,that the Ow-ner shall not be liable for the pay merr:of any, costs or expenses of any such suit. The provisions of 30 ILCS 55011 and 2 of the Illinois Compiled Statutes shall be deemed inserted herein, including the time lirmts within which notices of claim must be filed and actions brought under this bond. The Contractor and the Surely berebyjoindy agree that the Owner may sue on this bond if the Owner is held liable to, or voluntarily agrees to pay, any Claimmt directly, Latt nothing in this bond shall create any duty on.the part of the Owner to pay an-,,,Claimant, .1 Tbw Surety, for value received, hereby st pulate. and agrees that no clianges. modiBcations, alterations, oinissions, deletions, additioas, extensions efldrae, c;- fort earFn.'es oq tim part of the Owner or the Contractor-x the other in or to tue terms rf,Lie C-0==t, in C', Cj the schc--,dules, p!nis, drawings, or specifications; in or -10 the method or ma.uner of perforrmaiu,,-of the Work; in or to Owner-furnished facilities, equipmeint, m-;iozrial, or site- or in or tz) the mno­_ c)r mananer of payment therefor shall in any way ceicalie the Contrp-:tor and the or _-ith.cr or an, y ofthem. o r any of their heirs, executors, admirdsh-aors, succeiscn-S, or assigns, or affu_­c the o'bligations of the Sure�y on tbL bond, all notice of any and all of the foregoing chazgzs, naodificaborns, ah-eations, Omissions, de'ehions, additiom, extensions, Of twnc, Or forbew-an-ces u_,6 rao6ce -017 zuuy and all deaults by the Con nn-a- r or of the, d I-be SuNco,!4 arnlinatirin d"%--c-, ConLractol� "Val'Ve Signed and,,s�--._ed this 1st day of- 2 D —.May__—­--- r '' -P C()" BY: /oseph E. Benson Secretary James kota President A. s U lr By: 6d Ti Vie; Kimberly R. Holmes Bond Manager f�:,I-v Christine Ertel Attorney-In-Fact N STATE OF ILLINOIS COUNTY OF COOK I, Hannah R. Schwartz Notary Public of Cook County, in the State of Illinois , do hereby certify that Christine Eitel Attorney-in-Fact, of the Continental Casualty Company who is personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that she signed, sealed and delivered said instrument, for and on behalf of the Continental Casualty Company for the used and purposes therein set forth. Given under my hand and notarial seal at my office in the City of Lisle in said County, this 1st day of May A.D., 2015. (Notary Public) Hannah R. Schwartz My Commission expires: 01/26/2019 Notary Seal: OFFICIAL SEAL HANNAH R. SCHWARTZ NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES 01/26J2019 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company(herein called "the CNA Companies"),are duly organized and existing insurance companies having their principal offices in the City of Chicago,and State of Illinois, and that they do by virtu of the signatures and seals herein affixed hereby make,constitute and appoint z Karen A Ryan, William P Weible, William Cahill, Deborah A Campbell, Leigh Ann Francis, Kimberly R Holmes, Melissa Newman,Kimberly Sawicki,Ann Marie Waters,Christine Eitel,Individually of Lisle,IL,their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the insurance companies. In Witness Whereof,the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 6th day of February,2015. enSt� INSUAN Continental Casualty Company National Fire Insurance Company of Hartford F r,CIRPORArE , ; �& �apoavoaar�n American Cas alt y Company of Reading,Pennsylvania P s JULY 31. �U SEAL 1897 NAND Paul T.Bruflat A4F Vice President State of South Dakota,County of Minnehaha,ss: On this 6th day of February,2015,before me personally came Paul T.Bruflat to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of Continental Casualty Company,an Illinois insurance company, National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company described in and which executed the above instrument;that he knows the seals of said insurance companies;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said insurance companies. y-pp------— J.MOHR NOTARY PU3 is-S OUTH DAKOTA TA My Commission Expires June 23,2015 J.Mohr Notary Public CERTIFICATE I,D.Bult,Assistant Secretary of Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof reof is still in force. j testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this. day of cAStegtr} tNSUR Continental Casualty Company F ti+ National Fire Insurance Company of Hartford coawoaATE � �pcarFO American Casualty Company of Reading,Pennsylvania F • � �e Spa �U SEAL 1897 MARS D.Bult Assistant Secretary Form F6853-4/2012 Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board")f Directors of the Company at a meeting held on May 12,1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`h day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the"Authorized Officers") to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of . the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25`h day of April,2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the"Authorized Officers") to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading,Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated.the 25`h day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the"Authorized Officers") to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures");Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company."